HomeMy WebLinkAboutInvitation for Bid - Elevator Maintenanceity of
mi
Invitation for Bid (IFB)
Purchasing Department
Miami Riverside Center
444 SW 2nd Avenue, 61h Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/procurement
IFB Number: 284254,1
Title:
Invitation For Bid for Elevator
Maintenance Services - Citywide
Issue Date/Time: 08-JUN-2012
IFB Closing Date/Time: 06/26/2012 @ 13:00:00
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification: Tuesday, June 12, 2012 at 5:00 PM
Buyer: Calderon, Yadissa
Hard Copy Submittal Location: City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
Buyer E-Mail Address: ycalderon@ci.miami.fl.us
Buyer Facsimile:
Page 1 of 55
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 fire for a
minimum of 180 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 DISOUALIFY THIS BID.
Page 2 of 55
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Address, City, State, Zip, Contact name, Title, Phone, Fax and E-mail:
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 18-1 10 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.
References #1 - Company
Page 3 of 55
References #1 - Address
References #1 - City, State, Zip
References #1 - Dates of Contract
References #1 - Contact
References #1 - Phone
References #2 - Company
References #2 - Address
References #2 - City, State, Zip
References #2 - Dates of Contract
References #2 - Contact
References #2 - Phone
References #3 - Company .
References #3 - Address
References #3 - City, State, Zip
Page 4 of 55
References #3 - Dates of Contract
References #3 - Contact
References #3 - Phone
Provide Copy of State License or County Certificate of Competency for Master, Elevator Maintenance
and Services and technicians.
Page 5 of 55
Line: 1
Description: Group 1: Police Department
Line: 1.1
Description: Elevator Maintenance Services for Miami Police - North Sub -Station
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 1.2
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for Miami Police- South Sub -Station
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 1.3
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for Miami Police Headquaters
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 1.4
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for Miami Police College and Training Center
Category: 91013-17
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
Page 6 of 55
Line: 2
Description: Group 2: Fire Rescue Department
Line: 2.1
Description: Elevator Maintenance Services for Miami Fire Training Center
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 2.2
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for Fire Administration/Support Services Building
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 3
Number of Units: 12 Total: $
Description: Group 3: General Services Administration Department
Line: 3.1
Description: Elevator Maintenance Services for Miami City Hall
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 3.2
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for General Services Administration Building
Page 7 of 55
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 4
Number of Units: 12 Total: $
Description: Group 4: Parks and Recreation Department
Line: 4.1
Description: Elevator Maintenance Services for Little Haiti Cultural Center
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Line: 4.2
Description: Elevator Maintenance Services for Jose Marti Park Gym
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Line: 4.3
Description: Elevator Maintenance Services for Black Police Museum
Category: 91013-17
Unit of Measure: Month
Unit Price: $ Number of Units: 12 Total: $
Line: 4.4
Page 8 of 55
Description: Elevator Maintenance Services for Grapeland Park Baseball Complex
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 4.5
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for Little Haiti Soccer Park
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Number of Units: 12 • Total: $
Line: 5
Description: Group 5: Public Facilities Department
Line: 5.1
Description: Elevator Maintenance Services for Manuel Artime Community Center Building
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 5.2
Number of Units: 12 Total: $
Description: Elevator Maintenance Services for Manuel Artime Auditorium Stage Handicap Lift
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Number of Units: 12 Total: $
Page 9 of 55
Line: 6
Description: Group 6: Solid Waste Department
Line: 6.1
Description: Elevator Maintenance Services for Solid Waste Building
Category: 91013-17
Unit of Measure: Month
Unit Price: $
Line: 7
Number of Units: 12 Total: $
Description: Elevator Maintenance Mechanic Regular Hourly Labor Rate
Estimated quantity based on a two year historical usage..
Category: 91013-17
Unit of Measure: Hour
Unit Price: $
Line: 8
Number of Units: 288 Total: $
Description: Elevator Maintenance Mechanic Overtime (Evenings/Weekends) Hourly Labor Rate
Estimated quantity based on a two year historical usage.
Category: 91013-17
Unit of Measure: Hour
Unit Price: $
Line: 9
Number of Units: 58 Total: $
Description: Elevator. Maintenance Mechanic Overtime (Holidays) Hourly Labor Rate
Estimated quantity based on a two year historical usage.
Page 10 of 55
Category: 91013-17
Unit of Measure: Hour
Unit Price: $
Number of Units: 15 Total: $
Page 11 of 55
invitation for Bid (IFB) 284254,1
Table of Contents
Terms and Conditions 14
1. General Conditions 14
1.1. GENERAL TERMS AND CONDITIONS 14
2. Special Conditions 35
2.1. PURPOSE 35
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 35
2.3. TERM OF CONTRACT 35
2.4. CONDITIONS FOR RENEWAL 35
2.5. PAYMENTS RELATED TO GUARANTEE OBLIGATIONS 35
2.6. NON -APPROPRIATION OF FUNDS 36
2.7. METHOD OF AWARD 36
2.8. SITE INSPECTIONS 36
2.9. BIDDERS MINIMUM QUALIFICATIONS 36
2.10. SUBCONTRACTORS 37
2.11. FAILURE TO PERFORM 37
2.12. INSURANCE REQUIREMENTS 37
2.13. COMPLETED WORK 39
2.14. ADDITION/DELETION OF FACILITIES/ITEMS 39
2.15. CONTRACT ADMINISTRATORS 39
2.16. FACILITY ADMINISTRATORS 39
2.17. SUPERVISION 40
2.18. WORKMANSHIP AND MATERIALS 40
2.19. TIE BIDS 40
2.20. LIQUIDATED DAMAGES 41
2.21. USE OF PREMISES 41 •
2.22. HOURLY RATE (FOR REPAIRS OUTSIDE THE ROUTINE MAINTENANCE PORTION OF
THE CONTRACT) 41
2.24. PARTS AT PASS -THROUGH COST (FOR REPAIRS OUTSIDE THE ROUTINE
MAINTENANCE PORTION OF THE CONTRACT) 42
2.25. WARRANTY, FITNESS FOR PURPOSE 42
2.26. REFERENCES 42
2.27. CONTRACTOR TO BE REPRESENTED 42
2.28. LICENSES AND PERMITS 43
2.29. PUBLIC CONVENIENCE AND SAFETY 43
2.30. SAFETY MEASURES 43
2.31. QUALITY OF WORK 43
2.32. HOLIDAYS 44
2.33. TERMINATION 44
2.34. ADDITIONAL TERMS AND CONDITIONS 44
2.35. DAMAGES TO PUBLIC/PRIVATE PROPERTY 45
2.36. SPECIFICATION EXCEPTIONS 45
2.37. PRIMARY CLIENT (FIRST PRIORITY) 45
2.38. EMPLOYEES 45
Page 12 of 55
Invitation for Bid (IFB) 284254,1
2.39. DOCUMENTATION 45
2.40. DELAYS 46
2.41. CONTRACTOR'S USE OF PROJECT SITE 46
2.42. INVOICING 46
2.43. CITY OCCUPANCY 46
2.44. GENERAL REQUIREMENTS 47
2.45. SAFETY PRECAUTIONS 47
2.46. TIME FOR PERFORMING THE WORK 47
2.47. EXAMINATION OF THE WORK 48
2.48. EMERGENCY SERVICE/CONTACT 48
2.49. FINAL CLEAN-UP 48
2.50. APPLICABLE STANDARDS 48
3. Specifications 49
3.1. SCOPE OF WORK 49
Page 13 of 55
Invitation for Bid (IFB) 284254,1
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 S25,00.0.00 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 Procurement 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 or electronic submission of your solicitation 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. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available
at 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, services, items, equipment, materials, and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of
the resulting 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
Page 14 of 55
Invitation for Bid (IFB) 284254,1
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 by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
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, deterniine 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, amendment or
addenda.
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.
Page 15 of 55
Invitation for Bid (IFB) 284254,1
G. The City reserves the right to award the contract on a split-order2lump 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 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.
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
Page 16 of 55
Invitation for Bid (IFB) 284254,1
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 Codc 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.
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
E. Uniform Commercial Code (Florida Statutes, Chapter 672).
F. Americans with Disabilities Act of 1990, as amended.
G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
I. City Procurement Ordinance City Codc Section 18, Article II1.
J. Conflict of Interest, City Code Section 2-611;61.
K. Cone of Silence, City Code Section 18-74.
L. The Florida Statutes Sections'218.73 and 218.74 on Prompt Payment.
M. 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
Page 17 of 55
Invitation for Bid (IFB) 284254,1
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, 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.
En 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 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.
A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may
be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for
himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of
the general public and gained by reason of his/her/its position, except for information relating exclusively to
governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person
Page 18 of 55
Invitation for Bid (IFB) 284254,1
or business entity.
B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the
City or any person or agency acting for the City, and has not appeared in representation of any third party before any
board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it
is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission;
(ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City.
C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional
services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law.
Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on
Ethics.
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, Toss, 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.
Page 19 of 55
- Invitation for Bid (IFB) 284254,1
(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.
(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
Biddcr/Proposer incapable of perfonning 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.
Page 20 of 55
Invitation for Bid (IFB) 284254,1
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 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
forrnal 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
Miarni 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.
Page 21 of 55
Invitation for Bid (IFB) 284254,1
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.
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
Page 22 of 55
Invitation for Bid (IFB) 284254,1
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. 18-110)
(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.
(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
Page 23 of 55
Invitation for Bid (IFB) 284254,1
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. 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.
1.41. 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 anyway
the expressed terms and provisions hereof.
1.42. 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;
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 fonn 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.
1.43. INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials,
officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to
reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct
of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will
indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against; any
civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it
is alleged that the City, its officials and/or employees were negligent, unless such injuries or damages are ultimately
proven to be the result of grossly negligent or willful acts or omissions on the part of the City, its officials and/or
employees.. These indemnifications shall survive the tern of this Contract. In the event that any action or
proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice
from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly
understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor
shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers,
employees, agents and instrumentalities as herein provided.
Page 24 of 55
Invitation for Bid (IFB) 284254,1
The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate,
supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of
liability and all suits and actions of every name and description which may be brought against City whether
performed by Contractor, or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under
the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06
and/or §725.08, Fla. Statues, as amended from time to time as applicable.
Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City.
The Contractor agrees and rccognizes that the City shall not be held liable or responsible for any claims which may
result from any actions or omissions of the Contractor in which the City participated either through review or
concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or
other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or
Sub -Contractor, under this Agreement.
1.44. 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, technical specifications, and
Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted
with a previous response or on file with the Buyer will not satisfy this provision.
1.45. 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.
1.46. 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.
1.47. 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.
Page 25 of 55
Invitation for Bid (IFB) 284254,1
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.
1.48. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered
(i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt
Payment Act).
1.49. LOCAL PREFERENCE
A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid
price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as
defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that
non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to
submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local
bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and
final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award
shall be made to the local bidder."
B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may,in the exercise of the reasonable
professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer,
include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in
Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local
office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply.
1.50. 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.
1.51. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contractor
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.
1.52. 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.
1.53. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with
specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other •
appropriate testing Laboratories as determined by the City. The data deri7e'd 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.
1.54. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age,
Page 26 of 55
Invitation for Bid (IFB) 284254,1
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.
1.55. 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.
1.56. 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.
1.57. 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".
1.58. 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.
1.59. 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.
1.60. 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.
1.61. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed
Page 27 of 55
Invitation for Bid (1FB) 284254,1
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 firm 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.
1.62. 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.
1.63. 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.
1.64. 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.
1.65. 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
Page 28 of 55
Invitation for Bid (IFB) 284254,1
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 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.
1.66. 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.
1.67. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants,
conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties
hereto and their respective heirs, legal representatives, successors and assigns.
1.68. 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.
1.69. 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.
1.70. 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.
1.71. 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.
1.72. 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
Page 29 of 55
Invitation for Bid (IFB) 284254,1
the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to
comply with the law.
1.73. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall
have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue
of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City
Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies
based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by
a Contractual Party by submission of a protest to the City Manager.
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly
render a written report stating the reasons for the action taken by the City Commission or the City Manager which
shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along
with a notice of such party's right to seek judicial relief; provided that the protesting party shall not be entitled to
such judicial relief without first having followed the procedure set forth in this section.
1.74. 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. 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, which will be
posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and
Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by
selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and
Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the
Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the
responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to
receive the notice; 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
Page 30 of 55
Invitation for Bid (IFB) 284254,1
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 protest. In cases involving more than
S25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the
City Commission after a favorable recommendation by the city attorney and the City Manager.
(c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or
the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement
Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a
protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having
followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this
section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is
resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the
City Manager makes a written determination that the solicitation process or the Contract award must be continued
without delay in order to avoid an immediate and serious danger to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's
check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or
S5000.00, 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
Page 31 of 55
Invitation for Bid (IFB) 284254,1
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.
1.75. 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.
1.76. 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.
1.77. 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.
1.78. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental
specification as to any detail or the omission from it of detailed description concerning any point shall be regarded
as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct
type, size and design are to 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.
1.79. 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 solicitation 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 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 US1. US1 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: US1 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.
Page 32 of 55
Invitation for Bid (IFB) 284254,1
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
arc 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.
1.80. 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.
1.81. 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.
1.82. 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 Section 218.74, Florida Statutes and other applicable law.,
1.83. 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 delivery is not made within
the time(s) specified on their Response. Deliveries arc to be made during regular City business hours unless
otherwise specified in the Special Conditions,
1.84. 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.
Page 33 of 55
Invitation for Bid (IFB) 284254,1
1.85.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 attorney's fees incurred by
the City by reason of any legal action challenging your claim.
1.86. 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.
1.87. 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.
1.88. 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 34 of 55
Invitation for Bid (IFB) 284254,1
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for Elevator Maintenance Services - Citywide, as specified
herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms,
conditions and stipulations of the solicitation.
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Purchasing Department, Attn: Yadissa Calderon; fax: (305) 400-5369 or email: ycalderon@ci.miami.fl.us.
The solicitation title and number shall be referenced on all correspondence. All questions must be received no later
than Tuesday, June 12, 2012 at 5:00 PM. 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
2.5. PAYMENTS RELATED TO GUARANTEE OBLIGATIONS
The City may withhold from payments to be made such sums as deemed reasonably necessary to ensure completion
of the Work with respect to defective work, equipment or materials which may be identified by the Contract
Administrator.
The City may deduct from any payment due the Contractor an amount equal to its cost incurred on account of the
Contractor's failure to fully perform its obligations under this Contract.
The Contract Administrator, prior to withholding or deducting any monies hereunder, shall give the Contractor
notice of the defective work, equipment or material and the basis for the withholding or deduction.
Upon the Contract Administrator's determination that the Contractor has fulfilled his obligations, the City will pay
the Contractor any sum so retained, subject to Contractor's submission of, or compliance with any remaining
Page 35 of 55
Invitation for Bid (IFB) 284254,1
documentation or obligation, as the case may be, in accordance with this Contract.
2.6. 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 or any project(s) will be awarded to any firm(s).
2.7. METHOD OF AWARD
Award of this contract will be made to the lowest responsive and responsible bidder meeting the Specifications, on
an item by item basis or on a group by group basis, a combination of item/groups or a total of all item/groups.
Bidders must bid on all items within a group in order to qualify for that group.
Failure to bid on all items within a group shall disqualify your bid for that group. The City reserves the right to
accept or reject any or all bids or parts of bids, waive informalities, and re -bid these services specified herein.
2.8. SITE INSPECTIONS
Each prospective bidder is highly encouraged, prior to submitting a bid, to inspect each site to acquaint
himself/herself with the needs and requirements of the specified job. The prospective bidder is further required to
carefully examine the specifications and to inform himself/herself thoroughly, regarding any and all conditions and
or requirements that may in any manner affect the work to be performed.
2.9. BIDDERS MINIMUM QUALIFICATIONS
In order to maintain the City's property at a high level, the City is seeking qualified bidders who have experience
and provide quality service. Bids shall be considered only from fines that are regularly engaged in the business of
providing services as described herein. The Bidder shall:
A. Have been in the business of elevator maintenance and repair services in good standing for not less than five
(5) years and who is an active registered elevator company with the Florida Department of State Division of
Corporations. As proof of compliance with this requirement, a minimum of three (3) Client References shall be
provided with the response submittal.
The City reserves the right to verify and/or visit these Client References as part of the evaluation and shall use the
same as a disqualifier concerning the work to be performed under this Invitation for Bid (IFB) should the Client
References reveal poor performance.
B. Receipt of Past Performance Evaluation Questionaires from each of the three (3) Client References indetified
in the Attributes portion of the Header Section of this IFB.
C. Provide State of Florida and/or Miami -Dade County Certified Elevator Technician (s), who have at least three
(3) consecutive years experience, to perform said services on City facilities:
Proof of holding such License/Certifications shall be submitted at the time of bid submission. Failure to
provide such proof at time of bid submission may result in rejection of bid.
Page 36 of 55
Invitation for Bid (IFB) 284254,1
D. Affirmation of never having filed for bankruptcy, possession of sound financial condition, of having no record of
pending lawsuits or criminal activities, and of having no conflicts of interest which may be of embarrassment to the
City.
E. Respondent further acknowledges that a proposal submittal shall not be provided if the contractor has any
members, officers, or stockholders in arrears or in default of any debt or contract involving the City, is a defaulter or
surety otherwise upon any obligation to the City, and/or has failed to perfonn faithfully any previous contract with
the City.
2.10. SUBCONTRACTORS
No work shall be performed by subcontractors.
2.11. FAILURE TO PERFORM
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, the City reserves the right to declare Contractor in
default of the contract or make appropriate reductions in the contract payment pursuant to Section 2.19, Liquidated
Damages.
2.12. 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 niay 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 $2,000,000
General Aggregate Limit $4,000,000
Products/Completed Operations $2,000,000
Personal and Advertising Injury $2,000,000
B. Endorsements Required
Page 37 of 55
Invitation for Bid (IFB) 284254,1
City of Miami included as an additional insured
Contingent and Contractual Liability
Explosion, Collapse and Underground Hazard
Primary Insurance Clause
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 $2,000,000
B. Endorsements Required
City of Miami included as an additional insured
III. Worker's Compensation
Limits of Liability •
Statutory -State of Florida
Waiver of Subrogation
IV. Employer's Liability
A. Limits of Liability
$1,000,000 for bodily injury caused by an accident, each accident.
$1,000,000 for bodily injury caused by disease, each employee
$1,000,000 for bodily injury caused by disease, policy limit
BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals,
which most nearly reflect the operations of the bidder.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the
State of Florida, with the following qualifications:
The Company must be rated no Tess 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.
Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written
advance notice to the certificate holder.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this
Page 38 of 55
Invitation for Bid (IFB) 284254,1
section or under any other section of this Agreement.
The above policies shall provide the City of Miami with written notice of cancellation or material change
from the insurer in accordance to policy provisions.
--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:
(4) 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.
(5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from
the Bidder in conjunction with the General 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 terns that may be granted to
the Bidder.
2.13. 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.
2.14. ADDITION/DELETION OF FACILITIES/ITEMS
Although this solicitation identifies specific facilities/items, it is hereby agreed and understood that any facility/item
may be added to, and any awarded facility/item may be deleted from this contract at the option of the City. When an
addition to the contract is required, the successful bidder(s) under this contract and other suppliers, as deemed
necessary, shall be invited to submit price quotes for these new facilities/items. If this quote is comparable with
market prices offered for similar facilities/items, the supplier(s) and facility(ies)/item(s) shall be added to the
contract, if it is in the best interest of the City and an addendum and a separate purchase order or change order shall
be issued by the City.
2.15. CONTRACT ADMINISTRATORS
The Facility Administrators identified for each of the Groups shall report and work directly with Mr. Juan
Ovez, who shall be designated as the Contract Administrator. It is the responsibility of the Facility Administrators
and the Contract Administrator to ensure contract compliance and vendor performance throughout the tern of the
contract.
2.16. FACILITY ADMINISTRATORS
Upon award, successful bidder(s) shall report and work directly with the Facility Administrator(s) for each group
Page 39 of 55
Invitation for Bid (IFB) 284254,1
listed below:
Group 1: Police Department, Danny Gonzalez, (305)603-6431
Group 2: Fire Department, Chief Pete Gomez, 305-416-5408
Group 3: General Services Administration Department, Chuck Postis, (305)329-4736
Group 4: Parks and Recreation Department, Maria De Cardenas, (305) 960-3004
Group 5: Public Facilities Depart rent, Lilia Varas, (305)575-5057
Group 6: Solid Waste, Cindy Baez, (305) 960-2803
2.17. SUPERVISION
Contractor shall assign one working "On Duty" Supervisor when designated by the contract administrator or his/her
designee. Contractor shall also advise the name and telephone number where a responsible Supervisor, or the
Contractor, may be reached at any time for purposes of taking complaints and receiving information as to daily
contract performance. In the event the assigned Supervisor demonstrates an inability to properly supervise his/her
personnel as determined by the contract administrator or his/her designee, then the contract administrator or his/her
designee have the authority to request the immediate dismissal of said Supervisor of his/her responsibilities at the
facility and Contractor is to assign another individual upon four (4) hour notice (if requested by the City) to
supervise staff in a satisfactory manner as determined by the contract administrator or his/her designee. The City
shall only be liable for payment of the actual hours worked by said Supervisor(s).
2.18. WORKMANSHIP AND MATERIALS
All parts installed and materials used in performance of this contract shall be unused, and or new (of current design
or manufacture). -Salvage materials will not be allowed without the express consent of the City. All materials and
workmanship shall be of the highest quality and shall conform to all applicable codes and regulations, so as to
ensure safe and functional operation. The City shall be the sole judge as to parts and workmanship.
2.19. 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).
Page 40 of 55
Invitation for Bid (IFB) 284254,1
(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 dnig-free workplace through implementation of this section.
2.20. LIQUIDATED DAMAGES
Upon failure to perform, as stated in Section 2.11, or to complete the project in accordance with the specifications
and to the satisfaction of the City within the time stated, the bidder shall be subject to assessment of liquidated
damages in the amount of $100.00 for each and every calendar day the work remains incomplete (not to exceed the
total amount of the contract), as compensation due to the City for loss of use and for additional costs incurred by the
City due to such noncompletion of the work. The City shall have the right to deduct said liquidated damages from
any amount due or that may become due to the bidder under this agreement or to invoice the bidder for such
damages if the costs incurred exceed the amount due to the bidder.
2.21. USE OF PREMISES
The contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her
workmen to the limits indicated by law, ordinances, permits, or direction of the project manager, and shall not
unreasonably encumber the premises with his/her materials. The contractor shall take all measures necessary to
protect his own materials.
2.22. HOURLY RATE (FOR REPAIRS OUTSIDE THE ROUTINE MAINTENANCE PORTION OF THE
CONTRACT)
The hourly rate quoted shall include full compensation for labor, equipment use, travel time, and any other cost to
the bidder and shall be separate and apart from any routine maintenance service.
Hourly labor rates are specified as follows:
Regular Hourly Rate —Hourly rate for repairs, twenty-four (24) hours a day, seven (7) days a week (rate is to
include labor and travel, parts are not included).
Overtime Rate —Moo. rly rate for overtime repairs, i.e., between 5:00 P.M. and 8:00 A.M. Monday through Friday
and 24 hours on weekends (rate to include labor and travel, parts not included).
Overtime Rate -Hourly rate for overtime repairs during legal holidays (rate to include labor and travel, parts not
included).
The City will pay successful bidder for its personnel for time spent at a facility(ies) only if the elevator(s) is repaired
to the City's satisfaction the same date of the visit. Therefore, successful bidder shall assign appropriate personnel to
perform said repair(s) that date. The City will not pay any invoice billed to the City in which an elevator(s) was not
repaired to the City's satisfaction on the same date as requested, or more than one(1) employee was sent to a facility
and the City billed, when only one mechanic was required to perform the work.
Page 41 of 55
Invitation for Bid (IFB) 284254,1
2.24. PARTS AT PASS -THROUGH COST (FOR REPAIRS OUT IDE THE ROUTINE MAINTENANCE
PORTION OF THE CONTRACT)
All cost for parts required for repair jobs and not otherwise includ d in the routine maintenance section of
the Specifications shall be billed at the contractor's actual cost, and will be passed on to the City without
markup or any additional fees. Successful Bidder shall submit purchasreceipt of parts along with labor invoice for
payment.
Contractor shall be responsible for sourcing all parts necessary to complete the work requirements of each job
specification(s) of this contract. Replacement parts furnished must be of the same manufacturer or an equal product.
All equipment and materials shall be commercial quality and grade, and be from a regular product line. Prototype,
obsolete, and residential quality/grade equipment shall not be specified or installed in the facility.
2.25. WARRANTY, FITNESS FOR PURPOSE
The vendor warrants the materials supplied and the work perfonned under this contract conform to warranty .
materials provided and work performed for one (1) year from date of completion.
In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or
service against faulty labor and/or defective material for a minimum period of one (1) year after the date of
acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for
the full one (1) year period; regardless of whether the bidder is under contract with the City at the time of any defect.
Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of
these warranty provisions.
The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5)
calendar days after the City notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty
and/or fails to correct or replace the defective work or items within the period specified, the City may, at its
discretion, notify the bidder, in writing, that the bidder may be debarre as a City bidder and/or subject to
contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10)
calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the
notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the services from another
vendor and charge the bidder for any additional costs that are incurred by the City for this work or items; either
through a credit memorandum or through invoicing.
2.26. REFERENCES
Bidder shall submit the required information for three (3) Client Refer nces as outlined in the Attributes portion of
the Header section of this IFB. The Past Performance Evaluation Que tionnaire attached to the Header section of
this IFB shall be required from each of these same three (3) Client References identified in the above mentioned
Attributes -- NO BID SUBMITTAL SHALL BE CONSIDERED WIITHOUT THIS INFORMATION.
2.27. 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 as addresses, phone numbers, etc., where said agent or agents may
Page 42 of 55
Invitation for Bid (IFB) 284254,1
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.
2.28. LICENSES AND PERMITS
Services performed for the City will require licenses and permits in the same manner as private air conditioning
maintenance projects within the City. The Contractor shall secure, at his/her expense, all licenses and permits and
shall fully comply with all applicable laws, regulations and codes as required by the State of Florida, county, or local
agency.
The Contractor must fully comply with all federal and state laws, county and municipal ordinances, and regulations
in any manner affecting the prosecution of the work. Any fines or penalties to the Contractor shall be paid at the
Contractor's expense
2.29. 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.
The contractor 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. and 7:00 A.M., but if required, the noise
level shall not exceed 65 dBA.
2.30. 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.
2.31. QUALITY OF WORK
All work shall be performed using superior maintenance standards and techniques. The frequencies established for
repetitive maintenance tasks are minimum frequencies, which must be increased if deemed necessary and requested
by the City.
Page 43 of 55
Invitation for Bid (IFB) 284254,1
2.32. HOLIDAYS
Legal Holidays for the City of Miami include the following:
1. New Year's Day
2. Martin Luther King's Birthday*
3. Washington's Birthday*
4. Memorial Day
5. Fourth of July
6. Labor Day
7. Columbus Day*
8. Veteran's Day*
9. Thanksgiving Day
10. Friday after Thanksgiving Day*
I I . Christmas Day
*Dates as indicated shall not be considered legal holidays for Successful Bidder.
2.33. 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 Contractis 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.
2.34. ADDITIONAL TERMS AND CONDITIONS
•
No additional terns and conditions included with the solicitation 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 solicitation. 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 solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's
Page 44 of 55
Invitation for Bid (IFB) 284254,1
authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this.
2.35. 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).
2.36. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing
Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the
manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must
explain any deviation from the specifications in writing as a footnote on the applicable specification page and
enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For
electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose
a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission.
Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are
included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being
held responsible for all costs required to bring the item(s) in compliance with contract specifications.
.2.37. PRIMARY CLIENT (FIRST PRIORITY)
The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its primary
client and shall be serviced first during a schedule conflict arising between this contract and any other contract
successful bidder(s)/proposer(s) may have with any other cities and/or counties to perform similar services as a
result of any catastrophic events such as tornadoes, hurricanes, severe 'storms or any other public emergency
impacting various areas during or approximately the same time.
2.38. EMPLOYEES
Work shoes (footwear which fully covers and protects the entire foot) shall be worn at all times as well. Shorts, torn
and/or dirty clothing, cut-off T-shirts, and the like, and clothing with unacceptable verbiage as determined by the
City shall not be worn.
The employee(s) shall at all tithes wear his / her company issued identification badge. Should the contractor not
issue such a form of identification, the employee(s) shall wear an issued badge from the facility being serviced. The
facility may require both a facility badge and a company badge.
The contractor's employee(s), regardless of the nature of the call, shall always identify him / herself to the lobby
security, request to speak with the facility liaison, and sign in and out.
2.39. DOCUMENTATION
Page 45 of 55
Invitation for Bid (IFB) 284254,1
The Contractor shall leave with the facility liaison a copy of the service order and/or other applicable
documentation of the visit. This documentation shall reflect, in detail, the work performed and recommendations, if
any. In the case of unscheduled visits, the documentation of the same shall be left with the facility liaison or his/her
representative, should the liaison not be available.
2.40. DELAYS
The successful Bidder shall notify the City of any actual or potential delays in any maintenance or repairs.
2.41. CONTRACTOR'S USE OF PROJECT SITE
The Contractor shall limit its use of the facility or premises to the Scope of Work, so as to allow for the City's
continuous operation. This is necessary as the four (4) sites where the Work will be performed will remain in
operation during that time.
The Contractor shall:
a. Confine operations at the sites to the areas permitted under the Scope of Work; not disturb portions of the site
beyond the specified areas; conform to site rules and regulations affecting the Work.
b. Keep existing driveways and entrances serving the facility clear and available to the City and its employees at
all times; not use areas for parking and/or storage of materials except as authorized by the Contract Administrator.
c. Assume all responsibility for its tool, equipment and materials, including any materials purchased for the Work
and not accepted by the City, and its vehicles while performing work for the City and/or while parked at a City
facility. The City assumes no liability.
d. Keep areas such as hallways, stairs, elevator lobbies and toilet rooms free from accumulation of waste
materials, rubbish or construction debris.
2.42. INVOICING
Invoices submitted for payment by the City shall contain purchase order number; work order number, if applicable;
details of service(s) performed; number of labor hours for each worker; hourly rate for each worker; total man hours
billed; and material/parts furnished and actual cost itemized separate from the labor rates and number of labor
hours. Copies of invoices or other appropriate documentation including available receipts for materials/parts
purchased or supplied shall be provided for each job to support their actual costs prior to reimbursement. Failure to
itemize the aforementioned will result in the invoice being returned for adherence to the same.
Material cost including unit prices shall be listed as separate item(s). Materials, parts or equipment installed shall
be invoiced at Contractor's actual cost to include any and all discounts offered by his/her supplier. Material prices
submitted are subject to verification by the City.
Failure to submit any required documentation, including properly prepared invoices and/or should the City
determine the invoice to differ from the actual work performed, the City will not be responsible for payment of
such. The City will only be responsible for payment of actual work performed, and upon properly submitted
invoices/documentation.
2.43. CITY OCCUPANCY
Page 46 of 55
Invitation for Bid (IFB) 284254,1
The City may occupy all or any portion of the facility during the entire period of Work. The Contractor shall
cooperate fully with the Contract Administrator during the Work to minimize conflicts and to facilitate City
operations and the operations of any other contractors.
2.44. GENERAL REQUIREMENTS
The Contractor agrees that the Contractor will at all times employ, maintain and assign to the performance of the
Work a sufficient number of competent and qualified professionals and other personnel to meet the requirements of
the Work to be performed.
The Contractor agrees to adjust staffing levels or to replace any Staff Personnel if so ordered by the City, should the
City make a determination in its sole discretion, that said staffing is inappropriate or that any individual is not
performing in a manner consistent with the requirementsfor such position.
The Contractor warrants and represents that its Staff Personnel have proper skill, training, background, knowledge,
experience, rights, authorizations, integrity, character and licenses as necessary to perform the Work, in a competent
and professional manner.
The Contractor shall at all times cooperate with the City and coordinate its respective work efforts to most
effectively and effectively progress the performance of the Work.
The City and other agencies authorized by the City, shall have free access at all times to the Work site.
Staff Personnel shall be employees of the Contractor, who shall be responsible for deducting all taxes and payments
of workman's compensation and and unemployment insurance.
2.45. SAFETY PRECAUTIONS
The Contractor must adhere to the applicable environmental protection guidelines for the entire duration of the
Work. If hazardous waste materials are used, detected or generated at any time, the Contract Administrator must be
immediately notified of each and every occurrence. Contractor shall comply with all codes, ordinances, rules,
orders and other legal requirements of public authorities (including OSHA, EPA, DERM, Miami -Dade County PDR
South Florida Building Code) which bear on the performance of the Work.
The Contractor shall take the responsibility to ensure that all Work is provided with the adequate safeguards,
including but not limited to; proper safe rigging, safety nets, fencing, scaffolding, barricades and ladders, that are
necessary for the protection of their employees, as well as the public and City employees. All riggings and
scaffolding shall be of good sound materials, of adequate dimensions for its intended use, and substantially braced,
tied or secure to insure absolute safety for those required to use it, as well as those in the vicinity. All riggings,
scaffolding and ladders must be OSHA approved.
If an emergency condition should develop during Work, the Contractor must immediately notify the Contract
Administrator of each and every occurrence. The Contractor should also recommend any appropriate courses of
action to the Contract Administrator.
2.46. TIME FOR PERFORMING THE WORK
Prior to performing any work, the Contractor shall establish with the Contract Administrator, the hours during
which the work is to be performed. No work shall be performed outside these hours without the written approval of
the Contract Administrator.
Page 47 of 55
Invitation for Bid (IFB) 284254,1
2.47. EXAMINATION OF THE WORK
The City shall be furnished with every means to verify whether or not the materials and work are in accordance
within the requirements and intent of these specifications. Failure to reject or condemn defective work at the time it
is done will not prevent its rejection whenever it is discovered before the project is finally approved and accepted.
2.48. EMERGENCY SERVICE/CONTACT
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. The Contractor shall be
immediately available via a twenty-four (24) hour, seven (7) days per week phone service. It is expected that
non-scheduled requests for service (emergency calls, etc.) shall be responded to within one (1) hour after the call is
made to the service or directly to the contractor.
The Contractor shall ensure that the facility liaison has the pager and home telephone numbers of all employees
assigned, or who would be called to, the facility, and the designated employees shall be directed to respond to direct
calls from the facility liaison, his / her representative, or other designated individual(s).
2.49. FINAL CLEAN-UP
Upon completion of the work and before acceptance and final payment is made, the Contractor shall clean, remove,
and properly dispose of from the premises, all surplus and discarded materials, rubbish, and temporary structures,
and shall restore in an acceptable manner all property, both public and private, which has been damaged during the
performance of the work, and shall leave the work in a neat and presentable condition.
2.50. APPLICABLE STANDARDS
The City reserves the right to reject work or materials if it does not meet the requirements set forth in these
Specifications, and must meet the requirements set forth herein upon arrival at the site, at the time services are
rendered, at the time of final inspection, and upon acceptance of completed project.
There shall be no substitution of equipment or materials unless authorized in writing, in advance, by the City
of Miami.
The Contractor shall have labor crews controlled and directed by a foreman who will provide coordination between
the job site and the City.
Page 48 of 55
Invitation for Bid (IFB) 284254,1
3. Specifications
3.1. SCOPE OF WORK
The successful contractor shall furnish full maintenance and repair services, including parts, labor, materials,
equipment and supervision for the elevators as listed for each of the facilities as specified herein. The contractor
will be required to perform the routine monthly maintenance at the monthly rate specified.
In additional to the routine monthly maintenance service, contractor shall be required to perform repair services, as
needed, at a separate hourly labor rate as specified in this IFB, plus materials/parts at pass -through cost.
Pricing shall include full maintenance for all elevators "as is" at its current condition No exceptions will be
allowed on any of the elevators listed.
A. LOCATIONS AND DESCRIPTION OF EVELVATORS TO BE SERVICED:
The following facilities are to be included under the terms of the Contract. The number and location(s) of elevators
under Contract may be decreased or increased by the City at any time, in the best interest of the City. Subsequent to
award, the successful bidder will work directly with the Facility Administrator(s) for purposes of response,
inspections, maintenance, and the provision of all required services.
Location Number of Landings
Group 1: Police Department
1. Miami Police Department, North Substation
1060 N.W. 62nd Street
Miami, Florida
One (1) passenger elevator 2 landings
2. Miami Police Department, South Substation •
2200 West Flagler Street
Miami, Florida
One (1) passenger elevator 2 landings
3. Miami Police Headquarters
400 NW 2 Avenue
Miami, Florida
One (1) passenger elevator 6 landings
One (1) passenger elevator 3 landings
Three (3)- One (1)
Passenger elevator 5 landings Ea.
4. Miami Police College and Training Center
350 N.W. 2 Avenue
Miami, Florida
Three (3)- One (1)
Passenger elevator 4 landings Ea.
Page 49 of 55
Group 2: Fire Department
1. Miami Fire/Rescue Training Center
3425 Jefferson Street
Miami, Florida
One (1) passenger elevator
6 landings
2 Fire Administration/Support Services Building
1151 N.W. 7th Street
Miami, Florida
One (1) passenger elevator 3 landings
Group 3: General Services Administration
1. Miami City Hall Building
3500 Pan American Drive
Miami, Florida
One (1) passenger elevator 2 landings
2. General Services Administration Building
1390 N.W. 20th Street.
Miami, Florida
One (1) passenger elevator 2 landings
Group 4: Parks and Recreation Department
1. Little Haiti Cultural Center
212 NE 59th Terrace
Miami, Florida 2 landings
One (1) passenger elevator
2. Jose Marti park Gym
434 SW 3rd Avenue
Miami, Florida 3 landings
One (I) passenger elevator ,
3. Black Police Museum
480 NW 11 th Street
Miami, Florida 2 landings
One (1) passenger elevator
4. Grapeland Park Baseball Complex
1550 N.W. 37th Ave.
Miami, FL 2 landings
One (1) passenger elevator
5. Little Haiti Soccer Park
6301 N.E. 2 Avenue
Miami, Florida 2 landings
Invitation for Bid (IFB) 284254,1
Page 50 of 55
Invitation for Bid (IFB) 284254,1
One (1) passenger elevator
Group 5: Public Facilities Department
I. Manuel Artime Community Center
970 S.W. 1st Street
Miami, Florida
One (1) passenger elevator 4 landings
2. Manuel Artime Auditorium (Stage)
900 S.W. 1st Street
Miami, Florida
One (1) ADA handicap lift 1 landing
Group 6: Solid Waste Department
I . Solid Waste Building
1290 N.W. 20th Street
Miami, Florida
One (I) passenger elevator 2 landings
SUCCESSFUL BIDDER SHALL PROVIDE ALL OF THE REQUIRED SERVICES AT ALL LOCATIONS.
3.2. MINIMUM SCOPE OF WORK
The following represents the minimum performance requirements for each facility and each elevator as part of the
routine monthly maintenance portion of the contract, and covered under the monthly rate provided per facility.
In regards to covered workmanship and materials, tests, work repairs and replacements, all the aforementioned shall
conform to the American Safety Code as prescribed in the most recent version of the South Florida Building Code.
Only genuine manufacturer's parts or equals approved by the Contract Administrator (with written authorization)
shall be used in repairing respective elevator units.
Items to be covered, but not limited to, are as follows under this section and are applicable for traction and
hydraulic -type elevators on a monthly basis.
A. Normal Traction -Type Elevator Coverage to be performed, at a minimum, on a monthly basis:
1) Examine, Clean, Lubricate (Refilling the hydraulic Tank with Hydraulic Oil, if needed), adjust, repair or replace
the following elevator related items:
a) Generators
b) Machines
c) Motor Driven Components, Solid State or otherwise
d) Controllers and Controller Components
e) Brakes
f) Hoisting Motors
g) Selector Motors
h) Worn Gears and Other Gears
i) Bearings
j) Rotating Elements
k) Brake Magnet Coils
Page 51 of 55
Invitation for Bid (IFB) 284254,1
I) Brushes and Commutators
m) Brake Shoes, Linings, and Pins
n) Windings and Coils
o) Contacts and Relays
p) Resistors and Transformers
q) Communication devices (i.e. telephone, cab phones etc.)
r) Hoist way door restrictors
s) Solid State Devices
t) Cleaning of elevator pit
2) IN ADDITION, THE CONTRACTOR WILL:
a) Ensure guide rails arc properly lubricated.
b) Replace guide shoe gibs or rollers when required.
c) Re -lamp signals and elevator shafts when required.
d) Replace or repair control cables when required.
e) Furnish lubricants and examine, lubricate, adjust, repair, or replace the following when required:
I. Interlocks
II. Buffers
III. Over speed Governors
IV. Car and Counterweight Safety Devices
V. Limit, Landing, and Slowdown Switches
VI. Alarm Bells/ cab phones
f) Conduct an annual no-load, low -speed test of car and counterweight safeties and buffers. These items to be
performed at the end of the contract period.
g) Conduct a "fifth year test" within the first thirty (30) days at the start of the contract to include a complete
evaluation of existing elevators and systems, a rated -load, rated -speed safety test, and a test of governors and
buffers.
h) Monthly examination of hoisting rope tension. Wire ropes and fastenings to be replaced as needed.
i) Monthly examine sheaves and associated assemblies and re -groove or replace when required.
j) Regularly examine and not less than once during the contract period, lubricate, adjust, repair, or replace the
following as required:
I. Car and Corridor Operating Stations
II. Car and Corridor Hangers and Tracks
III..Door Operating Devices
IV. Door Gibs
V. Car Fans
VI. Cab phones
k) Regularly (but not less than once during the contract period) clean elevator hatch equipment to include:
I. Rails
Page 52 of 55
Invitation for Bid (IFB) 284254,1
II. Inductors
111. Hatch Door Hangers and Tracks
IV. Related Devices, Switches, Buffers, and Car Tops
VI. Elevator pit
I) Regularly (but not less than once during the contract period) dismantle brake plunger assembly, examine,
replace worn parts, clean, lubricate, reassemble and adjust as required for proper operation.
m) The City understands that the Contractor is not responsible for the following unless the Contractor is directly
responsible for the damage of same during routine or non -routine servicing:
I. Hoist way panels, door hinges, frames, gates, and sills
II. Cabs and Cab Flooring
III. Cab Doors, Gates, and Removable Cab Panels
IV. Cab Mirrors and Handrails
V. Power Switches, Fuses, and Feeders to Controllers
VI. Cab Light Fixtures and Lamps
VII. Cover Plates (Signal Fixtures/Operating Stations)
VIII. Smoke Detectors
IX. Cleaning of Cab Interior and Exposed Sills. Note: Excepting when technician's work involved servicing
components/hardware in the cab.
X. Emergency Power Generators
XI. Intercom/Music Systems
XII. HVAC Systems
n) Contractor shall perform a minimum of one (1) inspection per month at each facility, and inspect all
elevators as part of the contractor's Preventative Maintenance Service and in accordance with all Contract
requirements. Contractor shall be required to meet with the Contract Administrator, or his/her designated facility
representative, at that location to inform him/her of the work to be performed. After performing the work,
Contractor shall present a signed statement to the City representative reflecting the date of the visit and listing all of
the specific work performed that date(s). Contractor Administrator or designee must sign form and receive a copy of
the form. Contractor shall not be paid unless Contractor provides proof, at least on a monthly basis, of all work
performed in accordance with specifications. This signed statement, which may be provided by the Contractor or
City but is approved by the Contract Administrator, must accompany each invoice provided by Contractor for
payment by the City to ensure Contract compliance.
o) Contractor shall examine monthly all safety devices and governors, and shall make at least one Annual Safety
Test.
B. Normal Non -Traction -Type Elevator Coverage to be performed, at a minimum, on a monthly basis:
In addition to the specified preventative maintenance service such as inspections lubrication, adjustment and
cleaning, the parts listed below shall be repaired and/or replaced as conditions warrant and on an as needed basis, at
the Contractor's cost. Contractor shall be advised that this list is not limited to, and/or inclusive of, all items to be
covered unless specifically cited in the section listed below under "items not included." All other parts, materials,
and other items to ensure elevators are safe and in good working order at all the sites cited herein shall be fully
covered under this Contract.
1) Machines, worms, gears, thrust bearings, drive sheaves, drive sheaf shaft bearings, brake pulley(s), brake coils,
contacts, linings, and component parts.
Page 53 of 55
Invitation for Bid (IFB) 284254,1
2) Motors and motor generators, motor windings, rotating elements, communicators, brushes, brush holder and
bearing(s).
3) Pumps, pump motors, operating valve motors, leveling valves, plunger packings, exposed piping, hydraulic
flush tanks.
4) Controllers, selectors and dispatching equipment, relays, solid state components, transducers, resistors,
condensers, power amplifiers, transformers, contacts, leads, dish pots, timing devices, computers and microcomputer
devices, steel selector tapers, and mechanical and electrical driving equipment, lamps, signals, and position
indicating equipment.
5) Governor, governor sheaves and shaft assemblies, bearings, contacts and governor jaws, deflectors or
secondary sheaves, bearings, air and counterweight -buffers car and counterweight guide rails, top and bottom limit
switches, governor tension sheaves assemblies, compensating sheave assemblies, counterweight and counterweight
guide shoes including rollers or gibs.
6) Hoist way door interlocks and hangers, bottom door guides and auxiliary door closing devices.
7) Door operators, car door hangers, car door contacts, door protective devices, load weighting equipment, car
frames, car safety mechanisms, car guide shoes, including gibs or rollers and hoist way door restrictors.
8) All wire ropes, hoisting ropes, re -socket ropers for drum machines, conductor cables, hoist way and machine
room elevator wiring.
9) Furnish lubricants and hydraulic system oil re -lamp as required, conduct pressure relief valve tests (as required
by A.N.S.I. A-171 code), car fan, hatch equipment, piston seal/hoist.
10) Resistance for operating and motor circuit magnet frames and other mechanical or hydraulic parts, and all
other accessories necessary to insure safe, smooth, quiet operations.
3.3. ITEMS NOT INCLUDED IN ROUTINE MONTHLY MAINTENANCE SERVICES SPECIFICATIONS
A) Cab Mirrors and handrails F) Smoke detectors.
B) Emergency power generators G) Interior or music system
C) Hoisting gates. H) Door panels.
D) Door frames and sills. I) Air conditioners or heaters.
E) Wall panels. J) Hanging ceiling.
3.4 EMERGENCY SERVICE
Services provided by the Contractor shall include Emergency (Breakdown) Call Back Services, 24 hours per day,
seven (7) days a week, holidays included, in order to make necessary repairs and/or adjustments in order to restore
full service. Response time shall be in accordance with Section 3.8, Repair Services. Emergency Services shall
include but not limited to response to any type of disrepairs, entrapment, slipping or dropping of elevator, whether
considered an emergency or not, which renders the elevator unusable or unsafe, including any safety deficiencies
and/or other deficiencies noted by the Contract Administrator(s), a Building and Zoning Elevator Inspector(s),
Fire/Rescue Department or other City official or agent thereof. •
3.5 ADDITIONAL INSPECTIONS SERVICES REQUIRED
Sixty (60) days prior to the initial two year expiration date of this contract and again sixty (60) days prior to each
year end of the Option To Renew periods, a physical inspection shall be made of each elevator at each location by a
representative of the City accompanied by a representative of the Contractor. Any and all deficiencies noted shall be
corrected by the Contractor prior to the expiration date, and confirmed by the City. Should the Contractor fail to
perform corrections pursuant to noted deficiencies or any and all current elevator code regulations, the City reserves
the right to either withhold final monthly payment(s) for the services, or procure another Contractor to perform the
needed work and deduct this cost from the final payments (last 2 months). The City further may deem the Contractor
Page 54 of 55
Invitation for Bid (IFB) 284254,1
to be in violation of the Contract, and may be in default of the same as a result.
3.6 REPORTING REQUIREMENTS
Contractor shall forward to the Contract Administrator copies of all inspection and/or work order reports for each
facility no later than five (5) working days following the respective action(s) taken on a monthly basis.
3.7 PARTS
Per Section 2.24, Parts - Pass Through Cost, all materials and supplies requested by the City shall be provided by the
Successful Bidder and shall be at the Successful Bidder's actual cost and evidence of Successful Bidder's cost shall
be required.
3.8 REPAIR SERVICES
To be performed as needed and as authorized by the Contract Administrator
a. Repairs shall be performed at the hourly rate specified on the Bid Form. The hourly rate specified shall include
full compensation for labor, equipment use, and travel time. Materials/parts required for repair jobs and not
otherwise included in the routine maintenance section of the Specifications shall be billed at the contractor's actual
cost.
b. Response time for repair jobs will be two (2) hours for non -emergency services and one (1) hour for emergency
services. Failure by the successful bidder to adhere to these response time requirements will place that contractor in
default of contract.
c. Repair services shall be available to the City twenty-four (24) hours a day, seven (7) days a week, year round. •
Regular hours shall be from Monday to Friday between 8:00 a.m. and 5:00 p.m. Overtime hours shall be between 5
p.m. and 8 a.m. weekdays and 24 hours on Saturday, Sunday and Legal Holidays.
d. Repairs shall not be performed unless expressly authorized by the Contract Administrator.
e. The City reserves the right to seek cost estimates (quotes) from the Contractor prior to the performance of any
repair work. Quotes will be provided at no additional cost to the City.
All invoices for repairs shall itemize the cost of labor, materials/parts, including the hourly rate, number of work
hours required to complete work, and contractor's actual cost for materials/parts.
Page 55 of 55