HomeMy WebLinkAboutInvitation For BidCity of Miami
Purchasing Department
Glenn Marcos, CPPB, Director/Chief Procurement Officer
Miami Riverside Center
444 SW 2nd Avenue, 6L^ Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/procurement
Number: 31031
Title:
Invitation For Bid For Pest Control
Services - Citywide
Issue Date/Time: 03-JUL-2007
Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification: Friday, July 13, 2007
Buyer: Byrnes, Terry
Location:
Buyer E-Mail Address:
Buyer Facsimile:
25-JUL-2007 @ 14:00:00
City of Miami - Purchasing
444 SW 2 Ave, 6th Floor
Miami FL 33130 US
TByrnes
c
miami.fl.us
(305) 400-5230
Page 1 of 70
Certification Statement
Please quote on this form, if applicable, 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 submission. Prices should be
firm for a minimum of 120 days following the time set for closing of the submissions.
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 solicitation, 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 of any of the violations, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph
and section).
EXCEPTIONS.
We (I) certify that any and all information contained in this submission is true; and we (I) further
certify that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission 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 solicitation and certify that I am authorized to sign this submission for the
submitter. Please print the following and sign your name:
SUPPLIER NAME.
ADDRESS
PHONE: FAX
EMAIL: BEEPER.
SIGNED BY:
TITLE: DATE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID.
Page 2 of 70
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Occupational License Number:
Occupational License Issuing Agency:
Occupational License Expiration Date:
Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance
No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source
Hiring Agreement.": Yes or No
Do you expect to create new positions in your company in the event your company was awarded a
Contract by the City? Yes or No
In the event your answer to question above is yes, how many new positions would you create to
perform this work?
Please list the title, rate of pay, summary of duties, number of positions, and expected length or
duration of all new positions which might be created as a result of this award of a Contract.
Minority/Women Business Affairs Registration Status: Hispanic, Female, Black or None,
Page 3 of 70
Service Warranty (Minimum 30 Days) How many days beyond 30 days?
Reference #1 - Company name
Reference #1 - Address
Reference #1 - City, State, Zip
Reference #1 - Contact
Reference #1 - Dates of Contract
Reference #2 -Company name
Reference #2 -Address
Reference #2 -City, State, Zip
Reference #2 -Contact
Reference #2 -Dates of Contract
Reference #3 -Company name
Reference #3 -Dates of Contract
Page 4 of 70
Reference #3 -Contact
Reference #3 -City, State, Zip
Reference #3 -Address
Page 5 of 70
Line: 1
Description: Monthly Pest Control Services - MRC
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- MRC
Line: 2
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - City Hall
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- City Hall
Line: 3
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - GSA Facility & Garage
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- GSA Facility & Garage
Line: 4
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Property Maintenance Facility
Category: 91059-00
Unit of Measure: Month
Page 6 of 70
Unit Price: $ Number of Units: 12 Total: $
Monthly Pest Control Services
- Property Maintenance
Facility
Line: 5
Description: Monthly Pest Control Services - Solid Waste Administration
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Solid Waste Administration
Line: 6
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Central Station
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Central Station
Line: 7
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police North Station
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police North Station
Number of Units: 12 Total: $
Page 7 of 70
Line: 8
Description: Monthly Pest Control Services - Police South Station
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police South Station
Line: 9
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Auto Pound 1
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Auto Pound 1
Line: 10
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Police Auto Pound 2
Category: 91059-00
Unit of Measure: Month
Unit Price: $_
Monthly Pest Control Services
- Police Auto Pound 2
Line: 11
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Boxing Gym
Category: 91059-00
Unit of Measure: Month
Page 8 of 70
Unit Price: $ Number of Units: 12 Total: $
Monthly Pest Control Services
- Police Boxing Gym
Line: 12
Description: Monthly Pest Control Services - Police Overtown Mini -Station
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Overtown
Mini -Station
Line: 13
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police David Herring Training Center
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police David Herring
Training Center
Line: 14
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Fleet Trailer
Category: 91059-00
Unit of Measure: Month
Unit Price: S.
Monthly Pest Control Services
- Police Fleet Trailer
Number of Units: 12 Total: $
Page 9 of 70
Line: 15
Description: Monthly Pest Control Services - Police Upper East Side Mini -Station
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Upper East Side
Mini -Station
Line: 16
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Internal Affairs Warehouse
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Internal Affairs
Warehouse
Line: 17
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Internal Affairs Office
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Intemal Affairs Office
Line: 18
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Marine Patrol
Category: 91059-00
Page 10 of 70
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
Monthly Pest Control Services
- Police Marine Patrol
Line: 19
Description: Monthly Pest Control Services - Police Bomb Squad
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Bomb Squad
Line: 20
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police K9 Unit
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police K9 Unit
Line: 21
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Bicycle Detail Office
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Bicycle Detail Office
Number of Units: 12 Total: $
Page 11 of 70
Line: 22
Description: Monthly Pest Control Services - Police Mounted Patrol
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Mounted Patrol
Line: 23
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Police Downtown Mini -Station
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Police Downtown
Mini -Station
Line: 24
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #1
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station 41
Line: 25
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #2
Category: 91059-00
Unit of Measure: Month
Page 12 of 70
Unit Price: $ Number of Units: 12 Total: $
Monthly Pest Control Services
- Fire Department Station #2
Line: 26
Description: Monthly Pest Control Services - Fire Department Station #3
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #3
Line: 27
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #4
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #4
Line: 28
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #5
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #5
Number of Units: 12 Total: $
Page 13 of 70
Line: 29
Description: Monthly Pest Control Services - Fire Department Station #6
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #6
Line: 30
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #7
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #7
Line: 31
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Fire Department Station #8
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #8
Line: 32
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #9
Category: 91059-00
Unit of Measure: Month
Page 14 of 70
Unit Price: $ Number of Units: 12 Total: $
Monthly Pest Control Services
- Fire Department Station #9
Line: 33
Description: Monthly Pest Control Services - Fire Department Station #10
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #10
Line: 34
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Fire Department Station #11
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #11
Line: 35
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #12
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #12
Line: 36
Number of Units: 12 Total: $
Page 15 of 70
Description: Monthly Pest Control Services - Fire Department Station #13
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #13
Line: 37
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Fire Department Station #14
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire Department Station #14
Line: 38
Number of Units: 12
Description: Monthly Pest Control Services - Fire College
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Fire College
Line: 39
Total: $
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- African Square Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Page 16 of 70
Monthly Pest Control Services
- Parks & Rec- African Square
Park
Line: 40
Description: Monthly Pest Control Services - Parks & Rec- Antonio Maceo Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Antonio Maceo
Park
Line: 41
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Armbrister Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Armbrister
Park
Line: 42
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Athalie Range Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Athalie Range
Park
Number of Units: 12 Total: $
Page 17 of 70
Line: 43
Description: Monthly Pest Control Services - Parks & Rec- Belafonte-Talcocy
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec-
Belafonte-Talcocy
Line: 44
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Bryan Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Bryan Park
Line: 45
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Buena Vista Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Buena Vista
Park
Line: 46
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- City Cemetary
Category: 91059-00
Page 18 of 70
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- City Cemetary
Line: 47
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Coral Gate Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Coral Gate
Park
Line: 48
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Curtis Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Curtis Park
Line: 49
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Dorsey Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Dorsey Park
Number of Units: 12 Total: $
Page 19 of 70
Line: 50
Description: Monthly Pest Control Services - Parks & Rec- Douglas Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Douglas Park
Line: 51
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Eaton Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Eaton Park
Line: 52
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- E.G. Sewell Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- E.G. Sewell
Park
Line: 53
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- E. Virrick Park
Category: 91059-00
Page 20 of 70
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- E. Virrick Park
Line: 54
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Fern Isle Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Fem Isle Park
Line: 55
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Flagami Mini Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Flagami Mini
Park
Line: 56
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Gibson Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Gibson Park
Number of Units: 12
Total: $
Page 21 of 70
Line: 57
Description: Monthly Pest Control Services - Parks & Rec- Hadley Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Hadley Park
Line: 58
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Jose Marti Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Jose Marti Park
Line: 59
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Juan Pablo Duarte Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Juan Pablo
Duarte Park
Line: 60
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Kinlock Park
Category: 91059-00
Page 22 of 70
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Kinlock Park
Line: 61
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Kirk Monroe Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $,
Monthly Pest Control Services
- Parks & Rec- Kirk Monroe
Park
Line: 62
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Legion Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Legion Park
Line: 63
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Lemon City Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Lemon City
Park
Number of Units: 12 Total: $
Page 23 of 70
Line: 64
Description: Monthly Pest Control Services - Parks & Rec- Lummus Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Lummus Park
Line: 65
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Margaret Pace Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Margaret Pace
Park
Line: 66
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Maximo Gomez Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Maximo
Gomez Park
Number of Units: 12 Total: $
Line: 67
Description: Monthly Pest Control Services - Parks & Rec- Moore Park & Tennis Center
Page 24 of 70
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Moore Park &
Tennis Center
Line: 68
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Morningside Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Morningside
Park
Line: 69
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Peacock Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Peacock Park
Line: 70
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Range Park #1
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
Number of Units: 12
Total: $
Page 25 of 70
- Parks & Rec- Range Park #1
Line: 71
Description: Monthly Pest Control Services - Parks & Rec- Reeves Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Reeves Park
Line: 72
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Riverside Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Riverside Park
Line: 73
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Roberto Clemente Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Roberto
Clemente Park
Line: 74
Number of Units: 12
Total: $
Page 26 of 70
Description: Monthly Pest Control Services - Parks & Rec- Robert King High Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Robert King
High Park
Line: 75
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Shenandoah Park/Pool
Category: 91059-00
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
Monthly Pest Control Services
- Parks & Rec- Shenandoah
Park/Pool
Line: 76
Description: Monthly Pest Control Services - Parks & Rec- Simpson Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Simpson Park
Line: 77
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Southside Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Page 27 of 70
Monthly Pest Control Services
- Parks & Rec- Southside Park
Line: 78
Description: Monthly Pest Control Services - Parks & Rec- West End Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- West End Park
Line: 79
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Parks & Rec- Williams Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Williams Park
Line: 80
Number of Units: 12
Total: $
Description: Monthly Pest Control Services - Parks & Rec- Park Operations Trailers
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Parks & Rec- Park
Operations Trailers
Line: 81
Number of Units: 12 Total: $
Page 28 of 70
Description: Monthly Pest Control Services - Public Facilities - Coconut Grove Expo Center
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Public Facilities - Coconut
Grove Expo Center
Line: 82
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Public Facilities - Dinner Key Marina
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Public Facilities - Dinner Key
Marina
Line: 83
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Public Facilities - MiaMarina
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Public Facilities - MiaMarina
Line: 84
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Public Facilities - Marine Stadium Marina
Category: 91059-00
Unit of Measure: Month
Page 29 of 70
Unit Price: $
Monthly Pest Control Services
- Public Facilities - Marine
Stadium Marina
Line: 85
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Public Facilities - Orange Bowl Stadium
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Public Facilities - Orange
Bowl Stadium
Line: 86
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Public Facilities - Manuel Artime Auditorium &
Community Center
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Public Facilities - Manuel
Artime Auditorium &
Community Center
Line: 87
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Bayfront Park Management Trust
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- Bayfront Park Management
Number of Units: 12 Total: $
Page 30 of 70
Trust
Line: 88
Description: Monthly Pest Control Services - NET Offices - Upper Eastside
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices - Upper
Eastside
Line: 89
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices - Little Haiti/Edison/Little River
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices - Little
Haiti/Edison/Little River
Line: 90
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices - Liberty City Community
Revitalization Trust (Model City)
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices - Liberty City
Community Revitalization
Trust (Model City)
Number of Units: 12 Total: $
Page 31 of 70
Line: 91
Description: Monthly Pest Control Services - NET Offices -Wynwood/ Edgewater
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices -Wynwood/
Edgewater
Line: 92
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices -Allapattah / Curtis Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices -Allapattah /
Curtis Park
Line: 93
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices -Overtown
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices-Overtown
Line: 94
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices -Downtown
Category: 91059-00
Page 32 of 70
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices -Downtown
Line: 95
Number of Units: 12 Total: $_
Description: Monthly Pest Control Services - NET Offices -West Flagler
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Monthly Pest Control Services
- NET Offices -West Flagler
Line: 96
Description: Monthly Pest Control Services - NET Offices -Flagami
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices -Flagami
Line: 97
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices -Coral Way
Category: 91059-00
Unit of Measure: Month
Unit Price: S Number of Units: 12 Total: $
Monthly Pest Control Services
- NET Offices -Coral Way
Page 33 of 70
Line: 98
Description: Monthly Pest Control Services - NET Offices -North/East Coconut Grove &
Peacock Park
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices-North/East
Coconut Grove & Peacock
Park
Line: 99
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices -South/West Coconut Grove
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices -South/West
Coconut Grove
Line: 100
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - NET Offices -Little Haiti
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices -Little Haiti
Number of Units: 12 Total: $
Line: 101
Description: Monthly Pest Control Services - NET Offices - Office of Homeless Programs
Page 34 of 70
Category: 91059-00
Unit of Measure: Month
Unit Price: $
Monthly Pest Control Services
- NET Offices - Office of
Homeless Programs
Line: 102
Number of Units: 12 Total: $
Description: Monthly Pest Control Services - Additional Buildings, Facilities and Services (not
to include tenting or termite treatments)
Category: 91059-00
Unit of Measure: Square Foot
Unit Price: $
Monthly Pest Control Services
- Additional Buildings,
Facilities and Services (not to
include tenting or termite
treatments)
Line: 103
Description: Service Warranty
Category: 91059-00
Unit of Measure: Day
Number of Units: 1
Total: $
Unit Price: $ Number of Units: Total: $
Service Warranty (minimum
30 days) Additional days
beyond 30 days?
Line: 104
Description: Monthly Pest Control Services - GSA Communications Warehouse
Category: 91059-00
Unit of Measure: Month
Page 35 of 70
Unit Price: $
Number of Units: 12 Total: $
Page 36 of 70
31031
Table of Contents
Terms and Conditions 38
1. General Conditions 38
1.1. GENERAL TERMS AND CONDITIONS 38
2. Special Conditions 57
2.1. PURPOSE 57
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 57
2.3. TERM OF CONTRACT 57
2.4. CONDITIONS FOR RENEWAL 57
2.5. NON -APPROPRIATION OF FUNDS 57
2.6. METHOD OF AWARD 57
2.7. LIVING WAGE ORDINANCE 58
2.8. BID PRICE 58
2.9. FIXED AND FIRM CONTRACT 58
2.10. BIDDERS MINIMUM QUALIFICATIONS 58
2.11. QUALITY OF WORK 58
2.12. PUBLIC CONVENIENCE AND SAFETY 58
2.13. OMISSION FROM THE SPECIFICATIONS 59
2.14. FAILURE TO PERFORM 59
2.15. DISCREPANCIES, ERRORS, AND OMISSIONS 59
2.16. EMERGENCY .59
2.17. INSURANCE REQUIREMENTS 60
2.18. METHOD OF PAYMENT 61
2.19. RESPONSE TIME 61
2.20. COMPLETED WORK 62
2.21. ADDITIONS/DELETIONS OF FACILITIES/SERVICES/GROUPS 62
2.22. VOLUNTARY SITE INSPECTION 62
2.23. CONTRACT ADMINISTRATORS 62
2.24. LABOR, SUPERVISION, MATERIALS AND EQUIPMENT 62
2.25. TIE BIDS 63
2.26. LIQUIDATED DAMAGES 63
2.27. DAMAGES TO PUBLIC/PRIVATE PROPERTY 63
2.28. USE OF PREMISES 63
2.29. DAMAGES TO PUBLIC/PRIVATE PROPERTY 64
2.30. WARRANTY OF SERVICE 64
2.31. REFERENCES 64
2.32. CONTRACTOR TO BE REPRESENTED 64
2.33. PUBLIC CONVENIENCE AND SAFETY 64
2.34. SAFETY MEASURES 64
2.35. QUALITY OF WORK 64
2.36. TERMINATION 65
2.37. ADDITIONAL TERMS AND CONDITIONS 65
3. Specifications 66
3.1. SPECIFICATIONS/SCOPE OF WORK 66
Page 37 of 70
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Terms and Conditions described herein apply to the acquisition of
goods/equipment/services with an estimated aggregate cost of $25,000.00 or more.
Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals,
Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Code and/or
Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein.
1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this
formal solicitation, if applicable, 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.
1.2. ACCEPTANCE OF OFFER - The signed response shall be considered an offer on the part of the
bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or
parts of after opening/closing date and request re -issuance on the goods/services described in the formal
solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected
bidders/proposers and make available a written explanation for the rejection. The City also reserves the
right to reject the response of any bidder/proposer who has previously failed to properly perform under the
terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a
position to perform the requirements defined in this formal solicitation. The City further reserves the right
to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its
discretion, re -issue this formal solicitation.
1.4. ADDENDUMS — It is the bidder's/proposer's responsibility to ensure receipt of all Addendums.
Addendums are available on the City's website at: http://www.ci.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate
response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate
response offers a different product that meets or exceeds the formal solicitation requirements. In order for
the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form
and shall mark "Alternate Response". Alternate response shall be placed in the same response. This
provision only applies to formal solicitations for the procurement of goods, items, equipment, materials,
and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise
dispose of this Contract, or any or all of its right, title or interest herein, without City of Miami's prior
written consent.
1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this
Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through
and including appellate litigation and any post -judgment proceedings.
1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to
provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any
books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation,
for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall
maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for
three (3) years after the City makes final payment and all other pending matters are closed. Contractor's
failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract
Page 38 of 70
by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or
quasi-govemmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s)
established herein, when permissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and
resulting bid contract or agreement will establish its own contract/agreement, 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)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or
designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference
to Businesses with Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form required by
the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action
taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may
accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to
the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution
from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or
increased costs sustained as a result of the Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or
contract award sheet.
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/Proposer, 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/Proposer are in mutual
agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract term 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.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon
the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City
reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is
determined to be in the City's best interests. Such agreement will be furnished by the City, will contain
certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City
Attorney.
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/proposers, if so indicated under the Special Conditions. This check
or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it
is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award
contract/agreement to Bidder/Proposer and Bidder/Proposer 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/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of
Page 39 of 70
award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract
has been awarded, all bid deposits will be returned on demand.
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. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and
submitted accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement
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 lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses 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/proposer catalog numbers are specified, it is for the purpose of
establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only.
When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is
added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response,
complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the
City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of
equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be
requested if the proposed brand is other than specified by the City. Such samples are to be furnished after
formal solicitation opening/closing 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.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its
opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all
prospective bidders/proposers 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 deliver/perform the goods/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 goods/services, it shall
not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City
be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to
any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction
or other legal or equitable proceedings or on account of any delay for any cause over which the City has no
control.
1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a
response for the same items/services or with the City of Miami's Purchasing Department or initiating
department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other
illegal action. Bidder/Proposer certifies that it is in compliance with the 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/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that
contracts between private entities and local governments are subject to certain laws and regulations,
including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor
agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect
the goods or equipment offered, including but not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following:
employment practices, rate of pay or other compensation methods, and training selection.
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation.
Page 40 of 70
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
D. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272, as
amended, as applicable to this Formal Solicitation.
E. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
F. Uniform Commercial Code (Florida Statutes, Chapter 672).
G. Americans with Disabilities Act of 1990, as amended.
H. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
I. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
J. City Procurement Ordinance City Code Section 18, Article III.
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.
N. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation.
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/proposer will in no way be a 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.
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is
imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City
Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be
applicable only to Contracts for the provision of goods and services and public works or improvements for
amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs,
RFLI or IFBs (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff
including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City
Commissioners, or their respective staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
oral communications with the City purchasing staff regarding Minority/Women Business Enterprise
(M/WBE) and local vendor outreach programs; oral communications, provided the communication is
limited strictly to matters of process or procedure already contained in the formal solicitation document; 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 communications in writing or by
email at any time with any City employee, official or member of the City Commission unless specifically
prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special
Conditions); or communications in connection with the collection of industry comments or the performance
of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk,
which shall be made available to any person upon request. The City shall respond in writing and file a copy
with the Office of the City Clerk, which shall be made available to any person upon request. Written
communications may be in the form of e-mail, with a copy to the Office of the City Clerk.
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 penalties pursuant to the City Code. Any person
having personal knowledge of a violation of these provisions shall report such violation to the State
Page 41 of 70
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 key provisions of the Cone of Silence. Please review City of
Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may
contact the City Clerk at 305-250-5360, to obtain a copy of same.
1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida
Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it
shall have no application when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify
that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami
is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal
Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in
writing to the City. Further, you must disclose the name of any City employee who owns, directly or
indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation
of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or
services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City
harmless from any and all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and
submission of Responses to the City, or any work performed in connection therewith shall be borne by the
Bidder(s)/Proposer(s).
1.25. 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:
(1) 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.
(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) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to perform in
accordance with the terms and conditions of a Contract or to perform within the time 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.
(5) Debarment or suspension of the Contractual Party by any federal, state or other governmental
entity.
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which the violation remains noncompliant.
Page 42 of 70
31031
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which a civil penalty or fine is due and owing to the city.
(9) Any other cause judged by the 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).
(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.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of
Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction
or repair of a public building or public work, may not submit response on leases of real property to a public
entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract
with any public entity, and may not transact business with any public entity.
1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which
shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish
required documents, and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify
the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays
excluded) to remedy the default. Failure on the contractor's part to correct the default within the required
three (3) days shall result in the Contract being terminated and upon the City notifying in writing the
contractor of its intentions and the effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services 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.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract.
E. 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/Proposer incapable of performing the work in accordance with and as required by the
Contract.
F. 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 due or
which may become due on this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it
is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is
one which follows the requirements of the formal solicitation, includes all documentation, is submitted in
the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as
required on each document. Failure to comply with these requirements may deem a Response
non -responsive.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the
response 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 response will be accepted from
Page 43 of 70
successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for
a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer
to Bidder/Proposer will be passed on to the City.
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in
the Formal Solicitation 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 Formal
Solicitation and will become part of the purchase agreement (contract documents). The City will not be
responsible for any oral instructions, clarifications, or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving
precedence to the following documents, the first of such list being the governing documents.
1) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terms and Conditions
1.31. EMERGENCY / 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 formal solicitation at the price contained within vendor's response. Further,
successful vendor shall deliver/perform for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this
City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response
and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs,
RFQs, and RFLIs, 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 Formal Solicitation and/or Response, the Formal
Solicitation and then the Response shall control. This Contract may be modified only by a written
agreement signed by the City of Miami and Contractor.
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your
guidance only. No guarantee is expressed or implied as to quantities that 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 contract. Said estimates may be used by the City for purposes of determining the low bidder or most
advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities
at the prices bid/proposed or at lower prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
A.Rejection of Responses
The City may reject a Response for any of the following reasons:
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may
reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best
interest of the City.
B. Elimination From Consideration
1) 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.
2) 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.
Page 44 of 70
3) 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) Responses will only be considered from entities who are regularly engaged in the business of providing
the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to
demonstrate a satisfactory record of performance and integrity; and, have 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.
2) The City may consider any evidence available regarding the financial, technical and other qualifications
and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other
governmental entity in making the award.
3) The City may require the Bidder(s)/Proposer(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 Formal Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any
exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered
non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if
exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating
negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices
quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery
costs and charges included in the bid/proposal price, unless otherwise specified in this Formal
Solicitation. Failure to do so may be cause for rejection of bid/proposal.
1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its
response will be firm throughout the duration of the contract unless otherwise specified in the Formal
Solicitation. 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.
1.38. 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.
Services includes, without limitation, public works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
Page 45 of 70
31031
(c) The authorized representative shall negotiate each first -source hiring agreement.
(d) 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.
1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24,
states that employers shall pay employee wages no less than the minimum wage for all hours worked in
Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and
comply with this Florida constitutional minimum wage requirement and pay its employees the current
established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using
the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as
calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall
be determined and published by the Agency Workforce Innovation on September 30th of each year and
take effect on the following January 1st.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full
responsibility to determine whether any of its employees may be impacted by this Florida Law at any given
point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s),
job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of
submitting.a response constitute successful bidder's/proposer's acknowledgement and understanding that
the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of
any contractual price increase request(s). The City reserves the right to request and successful
bidder/proposer must provide for any and all information to make a wage and contractual price increase(s)
determination.
1.40 CITY OF MIAMI LIVING WAGE ORDINANCE- The City of Miami adopted a living wage
ordinance for city service contracts awarded by the city containing a total contract value exceeding
$100,000 annually for the following services: food preparation and/or distribution; security services;
routine maintenance services such as custodial, cleaning, computers, refuse removal, repair, refinishing and
recycling; clerical or other non -supervisory office work, whether temporary or permanent; transportation
and parking services; printing and reproduction services; landscaping, lawn, and or agricultural services.
If this solicitation requires the aforementioned services, effective on April 1, 2007, contractors must pay
its' employees a living wage no less than110.92 an hour with a health benefit plan and not less than $12.17
an hour without health benefits, which shall be adjusted annually by no later than April 1st following the
publication of the U.S Department of Health and Human Services Poverty Guidelines, as published from
time to time.
A service contractor is defined as any "for profit" individual, business entity, corporation, partnership,
limited liability company, joint venture, or similar business: (1) Paid in whole or part from one or more of
the city's general funds, capital project funds, special revenue funds, or any other funds either directly or
indirectly, whether by competitive bid process, informal bids, requests for proposals, some form of
solicitation, negotiation, or agreement, or any other decision to enter into a contract; and, (2) The service
contractor is engaged in the business of, or part of, a contract or a subcontract to provided covered services,
either directly or indirectly, for the benefit of the city. This does not aply to contracts related primarily to
the sale of products or goods.
The service contractor, prior to entering any such contract, must certify to the city that it will pay each of
its covered employees no less than the living wage. A copy of this certificate must be made available to the
public upon request. The certificate, at a minimum, must include the following:
(1) The name, address, and phone number of the employer, a contact person, and the specific project for
which the service contract is sought;
(2)
(3)
(4)
(5)
The amount of the service contract and the city department the contract will serve.
A brief description of the project or service provided;
A statement of the wage levels for all covered employees; and
A commitment to pay all covered employees the living wage.
A copy of the living wage rate shall be kept posted by the service contractor at the site of the work in a
prominent place where it can easily be seen and read by the covered employees and shall be supplied to
such employees within a reasonable time after a request to do so. Additionally, service contractors shall
Page 46 of 70
furnish a copy of the requirements of the City of Miami Living Wage Ordinance to any entity submitting a
bid for a subcontract on any service contract subject to this article. Posting requirements will not be
required where the service contractor prints the following statements on the front of the covered employee's
first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage
Ordinance to be paid a Living Wage. If you do not believe you being paid at the Living Wage rate, contact
your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and
Creole.
Service Contractors and their subcontractors agree to produce all documents and records relating to payroll
and compliance this Ordinance. Each service contractor shall maintain payroll records for all covered
employees and basic records relating thereto and shall preserve them for a period of three (3) years from
the date of termination or expiration of the service contract. The records shall contain:
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
The name and address of each covered employee;
The job title and classification;
The number of hours worked each day;
The gross wages earned and deductions made;
Annual wages paid;
A copy of the social security returns and evidence of payment thereof;
A record of fringe benefit payments including contributions to approved plans; and
Any other data of information the city require from time to time.
Every six months, the service contractor shall file with the city's procurement director a listing of all
covered employees together with a certification of compliance with this article. Upon request from the
city, the service contractor shall produce for inspection and copying its payroll records for any or all of its
covered employees for any period covered by the service contract. The city may examine payroll records as
needed to ensure compliance.
Failure to comply with the City of Miami Living Wage Ordinance may result in legal action by the
covered employee or former covered employee as allowed by Florida Law, court impose sanctions, city
impose sanctions, such as pay wage restitution, impose monetary damages, suspension or termination of
payment, termination of contract, and debarment.
Please review City of Miami Code Section 18-556 through Section 18-559 for a complete and thorough
description of the City of Miami Living Wage.
1.41. GOVERNING LAW AND 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.
1.42. HEADINGS AND TERMS - The headings to the 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.
1.43. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any
person or entity that performs or assists the City 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,
which include but are not limited to:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. 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;
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments
requested by the customer;
Page 47 of 70
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. 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.
1.44. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all
the City's agents, officers and employees from and against all 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.
1.45. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all
information requested in the spaces provided in the Formal Solicitation. Further, as may be specified
elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, and
technical specifications covering the products offered. Reference to literature submitted with a previous
response or on file with the Buyer will not satisfy this provision.
1.46. 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
and/or services required to be provided by the Contractor under this Contract conform to the terms and
conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities
and assistance to facilitate the performance of tests or inspections by City representatives. All tests and
inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance
No. 12271 (Section 18-79), as same may be amended or supplemented from time to time.
1.47. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation
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 closing, whichever is earlier. Bid/Proposal results will be tabulated and may be
furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation.
Tabulations also are available on the City's Web Site following recommendation for award.
1.48. 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
Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5)
calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required
insurance documents in the manner prescribed in this Solicitation 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/Proposer may be prohibited from
submitting future responses to the City. Information regarding any insurance requirements shall be directed
to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami,
Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in
conjunction with this Section remain in effect for the duration of the contractual period; including any and
all option terms that may be granted to the Bidder/Proposer.
1.49. INVOICES - Invoices shall contain purchase order number and details of goods and/or services
delivered (i.e. quantity, unit price, extended price, etc).
1.50. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a
responsible and responsive bidder/proposer, 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
Page 48 of 70
percent (10%) in excess of the lowest other responsible and responsive bidder/proposer.
1.51. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from
bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal.
Failure to provide such certification may result in the rejection of bid/proposal or termination of
contract/agreement, for which the bidder/proposer must bear full liability.
1.52. 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/proposers doing business with the
City are encouraged to include the participation of minority firms in their response. In evaluating
bids/proposals for determination of awards, minority participation may be a factor. Failure to adequately
involve minority fines may be a basis for rejecting any and all responses.
Possible ways to include minority participation would involve:
A. Joint venture with a minority firm(s)
B. Utilizing minority firm(s) as subcontractor(s).
C. Utilizing minority firm(s) to supply goods and/or services.
D. Successful implementation of well defined affirmative action program.
E. Other forms of minority participation, if properly documented.
Successful bidder(s)/proposer(s) shall be required to establish an Affirmative Action Plan, if not, an
Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date
of implementation must be indicated on the policy.
A "Minority Status Information Sheet" is provided to assist bidders/proposers in presenting information
conceming minority participation.
Minority and women -owned business firms are encouraged, but not required, to register with the City prior
to submitting a response. The Purchasing Department, Minority/Women Business Affairs Office, will
provide the necessary forms and instructions upon request. All bidders/proposers are urged to submit
responses 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/Proposer's cooperation is greatly needed to aid the City in achieving its goal.
Bidders/Proposers may contact this Office at (305) 416-1913 for information.
1.53. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No
contract or understanding to modify this Formal Solicitation 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, addendum, amendment, or supplement to the
contract, purchase order or award sheet as appropriate.
1.54. NO INTEREST IN BIDDING - If you do not wish to respond, 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.ci.miami.flus/procurement
1.55. 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.
1.56. 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
Page 49 of 70
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/Proposer's expense. These non -conforming items not delivered as per delivery date in
the response and/or Purchase Order may result in bidder/proposer being found in default in which event
any and all re -procurement 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 Supplier's list.
1.57. NONDISCRIMINATION —Bidder/Proposer 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 formal solicitation. Furthermore, Bidder/Proposer 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/Proposer shall not discriminate against any person on the basis of race, color, religion,
disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be
afforded equal opportunity for employment.
1.58. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its
best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts
for these herein goods and/or services, and to make use of other competitively bid (governmental)
contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be
available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of
the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction
with this Formal 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 solicitation 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.
1.59. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business
location in the City of Miami and is submitting a Response under this Formal Solicitation 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 response; however, the City
may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City
during the evaluation period, but prior to award.
1.60. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or
joint venture will be considered in response to this Formal Solicitation. When submitting an alternate
response, please refer to the herein condition for "Alternate Responses May Be Considered".
1.61. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents,
records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer
pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by
the Bidder/Proposer for any other purposes whatsoever without the written consent of the City.
1.62. 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.
1.63 PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a
Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred
percent (100%) of the contract price.
1.64. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
Page 50 of 70
examine the specifications, required delivery, drawings, and all special and general conditions. All
bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink.
Failure to do so will be at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The
Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address,
and telephone number on the face page and on each continuation sheet thereof on which he/she makes an
entry, as required.
B. If so 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/Proposer shall include in the response all taxes, insurance, social security, workmen's
compensation, and any other benefits normally paid by the Bidder/Proposer 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/Proposer must state a definite time, if required, in calendar days for delivery of goods
and/or services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, 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 fum by
his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person
signing the response or the response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the
Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS,
UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE
RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE.
1.65. 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,
1.66. 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 awarded price or
lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds
all quality requirements.
1.67. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE 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 kind contingent upon or in
connection with, the award of this Contract.
1.68. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in determining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal
Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for
the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is
understood and agreed that the terms shall be 2% 20 days, effective after receipt 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
Page 51 of 70
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.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful
bidders/proposers during the term of the contract.
1.69. 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.
1.70. PROVISIONS BINDING - Except as otherwise expressly provided 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.
1.71. 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 response on a contract to provide any
goods or services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or public work, may not submit responses 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.
1.72. 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.
1.73. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All
materials used in the manufacturing or construction of supplies, materials, or equipment covered by this
solicitation shall be new. The items bid/proposed 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 Solicitation.
1.74. QUALITY OF WORK/SERVICES - The work/services 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 Solicitation.
1.75. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a
formal 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.
1.76. 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 parry's right to seek judicial relief, provided that the protesting
Page 52 of 70
party shall not be entitled to such judicial relief without first having followed the procedure set forth in this
section.
1.77. 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.
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 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 the Solicitation Specifications or a 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 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.
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.
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
Page 53 of 70
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 parry'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.
1.78. 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)/proposer(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.
1.79. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall 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.
1.80. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty,
service and replacements that will be provided. Bidders/Proposer must explain on the Response to what
extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable,
should be submitted with your response.
1.81. 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 conceming 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 be used. All workmanship and services 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 solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply
with this request will result in disqualification of bid/proposal.
1.82. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via
the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500
Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as
designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend
the solcitation closing; however, no award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope,
box or package must show the hour and date specified for receipt of responses, the solicitation number and
Page 54 of 70
title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the
requisite Response Forms may be rejected. Hardcopy responses received at any other location than the
specified shall be deemed non -responsive.
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US 1. US 1 SOUTH TO 27TH AVE.,
TURN LEFT, PROCEED SOUTH TO SO. 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: US 1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
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.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and
strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by
the United States mail delivery or caused by any other occurrence. Responses received after the
solicitation closing date and time will be returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the
time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle
System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider
any subsequent submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be
placed in a separate envelope, box, or package and each envelope, box or package must contain the
information previously stated in 1.82.A.
1.83. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal
Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers
should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for
the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08,
Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer.
1.84. TERMINATION —The City Manager on behalf of 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 and/or services. The City's obligation is
contingent upon the availability of appropriate funds.
1.85 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded
to a Bidder/Proposer 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 goods/services and pursuant to Florida Statute 218.74 and other applicable law.
1.86. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this
solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if
Page 55 of 70
delivery is not made within the time(s) specified on their Response. Deliveries are to be made during
regular City business hours unless otherwise specified in the Special Conditions.
1.87. 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.
1.88.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses
submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An
exception may be made for "trade secrets."
If the Response contains information that constitutes a "trade secret", all material that qualifies for
exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE
SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the
outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any
person. By your designation of material in your Response as a "trade secret" you agree to indemnify and
hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and
attomey's fees incurred by the City by reason of any legal action challenging your claim.
1.89. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified
Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a
change order or purchase order is issued and received by the Contractor. The qualified
Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the
contract or any work performed by an employee not otherwise previously authorized.
1.90. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other
publicity purposes. No advertising, sales promotion or other publicity materials containing information
obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express
written permission of the City Manager or the City Commission.
1.91. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers
must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If
variations are not stated on their Response, it will be assumed that the product fully complies with the
City's specifications.
Page 56 of 70
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for Pest Control Services - Citywide, as specified
herein, from a source(s) of supply that will give prompt and efficient service.
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFO RMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by mail, email or facsimile to
the Purchasing Department, Attn: Terry Byrnes, CPPB; fax: (305) 400-5230 or
email: tbymes@ci.miami.fl.us. The solicitation title and number shall be referenced on all
correspondence. All questions must be received no later than Friday, July 13, 2007. All responses to
questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS
WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.3. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for two (2) years with
the option to extend for two (2) 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 best interest of the City.
2.4. CONDITIONS FOR RENEWAL
Each renewal of this contract is subject to the following:
(1) Continued satisfactory performance compliance with the specifications, terms and conditions
established herein.
(2) 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.
2.5. 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. No guarantee, warranty or representation is made that any particular job(s)
or project(s) will be awarded to any firm(s).
2.6. METHOD OF AWARD
Award of this contract will be made to the lowest responsive and responsible bidder(s) on a group by
group basis, in the aggregate or any other possible combination, whichever is most advantageous to the
City of Miami. If the City determines to exercise the group by group basis format, bidder must have at least
bid on all items within the particular group in its bid submittal to be considered responsive. The City makes
no representation or guarantee that it will definitely select the group by group method of award, therefore,
any bidder electing not to bid on all items for bid consideration under the method of award in the aggregate
is bearing the risk of the City deeming its bid non -responsive.
Page 57 of 70
2.7, LIVING WAGE ORDINANCE
The City of Miami Living Wage Ordinance is applicable to this service contract. Please refer to Section
1.40 of the General Terms and Conditions for further information and guidance on how to comply with this
ordinance.
2.8. BID PRICE
Bidder shall include in Bid all taxes, insurance, social security, workmen's compensation, and any other
benefits normally paid by the Bidder to its employees.
2.9. FIXED AND FIRM CONTRACT
The bidder warrants that prices, terms, and conditions quoted in its bid will be firm and fixed 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
the designated period of time.
2.10. BIDDERS MINIMUM QUALIFICATIONS
a) Bids will be considered only from firms that have been regularly engaged, for a minimum of five (5)
years, in the business of providing these goods and/or services for large entities as described in this Bid;
that have a record of performance; and that have sufficient financial support, equipment and organization to
insure that they can satisfactorily provide the goods and/or 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.
d) Shall submit at time of bid, three (3) valid Letters of Reference of work of a similar nature currently
serviced by Bidder or within the past three (3) years. The City shall verify and/or visit these or any other
references as part of the evaluation. References will be used to determine responsibility under this IFB.
Any reference which reveals poor or unsatisfactory performance shall deem your bid non -responsible.
Failure to submit the three (3) valid letters of Reference at time of bid, may deem your bid non -responsive.
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.
2.11. QUALITY OF WORK
All work shall be performed using superior pest control standards and techniques. The frequencies
established for repetitive pest control tasks are minimum frequencies, which must be increased if deemed
necessary and requested by the City at no additional cost. Failure to perform under the terms and conditions
of this contract will cause the contract administrator to submit a Vendor Performance Form to Purchasing
Department for follow-up. Should the Purchasing Department receive three (3) Vendor Performance
Forms, then the Vendor(s) will be immediately removed from the contract for the balance of the total
contract period remaining.
2.12. PUBLIC CONVENIENCE AND SAFETY
The contractor(s) shall conduct his/her work so as to interfere as little as possible with private business or
public travel. He/She shall, at his/her own expense, whenever necessary or required, maintain barricades,
maintain lights, and take such other precautions as may be necessary to protect life and property, and he/she
shall be liable for all damages occasioned in any way by his actions or neglect or that of his agents or
employees.
Page 58 of 70
The contractor(s) shall meet the following noise abatement performance standards for all
construction equipment:
Between the hours of 7:00 A.M and 6:00 P.M noise levels shall not exceed 80 dBA at the nearest
residential or commercial property line.
Operation of equipment should be avoided between the hours of 6:00 P.M and7:00 A.M, but if
required, the noise level shall not exceed 65 dBA.
MATERIAL SAFETY DATA SHEETS (MSDS):Successful Bidder, delivering any toxic substances, as
defined in Florida Statute 1013.49 or as amended, shall furnish to the Department, a Material Safety Data
Sheet (MSDS) as detailed below with the bid or upon request. Failure of the bidder to provide a MSDS,
as requested, shall result in disqualification of vendor for that bid item. The City reserves the right to
reject the use any product from this bid with due cause. All MSDS submitted must be either an original, as
received from the manufacturer, or a legible copy made from same. Successful Bidder shall be responsible,
during the term of the contract, to provide the Department or Risk Management Department with revised
MSDS on a timely basis, as appropriate.
2.13. OMISSION FROM THE SPECIFICATIONS
The apparent silence of the specifications and any addendum regarding any details or the omission from the
specifications of a detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail, and that only materials and workmanship of first quality are to be
used. All interpretations of the specifications shall be made upon the basis of this agreement.
2.14. FAILURE TO PERFORM
Should the Contractor fail to perform in full accordance, at any time, with the specifications as cited in this
IFB, Contractor may be determined to be in default of the Contract. Contractor shall be required to have
sufficient supplies and other equipment on hand to supply facilities at the same time, and failure to have
sufficient equipment, supplies, and materials, at all times shall be grounds for default. At no time shall the
Contractor be paid for any day that his/her personnel fail to show up at a facility(s), or fail to perform in
full accordance with the specifications and to the satisfaction of the Contract Administrator. Should this
occur, the City should deduct liquidated damages as indicated under said provision. Should the Contractor
fail to perform in accordance with the Contract, as determined solely by the City, the City shall make the
determination to deem the Contractor in default. The City shall be the sole judge of non-performance,
failure to perform, and default of Contract. The date of termination shall be stated in the written notice.
Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken
within 48 hours of any failure to perform according to specifications, and in addition to other
determinations of default, the City reserves the right to declare Contractor in default, make appropriate
reductions in the contract payment, and cancel the contract.
2.15. DISCREPANCIES, ERRORS, AND OMISSIONS
Any discrepancies, errors, or ambiguities in the Invitation For Bid 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 request for proposals and will become part of the purchase agreement (contract
documents). The City will not be responsible for any oral instructions, clarifications, or other
communications.
2.16. EMERGENCY
The Contractor will provide the City with evening, weekend, and holiday service, as necessary, to cope
with an emergency situation which threatens public health and safety, as determined by the City.
Successful Bidder will furnish on the bid form a 24-hour telephone number in the event of such an
emergency.
Page 59 of 70
2.17. 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 investigation
thereof.
The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor,
Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained
which meets the requirements as outlined below:
I. Commercial General Liability
A. Limits of Liability:
Bodily Injury and Property Damage Liability
Each Occurrence $1,000,000
General Aggregate Limit $ 2,000,000
Personal and Advertising Injury $ 1,000,000
Products/Completed Operations $ 1,000,000
B. Endorsements Required:
City of Miami included as an Additional Insured
Employees included as insured
Contractual Liability
Independent Contractors Coverage
Waiver of Subrogation
Pollution Liability
II. Business Automobile Liability
A. Limits of Liability:
Bodily Injury and Property Damage Liability
Combined Single Limit
Any Auto
Including Hired, Borrowed or Non -Owned Autos
Any One Accident $ 500,000
B. Endorsements Required:
City of Miami included as an Additional Insured
Employees included as insured
III. Worker's Compensation
Limits of Liability:
Statutory -State of Florida
Waiver of Subrogation
IV. Employer's Liability
A. Limits of Liability:
$100,000 for bodily injury caused by an accident, each accident
Page 60 of 70
$100,000 for bodily injury caused by disease, each employee
$500,000 for bodily injury caused by disease, policy limit
The above policies shall provide the City of Miami with written notice of cancellation or material
change from the insurer not less than (30) days prior to any such cancellation or material change.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH
CERTIFICATE.
Companies authorized to do business in the State of Florida, with the following qualifications, shall issue
all insurance policies required above:
The company must be rated no less than "A" as to management, and no less than "Class V" as to Financial
Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New
Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification
by Risk Management prior to insurance approval.
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:
Compliance with the foregoing requirements shall not relieve the bidder of his liability 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:
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 or may, at its sole discretion, terminate this contract for cause
and seek re -procurement damages from the Bidder in conjunction with the General and Special 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.
2.18. METHOD OF PAYMENT
Payment will be made in thirty (30) days arrears for services rendered the previous month, upon
submission of properly certified/approved invoices and inspection reports. All such information shall be
provided to the Contract Administrator for his/her approval in advance of payment.
The City will pay the contract price minus any liquidated damages and/or other damages to the Successful
Bidder upon final completion and acceptance. Damages caused by Contractor's employee(s) shall be
estimated by the Contract Administrators and computed actual costs of repairs shall be deducted from the
Contractors total monthly billing(s).
Proven theft made by Contractor's employees shall result in the replacement of the identified item(s) and
all replacement costs shall be deducted from the Contractor's total monthly billing(s).
2.19. RESPONSE TIME
Page 61 of 70
A twenty-four (24) hour response time is required. Failure to respond to a service call within the specified
time will result in the successful bidder paying any and all costs associated with the services performed by
a secondary bidder or another contractor.
2.20. COMPLETED WORK
The City shall be notified by the Contractor upon completion of work. The City shall inspect and approve
completed work before authorizing payment. Work not satisfactorily completed shall be redone by the
Contractor at no additional charge to the City.
2.21. ADDITIONS/DELETIONS OF FACILITIES/SERVICES/GROUPS
Although this Solicitation identifies specific facilities/services/groups, it is hereby agreed and understood
that any City department and its facilities/groups may be added/deleted to/from this contract at the option
of the City; or any government agency may utilize the same terms, conditions and pricing by approval from
the vendor. The City of Miami will not be responsible for any agency outside the City of Miami. 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. If these quotes are comparable with market prices offered for similar
services, they shall be added to the contract when deemed to be in the best interest of the City and an
addendum and a separate purchase order or a change order shall be issued by the City.
2.22. VOLUNTARY SITE INSPECTION
Prior to submitting the bid, the bidder is requested to visit all sites for the proposed work and to become
familiar with any conditions, which may in any manner, affect the work to be done or affect the equipment,
materials and labor required. The bidder is also required to examine carefully the specifications and be
thoroughly informed regarding any and all conditions and requirements that may in any mariner affect the
work to be performed under the contract. No additional allowances will be made because of lack of
knowledge of these conditions. You may schedule site inspections, if necessary, through the listed contract
administrators shown in Contract Administrators.
2.23. CONTRACT ADMINISTRATORS
Upon award, contractor(s) shall report and work directly with the Contract Administrator(s) for each group
listed herein or hereafter. Upon award, successful bidder(s) will work directly with the department contract
administrator or designee. Currently, listed below are the Contract Administrators.
GROUP 1: Roberto Danazo, GSA, (305)416-1028
GROUP 2: Ofcr. Martin Garcia, Police, (305)603-6146
GROUP 3: Chief Allen Joyce, Fire Rescue, (305)416-5406
GROUP 4: Raul Garcia, Parks & Rec., (305)960-3005
GROUP 5:
Dan Newhoff, Coconut Grove Expo Center, (305)579-6341
Stephen Bogner, Dinner Key Marina, (305)579-6950
Ileana Gomez, Orange Bowl, (305)643-7100
Lilia Varas, Manuel Artime Auditorium, (305)575-5057
GROUP 6: Jose Gell, Bayfront Park Mgmt. Trust, (305)373-8784
GROUP 7: Berta Davis, N.E.T. Offices, (305)416-2017
GROUP 8: Francis Mitchell , Public Works, (305)416-1218
2.24. LABOR, SUPERVISION, MATERIALS AND EQUIPMENT
Page 62 of 70
31031
The Contractor shall furnish, at his/her own expense, all labor, supervision, equipment, materials, supplies,
and other equipment necessary for satisfactory completion of all the services as specified in this IFB. To
this regard, the City reserves the right to request a list of such items for approval of use. It may require a
change of designated item(s) that are deemed by the City as unsafe or that which may create an
uncomfortable environment and/or service to City employees or patrons.
2.25. 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 a business that
certifies that is has implemented a drug -free workplace program shall be given 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:
(1) 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.
(2) 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.
(3) Give each employee engaged in providing the commodities or contractual services that are under Bid a
copy of the statement specified in subsection (1.).
(4) In the statement specified in subsection (1.), 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.
(5) 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.
(6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this
section.
2.26. LIQUIDATED DAMAGES
Bidder shall provide all services at the frequencies specified by the City for each location in Section 3.0,
Specifications. If the successful bidder(s) fails to deliver within the specified time frames, it is understood
that $25.00 of the bid price per calendar day per location not serviced will be deducted, not as a penalty but
as liquidated damages, as a form of compensation for the loss of not having the use and enjoyment of a pest
controlled facility, pest free environment, and public image at a very high level.
2.27. DAMAGES TO PUBLIC/PRIVATE PROPERTY
The contractor shall carry out the work with such care and methods as not to result in damage to public or
private property adjacent to the work. Should any public or private property be damaged or destroyed, the
contractor, at his/her expense, shall repair or make restoration as is practical and acceptable to the City
and/or owners of destroyed or damaged property promptly within a reasonable length of time (Not to
exceed one month from date damage was done).
2.28. USE OF PREMISES
The contractor shall confine his equipment, apparatus, the storage of materials, and the operation of his
workmen to the limits indicated by law, ordinances, permits, or direction of the contractor, and shall not
Page 63 of 70
unreasonably encumber the premises with his materials. The contractor shall take all measures necessary
to protect his own materials.
2.29. DAMAGES TO PUBLIC/PRIVATE PROPERTY
The successful bidder shall carry out the work with such care and methods as not to result in damage to
public or private property adjacent to the work. Should any public or private property be damaged or
destroyed, the successful bidder, at his/her expense, shall repair or make restoration as is practical and
acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length
of time. (Not to exceed one month from date damage was done).
2.30. WARRANTY OF SERVICE
The successful bidder will be required to warranty all work performed. Number of warranty days beyond
the standard 30 days warranty shall be indicated on the Bid submittal.
2.31. REFERENCES
Each bid must be accompanied by a list of references, which shall include the name of the company, dates
of contract, description of services rendered, a contact person and the telephone number. NO BID WILL
BE CONSIDERED WITHOUT THIS LIST.
2.32. CONTRACTOR TO BE REPRESENTED
The contractor at all times must either be personally present at the worksite or be represented at the
worksite by a responsible agent or agents designated by the contractor in written notice to the City prior to
the beginning of work. Such notification shall include pertinent data such asaddresses, phone numbers,
etc., where said agent or agents may be contacted at any time of the day or night. The agent or agents shall
be clothed with full authority to act for the contractor in all cases, and to carry out any instructions relative
to the work may be given by the City.
2.33. PUBLIC CONVENIENCE AND SAFETY
The contractor shall conduct his/her work so as to interfere as little as possible with private business or
public travel. He/she shall, at his/her own expense, whenever necessary or required, maintain barricades,
maintain lights, and take such other precautions as may be necessary to protect life and property, and he/she
shall be liable for all damages occasioned in any way by his/her actions or neglect or that of his/her agents
or employees.
2.34. SAFETY MEASURES
Contractor shall take all necessary precautions for the safety of employees, and shall erect and properly
maintain at all times all necessary safeguards for the protection of the employees and the public. Danger
signs warning against hazards created by his/her operation and work in progress must be posted.
All employees of contractor shall be expected to wear safety glasses or goggles, appropriate clothing, and
hearing protection when and wherever applicable. The contractor shall use only equipment that is fully
operational and in safe operating order. Contractor shall be especially careful when servicing property
when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed.
2.35. QUALITY OF WORK
All work shall be performed using superior maintenance standards and techniques. The frequencies
Page 64 of 70
established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed
necessary and requested by the City.
2.36. TERMINATION
A. FOR DEFAULT
If Contractor defaults in its performance under this Contract and does not cure the default within 30 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 or his subcontractor's control, fault or negligence, the termination will be deemed to be a
termination for the convenience of the City of Miami.
B. 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.
2.37. 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.
Page 65 of 70
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
PEST CONTROL SERVICES - CITYWIDE SCOPE OF WORK Successful Bidder shall be required to
provide all personnel, supervision, supplies and equipment to perform pest control services as described in
these specifications throughout the term of the Contract. Should the City desire another pest control
product(s) than the one(s) being utilized, successful Bidder shall meet this substitution in a timely manner.
3.2 STANDARD CITYWIDE PEST CONTROL REQUIREMENTS Pest control contractor will utilize
integrated pest management to provide a pest free environment for all City of Miami areas. This method
will prevent infestations and will not affect building occupants in any manner. Unless otherwise stated in
the individual group specifications, the following requirements will be followed and include interior and
exterior structures ONLY. Monthly treatments shall include but not be limited to:
A. Initial interior and exterior building inspection.
B. Monthly interior and exterior treatment of buildings.
C. Survey building occupants for any known pest sightings - treat areas as necessary.
Entry Points: Insects can enter through small cracks and crevices. Supply deliveries also transport insects.
Rodents can invade through holes the size of a dime.
Water Sources: Pests need water daily and will forage until they find it. Leaks in plumbing and roofs will
support pest infestations and hamper control efforts.
Food Sources: The tiniest crumb can support pest infestations. One grape can feed more than 600
cockroaches; even the glue on delivery boxes provides a food source for pests.
Harborage Points: Cracks and crevices can provide living and breeding spaces for pests and rodents.
Rodents will nest in voids on the interior and burrows on the exterior.
Employee Areas: Protection is essential to the health of employees.
3.2.1. Areas involved are entire interior and exterior perimeters of all buildings, grounds, trees and shrubs
and includes any additional areas specifically outlined for each facility as listed in the these Scope of
Work. Inspections and treatments will be executed monthly on a schedule approved by the department
contract administrator.
3.2.2. Interior and exterior treatment of buildings will include spraying of all cracks and crevices and not
be limited to bait alone.
3.2.3. Pest control contractor will take all necessary precautions to avoid injury or contamination of people
and domestic animals. Precautions will also be taken to avoid property damage.
3.2.4. Materials utilized shall not stain, discolor, or in any way be detrimental to the surfaces to which they
are applied.
3.2.5. Pest control contractor will provide Material Safety and Data Sheets for all chemicals utilized in
accordance with all federal, state and local laws and ordinances, when applicable.
3.2.6. Emergency services, required between regular services, will be provided by the Pest Control
contractor as necessary, at no additional cost to the City.
3.2.7. All City areas will be treated and guaranteed for, but not limited to, the following pests:
A. All Roaches
B. Mice
C. Rats
D. All Carpenter Ants
E. All Pantry Pests
F. All Silverfish
G. All Pharaoh Ants and Fire Ants
H. All Bee and Bee Hive Removal as necessary
I. Any other Ants, Mosquitoes, Fleas, Ticks, etc., as required. This includes spray and bait gels, ant traps,
Page 66 of 70
Insecticides for indoor and surrounding structure outdoor use.
3.2.8. Rats: A minimum of three (3) visits which is guaranteed for two (2) months. This includes traps
(inside the building and outside the surrounding areas of the budding anchored in the ground as necessary),
Master Line Rat Tray, and rat poison (in enclosed areas as necessary) as permitted by law. In addition,
place rat poison and/or traps in any rat nests located outside the building. Upon notification of any dead
rats, successful bidder must pick them up and dispose of properly.
3.2.9. The City may add or delete buildings/facilities/services to the enclosed list with written notice to
Successful Bidder(s). Compensation will be increased for added spaces at a price agreeable to both parties.
3.3. SITE GROUPINGS: (See Contract Administrators, for contact phone numbers)
3.3.1 MIAMI RIVERSIDE CENTER BUILDING (MRC), CITY HALL, GSA FACILITY & GARAGE,
PROPERTY MAINTENANCE FACILITY, SOLID WASTE ADMINISTRATION, - GROUP 1
A. MIAMI RIVERSIDE CENTER BUILDING (MRC), 444SW 2nd Avenue, Miami, Florida 33130
B. CITY HALL, 3500 Pan American Dr., Miami, FL 33133
C. GSA FACILITY & GARAGE, 1390 N.W. 20th Street, Miami, FL 33142
D. PROPERTY MAINTENANCE FACILITY, 1975 N.W. 12th Avenue, Miami, FL 33142
E. GSA COMMUNICATIONS WAREHOUSE, 1101 N.W. South River Drive, Miami, FL 33142
F. SOLID WASTE ADMINISTRATION, 1290 NW 20th Street, Miami, FL 33142
3.3.2. POLICE DEPARTMENT HEADQUARTERS AND SUB -STATIONS — GROUP 2
Stations: Address:
A. Central Station, 400 N.W. 2 Ave.
B. North Station, 1000 N.W.62 Street
C. South Station, 2200 W Flagler Street
Facility: Address:
A. MPD Auto Pound #1, 600 N.W.3 Ave.
B. MPD Auto Pound #2, 550 N.W.3 Ave
C. MPD Boxing Gym, 3686 Grand Ave.
D. MPD Overtown Mini -Station, 1490 N.W.3 Ave.
E. MPD David Herring Training Center, 2302 N.W.23 Street
F. MPD Fleet Trailer, 1950 N.W.12 Ave.
G. MPD Upper East Side Mini Station, 6599 Biscayne Blvd.
H. MPD Internal Affairs Warehouse, 1251 N.W.36 Street
I. MPD Internal Affairs, 1313 N.W.36 Street Suite #500
J. MPD Marine Patrol, 1003 Mc Arthur Causeway
K. MPD Bomb Squad, 1120 N.W. South River Drive
L. MPD K9 Unit, 63 N.W.9 Street
M. MPD Bicycle Detail, 69 N.W.9 Street
N. MPD Mounted Patrol, 360 N.W.3 Street (Lumas Park)
O. MPD Downtown Mini -Station, 190 N.E 2 Ave.
3.3.3. FIRE DEPARTMENT HEADQUARTERS, DISTRICT CENTERS AND FIRE STATIONS -
GROUP 3
Facility: Address:
A. Fire Station #1, 144 NE 5 St.
B. Fire Station #2, 1901 N. Miami Ave.
C. Fire Station #3, 1103 NW 7th St. (Including Shop/Credit Union)
Page 67 of 70
31031
D. Fire Station#4, 1105 SW 2nd Ave.
E. Fire Station#5, 1200 NW 20th St.
F. Fire Station#6, 701 NW 36 St.
G. Fire Station#7, 314 Beacon Blvd.
H. Fire Station#8, 2975 Oak Ave.
I. Fire Station#9, 69 NE 62 St.
J. Fire Station#10, 4101 NW 7th St.
K. Fire Station#11, 5920 W. Flagler St.
L. Fire Station#12, 14th St. NW 46 St.
M. Fire Station#13, 185 NE 82 Terrace
N. Fire Station#14, 2119 SW 19 Street
O. Fire College, 3425 Jefferson Street
3.3.4. PARKS AND RECREATION - GROUP 4
Park: Address:
A. African Square Park, 1400 NW 62nd Street (305) 579-3408
B. Antonio Maceo Park, 5115 NW 7th St phone: N/A
C. Armbrister Park, 236 Grand Ave (305) 442-0376
D. Athalie Range Park, 525 NW 62nd Street (305) 757-7961
E. Belafonte -Talcocy, 6161 NW 7th Ave (305) 751-1295
F. Bryan Park, 2301 SW 13th Street (305) 643-7150
G. Buena Vista Park, 200 NW 53 St. (305) 795-2334
H. City Cemetery, 1800 NE 2 Ave
I. Coral Gate Park, 1415 SW 32nd Ave (305) 442-0377
J. Curtis Park, 1901 NW 24 Ave (305) 634-4961
K. Dorsey Park, 1701. NW 1st Ave (305) 579-6940
L. Douglas Park, 2795 SW 37th Ave (305) 442-0374
M. Eaton Park, 6015 NE 4th Court (305) 767-4755
N. E. G.Sewell Park, 1815/1825 NW South River Drive, Phone: N/A
0. Elizabeth Virrick Park, 3255 Plaza St. (305) 445-0160
P. Fern Isle Park, 2201 NW 11 St. (305) 579-6923
Q. Flagami Mini Park, 7121 SW 3rd Street (305) 264-7911
R. Gibson Park, 401 NW 12th Street (305) 579-6843
S. Hadley Park, 1300 NW 50th Street (305) 634-5791
T. Jose Marti Park, 351 SW 4th Street (305) 579-6958
U. Juan Pablo Duarte, (Allapatah Comstock) Park, 2800 NW 17th Street (305) 635-2710
V. Kinloch Park, 455 NW 47th Ave (305) 461-7203
W. Kirk Monroe, 3101 Oak Avenue (305) 442-7459
X. Legion Park, 6447 NE 7th Ave (305) 758-9027
Y. Lemon City Park, 27 NE 58 St. (305) 759-3617
Z. Lummus Park, 404 NW 3rd Street (305) 579-6934
AA. Margaret Pace Park N., Bayshore Drive, 17th Terrace & 20th St. (305)244-4261
BB. Maximo Gomez Park,(Domino Park), 1444 SW 8th St. (305) 858-9962
CC. Moore Park & Moore Tennis Center, 765 NW 36th Street (305) 633-2089
DD. Momingside Park, 750 NE 55th Terrance (305) 754-1242
EE. Peacock Park, 2820 Mcfarlane Road phone: N/A
Page 68 of 70
FF. Range Park #1, Under 1-95 btwn.10 & 11 St. Phone: N/A
GG.Reeves Park, 600 NW 8th Street (305) 579-6970
HH. Riverside Park, SW 8th Ave & 3rd St. Phone: N/A
II. Roberto Clemente Park, 101 NW 34th Street (305) 573-6133
JJ. Robert King High Park/Carlos Arboleya Campground, 7025 W. Flagler Street (305) 261-6151
K.K. Shenandoah Park/Pool, 2111 SW 19 St Ave (305) 856-9551
LL. Simpson Park, 85 SW 17th Road (305) 856-6801
MM.Southside Park, 140 SW 11th Street phone: N/A
NN. West End Park, 250 SW 60 Ave (305) 264-0341
OO.Willams Park, 1717 NW 5th Ave (305) 579-6978
PP. Parks Operations Office Trailers, 1950 NW 12 Ave., Miami, FL.
305 960 3004
3.3.5. PUBLIC FACILITIES — GROUP 5
COCONUT GROVE EXHIBITION CENTER / DINNER KEY MARINA / ORANGE BOWL, MANUEL
ARTIME AUDITORIUM & COMMUNITY CENTER
A) COCONUT GROVE EXPO CENTER (BUILDING CLOSED — LIMITED SERVICE 2700 South
Bayshore Drive, Miami
B) DINNER KEY MARINA, 3400 Pan American Drive, Miami (included are the dumpsters, buildings,
and piers for rodent and pest control)
C) MIAMARINA, 401 Biscayne Blvd.,Miami (included are the dumpsters, buildings, and piers for rodent
and pest control)
D) MARINE STADIUM MARINA, 3501 Rickenbacker Causeway, Miami(included are the dumpsters and
Marina Office Building and piers for rodent and pest control)
E) ORANGE BOWL STADIUM, 1501 NW 3 Street, Miami, Fl., 33125
1. Areas to be included for rodent and pest control: Office Areas, Press Boxes, Meeting Rooms, Locker
Rooms, Ticket Booths and Designated Storage Areas
2. Areas to be excluded from rodent and pest control are: Concession Stands, Concession Offices, and
Concession Storage Areas
F) MANUEL ARTIME AUDITORIUM & COMMUNITY CENTER
900 & 970 SW 1st Street, Miami, FL, 33130
3.3.6. BAYFRONT PARK MANAGEMENT TRUST — GROUP 6
Administration Building (waterfront next to Bayside) 301 N. Biscayne Blvd., Miami, FL 33132
1. Monthly interior and exterior structure fumigation, including the Amphitheater
2. Rodent control on an as needed, when needed basis
3.3.7. N.E.T. OFFICES — GROUP 7
A. Upper Eastside NET, 6599 Biscayne Boulevard
B. Little Haiti/Edison/ Little River NET, 1490 NW 3rd Avenue, #111
C. Model City NET/ North District Substation, 1000 NW 62nd Street
D. Wynwood/Edgewater NET, 101 NW 34th Street Roberto Clemente Park
E. Allapattah NET/ Curtis Park, 1901 NW 24th Avenue
F. Overtown NET/ Overtown Shopping Center, 1490 NW 3rd Avenue,112-B
G. Downtown NET, 10 NE 9th Street
H. West Flagler NET, 4343 West Flagler Street
I. Flagami NET/ Central Shopping Plaza, 3802 NW l lth Street
Page 69 of 70
J. Coral Way NET, 1300 SW 12th Avenue
K. North/East Coconut Grove/ Peacock Park, 2820 McFarlane Road
L. South/West Coconut Grove, 3692-B Grand Avenue
M. Little Havana NET/ Wamer House, 1275 NW 1st Street
N. Office of Homeless Programs, 779 West Flagler Street (Miami Homeless Assistance Office)
3.3.8. PUBLIC WORKS - CITYWIDE — GROUP 8
All city roadways, rights of way and circles including trees, plants and shrubs, as required.
Page 70 of 70