Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit
City of Miami Invitation For Bids IFB Purchasing Department Glenn Marcos, CPPB, Director/Chief Procurement Officer Miami Riverside Center' 444 SW 2"d Avenue, 6'h Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement Bid Number: 04-05-081 Title: UNIFORMS - CITYWIDE Commodity Code: 200-21, 200-72, 200-75 Type of Purchase: Term Contract Two Years plus OTR for Two additional one year periods .. M/WBE Set -Aside: N/A Sr. Buyer:_ Terry S. Byrnes, CPPB Fax: 305-416-1925 E-Mail Address: tbyrnes@ci.miami.fl.us Issue Date: AUGUST 29, 2005 Deadline for Request for Additional Information/Clarification: SEPTEMBER 7, 2005 Pre -Bid Conference/Site Visit: N/A Bid Security: YES Performance Bond: YES Bid Opening Date: WEDNESDAY, SEPTEMBER 14, 2005 Time: 02:00 PM Sealed written Bids must be received by the City of Miami, City Clerk's Office, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, no later than the date, time and at. the location indicated above for the Bid Opening. Submittal of Bid by fax is not acceptable. Three (3) copies of the Bid Response Form (Forms 4-0-4.8) must be returned to the City or your bid may be disqualified. City of Miami BId No. 04-06-eNO» Page 1 GENERAL TERMS AND CONDITIONS INTENT; The General Terms and Conditions described herein apply to the acqui§}tion of goods or equipment with an estimated aggregate cost of $25,000.00 or more. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. Sheet form and shall mark "Alternate Bid". Alternate bid shall be placed in the same bid. 1.2. ACCEPTANCE OF OFFER - The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCEIR.EJECTION — The City reserves the right to accept or reject any or all bids or parts of bids after bid opening and request rebid on the items described in the IFB. In the event of such rejection, the Director of other pending matters are closed. which shall be issued to the successful Purchasing shall notify all affected Contractor's failure to or refusal to Bidder. These documents may either be a bidders and make available a written comply with this condition shall result in purchase order, notice of award and/or explanation for the rejection. The City the immediate cancellation of this contract award sheet. also reserves the right to waive any contract by the City. irregularities or minor informalities or technicalities in any or all bids and may, at its discretion, re -bid. 1.10. AWARD OF CONTRACT: A. The IFB, Bidder's response, any addenda issued, . and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract. 1.6. ASSIGNMENT - Contractor agrees not to enter into subcontracts, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or all of its right, title or interest herein, without City of B. The award of a contract where there Miami's prior written consent.are Tie Bids will be decided by the 1.7. ATTORNEY'S FEES- In Director of Purchasing or designee. connection with any litigation, mediation C. The award of this Bid may be and arbitration arising out of this preconditioned on the subsequent Contract, the prevailing party shall be entitled to recover its costs and submission of other documents as reasonable attorney's fees through and specified in the Special Conditions or litigation and any Technical Specifications. Bidder shall be including appellate in default of its contractual obligation if post judgment proceedings, such documents are not submitted in a timely manner and in the form required 1.8. AUDIT RIGHTS AND RECORDS by the City. Where Bidder is in default of RETENTION - The Successful Bidder these contractual requirements, the City, agrees to provide access at all reasonable through action taken by the Purchasing times to the City, or to any of its duly Department, will void its acceptance of authorized representatives, to any books, the Bidder's Response and may accept documents, papers, and records of the Bid from the next most lowest Contractor which are directly pertinent to responsive, responsible Bidder or re - solicit the City's requirements. The City, this Bid, for the purpose of audit, at its sole discretion, may seek monetary examination, excerpts, and transcriptions. restitution from Bidder and its bid bond The Successful Bidder . shall maintain or guaranty, if applicable, as a result of and retain any and all of the books, damages or increased costs sustained as a documents, papers and records pertinent result of the Bidder's default. to the Contract for three (3) years after the City makes final payment and all D. The term of the contract shall be specified in one of three documents 1.4. ADDENDUMS— It is the bidder's responsibility to ensure receipt of al! Addendums. Addendums are available on the City's web site at http: //c i. m i am i. fl, u s. 1.5. ALTERNATE BID MAY BE CONSIDERED - The City may consider one (1) alternate bid from the same Bidder for the same solicitation; provided, that the alternate bid offers a different product that meets or exceeds the bid requirements. In order for the City to consider an alternate bid, the Bidder shall complete a separate Price 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s) resulting here from, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s). Page 2 E. The City reserves the right to automatically extend this contract for up to . one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term City of Miami ... • ns -Lien. shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders, if so indicated under Section 2.0 Special Conditions. This check or bond guarantees that a bidder will accept the order or contract, as bid, if it is awarded to bidder. Bidder shall forfeit bid deposit to the City should City award contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders within ten (10) days after the award and successful bidder's acceptance of award. If sixty (60) days have passed after the date of the formal opening of the bids, and no contract has been awarded, all bid deposits will be returned on demand. minimum standard of design, efficiency, 1.18. COMPLIANCE WITH grade or quality of goods only. When the FEDERAL, STATE AND LOCAL City does not wish to rule out other LAWS - Contractor understands that competitors' brands or makes, the phrase contracts between private entities and "OR EQUAL" is added. When bidding local governments are subject to certain an approved equal, Bidders will submit, laws and regulations, including laws with their bid, complete sets of necessary data (factory information sheets, pertaining to public records, conflict of specifications, brochures, etc.) in order interest, records keeping, etc. City and for the City to evaluate and determine the Contractor agree to comply with and equality of the item(s) bid. The City shall observe all applicable laws, codes and be the sole judge of equality and its ordinances as that may in any way affect decision shall' be final. Unless otherwise the goods or equipment specified, evidence in the form of samples including but not limited to: may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after the date of bid opening only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by contacting the Minority/Women Business Affairs office. 1.12. BID RESPONSE FORM - All forms, as described under Section 4.0, should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not. as a penalty, but in mitigation of damages sustained. Award may then be made to the next most lowest responsible Bidder or all bids may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder catalog numbers are specified, it is for the purpose of establishing the type, function, City of Miami Bid No. 04-05-aNO» 1.15. CANCELLATION - The City reserves the right to cancel ail invitations for bid before' bid opening. In the event of bid cancellation, the Director of Purchasing shall notify all prospective bidders and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to perform the services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized. capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such services, it shall not have any claim upon the City. A. B. C. D. offered, Executive Order 11246, which prohibits discrimination against any employee, applicant, ' or client because of race, creed, color, national origin, sgx, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. Occupational, Safety and Health Act (OSHA), as applicable to this IFB. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272, as amended, as applicable to this IFB. E. Environment Protection Agency (EPA), as applicableto this IFB, Uniform Commercial Code (Florida Statutes, Chapter 672). Americans with Disabilities Act of 1990, as amended. National Institute of Occupational Safety Hazards (NIOShI), as applicable to this IFB. 1. National Forest Products Association (NFPA), as applicable to this IFB. F. G. 1.17. COLLUSION - Bidder, by affixing a signature to its bid, certifies that its bid H. is made without previous understanding, agreement or connection either with any person, firm or corporation making a bid for the same items or with the City of Miami's Purchasing Department or initiating department. The Bidder certifies that its bid is fair, without control, collusion, fraud or other illegal action. Bidder certifies that it is in compliance with Section 2,611, Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids where collusion may have occurred. Page 3 J. City Procurement Ordinance City Code Section 18, Article 111. K. Conflict of Interest, City Code Section 2-611;61. L. Cone of Silence, City Code Section 18-74. M. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this IFB. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts including professional services. Lack of knowledge by the bidder will in no way bea cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.19. CONE OF SILENCE - Pursuant N. Minority/Women Business Enterprise Section 18-74 for a complete and (M/WBE) and local vendor outreach thorough ce. Ydescription y conta t the City Cone of programs; Silerk at 305-250-5360, to obtain a copy of oral communications, provided the same. communicationis limited strictly to matters of process or procedure already contained in the solicitation document; 1.20. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records. Law. If this Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.21. CONFLICT OF INTEREST — Bidders, by responding to this IFB, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is communications in writing or by email at financially interested; directly or any time with any City employee, official indirectly, in the purchase of goods or or member of the City Commission equipment specified in this IFB. Any unless specifically prohibited by the such interests on the part of the Bidder or to Section 18-74 of the City of Miami applicable RIP, RFQ or bid documents. its employees must be disclosed in Code, a "Cone of Silence" is imposed (See Section 2.2. of the Special writing itingeto thee City. Further, of any City you must e upon each RFP, RFQ, RFLI, or IFB after Conditions). who owns, n directly or indirectly,mplan the and issues at the time the City Manager issues a written Communications in connection with the interest of five percent (5%) or more of recommendation to the Miami City collection of industry comments or the the total assets of capital stock in the your Commission. The Cone of Silence shall performance of market resseearch OregFBing ng firm be applicable only to Contracts for the a particular RFP, RFQ, RFLI provision of Goods and services and City Purchasing staff. public works or improvements for amounts greater than $200,000. The Proposers or bidders must file a copy of any written communications with the Cone of Silence prohibits any.Office of the City Clerk, which shall be communica iiM regarding RFPs, RFQs, RFLI or IFB (bids) between, among made available to any person upon others: request. The City shall respond in writing. and file a copy with the Office of the City Potential vendors, service providers, Clerk, which' shall be made available to bidders, lobbyists or consultants as the any person upon request. Written City's professional staff including, but communications may be in the form of e- not limited to, the City Manager and the mail, with a copy to the Office of the City City Manager's staff, the Mayor, City Clerk at Muai.q—.2d,ID.tU3li.111 Commissioners, or their respective staffs; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site. visits/inspections, pre - proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or the Mayor, City Commissioners or their respective staffs and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; potential vendors, service providers, bidders, lobbyist or consultants, any member of the City's professional staff, the Mayor, City Commissioners or their respective staffs AO any member of the respective selection/evaluation committee The provision does not apply to, among other communications: oral communications with the purchasing staff City of Miami Bid No. 04-05-«NO» 1.22. COPYRIGHT OR PATENT RIGHTS. - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of this IFB, and bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the City key provisions of the Cone of Silence. regarding Please review City of Miami Code Page 4 1.23. DEBARMENT AND SUSPENSIONS (Sec 18-107) - (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with, regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (1) (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) (5) which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the D. City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for Goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). E. with sufficient materials to ensure timely completion. Neglecting or refusing toremove materials or perform new work where prior work has been rejected as non conforming with the terms of the Contract. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency; bankruptcy, or assignment renders the successful Bidder incapable of performing the work in accordance with and as required by the Contract. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies 1.24. DEFAULT/FAILURE TO due or which may become due on this PERFORM - The City shall be the .sole Contract. Violation of Contract judge of nonperformance, which shall provisions, which is regarded include any failure on the part of the 1.25. DEBARRED/SUSPENDED by the Chief Procurement successful Bidder to ,accept the award, to VENDORS — An entity or affiliate who Officer to be indicative of furnish required documents, and/or to has been placed on the State of Florida nonresponsibility. Such fulfill any portion of this contract within debarred or suspended vendor list may not submit a bid on a contract to provide violation may include failure the time stipulated. goods or services to a public entity, may without good cause to perform in accordance with the terms Upon default by the successful Bidder to not submit a bid on a contract wi a and conditions of a Contract or meet any terms of this agreement, the public entity for the construction or to perform within the time Ci ill tfy the Bidder of the default repair of a public building or public limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered . a basis for debarment or suspension. Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. (7) (8) F. ty wr no d will provide the contractor three (3) work, may not submit bids on leases of of an days (weekends and holidays excluded) real property to a pub is entity, may n to remedy the default. Failure on the award or perform work as a contractor,. contractor's part to correct the default supplier, subcontractor, or consultant within the required three (3) days shall under contract with any public entity, and result in the Contract being terminated may not transact business with any public and upon the City notifying in writing entity. the contractor of its intentions and the effective date of the termination. The 1.26. DISCOUNTS OFFERED following shall constitute default: DURING TERM OF CONTRACT - Discount Prices offered in the Bid shall be fixed after the award by the Commission unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the Bid will be accepted from successful Bidder(s) during the term of the contract. Such discounts shall remain in effect for a athairnurn of 120 days from approval by the City Conunission Any discounts offered by a manufacturer to Bidder will be passed on to the City. A. B. Found in violation of a zoning ordinance or any other city C. ordinance or regulation and for Failure to perform the work required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. Failure to begin the work under this Contract within the time specified. Failure to perform the work with sufficient workers and equipment or Page 6 City of Miami Bid No. 04-05-4N0» 1.27. DISCREPANCIES, ERRORS, A. Rejeption of Bids AND OMISSIONS -Any discrepancies, The City may reject a Bid for any of the errors, or ambiguities in the Invitation for following reasons: Bids or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Invitation for Bids and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. 1.28. EMERGENCY I DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this bid at the price contained within vendor's bid. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.29. ENTIRE AGREEMENT - The contract consists of this City of Miami Bid and specifically this Section II, Contractor's Response and any written agreement entered into by the City of Miami and Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Bid and/or Response, then the Bid and then the Response shall control. This Contract may be modified only by a written agreement signed by the City ofMiarni and Contractor. 1.30. ESTIMATED QUANTITIES — Estimated quantities or estimated dollars are provided for your guidance only. Nn guarantee is expressed or implied as to quantitiesthat will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this bid. Said estimates may be used by the City for purposes of determining the low bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices, in this IFB. 1.31. EVALUATION OF BIDS (1) (2) (4) (5) (6) Bidder fails to acknowledge receipt of addenda Bidder misstates or conceals any material fact in the Bid (3) Bid does not conform to the requirements of the Bid Bid requires a conditional award that conflicts with the method of award Bid does not include required samples, certificates, licenses as required Bid was not executed by the Bidder's I authorized agent on the Bid Forni. The foregoing is not an all inclusive list of reasons for which a Bid may be rejected. They City may reject and re - advertise for all or any part of the Bid Solicitation whenever it is deemed in the best interest of the City. B. Elimination/ From Consideration. (1) (2) (3) A contract shall not be awarded to any person or firm which is , in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility (1) Bids will only be considered from entities who are regularly engaged in the business of providing the goods and/or equipment required by the Bid, Bidder's must be able to demonstrate a satisfactory record of performance and integrity and have (2) (4) sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity in making the award. The City may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid. 1.32. EXCEPTIONS TO GENERAL AND OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Bid Response Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non -responsive. 1.33. F.O.B. DESTINATION - Unless otherwise specified in the IFB, all prices quoted by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this IFB. Failure to do so may be cause for rejection of bid. 1.34. FIRM PRICES - The bidder warrants that prices, terms, and conditions quoted in its bid will be firm throughout the duration of the contract unless otherwise specified in the IFB. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. City of Miami Page 6 Bid No. 04-05-aNO» 1.35. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105) (a) The commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the city commission at a public hearing. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property.. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the city which include professional services. (c) (d) Services includes, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. City of Miami Bid No. 04-05-c<NO» The authorized representative shall negotiate each first -source hiring agreement. The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.36. GOVERNING VENUE; The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. LAW AND 8. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.37. HEADINGS AND TERMS - The headings to th6 various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner/be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.38. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the Chi, of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, that include but are not limited to: 1. Use of information only for performing services required by the contract or as required bylaw; 2. Use of appropriate safeguards prevent nonpermitted disclosures 3. Reporting to the City of Miami of any nonpermitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; 5. Making Protected Health Information (PHI) available to the customer; 1,39. IDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all the City's agents, officers and employees from and against ail charges or claims resulting from any bodily injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the Contractor shall become defendant in every suit brought for any of such causes of action against the City ,or the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs, attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting investigation. to 1.40. INFORMATION AND DESCRIPTIVE LITERATURE - Bidders must furnish all information requested in the spaces provided on the Bid Response Form. Further, as may be specified elsewhere, each Bidder must submit for bid evaluation cuts, sketches, descriptive literature, and technical specifications covering the products offered, Reference to literature submitted with a previous bid or on file with the Buyer will not satisfy this provision. 1.41. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or equipment required to be provided by the Contractor under this Contract conform to the terms of the IFB. Contractor shall make available to the City all reasonable facilities and 6. Making PHI available to the customer assistance to facilitate the performance of for review and amendment; and tests or inspections by City incorporating any amendments representatives. All tests and inspections requested by the customer; shall be subject to, and made in 7. Making PHI available to the City of accordance with, the provisions of the Miami for an accounting of City of Miami Ordinance No. 12271 disclosures; and (Section 18-79), as same may be Page 7 amended or supplemented from time to time. 1.42. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitation For Bids will not be made, available until such time as the City provides notice of a decision or intended decision or within 10 days after bid opening, whichever is earlier. Bid results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Buyer issuing the IFB. Tabulations also are available on the City's Web Site following recommendation for award. 1.43. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation for Bids the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to s1 btpit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this IFB within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2"1 Avenue, 9'h Floor, Miami, Florida 33130, 305-416- 1604. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. City of Miami Bid No. 04-05-«NO» 1.44. INVOICES - Invoices shall contain purchase order number and details of goods or equipment delivered (Le. quantity, unit price, extended price, etc). 1.45. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a responsible and responsive bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder. 1.46. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders a separate Manufacturer's Certification of all statements made in the bid. Failure to provide such certification may result in the rejection of bid or termination of contract, for which the bidder must bear full liability. 1.47. MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs 'and Procurement Ordinance of the City of Miami. Florida, sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women." To achieve the goal established by these Ordinances, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. All bidders doing business with the City are encouraged to include the participation of minority firms in their bids. In evaluating bids for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all bids. Page 8 Possible ways to include minority participation would involve: 2. 3. 4. 5. Joint venture with a minority firm(s) Utilizing minority firm(s) as subcontractor(s). Utilizing minority firm(s) to supply goods and/or services. Successful implementation of well defined affirmative action program. Other forms of minority participation, if properly documented. Successful bidder(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance N10062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" in Section 4.4. is provided to assist bidders in presenting information concerning minority participation. Minority and women -owned business firms are encouraged, but not required, to register with the City prior to submitting bids. The Purchasing Department, Minority/Women Business Affairs Office, will provide the necessary forms and instructions upon request. All bidders are urged to submit bids for any goods or services that they are able to supply, regardless of minority classification. However, compliance with all requests for information regarding Minority/Women Status or Participation is required. Bidder's cooperation is greatly needed to aid the City in achieving its goal. Bidders may contact this Office at (305) 416-1913 for information, 1.48. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS No contract or understanding to modify this IFB and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 1.49. NO INTEREST IN BIDDING - If you do not wish to bid, please return the "Statement of No Bid" form, stating the reason. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the Vendor/Bidder's list. Vendors are encouraged to register on- line by visiting the City's website at http://www. ei. mi am 1 •t.], u s/procurement/. 1.50. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. person on the basis of race, calor, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.51. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's expense. These non- conforming itemsnot delivered as per delivery date in bid and/or Purchase Order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's bidder's list. 1.53. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the Bid; however, the City may at its sole option and in its best interest allow the Bidder to supply the license to the City during the evaluation period, but prior to award. 1.52. NONDISCRIMINATION - Bidder agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this solicitation. Furthermore, Bidder agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder shall not discriminate against any City of Miami Bid No. 04-05-sNO» receive, and award additional bids for these herein items, and to make use of other competitively bid (governmental) contracts, SNAPS Agreements, .or other similar sources for the purchase of these goods or equipment as may be available. It is hereby agreed and understood that this solicitation does not constitute the exclusive rights of the successful bidder(s) to receive ail orders that may be generated by the City in conjunction with this Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases .are determined to be in the best interest of the City. 1.58. PREPARATION OF BIDS - Bidders are expected to examine the 1.54. OWNERSHIP OF specifications, required delivery, drawings, and all special and general DOCUMENTS - It is understood by and conditions. All bid amounts shall be between the parties than any documents, typewritten entered into the space records, files, or any other matter provided with ink. Failure to do so will whatsoever which is given by the City to be at the Bidder's risk. the successful Bidder pursuant to this solicitation shall at all times remain the property of the City and shall not be used by the Bidder for any other purposes whatsoever without the written consent of the City. 1.55. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.56. PERFORMANCE BOND — A Contractor may be required to furnish a Performance Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.57. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION At such times as may serve its best interest, the City of Miami reserves the right to advertise for, Page 9 A. B. Each Bidder shall furnish the information required in the IFB. The Bidder shall sign the IFB and print in ink or type the name of the Bidder, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. The unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City . premises unless otherwise specified. Bidder shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon, estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder must state a definite time, if required, in calendar days for delivery of goods or equipment. D. The Bidder should retain a copy of all bid documents for future reference. E. All bid response forms as described under Section 4.0, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids having any erasures or corrections must be initialed in ink by person signing the bid or the bid maybe rejected. The City of Miami's Bid Response Forms which are attached to this solicitation should be used when Bidder is submitting its bid. Use of any other forms will result in the rejection of the bid. THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR BID MAY BE DISQUALIFIED. 1.59. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. F. 1.60. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the bid price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.61. PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any City of Miami Bid No. 04-06-c<NO» kind contingept upon or in connection with, the award of this Contract. 1.62. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Bidders are required to provide their prompt payment terms in the space provided on'' the Bid Certification Statement Form (Section No. 4.1.). If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective afterireceipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final' approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. in this Contract, all covenants, conditions and provisions of this Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders during the term of the contract. 1.65. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.63. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property if any. 1.64. PROVISIONS BINDING - Except as otherwise expressly provided Page 10 1.66. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and . City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.67. QUALITY - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this bid shall be new. The items bid must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this IFB. 1.68. QUALITY OF WORK — The work performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this IFB. 1.69. REMEDIES PRIOR TO AWARD (Sec. 18-106) If prior to Contract award it is determined that a solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. , 1.70. RESOLUTION OF CONTRACT DISPUTES (Sec. 18- 105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not .be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.71. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest Bid Specifications or a bid solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 1. Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement City of Miami Bid No. 04-05-aNO» 2. Protest of Award. i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any . actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. Page 11 The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in ,,the consideration of the written protest. No time will be added to the above limits for service by mail. In . computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee, The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.72'. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.73. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall A. not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. City of Miami Bid No. 04-05-« NO» B. 1.74. SERVICE AND WARRANTY — When specified, the bidder shall define all warranty, service and replacements that will be provided. Bidders must explain on the attached Bid Response Form to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if' applicable, submitted with your bid. should be 1.75. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to used. All workmanship is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this bid, the bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid. C. D. E. F. 1.76. SUBMISSION AND G. RECEIPT OF BIDS - Bids must be received at the designated location and at, or before, the specified time of opening as designated in the IFB. NO EXCEPTIONS. Bidders are welcome to H. attend bid opening; however, no award will be made at that time. A bid tabulation will be furnished upon request; and, Bidder must enclose a self- addressed, stamped envelope when submitting a bid to receive the tabulation. Bids shall be enclosed in a sealed envelope. The face of the envelope must show the hour and date specified for receipt of bids, the bid number, and the name and return address of the Bidder. Bids not submitted on the requisite Bid Response Forms may be rejected. Bid must be submitted to the office and address listed on the front page of this IFB by the time specified to be considered for award. Page 12 I. Directions: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO S0. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: U31 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED, SOUTH TO S0 BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICA* DR. CITY HALL IS AT '+'HE END OF PAN AMERICAN DR. PARKING I5 ON RIGHT. Telegraphic bids or facsimile will not be considered. Failure to follow these procedures is cause for rejection of bid. The responsibility for obtaining and submitting this bid to the Clty Clerk's Office on or before the time and date is solely and strictly the responsibility of Bidder. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Bids received by the City Clerk after bids have begun to be opened will be returned unopened, and will not be considered for award. Late bids will be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. Modification of bids already submitted will be considered only if received at the City Clerk's .Office before the time and date set for opening bids. All modifications must be submitted in writing. Once a bid is opened, the City will not consider any subsequent submission which alters the bid, If bids are submitted at the same time for different solicitations, each bid must be placed in a separate envelope and each envelope must contain the information previously stated in 1.76.A. 1.77. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided the product fully complies with the City's upon request. specifications. 1.78. TERMINATION - The City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods or equipment. The City's obligation is contingent upon the availability of appropriate funds. 1.79. TERMS OF PAYMENT - Payment will be made by the City after the items awarded to a Bidder have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the services/goods and pursuant to Florida Statute 218.74 and other applicable law. 1.80. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this bid. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on the Bid Form. Deliveries are to made during regular City business hours unless otherwise specified in the Special Conditions. 1.81. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.82. VARIATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate any variances from bid specifications and/or conditions, no matter how slight. If variations are not stated on the Bid Response Form, it will be assumed that City of Miami Bid No. 04-05-<cNO» Page 13 2.0 SPECIAL CONDITIONS 2.1. PURPOSE The purpose of this Bid is to establish a' contract, by means of sealed bids, for uniforms - citywide, as specified herein, from a source of supply that will give prompt and efficient service. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION! CLARIFICATION Any request for additional information or clarification must be received by no later than the date specified on the cover sheet of this solicitation. Bidders may fax or email their requests to the attention of: Terry S. Byrnes, CPPB, SI-. Procurement Specialist at the City of Miami, Purchasing Department, by facsimile number: 305-416-1925 or by email: tbyrnes©ci.miami.fl.us. 2.3. TERM OF CONTRACT The Contract shall commence upon 'the date of notice of award and shall be effective for . two years with the option to extend .for two additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the besf interest of the City. 2.4. IDENTIFICATION OF EACH ITEM Each bid item must be clearly identified on the Price Sheet pages as to Manufacturer, Style Number, Cloth Mills & No., Fabric Content, Weight, etc. as requested, i,n order to be eligible for award. Uses of terms such as, As Spec are unacceptable. Failure to provide this information with the Bid Response may render the bid non -responsive. 2.5. ESCALATION CLAUSE The City acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator clause will be accepted only under the following conditions: (1) Price increase(s) and price decrease(s) comparable to exhibited manufacturer's price changes will be accepted to a maximum increase over the two year price (not to exceed 2.0% for each year, three and four). Escalated prices in the third or fourth year of the Contract, if any, shall remain firm during the applicable contract year. (2) Receipt of proper notification to the Purchasing Department, in writing, of all items affected by price increases/decreases. (3) Where all prices shall have remained fixed and firm for the effective dates of contract. (4) All price increase(s) and decrease(s) to be approved by the Purchasing Director. The City may, after review, refuse to accept the adjusted costs if: a) they are not properly documented, b) increases are considered to be excessive, or c) decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right to cancel the contract upon giving thirty (30) days notice to the Successful Bidder. 2.6. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: a) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. b) Availability of funds In the event the Contractor is unable to extend the contract for any subsequent period under the above conditions, or for whatever cause, advance written notice and explanation must be submitted to the Chief Procurement Officer, no later than ninety (90) days prior to the annual expiration date. Such notification is subject to the acceptance of the City, or the Contractor may be found to be in default. City of Miami Bid No. 04.05-cNO» Page 14 2.7. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. 2.8. METHOD OF AWARD Award of this contract will be made to the lowest most responsive, responsible bidder who bids on all items and whose bid offers the lowest price when adding items 1-17 and optional item 18 (A - D) in the aggregate. Any percentage increase for the third and fourth year of the contract will be calculated in the total four-year period for the purpose of determining the lowest bidder. 2.9. BIDDER'S MINIMUM QUALIFICATIONS a) Bids will be considered only from firms that are regularly engaged in the business of providing goods and services as described in this Bid; that have a record of performance for a reasonable period of time; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods and services if awarded a Contract under the terms and conditions herein stated. b) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. c) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established industry as determined by the proper authorities of the City of Miami, Florida. 2.10. DELIVERY Successful Bidder shall rnake delivery of any item(s) ordered herein within seven (7) days after receipt of purchase order, as indicated in the Bid Response Form. 2.11. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the invest'iation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2"°gAvenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: a. Worker's Compensation Insurance for all employees of the bidder as required by Florida Statute 440. b. Commercial General Liability Insurance on a comprehensive basis in an amount not less than $1,000,000.00 combined single limit with a general aggregate of $2,000,000 including coverage for personal and advertising injury, along with property damage to include products and completed operations and fire damage at $50,000.00. City must be shown as an additional insured with respect to this coverage. City of Miami Page 15 Bid No. 04-45-oN0» c. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work in an amount not less than $300,000.00 combined single limit per occurrence for bodily injury and property damage, The City needs to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "13" as to management, and no less than "Class V' as to financial strength, by the latest edition. of Best's Key Rating Insurance Guide or acceptance of insurance company which holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and are members of the Florida Guarantee Fund. Certificates will indicate no modification or change in insurance shall be rnade without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE: { Compliance with the foregoing requirements shall not relieve the bidder of hisliability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: d. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. e. The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Bidder in conjunction with the General. Terms and Conditions of the Bid. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.12. METHOD OF PAYMENT Full payment will be made upon receipt:and acceptance of a complete order(s). No down or partial down payments will be made. 2.13. ADDITIONS/DELETIONS OF FACILITIES!ITEMS/PRODUCTS Although this Solicitation identifies specific facilities/items/products to be serviced, it is hereby agreed and understood that any City department or agency may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the successful bidder under this contract shall be invited to submit price quotes for these new services/items/products. If these quotes are comparable with market prices offered for similar services/items/products, they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. 2.14. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Terry Byrnes, CPPB, Senior Procurement Specialist, who shall be designated as the Contract Administrator. City of Miami Page 16 Bid No. 04-06-c<NO» 2.15. SAMPLES The bidder shall provide upon request and within five (5) business days, a complete and accurate sample of the product(s) requested, which they propose to furnish. Samples will become the property of the City of Miami. • 2.16. AS OR EQUAL Manufacturer's name, brand name and/or style number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality, standards of performance and design required. They are in no way intended to prohibit the bidding of other manufacturer's brands of equal material, quality, design and standards of performance, unless the wording NO SUBSTITUTION is used. , Bids on vendor's equal will be considered provided the vendor specifies brand model, and the necessary descriptive literature. In the event the City elects to contract for an alternate purported to be an equal by the bidder, the acceptance of the item will be conditioned on the City's inspection and testing after receipt. If in the sole judgment of the City the item is determined not to be an equal, the material shall be returned at the vendor's expense. The City reserves the right to provide the bidder the opportunity to deliver a product of equal quality or terminate the contract in part or in whole and make award to the. next lowest responsive, responsible bidder. 2.17. QUALITY AND MANUFACTURE The apparent silences of these specifications as to any details or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only materials and workmanship of first quality are to be used. All interpretations of these specifications shall be made upon the basis of this statement. Specifications, brands and manufacturers' names, where given, are to establish product type and quality required. Any equal thereto will be considered, subject to the approval of the City of Miami. Bidders shall indicate on the Bid Sheets, the manufacturer, brand and model or style number they intend to supply to the City, for each item bid. All materials shall be new, of current manufacture, and shall carry standard warranties. No substitutions shall be allowed after the bid is awarded unless so authorized by the City. The City reserves the right to perform its own testing procedures or to send any and all samples to any certifiable laboratory for analysis. Any and all costs for testing shall be borne by bidder. On the basis of this testing and analysis, the City shall be sole judge of the acceptability of the sample in conjunction with the bid specifications and it's decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall, conform to the sample submitted. The bidder shall be required to provide adequate restitution to the City, in the manner prescribed by the City, if this warranty is violated during the term of the contract. 2.18. ORDER Individual purchases will be covered by purchase orders issued against the Contract as item(s) are required, or blanket purchase orders will be issued against which the department may draw quantities as needed. Individual uniform request will be issued against purchase orders. The City will not be responsible for uniforms delivered without proper authorization. 2.19. IDENTIFICATION All invoices, packing lists, packages, shipping notices, and other written documents affecting the order shall contain the applicable purchase order number. Packing lists shall be enclosed in each and every box or package shipped pursuant to this contract, indicating the contents therein. 2.20 CONTRACTOR REPRESENTATIVE Successful bidder shall provide the City with the name and contact number of a management representative of the bidder who shall serve as a liaison with the City regarding these specifications throughout the duration of the contract. City of Miami Page 17 Sid No. 04-O5-t<NO» 2.21. BID CLARIFICATION Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by email or facsimile to the Purchasing Department, Attn: Terry Byrnes, CPPB; fax: (305) 416-1925 or email: tbyrnes@ci.miami.fl.us. The bid title and number shall be referenced on all correspondence. AU questions must be received no later than the date specified on the cover page. All responses to questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.22. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from business that certifies that is has implemented a drug -free workplace program shall be gi)en preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: a. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. b. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. c. Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (a.). d. In the statement specified in subsection (a.), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. e. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.23. BID BOND/SURETY BOND All bids must be accompanied by a Bid Bond in the amount of 5% of the total bid submitted, to be in the form of a Cashier's Check or Money Order made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935. The bond, from all unsuccessful bidders, if in the form of a Cashier's Check, will be returned after bid award. All responses shall be accompanied by a Certified Check (Money Order), Cashier's Check or Surety Bond in the amount of 5% of the bid forecast amount payable to the City of Miami and conditioned upon the successful bidder submitting the specified Performance Bond within fifteen (15) days following award by the City Commission, in the form and manner required by the City. In case of failure or refusal to do so within the time stated, the security submitted with the bid will be forfeited as liquidated damages because of such failure or default. City of Miami Page 18 Bid No. 04-05-aNO» 2.24. PERFORMANCE BOND The successful bidder will be required to submit a 100% Performance Bond. The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; or a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written by a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the successful contractor. 2.25. LIQUIDATED DAMAGES Bidder shall provide all items at the guaranteed delivery time specified by the City in Section 2.1p r, Delivery. If the successful bidder fails to deliver within the specified delivery time, it is understood that 1% of the unit price per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time, not as a penalty but as a form of compensation for the loss of not having the ability to use the product. 2.26. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the Bidder are found to be defective or do not conform to specifications, the City reserves the right to cancel the order and return such materials to the Bidder to replace the materials at the Bidder's expense. 2.27. WARRANTY The successful bidder will be required. to provide a standard warranty for all products provided herein. A copy of the Standard Warranty shall be included with the Bid. 2.28. PRODUCT/CATALOG INFORMATION All bidders must submit product information on the items they propose to furnish on this bid. Any bid received not containing this information may be rejected for that reason. If catalog numbers shown in this bid are incorrect or obsolete, it is the responsibility of the vendor to update or advise the City of this problem. The catalog number you show on your bid is the one the Citv will expect to rece've. 2.29. REFERENCES Each bid must be accompanied by a list of references, which shall include the name of the company, dates of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. (See Section 4.3, Page 2 of 2) 2.30. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department in writing, no less than ten (10) days prior to a bid opening, of any change in the manufacturers' specifications which conflict with the bid specifications. Bidders must also explain any deviation from the bid specifications in writing (See Section 4.0, Bid Response Form, Page 1 of 3) as a footnote on the applicable bid page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his bid. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle in compliance with contract specifications. 2.31. BACK ORDERS It the successful bidder experiences a back order of items from its distributor, the vendor shall insure that such back orders are filled within seven (7) calendar days from the date of the initial delivery. The vendor shall not invoice the City for back ordered items until such back orders are delivered and accepted by the City's authorized representative. A continuous incidence of City of Miami Bid No. 04-05-4(N0» Page 19 backorders, (i.e. six (6) backorders in one year), may be cause for termination of contract with successful bidder. 2.32. INSPECTION Items are subject to inspection and approval by the City. Such inspection shall be made within a reasonable time after delivery, irrespective of the date of payment. The City may return rejected items at the vendor's expense. The vendor shall not replace the items returned unless so directed by the City in writing. 2.33. QUALITY OF UNIFORM All uniforms shall be manufactured using superior maintenance standards and techniques. The frequencies established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed necessary and requested by the City. 2.34. TERMINATION FOR DEFAULT If Contractor defaults in its performance under this Contract and does not cure the default within five (5) days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Contractor • shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his/her or his/her subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami under Section 2.35. 2.35. TERMINATION FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.36. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the bid response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this bid. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this bid solicitation are the only conditions applicable to this bid and that the bidder's authorized signature affixed to the bidder's acknowledgment form attests to this. City of Miami Page 20 Bid No. 04-05-oN0» 3.0. SPECIFICATIONS All garments are to be constructed with first-class workmanship, properly pressed, and shall bear standard labeling showing size, fabric content and washing instructions. ITEM 1: STANDARD WORK SHIRT WITH PATCH — MEN'S !WOMEN'S Style: Sport type, French front, full cut with dress shirt tails. Minimum 5 buttons & snap for closure. Pockets: Two breast pockets. Left pocket to have pencil division. Pockets (with or without Flaps Optional) to contain heavy bar tack at all strain points. Collar: Convertible type, 3-ply. Blouse style collar not acceptable. Interlining 100% polyester with permanent collar stays. Backs: Double yoke width at minimum point 2-1/4". Stitching: Shirts to have Merrow stitching for sleeving operation and closing operation or overlook with safety stitch. Emblem/Patches: Appropriate CITY OF MIAMI patch (provided by each department) sewn onto shirt at point designated by the department at time of order (generally, left sleeve below shoulder, or left front above pocket). Variations: Shirts offered to the City shall be available in the following variations. Bidders shall indicated on the Price Sheet, the Manufacturer, and style number for each, if different • Fabric: 1. Permanent Press Poplin consisting of 65% Polyester/35% combed cotton. Finished with a weight between 4 to 5 ounces. Permanent Press finish with soil release. 2. 100% cotton (flame retardant), weight 8-9 oz. per square yard. Sleeves: 1. Short sleeves, approximately 9" in length for men's sizes, cuffed no less than'/" doubled. Single stitched hem. 2. Long sleeves to have single button through closure on each sleeve. 3. X-Iong sleeves in excess of standard lengths, with single button through closure. Sizes: Shall be available in standard sizes to fit both men and women. Colors: Shall be available in a variety of colors - minimally, those listed here: white, light blue, dark blue, grey green (medium dark) light green and other colors shown in catalogue. ITEM 2: MILITARY STYLE SHIRT — MEN'S / WOMEN'S SHORT AND LONG SLEEVE Equal to Superior Surgical Mfg. Co. (Worklong Div.) style #22150 to #23168, or Flying Cross #65R5400, 65R5425, 59R5100 (depending an color and sleeve) Fabric: Shall be a Poplin weave, 65% Dacron Polyester, 35% Combed Cotton with a finished weight of 4.0 to 4.5 oz, per square yard. Shall have a permanent press soil release finish. City of Miami Page 21 Bid No. 04-05-«NO» Style: Shirt shall be made in a coat style, form -fitting, with convertible collar. It will have shoulder straps and full badge and scalloped flaps. The back to have a double yoke. Collar: Shall be a convertible sport collar to fasten in front with button. Collar to have a permanent sewing collar stays. Points to finish approximately 8". Shoulder Straps: The shoulder straps shall be pointed at the end toward the neck of the shirt. The other end shall be sewn in sleevehead. Strap to measure 2" at the sleeve and tapered. Strap to be box -stitched to shoulders with row of cross-stitching 2". " Badge Reinforcement: Shall have a 2-ply sling -type badge reinforcement inside left front of shirt 1-1/8" wide. Shall be centered and secured. Two button hole eyelets are to be spaced approximately 1-1/4" apart with the bottom eyelet approximately 1-1/4" from the top of the left pocket flap. Front: To be made with a sport shirt front having turn back facings of approximately 3". There shall be one button and hole at lapel and 5 additional buttons down the front. Pockets: Shirt shall have two outside pleated breast pockets with scalloped flaps. Flaps to be secured to front of shirt approximately %" above pocket. Left flap to have invisible pencil opening. Pocket shall be clip - corner design to finish 5-1/2" wide and 6" deep. The left breast pocket to have a pencil stitch. Sewing: Collars and pocket flaps shall be stitched 1/8" from edge. Side closing and sleeve setting shall be made with a safety stitch type machine. All stitching will be a fast color vat dyed, spun -polyester thread with no fewer than 12 to 14 stitches per inch. Bottom hem' shall be a continuous hem approximately 3/8". No gussets. Interlining: Collars and pocket flaps to be interlined with 100 Dacron Polyester Taffeta. Variations: Short Sleeves - straight and one piece with % hem and finish approximately 9" from shoulder. Long Sleeves - 32" to 35", single button cuff appropriate length for women. Colors: Beige/Tan, Light Blue and White and other colors shown in catalogue. ITEM 3: SPORT SHIRT — MEN'S / WOMEN'S SHORT SLEEVE As or equal to Whang #1-816 (#1-8109) Fabric: 50% Cotton, 50% Polyester, Permanent Press, Soil Release. Design: Short Sleeve, placket front, two piece collar, with double stitch trim detail (Western Style) on collar, placket, cuff, and front and back yoke. Finish: First Class workmanship, polyester thread, lock double -stitched side seams, finished hems approx. '/2". Variations: Available in the following variations (indicate mfg. and style number if different). City of Miami. Page 22 Bid No. 04-05-«NO» Sizes: Men and Women (S, M, L, XL, XXL) Colors: Shall be available in all colors shown in supplied catalogue. ITEM 4: LADIES BLOUSES Fabric & Style LS Broadcloth classic - long & short sleeve Colors: Blue, red, Burgundy stripes or solid white and othercolors shown in catalogue. Sizes: S/M/L/X/XXL ITEM 5: KNIT -DRESS SHIRT Fabric: 50% Cotton 50% Polyester (preferred), or 25% cotton 75% polyester. Permanent press, soil release. Jersey or honeycomb knit. i Design: Short sleeve, placket front, two-piece collar, with double stitch trim detail (Western Style) on collar, placket, cuff and front and back yoke. Sleeve: Short Sleeve, Stitched Cuff appearance, scalloped at outside center 2" wide and 3" from end, tapered to 2" from end at inside. (3" scallop to accept markings or embroidery). Placket: Approximately 10" down from top/collar button 1 1/2" wide. Double stitched side and bottom, with diagonal cross and box stitch last 1 '/" . Three (3) buttons on placket. Pockets: Two (2) breast pockets, patch type, about 4" wide by 4'/" deep. Double stitch trim detail all four sides and at bottom of "pseudo" flap. Flap effect about 1 '/4" down from pocket opening. Yoke Shoulder: Western style detail affected by scalloped double stitching. Placed front, each side of collar, 2'/z' from shoulder seam at sleeve, widened to point 4" from shoulder seam, then tapered to approximately 3" at collar. Placed back .2" from shoulder seam at each sleeve, and approximately 4 1/2" down from collar seam at points each side of collar. Collar: Two-piece, pointed with double stitch trim Variations: Color: Shall be available in a variety of colors, including white and medium blue. Sizes: To be available in sizes to fit both men and women's; may omit pocket if different style. City of Miami Page 23 Bid No. 04-05-4(NO» ITEM 6: OXFORD STYLE KNIT -DRESS SHIRT- SHORT / LONG SLEEVE — MEN'S 1 WOMEN'S Fabric: Oxford White or Blue, 60% cotton, 40% polyester (preferred), numeric sizing, button down, long sleeve, 50% Cotton, 50% Polyester, or 25% cotton 75% polyester. Permanent Press. Design: Short or Long Sleeve, placket front, two-piece collar, with double stitch trim detail (Western Style) on collar, placket, cuff and front and back yoke. Sleeve: Short Sleeve, Stitched Cuff appearance, scalloped at outside center 2" wide and 3" from end, tapered to 2" from end at inside. (3" scallop to accept markings or embroidery). Placket: Approximately 10" down from top/collar button 1 1/2" wide.. Double stitched side and bottom, with diagonal cross and box stitch last 1 '/z' . Three (3) buttons on placket. Pockets: Two (2) breast pockets, patch type, about 4" wide by 4'/" deep. Double stitch trim detail all four sides and at bottom of "pseudo" flap. Flap effect about 1 Y4" down from pocket opening. Yoke Shoulder: Western style detail affected by scalloped double stitching. Placed front, each side of collar, 2 1/2" from shoulder seam at sleeve, widened to point 4" from shoulder seam, then tapered to approximately 3" at collar. Placed back 2" from shoulder seam at each sleeve, and approximately 4 '/" down from collar seam at points each side of collar. Collar:. .. . Two-piece, pointed with double stitch trim Variations: Color: Shall be available in a variety of colors, including white and medium blue. Sizes: To be available in sizes to fit both men and women's; may omit pocket if different style. Colors: Shall be available in all colors shown in supplied catalogue. ITEM 7: WINDBREAKER 1 JACKET / FLIGHT JACKET STYLE As or equal to Horace Small #2509, Superior Surgical Mfg. Co., Style #24648 Design: Windbreaker style, zipper front, lightweight, accepts removable liner. Two stitched front panels form side pockets. Flight jacket to have waistband - cuffs - collar trim - light powder blue embroidered or patch with City seal on left breast in white. Pockets: Side pockets with vertical openings each side Breast pockets (two), pleated, with scalloped flaps and buttons. Sleeves: Long sleeves cuffed with button or Velcro closures Waist: Elastic shirring at sides City of Miami Page 24 Bid No, O4-O5-eNO» Collar: Straight pointed, shirt type Variations: Sizes: Available in sizes range from (XS - XXXL) to fit both men and women, regular and long Colors: Shall be available in all colors shown in supplied catalogue. ITEM 8: TWILL JACKET As or equal to Superior Surgical Mfg. "Century 21" #24234, 24238, 24245 depending on colors. Fabric: 100% Polyester stretch knit, permanent press, solid release. Design: Zip front, accepts removable liner, stitched front panels forming side pockets. Pockets: Two side pockets, vertical opening. Sleeves: Long sleeve with Velcro or button closure on cuff Waist: Concealed elastic shirring Collar: Pointed, shirt type. Variations: Sizes: Available in sizes range from (XS - XXL) regular and long to fit both men and women Colors: Shall be available in all colors shown in supplied catalogue. ITEM 9: JACKET LINER As or equal to Horace Small, or Superior Surgical Style #24697, Lining to be Zip -in style, Long Sleeve, Quilted "Z" stitch with %." polyurethane foam quilting or fiber fill. One inside pocket. To fit both windbreaker or twill jacket. ITEM 10: THREE (3) SEASON VERSATILE JACKET (MEN/WOMEN) Liner: Quilted sleeveless liner zip -out. Pocket: Welted slash pockets. Pocket on left sleeve. Collar: Rib knit Fabric: Rib knit collar, waist, and cuffs, 65/35 Polyester/Cotton Twill. City of Miami Page 25 Bid No. 04-05-<N0» Emblem: CITY circular logo shall be embroidered on left front. Colors: Shall be available in all colors shown in supplied catalogue. ITEM 11: WORK TROUSERS — MEN'S AND WOMAN'S Design: Trousers shall be made with a plain front, straight side pockets, two back pockets. Pockets: Front pockets shall have a minimum opening of 6". Back pockets to have a minimum opening of 5" and shall be 6" deep. Left back pocket to have a' button and matching button hole for closure. All pocket openings to be heavily bartacked to insure long wear. Waistband: To be separate waistband and to be a minimum of 2" wide with a button and button hole for closure. Waistband materials to match pocketing and must be closed all round curtain of garment. Belt Loops: There shall be a minimum of 6 belt loops. Each loop to be'/." wide of double thickness and stitched on the face side with two needle machine. Zipper: Trouser shall be closed with a Talon #5 (or approved equal) solid brass spring lock zipper. Zipper tape to match fabric and perma-press treated. A straight bartack shall be sewn at the bottom of the fly. Hem: Bottom of trousers should be finished plain, without cuff, with a minimum circumference of 18" , and with at least a 2" him. Length according to ordering instructions. Seaming: Trousers to seamed with polyester core thread and seat seams. Finishing: To be stitched with a tandem needle machine. Trousers shall be made in a first workmanlike manner and properly pressed with side seam, inseam and seat seam pressed open. Variations: Trousers offered to the City shall be available in the below variations. Bidders shall indicate in the Price Sheet, the manufacturer and style number for each, if different Fabric: 1. Permanent Press: 65% Polyester / 35% combed cotton. Fine line twill. Finished weight from seven to eight ounces. Perma-press finish with soil release. 2. Cotton: 100% Cotton (flame retardant) weight 8-9 oz. per square yard. Sizes: 1. Men: Waist sizes to be available in all odd and even sizes form 28" to 37" and even sized from 38" to 50". The leg sized and length should increase by normal standards in accordance with waist size. Trousers with waist sizes 38" and larger shall have full cut seat measurement. 2. Women: Trousers shall be available in standard women's waist sizes with cut and length to vary according to standard industry practice. Colors: City of Miaml Page 26 Bld No. 04-06-0NO» Shall be available in a variety of colors, minimally, those listed here: tan, khaki, grey, green, dark green, navy, medium blue, brown, white, "French blue" as well as all available colors shown in supplied catalogue. ITEM 12: PLEATED SERVICE PANTS — MEN'S AND WOMAN'S Fabric: Durable permanent press 65% Polyester / 35% combed cotton Style: Comfortable and sturdy with sharp double -front pleats Pockets: Two (2) quarter front top pockets and one back pocket. Color: Dark Navy as well as all available colors shown in supplied catalogue. ITEM 13: SKIRT As or equal to Superior Mfg. Co., model #21468, Fabric: 100% Polyester knit, 10 to 11 oz., soil release, Wick finish Design: A line skirt with back zipper, 1" - 2" waistband with side elastic insets Zipper: As or equal to Talon #769 nylon with memory lock slider and bottom stop. Permanent press finish Seaming and Finishing: Entire garment to be sewn with polyester thread. To be made with first class workmanship, all loose threads removed, and pressed completely and properly side seams pressed open Sizes: Waist sizes 22" to 38", appropriate length. Variations: Pockets: To be available with and without pockets. Two side inserted pockets shall be constructed in a manner similar to front pockets specified in previous item, including pocketing. Shall be available in all colors shown in supplied catalogue. ITEM 14: SHORTS — MEN'S AND WOMAN'S As equal to Woolrich Twill, Style #1090. Style: Cargo shorts, six (6) pockets. Fabric: 65% Polyester, 35% combed cotton, fine line twill. Finished weight 7 to 8 oz. Permanent press with soil release. Pockets: Two slit front, four (4) patch with button flap (two -front and two rear). Slit pocket opening approximately 6- 1/2" with reinforced pocketing. Other to open at least 5-1/2". All to be at least 6" deep. Patch pockets to be firmly bartacked at each corner. City of Miami Page 27 Bld No. 04-06-aNO» Waistband: Minimum 2" waistband with button cicsure. Material to be 65% polyester/35% cotton and harmonize with garment, waistband to be continuous closed, with non -roll stiffener. Belt'L.00ps: At least five (5) loops for small sizes (up to 30"), and at least 6 for larger sizes. Loops to be double thick, at least'/." wide. Two needle stitched on face side. Zipper: As or equal to Talon #769 nylon, with lock slider and bottom stop. Permanent press zipper tape, color to match garment. Straight bartack at bottom. Hem: Finished plain without cuff, at least 2", to meet at approximately below mid -thigh. Seaming and Finishing: Entire garment to be sewn with polyester thread. Seat seam stitched with tandem needle machine. To be made with first class workmanship, loose threads removed, and completely properly pressed, side, seat and in -seams pressed open. Variations: Sizes: Shall be available in sizes to fit both men and women, as specified for Item 10, Standard Work Trousers. Shall be available in all colors shown in supplied catalogue including tan/khaki. ITEM 15: COVERALLS — MEN'S AND WOMAN'S Design: The coverall shall be designed to allow quick entry to the wearer and have maximum comfortability to facilitate speed of movement and flexibility. Fabric: The materials shall be durable 65% polyester, 35% combed cotton, 7 to 8 oz. weave twill, soil release. Cutting: The component parts of each coverall are to be cut from one piece of cloth to ensure the best weaving quality and appearance. Thread: All stitching throughout the coverall must be done with 100% polyester thread. Stitches & Seaming: All stitches and seams operations must be accomplished with no less than ten stitches per inch. All stitches of seams shall be locked stitched with double needle seaming operation. Details: The coverall shall consist of five major parts: left and right front, left and right sleeves and one-piece backs. Zipper Front: The front shall be closed with a heavy duty metal zipper 2-way preferred. Behind the zipper there is to be a two ply polyester cotton, two ply facing 1-1/2" wide extending the full length of the front caught in the crotch seam finishing at the neck line. The zipper is to be double needle stitched to the front facing and firmly bracketed at the crotched seam to prevent zipping off. Pockets: There is to be a pocket on the left breast, patch type, ten inches deep be eight inches wide. The pocket shall be securely bracketed at the corners. Each thigh shall have pocket, patch type, box shaped City of Miami Page 28 Bid No. 04-05-aNO» measuring eight inches in width and ten inches deep. Each pocket shall be securely bar tacked in the corners to prevent ripping off. There is to be two patch type back pockets one on each corner. Five (5) patch pockets, box shaped, 10" deep by 8" wide, each security bracketed or bartacked at corners. Placement: Left breast, each thigh, two rear. { Back: The back of the garment shall have a bid swing feature to facilitate ease of movement. The .turn over of the back pleating to facilitate this feature shall be double stitched and firmly bar tacked at the shoulder and the waist line. Collar: The collar is to be made of three ply material and shall be at least 3-1/2" wide at the center back neck, There is to be a woven label in the neck line below the collar showing manufacturer's name, fabric, content and size. Variations: • Coveralls offered shall be available in the following variations. Bidders shall indicate on the Price Sheet, the manufacturer and style number for each, if different. ti Colors: Shall be available in all colors shown in supplied, catalogue. { ITEM 16: GARRISON BELT As or equal to Mixon, style #351, or Cortland style #11 Material: Top grain cowhide, 1-5/8" wide. Closure: 6 or 7, nickel -plated snap closure Color: Black (minimally) and all colors shown in supplied catalogue. Sizes: Standard waist sizes (for both men and women) 28 through 54. ITEM 17: CAPS Material: Shall be 60% cotton, and 40% polyester. Color: Black, Navy, Red, Royal, Spruce Green, Tan, White and all colors shown in supplied catalogue. Bill: Shall be no less than 3" in length with no less than four (4) stitches, equidistantly placed from edge. The underside of bill to be spruce green or other dark color. The bill liner shall be of washable material. Crown: Shall be composed of at least two (2) sections, and the front shall be lined with buckram fabric or equivalent for cap shape retention. Each section is to have at least two (2) ventilation holes. Sections shall be double -stitched. Back of crown to have elastic or plastic adjuster. Sweatband: Shall be made of absorbable cloth, on either side of a built-in washable liner. Sizes: Shall be adjustable for different head sizes, and shall be provided in sizes to fit both male and female employees. City of Miami Page 29 Bid No. 04-05-eNO» ITEM 18: OPTIONAL ITEMS Logos/Patches/Emblems General: Shall be round, 4" diameter, with 1/8" wide edge, narrow stitching. The City may select one or both designs described below. Background material will be 65% polyester, 35% cotton twill warp faced. Ali threads to be colorfast, preshrunk, with proper strength and tension and will withstand repeated machine washing without color fading. If patches or embroidery fades after only 90 days use, the awarded vendor with replace and install a new patch at no additional charge to the City. Center Design: Shall be one or both of the following: City Seal: Replica of City Seal. In center, bearing detailed palm tree and words "incorporated" and below "1896" perpendicular to and across trunk. To have white inner circle stitch, white background. Lettering: ! i Shall be 3/8" to'/+" swiss or shiffli, depending on wording length. To read the "City of Miami" around the top center circle. Bottom semi -circle to be blank, or shall read "Florida", Department name, or Division Name, as specified at the time of order, as these listed below. The City reserves the right to require patches for additional departments/division throuighout the contract term. Attachment: All patches will be furnished complete and attached to garments at the placement point indicated at time of order, generally left sleeve below shoulder or left front above pocket. Certain specified garments (Item 1) Standard Work Shirt, shall be bid with patches (and attachment) included in the bid price. Code Enforcement Department Embroidered Patch: Blue lettering and gold background (like police) to read "The City of Miami" around the top center circle. Bottom semi -circle to be blank, or shall read "Florida", Department name, or Division Name, as specified at the time of order. Directly attached to the bottom of the patch should read "Inspector" or "Supervisor". DepartmentlDivision (Names for Patches) (S,ubject to Change of Title) Department , Division General Services Administration Graphic Reproduction Fleet Management Property Maintenance Miami Riverside Center Solid Waste Net Parks & Recreation Operations Recreation Marinas Public Facilities Public Works City of Miami Bid No. 04-05-cNO» Page 30 Dinner Key Miamarina at Bayside Marine Stadium Marina Orange Bowl Stadium Coconut Grove Convention Center Manuel Artime Community Center Operations Code Enforcement Code Enforcement inspector Supervisor Name Patch: Shall' be embroidered patch, approximately 3-112" wide x 1-1/2" high (maximum) for employee name and/or position title (one or two lines). Shall be two color (background and contrasting stitching) with edge stitching. All established colors, lettering styles, and number of spaces available. Complete with installation. Back Lettering: To be specified at time of order, (will be used primarily on garments - work shirts for Solid Waste). Shall be silk-screened using approximately 2" to 2-1/2" block letters, uniformed, and fade resistant, centeredon upper back. To read "City of Miami" in an arch or semi -circle (approx. 13" long), top of arch approximately 4-1/4" below collar seam. Single line below (centered and straight horizontal) to read department, division or position name, approx. 12" long. Embroidery: To be standard computerized stitching, simple script or block lettering and/or design. Department name, individual employee name and/or position title to be embroidered directly onto the garment in space approximately 5" wide x 1-1/2" high (maximum) in one or two lines. Placement generally, above the breast pocket, wording and stitch color to be specified at time of order. Embroidered Emblem: City of Miami/Department logo to be embroidered directly onto garment approximately 2" square or circle consisting 1-1/2" city logo (white with gold trim) and one or two lines (semi -circles) or lettering (white). Lettering approximately %" high. Additional Silk -Screening: (All lettering to be simple styles. Placement generally, shirt front above pocket) 1. One to two color City Logo - 1" to 3" diameter, 2. One to two color line print, 1" to 3" diameter City of Miami Bld No. 04-05-dN4» Page 31 4.0 BID RESPONSE FORM 4.1. Certification Statement (Pagel of 3) Please quote on this form(s) net prices for the item,(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 120 days following the tinge set for opening of the bids. In the event of errors in extension of totals,. the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted pf any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this bid have been documented in the section below (refer to paragraph and section). EXCEPTIONS: Payment Terms: 2% 10 days_ Net 30 days — Delivery will be made within seven (7) calendar days after receipt of purchase order. We (I) certify that any and all information contained in this bid is true; and we (I) further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this IFB and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: NAME OF BIDDER: ADDRESS: PHONE: FAX: EMAIL: BEEPER: SIGNED BY: TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID, City of Miami Page 32 Bld No. 04-05-aNOa Bid Response Form - Certification Statement (Page 2 of 3) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of a 20 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of :Directors of a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreerrhent remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). City of Miami Page 33 Bld No. 04-05-aNON Bid Response Form - Certification Statement (Page 3 of 3) CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , 20 Signed: Print: day of STATE OF ) SS: COUNTY OF ) The foregoing instrument was acknowledged before me this day of 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC City of Miami Page 34 Bid No. 04-05-«NON 4.2. BID FORM iter , Description 1 Men'slWomen's Standard Work Shirt a. Short Sleeve with patch — Permanent Press Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: Estimated Annual Unit Price Extended Amount 1500 $ lea $ b. Short Sleeve with patch - Cotton 300 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: c. Long Sleeve with patch — Permanent Press 130 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: d. Long Sleeve with patch — Cotton Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 20 $ lea $ e. X-Long Sleeve with patch - Permanent Press 20 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: City of Miami Bid No. 04-05-44NO» Page 35 1. X-Long Sleeve with patch — Cotton Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 2 Men's/Women's Military Shirts 20 $ lea $ a. Short Sleeve 100 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: b. Long Sleeve 50 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 3 Men/Women's Sport Shirt -Short Sleeve 4 Women's Blouses a. 100 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: Long Sleeve 25 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: City of Miami Page 36 Bid No. 04-06-eNO» b. Short Sleeve 20 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 5 Men's/Women's Knit Dress Shirt Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 6 Oxford Style Men's/Women's Knit Dress Shirt Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 7 Windbreaker and Jackets with embroidered City Logo 50. $ 19a,. $ 50 $ lea $ a. 'Men's/Women's Windbreaker Jacket 150 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: b. Men's/Women's Flight/Satin Jacket Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 25 $ lea $ City of Miami Page 37 Bid No. 04-O5-eN0» 8 Men's/Women's Twill Jacket Mfg. Nq'rne: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 5 $ lea $ 9 Jacket Liner 155 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 10 Three (3) Season Versatile Jacket with embroidered City Logo Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 11 Work Trousers- Men/Women's 10 $ lea $ a. Men/Women's Work Trousers, Permanent Press 1500 $ lea $ Mfg. Name: Mfg. Style No: 'Cloth Mills & No: Fabric Content: Weight: b. Men/Women's Work Trousers - Cotton 400 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 12 Menfwomen's Pleated Service Pants Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 40 $ lea $ City of Miami Page 38 Bid No. O4-05-«NO» 13 Women's Skirt a. b. 14 Shorts a. With pockets 50 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: Without pockets 50 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: Men/Women's Shorts 100 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: b. Men's/Women's Lifeguard Shorts 40 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 15 Men/Women's Coveralls a. Short Sleeve - Permanent Press 20 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: City of Miami Page 39 Bld No. 04-05-«NO» b. 16 Garrison Belt Long Sleeve - Permanent Press 20 $ lea $ Mfg. Name: Mfg. Style No: Cloth Mills & No: Fabric Content: Weight: 23 $ l�a$ Mfg. Name: Mfg. Style No: 17 Baseball Style Cap 1500 $ lea $ Mfg. Name: Mfg. Style No: TOTAL (Items 1 —17) $ 18 Optional Items: a. Patches to include placement 9n garments (See Attachment "A" Samples) 1) City Logos/Patches 500 $ lea $ 2) Name Patch 500 $ lea $ la. 1 Silkscreening Print Charge per garments/caps 1) One Color Screen 500 $ lea $ 2) Two Color Screen 500 $ lea $ c. Silkscreening Set Up Charge 1) One Color Screen 500 $ lea $ 2) Two Color Screen 500 $ \ea $ d. Embroidery 1) City Logo 500 $ lea $ Line Print (based on 1/4" height 2) block style up to 50 characters long) 500 $ lea $ City of Miami Bid No. 04-06-uNO» 3) Line Print (based on 3/4" height block style up to 50 characters long) Page 40 500 $ lea $ 4) Line Print (based on 1 112" height block style up to 30 characters long) TOTAL OPTIONAL ITEMS (a — d) 500 $ lea $ TOTAL ALL ITEMS AND OPTIONS (Items 1-17 and 18 a-d): $ ** Estimated quantities are for evaluation purposes only. Number of calendar days required for delivery of items not requiring alterations after receipt of Purchase Order (Per Section 2.10): , " Z___Jdays Number of calendar days required for delivery of items requiring alterations after receipt of Order ALTERERITAILOR CONTACT INFORMATION: Name: Address: Contact Person: Phone Number: Fax Number:. Is there a percentage increase beyond the second year of the contract? YES NO If yes, please indicate below the increase (not to exceed 2.0% per year) for the 3rd and 4th year of the contract: 4th year of 3rd year of Contract Contract Percentage Percentage Increase Increase, (Above the fixed and firm bid prices offered for the first two years, unless there is a manufacturer's increase) (From the third year bid prices) Warranty period for all items supplied as per Special Conditions: Months Z_ldays Bidder: Signature FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DISQUALIFY YOUR BID. City of Miami Page 41 Bid No. 04-05-«NO» 4.3. Bid Response Form — Qualification Statement (Page 1 of 2) INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President Vice President Secretary Treasurer COMPANY OWNERSHIP: LICENSES: % of ownership % of ownership % of ownership % of ownership 1. County or Municipal Occupational License No. (attach copy with bid) 2. Occupational License Classification 3. Occupational License Expiration Date: 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or. Federal T.D. No. EXPERIENCE: 6. Number of Years your organization has been in business: 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: City of Miami Page 42 Bid No. 04-05-«NO» Bid Response Form — Qualification Statement (Page 2 of 2) 9. Experience Record: List references who may be contacted to ascertain information on past and/or present contracts, work, jobs, that BIDDER/PROPOSER has performed of a type similar to that required by specifications of the City's Bid or RFP with whom you have done business with in the past three (3) years: FIRM NAME/ADDRESS DATES OF CONTRACT DESCRIPTION OF GOODS SUPPLIED CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATES OF CONTRACT DESCRIPTION OF GOODS SUPPLIED CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATES QF CONTRACT DESCRIPTION OF GOODS SUPPLIED CONTACT PERSON: PHONE NO.: FIRM NAME/ADDRESS DATES OF CONTRACT DESCRIPTION OF GOODS SUPPLIED CONTACT PERSON: PHONE NO.: FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISQUALIFY YOUR BID. City of Miami Page 43 BId No. 04-06-«NO» 4.4. MINORITY/WOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT Please Check One Box Only [ 1 Hispanic [ [Female [ 1 Black [ ] Not Applicable If business is not 51% minority/female owned , affidavit does not apply. If not applicable, notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we have read Section 2.25 of the General Terrns and meet the fifty-one percent (51%) ownership and management requirement for minority/women registration status and will abide by alI of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at any time information submitted by the undersigned applicant in his/her Bidder Application should prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's Master Bidder list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Bidder Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women -owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Bidder Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may share a firm's registration information concerning its minority/women status and its capability with other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as amended. Firm Name: (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. NOTARIZATION COUNTY, SS COUNTY OF DADE Date: That: acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID, personally appeared before me and City of Miami Page 44 Bid No. 04-05-«NO» 4.5. SAMPLE OF AFFIRMATIVE ACTION POLICY for EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION/ EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and that its personnel practices will not be influenced byan applicant's or employee's race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. One of the management duties of all principals at (Company Name) is to ensure that the following, personnel practices are being satisfied: 1. Take every necessary affirmative action to attract and retain qualified employees, regardlest of race, color, place of birth, religion, national origin, sex, afire, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management. And so, to monitor our efforts, (Company Name) has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy. DATE: (SIGNATURE/TITLE): FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID. City of Miami Page 46 Bid No. 04-06-aNO» 4.6. OFFICE LOCATION AFFIDAVIT Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the corporate limits of the City of Miami. Legal Name of Firm: Entity Type: (check one box only) [] Partnership [] Sole Proprietorship [] Corporation Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: Office Location ofthe bidder/proposer: , PRESENT Street Address: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to Ordinance No. 12271 (Section 18-8): The City Commission may offer to a responsible and responsive local bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder. The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. f:..`cx+ral.t. Se Authorize Signature Print Name Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of ajoint venture.) STATE OF FLORIDA, COUNTY OF DADE 0 Personally known to me; or Subscribed and Sworn before me that this is a true statement this day of 199. [l Produced identification: Notary Public, State of Florida My Commission expires ( Seal) Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate Income tax filing return and any other documents(s) to verify the location of the firm's office. City of Miami Page 46 Bld No. 04-06-eNO» 4.7. STATEMENT OF NO BID NOTE: If you do not intend to submit a bid on this commodity or service, please return this form in the bid envelope on or before bid opening. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the vendor/bidder's list Office of the City Clerk 3500 Pan American Drive Miami, FL 33131-5504 We, the undersigned, have declined to submit a bid on your Bid No. the following reasons: Specifications too "tight", i.e., geared toward one brand or Insufficient time to respond to the Invitation for Bids We do not offer this product or service. Our schedule would not permit us to perform. We are unable to meet specifications. We are unable to meet bond requirements. Specifications are unclear (explain below). We are unable to meet insurance requirements. Remove us from your bidders' list for this commodity or se Other (specify below). Remarks: 04-05-81 for UNIFORMS - CITYWIDE for manufacturer only (explain below). rvice. We understand that if this statement is not completed and returned, our company may be deleted from the City of Miami bidders' list for this commodity or service. Company Name: Signature: Title: Telephone: Date: A completed vendor application should be returned with this form if vendor has not previously submitted an application and secured a vendor number from the City. City of Miami Bid No. 04-O5-cNO» Page 47 4.8. STATEMENT OF INTENT TO, COMPLY WITH ORDINANCE NO. 10032 Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Bidder will complete and submit the following questions as part of the IFB. Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded this contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary yof duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of contract. EXPECTED:;;: RATE OF PAY ' NUMBER OF .;' LENGTH OR POSITION/TITLE Hourly/Weekly DUTIES POSITIONS DURATION. 1) 2) 3) 4) 5) 6) 7) 8) (Use additional sheets if necessary) COMPANY NAME: SIGNATURE/TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID, City of Miami Page 48 Bid No. 04-05-eNO» 4.9. Bid Bond Response Form — (Page 1 of 3) State of Florida ) County of Dade ) SS City of Miami ) KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, as Surety, are held and firmly bound unto the City of Miami, in the penal sum of Dollars ($ ) lawful. money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly andseverally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20 , for: NOW THEREFORE: (a) If the principal shall not withdraw said bid within sixty (60) days after date of opening the same, and shall within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or, (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bond within the time specified, if the principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. City of Miaml Page 49 Bid No. 04-05-4(NO» Bid Response Form — Bid Bond Form (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this ' , day of , A. D., 20_, the name and corporate seal of each party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal.) PRINCIPAL: (Name of Firm) Affix Seal (Signature of authorized officer) (Title) (Business Address) City State Zip Surety: (Corporate Surety) Affix Seal Surety Secretary (Signature of Authorized Officer) (Title) (Business Address) City State Zip (Name of Local Insurance Agency) Address Telephone Number The rate of premium on this bond is per thousand. Total amount of premium charges $ (The above must be filled in by Corporate Surety) City of Miami Page 60 Bid No. 04-06-(NO» Bid Response Form — Bid Bond Form (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named as Principal in the within bond; that of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) STATE OF FLORIDA ) COUNTY OF DADE CITY OF MIAMI SS Before me, a Notary Public duly commissioned, qualified and personally appeared to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the and that he/she has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of the City of Miami, Florida. Subscribed and sworn to before me this INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders day of A. D., 20 _ Notary Public, State of Florida at Large My Commission Expires: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. City of Miami Page 51 Bld No. 04-05-«No» 4.10. PERFORMANCE BOND REQUIREMENTS The successful bidder shall furnish a Performance Bond, as stipulated on the Special Conditions of this IFB. The following specifications shall apply to the bond required: A. All bonds shall be written through suretyinsurers authorized to do business in the State of Florida as surety, with the following qualifications as to management ;and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 0 to 500,000: B V 500,001 to 1,500,000 B+ VI 1,500,001 to 2,500,000 A VII 2,500,001 to 5,000,000! A VIII 5,000,000 to 10,000,000 A IX Over 10,000,000 A+ X B. Surety insurers shall be listed in the atest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For contracts in excess of 500,000 the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. E. Inlieu of a Performance Bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami will be acceptable. All interest will accrue to the City of Miami during the life of this contract and as long as the funds are being held by the City. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. The City of Miami reserves the right to reject.any and all security tendered to the City. The undersigned bidder acknowledges that (s)he has read the above information and agrees to comply with the above requirements. Bidder: Date: (Company name) Signature: Print Name: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM IF REQUIRED SHALL DISQUALIFY THIS BID. City of Miami Page 52 Bid No. 04-05-cNO» 5.0 BID RESPONSE CHECK LIST This checklist is provided to help you conform to all requirements stipulated in this IFB. Required to be Submitted with Bid 1. Bid Certification Form (Form 4.1.) This form must be completed and signed to validate your bid Yes ® No ❑ 2 Bid Form- (Form 4.2.) This form must be completed and signed by bidder Yes ® No ❑ 3. Bidder Qualification Statement (Form 4.3.) This form should be completed in its entirety to verify the capability of Yes ® No bidder to perform/deliver the services/goods specified in the IFB 4. MinoritylWomen Business Affairs Registration, Affidavit, if applicable (Form 4.4.) Yes ® No ❑ Must be completed only if one or more of the owners in the business enterprise is at least 51% owned by a Black, Hispanic or Female. 5. Affirmative Action Policy for Equal Employment Opportunity (Form 4.5.) Yes ® No ❑ Should be completed by Bidder. 6. Office Location Affidavit, if applicable (Form 4.6.) Section 18-85 of City Ordinance No. 12271, states that the City Yes ® No ❑ Commission may offer to a responsible and responsive bidder, who maintains a Local Office, the opportunity df accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder. (Must be signed and notarized by the local bidder, only for use in attesting office location). The City reserves the right to verify local status. 7 Statement of No Bid, only if applicable (Form 4.7.) If you do not intend to submit a bid on this commodity or service, please return this form in the bid envelope on or before bid opening. If the "Statement of No Bid" form is not completed and returned, your company may be deleted from the City of Miami bidder's list for this commodity or service. 8. Statement of Compliance with Ordinance 10032 (Form 4.8.) This form must be completed and signed by bidder 9. Bid Bond, if applicable (Form 4.9.) To be completed and executed by bidder. 10. Performance Bond (Form 4.10.) To be completed and•executed by bidder. 11. Copy of Occupational License Copy to be included with Bid. 92. Technical Specifications, Descriptive Literature, Brochures Yes ®No❑ Yes ® No ❑ Yes ®No❑ Yes ®No❑ Yes ®No❑ Yes ®No❑ TO BE SUBMITTED AS PART OF YOUR BID RESPONSE. City of Miami Page 53 Bid No. 04-05-410» ATTACHMENT "A" - PATCH SAMPLES City of Miami Page 64 Bld No. 04-06-«NO»