Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Invitation For Bid
ANNIE PEREZ, CPPO DANIE:LJ. ALFONSO Procurement Director City Manager Mr. Robert Hensel Commercial Laundry Equipment Company, Inc. 1114 53RD Ct South Marigonia Park, FL 33407 March 12, 2015 SENT •V1A EMAIL bhensel@commerciallaundryequlp.com RE: Best and Final Offer.(BAFO) - Invitation for Bid (IFB) No. 481340,1, Purchase and Installation of Speed Queen Laundry Systems Dear Mr, Hensel: The City of Miami is in receipt of your bid response to Invitation for Bid (IFB) No. 481340,1, Purchase and Installation of Speed Queen Laundry Systems. The IFB closed on Tuesday, March 10, 2015, and Commercial Laundry Equipment Company, Inc, is the apparent responsive and responsible bidder. Pursuant to Section 18-85 of the City of Miami Code, the City has the authority to negotiate for better pricing or re- bid, whichever Is In the best interest of the City. The City hereby requests that you carefully analyze your bid price for any cost savings you can in turn extend to the City; and provide what is considered your flrm's "best and final offer" as it pertains to your cost to provide the laundry equipment and services solicited In thls IFB, This offer should be faxed or smelled to the attention of Pearl Bethel, (305) 400-5340, or pbethel@miamigov.com, by no later than close of business on Monday, March 16, 2015. Please indicate your firm's best and final offer In the spaces provided in the last column of the table below: Rem Description Unit of Measure Estimated Quantity Unit Price Unit Price _Best and Final Offer) 1 Speed Queen Stack Tumbler Dryers, Electric, Silver, 30LB 200-208/60/3; 3W+G, Model#STT30 with Micro Display Control (MDC), Hard -Mounted (NO SUBSTITUTION) Each 4 $6,180.00 j„ I �� 4O ,[�/ r 2 GWDB Money Boxes, Sentinel 8" Flat Money Box (NO SUBSTITUTION) Each 14 $35.00 , 6° 3 Speed Queen Quantum Silver Washer- extractor, 30LB, 15 7 (phase).200-208/220- 240/50/60/311/3. Model#SCNO30, Hard - Mounted (NO SUBSTITUTION) Each 6 $4,560.00 //�� ®, i� 4 installation Fees Dollar 1 $1,775.00 �,G 11 v115. () O 5 Doliver�rlEreight Fee Dollar 1 $2,250100 ?,A1D . 0 (J Please sign and date below to certify your response above: Title AP:pb ture Date Sincerely, nie Perez, CPPO lrector of Procurement City of Miami Invitation for Bid (IFB) IFB Number: Title: Issue Date/Time: IFB Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal L Buyer E-Mail Addre Buyer Facsimile: 481340 IFB fl Spe° Web Site Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 mtarni.fl.us/procurement utchase and installation of Queen Litidry Systems 5 AR-2015 @ 14:00:00 February 26, 2015 Bethel, Pearl City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US PBethel@miamigov.com Certification Statement Please quote on this foam, 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 flint 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 or any of its principal owners or personnel have beenconvicted of any of the violations, or debsuspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the sectipn below er to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained n this3 `abniission is true; and we (I) further certify that this submission is made without prior undcrstandin corporation, firm, or person submitting a submission or the sarne materials, supplies, equipment, or service, and is in all respects fair and without collusion'o raud. We (I) agree to abide by all terms and conditions of this solicitation and certify that aid authorle d to sign this submission for the submitter; Please print the following and sign your n SUPPLIER NAME. ADDRESS: PHONE: EMAIL: SIGNED BY. TITLE: DATE. agreement, or connection with any FAX BEEPER' FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No, If subcontractor(s) will be utilized, pro be responsible for under this coot response): Please list and ackno date of receipt (i.e. Adden N/A. me, address and the the portion of the work they will eir license(s) must be submitted with your bid 11 adonum/addenda received. List the addendum/addenda number and . 1, '7/1/07). If no addendum addenda was/were issued, pl ease insert If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently .providi rgmthe services/goods as described in this solicitation, or has provided such services/good in east Reference No. 2: Address, City, State, and Zip for above refei epee comigency listed: Reference No. 2: Name of Contact Person and Te1e Reference No. 2: Date of Contract or Sale Reference No. 3: Name of Compa as described in this solicitation, or las er for above reference no. 2 eferenc no.2 bidder is currently providing the services/goods ed such services/goods in the past: ft Reference No. 3 Address,' i State, and ip for above reference company/agency listed: Reference No. 3: Name of Co fifa tt . erson and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Line: 1 Description: Speed Queen Stack Tumbler Dryers, Electric, Silver, 30LB, 200-208/60/3; 3W+G. Model#STT30 with Micro Display Control (MDC), Hard -Mounted (NO SUBSTITUTION) Category: 04594-35 Unit of Measure: Each Unit Price: $ Number of Units: 4 Line: 2 Total: $ Description: GWD8 Money Boxes, Sentinel 8" Flat Money Box (Q SBST1TIION) Category: 50000-00 Unit of Measure: Each Unit Price: $ Number of Units: 14 Line: 3 Description: Speed Queen Quantum Silv 'Wash er extractor, 30LB,15-7 (phase) 200-208/220-240/50/60/3/1/3. Model#SCNO30, lard Mounted (NO SUBSTITUTION) Category: 04594-80 Unit of Measure: Each Unit Price: $ Line: 4 Description: Installation Fees Category: 96246-33 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Line: 5 Description: Delivery/Freight Fee Category: 96286-20 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Invitation for Bid (IFB) 481340,1 Table of Contents Terms and Conditions 8 1. General Conditions 8 1.1. GENERAL TERMS AND CONDITIONS 8 2. Special Conditions 28 2.1. PURPOSE.. 28 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONA INFORMATION/CLARIFICATION 28 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE 3. 28 2.4. NON -APPROPRIATION OF FUNDS 28 2.5. METHOD OF AWARD 28 2.6. BIDDERS MINIMUM QUALIFICATIONS 28 2.7. DELIVERY � 29 2.8. FAILURE TO PERFORM , 29 2.9. INSURANCE REQUIREMENTS= 29 2.10. METHOD OF PAYMENT 31 2.11. PACKING SLIP/DELIVERY TICKET TO Ate OMPANY ITEMS DURING DELIVERY 31 2.12. COMPLETED WORKT 31 2.13. CONTRACT ADMINISTRATOR 31 2.14. SUBCONTRACTOR(S)'S MINIMUM R QUIREME 31 2.15. WORKMANSHIP AND MATERIALS32 2.16. TIE BIDS 32 2.17. LIQUIDATED DAMAGES �� 32 2.18. USE OF PREMISES 33 2.19. DAMAGES TO PUBLIC/PRI ATE OPTY 33 2.20. MATERIALS SHALL BE NE AND WAR NTED AGAINST DEFECTS 33 2.21. NO SUBSTITUTIOl' 33 2,22. WARRANTY OF' SUP ES � 33 2.23. WARRANT33 2.24. WARRANTY BY MANUFACTURER33 2.25. WARRANTY, FITNESS FOR PURPOSE 34 2.26. REFERENCES . , 34 2.27. COMPLETE PRO CT REQUIRED 34 2.28. CONTRACTORO3E REPRESENTED 34 2.29. SPECIFIC 'RI, ON EXcERTIONS 35 2.30. SAFETY 35 2.31. TERMINATIf 35 2.32. ADDITIONAL TERMS AND CONDITIONS 35 2.33. PRIMARY CLIENT (FIRST PRIORITY) 36 3. Specifications 37 3.1. SPECIFICATIONS/SCOPE OF WORK 37 Page 7 of 38 Invitation for Bid (IFB) 481340,1 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the ac4 s tion of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids Requestfor Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of M a'mi r rc Creme t ode and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined i tthe same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) equipment d livered 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 CityIttust com ith the terms herein and be fully in accordance with specifications and of the highest quali In t e e ent the goods/equipment supplied to the City are found to be defective or does not conform to spec fiicati ns, the Ci serves the right to cancel the order upon written notice to the Contractor and return the product ai he: Contractor at the Contractor's expense, c subms' offer shall 1.2. ACCEPTANCE OF OFFER - The signed or elec considered an offer on the part of the bidder/proposer;, City of a purchase order, 1.3. ACCEPTANCE/REJECTION —The City after opening/closing date and request re-issuat event of such rejection, the Director of Purchq written explanation for the rejection, The Cit who has previously failed to properly contracts of a similar nature, and who solicitation, The City further reserves t e``rt any or all responses and may, at its 4soretion of your solicitation response shall be (deemed accepted upon issuance by the the right to accept or reject any or all responses or parts of e' on t, igoods/services described in the formal solicitation. In the g shAtilotO all affected bidders/proposers and make available a 'serves the right to reject the response of any bidder/proposer the tern and conditions of a contract, to deliver on time in a posit113t6 perform the requirements defined in this formal to waive any irregularities or minor informalities or technicalities in ss�' this formal solicitation. 1.4. ADDENDA — It is the bidder's/pro ose 's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http // �w.ci.miami.f1 us/procurement 1.5. ALTERNATE PONSE WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - C our ctor agrees pilot to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any er liy of its r right, title or interest herein, without City of Miami's prior written. consent. 1.7. ATTORNEY'S FEES - In co ncction with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 8 of 38 Invitation for Bid (IFB) 481340,1 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 cancellationof 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 usesit formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its owntders issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and"ts4e 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 slued nd t e pi rchase order shall constitute the entire contract, unless modified in accordance with any ensuing' ontracttagreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided tfi Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida; tatute 287.087 Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subscinnt submission of other documents as specified in the Special Conditions or Technical Specifications.Bider/Propoerathall be in default of its contractual obligation if such documents are not submitted in a tii i lmanner and in the form required by the City. Where Bidder/Proposer is in default of these contractual require he he City, through action taken by the Purchasing Department, will void its acceptance of the Biddoserk Response and may accept the Response from the next lowest responsive, responsible Bidder or Pr os .1 most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, fay seekmonetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as result�of dam ages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be skpi. ed in one o three documents which shall be issued to the successful Bidder/Proposer. These documents may eitherbe amp rchase order, notice of award and/or contract award sheet. E. The City reserves the right to iuttot `a' catty exxien this contract for up to one hundred twenty (120) calendar days beyond the stated contract ton in ord i oprovide City departments with continual service and supplies while a new contract is being solicitedevaluated, an r awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in w ting, ofits ntent to extend the contract at the same price, terms and conditions for a specific number of days. Add% b extensisi ever the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidde iagser axe utual agreement of such extensions. F. Where the contract involves single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or impli d warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 9 of 38 Invitation for Bid (IFB) 481340,1 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 ruse yes the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidder�a osers within ten (10) days after the award and successful bidder's/proposer' s acceptance of award. If sixty (60)d .* have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits ilsereturned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) All forms shou d e completed, sued and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Falutre exeotean Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cal.* for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeitureensidered, not as a penalty, but in mitigation of damages sustained. Award may then be made to,th next to est responsive, responsible Bidder or Proposal most advantageous to the City or all responses may brejected." 1.14. BRAND NAMES - If and wherever in the specifications l and names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog umbers are s ecified, it is for the purpose of establishing the type, function, minimum standard of design, efficierl ,grade or qua ty of goods only. When the City does not. wish to rule out other competitors' brands or makes, the�pse "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with t ieir re s b e complete sets of necessary data (factory information sheets, specifications, brochures, etd�i i o der for t City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the solerjudg o f equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples maestecdi' the proposed brand is other than specified by the City. Such samples are to be furnished after formalsolicitation opening/closing only upon request of the City. If samples should be requested, such sa spies must be recei :ecj by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION The City reserves t o r g to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancejl.ation the Director of Purchasing shall notify all prospective bidders/proposers and make available a written ex lanation" o the cancellation. 1.16. CAPITAL EXENDIT S - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in me. ror der to de ? 'perform the goods/services required by the City, is a business risk which the contractor must assuhe City wiU not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approvelip of any ontractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering sue goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 10 of 38 Invitation for Bid (IFB) 481340,1 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the good(*oquipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, appli`c `rt or client because of race, creed, color, national origin, sex, or age with regard to, but not limited; the ollo ug: employment practices, rate of pay or other compensation methods, and training select B. Occupational, Safety and Health Act (OSHA), as applicable to this aln -'ohc t n. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Cri? D. Environment Protection Agency (EPA), as applicable to thismat olicit tion. E. Uniform Commercial Code (Florida Statutes, Chapter 67 F. Americans with Disabilities Act of 1990, as amende G. National Institute of Occupational Safety Hazards , OSH), as app cable to this Formal Solicitation. H. National Forest Products Association (NFPA), as ap ltatzle to this Formal Solicitation. I. City Procurement Ordinance City Code Secti J. Conflict of Interest, City Code Section 2- K. Cone of Silence, City Code Sect 7 L. The Florida Statutes Sections 218 3 d 218. n 'rornpt Payment. 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 di octi es orders,=:and` laws may be considered grounds for termination of contract(s). Copies of the City Ordinances "y be obtaine tom the City Clerk's Office. 1.20. CONE OF SI F Pu sty to Section 18-74 of the Cityof Miami Code,a "Cone of Silence" is imposed �C� �� , p upon each RFP, RFQ, I F , oar IFB aft r advertisement and terminates at the time the City Manager issues a written recommendation to the Miami y 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 egarding 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: Page 11 of 38 Invitation for Bid (IFB) 481340,1 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 OI by City Purchasing staff Proposers or bidders must file a copy of any written communications with the be made available to any person upon request. The City shall respond in writing an the City Clerk, which shall be made available to any person upon request. W form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone' of Silence b fproposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer,Off or, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the city Code rson having personal knowledge of a violation of these provisions shall report such violationthe a ttorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should refe ec e Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions o Section 18-74 for a complete and thorough description o 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, and Public Records Law. If this Contract/Agree when disclosure is required by Florida law or 1.22. CONFLICT OF INTEREST — Bidders, the best of their knowledge or belief, no e ecte interested, directly or indirectly, in the rT ase interests on the part of the Bidder/Prop 'or orits emp must disclose the name of any City employs=" more of the total assets of capital stoc A. Bidder/Proposer further be within his/her/its trust, or pf himself/herself/itselbzor other§ the general public a'tied by governmental practices, or business entity, of the City Clerk, which shall recopy with the Office of . ations may be in the Silence. Please review City of Miami Code e Cone bfSa ence. You may contact the City Clerk at of Miami is subject to the Florida Sunshine Act ifidentiality provision, it shall have no application roposers, lesponding to this Formal Solicitation, certify that to appointed official or employee of the City of Miami is financially �ds0e /ices specified in this Formal Solicitation. Any such ees must be disclosed in writing to the City. Further, you ;Rs, directly or indirectly, an interest of five percent (5%) or se or attempt to use any knowledge, property or resource which may duties, to secure a special privilege, benefit, or exemption for der/Proposef may not disclose or use information not available to members of of his/her/its position, except for information relating exclusively to nal gain or benefit or for the personal gain or benefit of any other person B. Bidder/Proposer hereby akioyledges 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. Page 12 of 38 Invitation for Bid (IFB) 481340,1 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, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall l e borne by the Bidders)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice o a a tualo prospective Contractual Party, and after reasonable opportunity for such party to be heard, the CityMan after consultation with the Chief Procurement Officer and the city attorney, shall have the authorityIto de r a Co kraotual Party, for thecauses listed below, from consideration for award of city Contracts. The debarrri t shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Conatualarty from consideration for award of city Contracts if there is probable cause for debarment tpeicifg the debarment determination. The authority to debar and suspend contractors shall be exercised i accorc anc'a ith regulations which shall be issued by the Chief Procurement Officer after approval by the City 1Yla' ager, the city` ttorney, and the City Commission. (b) Causes for debarment or suspension. Causes for deb (1) Conviction for commission of a Grim public or private Contract or subcontract, or u (2) Conviction under state or fede destruction of records, receiving stolOzprop integrity or business honesty. (3) Conviction under ktate gr;fe Proposals. (4) Violation of Contract prov coils, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibriity. Sue ton may include failure without good cause to perform in accordance with the terns and conditionsof a Contract or to perforrn within the time limits provided in a Contract, provided that failure o crfform caused by acts beyond the control of a party shall not be considered a basis f debarment ox s spension. (5) Dgibitent or s tsp rision of the Contractual Party by any federal, state or other governmental entity. (6) False certificationpursuant to paragraph (c) below. (7) Found in violation f 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 uspen.sion include the following: offense rncrdet to obtaining or attempting to obtain a ,t to the performance of such Contract or subcontract, bxezlement, theft, forgery, bribery, falsification or or any bther offense indicating a lack of business atutes arising out of the submission of Bids or Page 13 of 38 Invitation for Bid (IFB) 481340,1 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 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 construe tii r repair of a public building or public work, may not submit response on leases of real property to a put d e 1t , may of award or perform work as a contractor, supplier, subcontractor, or consultant under contractwith a public en ity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of noperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the ward, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated�� ` wa s of this `agree ent, the City will notify the e (3) days weekends and holidays excluded) to Ault within the required three (3) days shall ng the contractor of its intentions and the Upon default by the successful Bidder/Proposer to meet any Bidder/Proposer of the default and will provide the contract' remedy the default. Failure on the contractor's part to corgi result in the Contract being terminated and upon the C effective date of the termination. The following shall di A. Failure to perform the work or deliver the goods required or failing to use the subcontractors, entttl; < specified in the Contract. B. Failure to begin the work under,this Contd C. Failure to perform the work with, completion. ng m e default:` services i uerso tired under the Contract and/or within the time s identified and set forth, and to the degree e specified. ,aniequipment or with sufficient materials to ensure timely D. Neglecting or refusing to removenatenalsoeform new work where prior work has beenrejected as nonconforming with the terms ofik E. Becoming insolvent, ben declared ban i pt, or committing any act of bankruptcy or insolvency, or making an assignment for the b refit of ere` t rs, if the msolvency, bankruptcy, or assignment renders the successful Bidder/Proposer in�a b of e��n the work in accordance with and as required bythe Contract. P p�� p ,g q F. Failure to comply wit liii pf the terms of the Contract in any material respect. All costs and charges incurred `e.. ity 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 Page 14 of 38 Invitation for Bid (IFB) 481340,1 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 Solicit ti n, and will become part of the purchase agreement (contract documents). The City will not be responsible for any oralinstructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shai be r olved. by giving precedence to the. following documents, the first of such list being the governing docume 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE. In event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City tthe commodities/services defined within the scope of this formal solicitation at the price contained within vendo'�esponse Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emer 1.32. ENTIRE BID CONTRACT OR AGREE ENS ,The B Contract or Agreement consists of this City of Miami Formal Solicitation and specifically thi Generral Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami 1 Co t actor n: cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreeii i li veen tad parties with respect to the subject matter hereof and supersedes all other negotiations, undet t `ncling and ropl sentations, if any, made by and between the parties. To the extent that the agreement conflicts with mod fies, a tens or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the For al, Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by t) "City of Miami and Contractor. 1.33. ESTIMATED QUANTI ted quantities or estimated dollars are providedfor your guidance only. No guarantee is expres ed pr implied as e >quantities that will be purchased during the contract period. The City is not obligated t place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the Ci' o pi osesof determining the low bidder or most advantageous proposer meeting specifications. The City eseives the rio acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitai 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; Page 15 of 38 Invitation for Bid (IFB) 481340,1 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 shallnot be awarded to any person or firm which is in arrears to t 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 of any previous contract with the City or deliver on time contracts of a si 3) A contract may not be awarded to any person or firm which has bee; the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are', ilarly engaged in the business of providing the goods/equipment/services required by the Formal Solicitatio'dder/Propder must be able to demonstrate a satisfactory record of performance and integrity; and, hays- uffrci�tt financial, material, equipment, facility, personnel resources, and expertise to meet all contractualeequireu e The terms "equipment and organization" as used herein shall be construed to mean a fully equipped'nd, well established entity in line with the best industry practices in the industry as determined by the City. r' 2) The City may consider any evidence availableel abilities of a Bidder/Proposer, including past pefo .x. entity in making the award. 3) The City may require the Bidders)/Propo representative of a manufacturer or supplier w Solicitation. upon any debt or contract, or ko terms and conditions ity in accordance with ncial, technical and other qualifications and ce) with the City or any other governmental show,loof that they have been designated as an authorized anal source of supply, if required by the Formal 1.35. EXCEPTIONS TO GENERAL AND)2 S +CIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall h `�li.sted oftResponse and shall reference the section. Any exceptions to the General or Special Condition 'shall because for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFI I 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. DESTIN the bidder/proposer must the bid/proposal price, unless b rejection of bid/proposal. herwise specified in the Formal Solicitation, all prices quoted/proposed by ATION, inside delivery, with all delivery costs and charges included in rise specified in this Formal Solicitation. Failure to do so may be cause for 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. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that Page 16 of 38 Invitation for Bid (IFB) 481340,1 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 a 3 y 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. response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Mifiimum Wageaw will not impact its prices throughout the term of contract and waiver of any contractual pricencr "ese request s The City reserves the right to request and successful bidder/proposer must provide for any and all infoa ibh to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Coitrae 'Ball be governed by the laws of the State of Florida. The parties agree that any action, media t rarbitration a ng out of this Contract shall take place in Miami -Dade County, Florida. 1.40. HEADINGS AND TERMS - The headings to the v rfottsaragraphs of`this Contract have been inserted for convenient reference only and shall not in any manner be Onstnudd as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND entity that performs or assists the City of Miami with a iinciio� "individually identifiable health information (TVt)§andA Health Insurance Portability and Accountabil Act (4I Z HIPAA mandates for privacy, security and elecctont A. Use of information only for perfo ,p1u UNTABILITY ACT (HIPPA) - Any person or activity involving the use or disclosure of ProtectetHealth Information (PHI) shall comply with the ;,of 1996 and the City of Miami Privacy Standards. tandards, which include but are not limited to: y the contract or as required by law; B. Use of appropriate safeguards to pre t non -permitted' disclosures; C. Reporting to the City of Miami of any non lit h itted use or disclosure; D. Assurances that any agents andsubcontractorsgree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable' assurances that IlHl/PHI will be held confidential; E. Making Protected, Health Information (PHT) available to the customer; F. Making PHI available=to the ciis of by the customer; G. Making PHI available to Ike ty of Miami for an accounting of disclosures; and or review and amendment; and incorporating any amendments requested H. Making internal practices, boot nd records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, Page 17 of 38 Invitation for Bid (IFB) 481340,1 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. These indemnifications shall survive the termof 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 defendsuch action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance p tection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indmnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein peed 'The indemnification provided above shall obligate Contractor to defend at its own expo seo and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, a, on, an d allclaims of liability and all suits and actions of every name and description which m y be broughtbtait ainst City whether performed by Contractor, or persons employed or utilized by Contracto'' This indemnity will survive the cancellation or expiration of the Contract.Thri ndem ity will be interpreted under the laws of the State of Florida, including without limitation and ich confo s to ie limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as ap i Contractor shall require all Sub -Contractor agreements to include a provisronhat they will indemnify the City. The Contractor agrees and recognizes that the City shall not be`j weld liable or responsible for any claims which may result from any actions or omissions of the Contractor rrrch the participated either through review or concurrence of the Contractor's actions. In reviewing,, a roving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes o shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE L 3ERATI1RE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal olicit4iOnittirther, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches descriptive literature, technical specifications, and ir Material Safety Data Sheets (MSDS)a re ued, do covering t e products offered. Reference to literature submitted with. a previous response or on file t h the Buye ill no).,s tisfy this provision. 1.44. INSPECTIONS - The City may, at teas nable times during the termhereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably eoe nary, to determine whether the goods and/or. services required to be provided by the Cons actor }order this 'Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall m y- e available- the City all reasonable facilities and assistance to facilitate the performance of tests or inspectby City representatives. All tests and inspections shall be subject to, and made in accordance with, tho1irovisions tlae City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented;;- om time t ,time. 1.45. INSPECTION OF RESPONSE - ' esponses received by the City pursuant to a Formal Solicitation will not be made available until such titnejatike City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earliie . 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. 1.46. 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 Page 18 of 38 Invitation for Bid (IFB) 481340,1 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 clays 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 tofthe City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any i d all opt n terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details p good an`d/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 18 offife Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, resp©nsible non-Ioc61 bidder submits the lowest bid price, and the bid submitted by one or more responsive, re p onsrhle local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%),�o[the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned response, responsiblelocal bidders shall have the opportunity to submit a best and final bid equal to or lower than the amour f the low id previously submitted by the non -local bidder. Contract award shall be made to the lowest res onsiv'e es onsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final b between a bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP ROA or RF(l, as applicable, may, in the exercise of the reasonable professional discretion of the City anager, directo of thevutsing agency, and the Chief Procurement Officer, include a five (5%) percent evaluation rite rion in fpro osers who maintain a local office, as defined in Section 18-73. In such cases, this five % rcent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, LI orRFQ, as applicable; otherwise, it willnot apply. 1.49. MANUFACTURER'S CE ' ; F�, ION -The City reserves the right to request from bidders/proposers a separate Manufacturer's Certifip ion of al t�rnents made in the bid/proposal. Failure to provide such certification may result in theleion of bid pto'posal or termination of contract/agreement, for which the bidder/proposer nurse Hear fiill 1.50. MODIFICATIONS O CHANCES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this rrnai Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless mace inwriting 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. 1.51. 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. Page 19 of 38 Invitation for Bid (IFB) 481340,1 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter. 119, Florida Statutes. Items deliverednot 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. 1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discri" na as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performaiieet nder this formal solicitation, Furthermore, Bidder/Proposer agrees that no otherwise qualified individual It solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excludedfrom the participation in, be denied benefits of, or be subjected to, discrimination under any program In connection with the conduct of its business, including performance of, ervir s and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of racer lor, religion, disability, age, sex, marital status or national origin. All persons having appropriate a1i i alions s to be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - Al uch times as may serve its best interest, the City of Miami reserves the right to advertise r, recei e, and award additional contracts for these herein goods and/or services, and to make use of other compete ely bid ( giiv= ental) contracts, agreements, or other similar sources for the purchase of these goods and/or se ces as may b available. It is hereby agreed and understood that this formal solicitati n ioes not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all order may e generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipme t, andl ervice ;required by the City in conjunction with construction projects are solicited under a distinct differeu o�`jcitation process and shall not be purchased under the terms, conditions and awards rendered unde is ;solicita`tiiiii ass such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE' ?Y pe o , rin, corporation or joint venture, with a business location in the City of Miami and is submitResponse under this Formal Solicitation shall meet the City's Occupational F License Tax requirements in accordance wi 3 Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the city of Miatu', shall meet filth local Occupational License Tax requirements. A copy of the license must be sub ntte,. with t rresponse; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to s ply the license- o the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only o e (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to :Formal Solicitation. 1.57. 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. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or Page 20 of 38 Invitation for Bid (IFB) 481340,1 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. 1.59. 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. 1.60. 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 amounts, if required, shall be either typewrittenor entered into the space provide th 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 Forrtral hcitaticiti he Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer acdress, and telephone number on the face page and on each continuation sheet thereof on which he/she makes a nir as required. B. If so required, the unit price for each unit offered shall be shown, and a rice shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwiisespecified. Bidder/Proposer shall include in the response all taxes, insurance, social securityor en's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If appidable,aa tprice shall be entered in the "Unit Price" column for each item. Based upon estimated quantity. an extended 0,0 shall be entered in the Extended Price" column :for each item offered. In case of a discrepancy een the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if'reglied, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy o; E. All responses, as described, must be fully' the firm's name and by an officer or employee; Bids/Proposals having any erasures !f corectio response may be rejected. .F.r f F. Responses are to remain valid for at lea's" Bidder's/.Proposer's response maincluded a se dootrients for future reference. andped or printed in ink and must be signed in ink with authotjty to bind the company or firm by his/her signature. ust be itxitialed in ink by person signing the response or the aye Upon award of a contract, the content of the Successful f the contract, at the City's discretion. G. The City of Miami's Respouse Forms s be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any €t forms will-,: stilt in the rejection of the response. IF SUBMITTING HARDCOPY FO1 ' ,� THE O I:GrNAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPEEC�I I) AND A REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE S BE DEEMED NONRESPONSIVE. 1.61. PRICE ADJUSTMEN'S t y price decrease effectuated during the contract period either by reason of market change or on the part of the tractor to other customers shall be passed on to the City of Miami. 1.62. 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. Page 21 of 38 Invitation for Bid (IFB) 481340,1 1.63. 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. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Propo er ust enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a pe�entage, it is understood and agreed that the terms shall be 2% 0 20 days, effective after receipt of invoice oal accp ce by the City, whichever is later. When the City is entitled to a cash discount, the period of computation ill comineif `on ;the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjust r ent n payme t`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 existenc of a cash difs ount the City is entitled to a cash discount with the period commencing on the date it is determine Eby th Cr„ that a cash discount applies. Price discounts off the original prices quoted on the Price Sheep will be accefrom successful bidders/proposers during the term of the contract. 1.65, PROPERTY - Property owned by the City of Mica is the res n bility of the City of Miami. Such property furnished to a Contractor for repair, modification, studetc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession ae Contractor shall be the responsibility of the Contractor. Damages occurring to such property wile route the City of Miami shall be the responsibility of the Contractor. In the event that such property is destro e 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. 1.66. PROVISIONS BINDING - ) }.ceptoas otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resifttii ontractshall "finding upon and shall inure to the benefit of the parties :ssuc hereto and their respective heirs, legal r sentatives, cessors and assigns. 1.67. PUBLIC ENTITY CRIMES person or aff.liiate who has been placed on the convicted vendor list following a conviction for a pubh tentity ime may£not submit a response on a contract to provide any goods or services to a public entity, may not submi `,, response on a contract with a public entity for the constriction or repair of a public building or publicfk, may not'sintrnit 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 trans c businesw h any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORYO for afind of 36 months from the date of being placed on the convicted vendor list. 1.68. PUBLIC RECORDS - Cone ea or 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 shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". 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. Page 22 of 38 Invitation for Bid (TFB) 481340,1 1.69. 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. 1.70. 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. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contrast and it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or praoiz`ed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may' 1 applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obta have the authority to resolve controversies between the Contractual Pa of, a Contract between them; provided that, in cases involving an Commission must approve the City Manager's decision. Such ant based upon breach of Contract, mistake, misrepresentation or laTc of co a Contractual Party by submission of a protest to the City Mica er. ng th 'app! tat of the city attorney, shall e city hich arise under, or by virtue zi 25,000, the City Bout limitation, to controversies eperformance, and shall be invoked by (b) Contract dispute decisions. If a dispute is not resolvedly mir consent, the City Manager shall promptly render a written report stating the reasons for the action en by the ity Commission or the City Manager which shall be final and conclusive. A copy of the decision sh 11 be irnmediatelyprovided to the protesting party, along with; notice of such party's right to seek judicial relief, pro idc that the protesting party shall not be entitled to such judicial relief without first having followed theprooccedur set forth in this section. 1.73. RESOLUTION OF PROTESTED SO CITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedi hall be 4141 for resolution of protested solicitations and awards except for purchases of goods, suppil se upr�er nd sery ces, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by t LProtest of Solicitation. i. Any prospective proposer wh , ercerves 1 if aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. Awritten notice of intent to file a protest shall be filed with the Chief Procurement Officer ithin three Letters of Interest is pt 1i 1ied in a filed when received by t mstratiye Policies and Procedures of Purchasing. s after the Request for Proposals, Request for Qualifications or Request for Amer of general circulation. A notice of intent to file a protest is considered Procuinnt Officer; or ii. Any prospective bidder who�irtads to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A writierotice 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 Page 23 of 38 Invitation for Bid (IFB) 481340,1 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' t at of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a prod t hall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the 's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shallby the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent o ile is ,,,;by filed when received by the Chief Procurement Officer. ilia A written protest based on any of the foregoing must be submitted t (5) days after the date the notice of protest was filed. A written protest is con Chief Procurement Officer. The written protest may not challenge the relative weight of th points in malting an award determination. The written protest shall state with particularity the specihc.facts M ttlaw upon which the protest of the solicitation or the award is based, and shall include all pertinent doct tisnts and e ,idce and shall be accompanied by the required Filing Fee as provided in subsection (f). This*:form the bbaasis for review of the written protest and no facts, grounds, documentation or evidence not contained fir .e rotester's submission to the Chief Procurement Officer at the time of filing the protest shall be pe i dint e cons. ideration of the written protest. No time will be added to the above limits for sdrvice by ai In computing any period of time prescribed or allowed by this section, the day of the act, event or default from3 whid�>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 t tti t e end o the a�e day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and l 1 h sli lidays 1l " e 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 attcey settle an solve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and co fi' unicate said decision to the protesting party and shall submit said decision to the City Commiss on vithin 30 fter he/she receives the protest. In cases involving more than $25,000, the decision of the iiq ;ocurement Officer shall be submitted for approval or disapproval thereof to the City Commission after avorable recommendation by the city attorney and the City Manager. ireinentsFailure of a party to timely file either the notice of intent to file a protest or required Filing Fee as provided in subsection (.f), with the Chief Procurement (c) Compliance with filing the written protest, together wt Officer within the time provided in s`t `section (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 econi Protest f'ement Officer within five ed when received by the eria or the formula for assigning Page 24 of 38 Invitation for Bid (IFB) 481340,1 City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is uphel by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded o the rotestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeitedto the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. SAMPLES - Samples of items, when required, must be submitted within ue time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notifieto remoo ampes, at their expense, within 30 days after notification. Failure to remove the samples will re tlt in th a s becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITI S Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contrac for i art ofils%operations, or assign any portion of the performance required by this contract, except under and virtu o vritten permission granted by the City through the proper officials, which may be withheld or conditioned, in the Grys sole discretion. 1.76. SERVICE AND WARRANTY —When specified, Ite bideppposer 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 manufac.iez warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparentsilence ofthese specifications and any supplemental specification as to any detail or the omission from it ofd tailed description concerning any point shall be regarded as meaning that only the best commercial practices are o prevail and that only materials of first quality and correct type, size and design are to be used. 11 ,or ans iti and services is to be first quality. All interpretations of these specificati, hall be matte upon the basis of this statement. If your firm has a current contract with the fae of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposershatl mor quote n t e than the contract price; failure to comply with this request will result in disqualification of€ bx propel 1.78. SUBMISSION AND *OPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may? submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 3 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. Page 25 of 38 Invitation for Bid (IFB) 481340,1 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: USl NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before; responsibility of Bidder/Proposer. The City of Miami is not responsible delivery or caused by any other occurrence. Responses received after tli; 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,comply with these conditions are subject to rejection. G. Modification of responses already submitted will be consid ed only if received at the City before the time and date set for closing of solicitation responses. All modificalrons rhtis lie submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or tiexpires), h1city will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the sa; in a separate envelope, box, or package and eac stated in 1.82.A. 1.79. TAXES - The City of Miami Exemption certificates will be provide fact that all materials and supplies whi subject to the Florida State Sales Tax i amendments thereto and shall be paid solely b 1.80. TERMINATION —The City` Ma. contract by written notice to the contractor apply: A. The contractor is dt B. The City has determine'i 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. 1.81. 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 exempt t Iron solely and strictly the he United States mail ;sing date and time will be Brent solicitations, each response must be placed package must contain the information previously posed by the State and/or Federal Government. hstanding, Bidders/Proposers should be aware of the purch�od the Bidder/Proposer for the completion of the contract is ante with Section 212.08, Florida Statutes, as amended and all Bider/Proposer. on behalf of the City of Miami reserves the right to terminate this five the date specified in the notice should any of the following City to be in breach of any of the terms and conditions of the contract. such termination will be in the best interest of the City to terminate the contract for Page 26 of 38 Invitation for Bid (IFB) 481340,1 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. 1.82. 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 are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City mitt ltierthe City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISC the City are subject to public disclosure pursuant to Chapter 119, Floridav'Statute "trade secrets." If the Response contains information that constitutes a "trade secret", all tnaterial tha Chapter 119 must be submitted in a separate envelope, clearly idea. led as " �s _ with your firms name and the Solicitation number and title marice � he outsi Please be aware that the designation of an item as a trade secret by you may e challenged in court by any person. By your designation of material in your Response as a "trade goer t" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or atto ney s fee and for costs and attorney's fees incurred by the City by reason of any legal action challenging your cm.' �vt� 1.85. 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`"' Bidcler(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the co •"tract o any work performed by an employee not otherwise previously authorized. " x 1.86. USE OF NAME - The City is purposes. No advertising, sales promo t or o Solicitation are to be mentioned, or im Manager or the City Commission. „ 1.87. VARIATIONS OF SPECIFICA.TIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the, olicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it vall be assumeclFthat the product fully complies with the City's specifications. ponses submitted to ,exception may be made for qualifies for exemption from ECRETS EXCEPTION," agedrin researcchhfor advertising, sales promotion, or other publicity other pib ty materials containing information obtained from this ame of the City, without prior express written permission of the City Page 27 of 38 Invitation for Bid (IFB) 481340,1 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for the purchase of Speed Queen Laundry Systems for the new Dinner Key Marina office building, 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 INFO TION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be subrnitte by em il i t•facsimile to the Purchasing Department, Attn: Pearl Bethel, CPPB; fax: (305) 400-5340 ore il: pbethel@ amigov.com. The solicitation title and number shall be referenced on all correspondence All cifitostions must be received no later than February 26, 2015. All responses to questions will be sent to all prospective bi ders proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY DR A R SAID DEADLINE. 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.4. NON -APPROPRIATION OF FUNDS In the event no finds or insufficient funds are appropriate period for payments due under this contract, then the - occurrence, shall have the unqualified right totrminal guarantee, warranty or representation is made that an'` 2.5. METHOD OF AWARD Award of this contract will be made to he love tres nsive and responsible bidder who bids on all line items and whose bid offers the lowest price when < items die added in the aggregate. Failure to bid on all line items shall deem your bid non -responsive. udgeted or are otherwise unavailable in any fiscal upon ten notice to Contractor or his assignee of such e ciontract without any penalty or expense to the City. No let ar or any project(s) will be awarded to any firm(s). 2.6. BIDDERS MINE fl JL QUAD CATIONS Bids will be considered old. f ' firms t at are regularly engaged in the business of providing goods and/or services as described in this Bi ,�athve a record of performance for a minimum period of three (3) years; and that have sufficient financial support, eq ibment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. Bidder shall (1) not have any member, officer, or stockholder that is in arrears or in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City; Page 28 of 38 Invitation for Bid (IFB) 481340,1 (2) not have any record of pending lawsuits or criminal activities or have ever been declared bankrupt; (3) be fully certified and licensed to perform the services and (4) submit resumes, certifications, licenses and degrees, when applicable, for personnel assigned to this contract. However, the City may reserve the right to request for any or all information not submitted with their Bid. Personnel assigned to this contract must be fully competent and the City reserves the right to request changes in personnel for any reason throughout the term of the contract. 2.7. DELIVERY Successful Bidder shall make delivery of any item(s) ordered herein within forty= t purchase order. 2.8. FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/to hours of any failure to perfouu according to specifications, the default of the contract or make appropriate reductions in the co 2.9. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City claims, liabilities, losses, and causes of action, wbichr the contract, including all acts or omissions to Contract for or on bidder's behalf, provided th attributable to the negligence or misiconduct ofth which may be entered and which may�r'�e It from of the City, and from and against all co.st` ttorneys such claim, or the investigation thereof The bidder shall furnish. to City of Florida 33130, Certificate(s) of requirements as outlined below I. A. Limits of Liability Bodily Injury and Property I d'inage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury Should es t �5) days after receipt of �aaction not be taken within 48 Et to declare Contractor in cials harmless, from and against any and all D3,arise tofbidder's performance under the provisions of al of bidder, including any person performing under this s, liabilities, losses and causes of such action are not and �om and against any orders, judgments or decrees ,act, unless attributable to the negligence or misconduct expenses and liabilities incurred in the defense of any liga ing Department, 444 SW 2nd Avenue, 6th Floor, Miami, ch indicate that insurance coverage has been obtained which meets the eral Liability (Primary & Non Contributory) $1,000,000 $ 2,000,000 $ 1,000,000 $1,000,000 Page 29 of 38 Invitation for Bid (IFB) 481340,1 B. Endorsements Required City of Miami listed as an additional insured Contingent & Contractual Liability Premises & Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto/Owned Autos/Scheduled Including Hired, Borrowed or Non -Owned Auto Any One Accident $; B. Endorsements Required City of Miami listed as an additional insured Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation Employer's Liab A. Limits of ]pia F$1,000,000 df b dily injt caused by an accident, each accident. p $1,000,000 for bijy'nlury caused by disease, each employee $1,000,000 for bodiljury caused by disease, policy limit The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change, or in accordance to policy provisions. Page 30 of 38 Invitation for Bid (IFB) 481340,1 Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A.." as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 2.10. METHOD OF PAYMENT Payment will be made upon final completion and acceptance of this pr000t minus any liquidated damages and/or other damages to the Contractor uiin fin Payment will be made on partial deliveries accepted by the City when theiam at the discretion of the City. 2.11. PACKING SLIP/DELIVERY TICKET TO ACCO The successful bidder shall enclose a complete packing si or conjunction with this bid solicitation. The packing slip s items and shall be made available to the City's authorit a delivery ticket shall include, at a minimum, the followin complete listing of items being delivered; and back order qi applicable. 2.12. COMPLETED WORK The City shall be notified by the Conti; completed work before authorizing pa no additional charge to the City. 2.13. CONTRACT DMINTS TOR Upon award, contra i`` hall repo'it d,work directly with Steve Bogner, who shall be designated as the Contract Administrator. will pT`ay the contract price ion and acceptance. nsuch deliveries so warrants :ANY ITErVrURING DELIVERY very ticket with any items to be delivered in be atac °ed to the shipping carton(s) which contain the epresentati e tiring delivery. The packing slip or ation: purchase order number; date of order; a es and estimated delivery of back -orders if awn of work. The City shall inspect and approve .prk not satisfactorily completed shall be redone by the Contractor at 2.14. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS Bidder must list any or all subcontractor(s) that may be utilized to assist inthe performance of the work specificied herein. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the Bidder's Minimum Qualifications section. All information required shall be included in the solicitation response. If bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it Page 31 of 38 Invitation for Bid (IFB) 481340,1 request in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty-eight (48) hours of receiving said request. 2.15. WORKMANSHIP AND MATERIALS All parts installed and materials used in performance of this contract shall be new and unused (of current design or manufacture). Salvage materials will not be allowed without the express crs nt of the City. All materials and workmanship shall be of the highest quality and shall conform to all apphcab1'Ming Codes, so as to ensure safe andfunctional operation. The City shall be the sole judge as to parts and workiti 11 2.16. TIE BIDS Whenever two or more Bids which are equal with respect to price, qualm; the procurement of commodities or contractual services, a Bid received a m implemented a drug -free workplace program shall be given prefe nc.n the for processing tie Bids will be followed if none of the tied vends: have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlaw use of a controlled substance is prohibited in the workpla e `and employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse drug -free workplace, any available drug counse1in penalties that may be imposed upon employeesfof use vi (3) Give each employee engaged in providin the statement specified in subsectio (1). (4) In the statement specified in sus commodities or contractual services th will notify the employer of any conviction o of any controlled substance law of thT,Inted than five (5) days after such cone roii: lg rvicelar received by the City for using'," that certifies that is has " beess. Established procedures orkplace program. In order to xp nufacture, dfstribution, dispensing, possession, or ing the action that will be taken against workplace, the business' policy of maintaining a re�habrht n, and employee assistance programs, and the ations. -es or contractual services that are under Bid a copy of ployees that, as a condition of working on the e employee will abide by the terms of the statement and lea of guilty or nolo contendere to, any violation of Chapter 893 or offieqr any state, for a violation occurring in the workplace no later (5) Impose a sanction on, or fire the satrr'actory participation in a drug abuse assistance or rehabilitation program, if such is able in 'employee's community, by any employee who is so convicted, (6) Make a good faith of t to contrnu o maintain a drug -free workplace through implementation, of this section. 2.17. LIQUIDATED DAMAGES Bidder shall provide all items at the guaranteed delivery time specified by the City in the Delivery Section of this solicitation. If the successful bidder fails to deliver within the specified delivery time, it is understood that 1 % of the unit price per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time (not to exceed the total amount of the contract), not as a penalty but as a form of compensation for the loss of not having the ability to use the product. Page 32 of 38 Invitation for Bid (IFB) 481340,1 2.18. 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. 2.19. DAMAGES TO PUBLIC/PRIVATE PROPERTY The contractor shall carry out the work with such care and methods as not to rest property adjacent to the work. Should any public or private property be damaged or his/her expense, shall repair or make restoration as is practical and accept b10 the Ci or damaged property promptly within a reasonable length of time. done). 2.20. MATERIALS SHALL BE NEW AND WARRANTED The Bidder hereby acknowledges and agrees that all materials products, c € specifically requested, supplied by the Bidder in conjunction, it, this Bid sh' merchantability, and fit for a particular purpose. In the event any 0 the Bidder are found to be defective or do not conform tei,ecifica order and return such materials/products to the Bidder cplace the in 2.21. NO SUBSTITUTION When "No Substitution" is used in combinati named item is the only item that wilbe accep 2.22. WARRANTY OF SUPPLIES The contractor warrants that at the rrie of fddelivei a supplies furnished under this contract will be free from defects in material or workmanship andwt conform with the specifications and all other requirements of the contract; provided, however, that vith respect to 'City furnished property, the contractor's warranty shall extend only to its proper installation unless th contractor performs some modification or other work on such property, in which case the contractor's'w silty shalle fend to such modification or other work. Image to public or private oyed, the contractor, at for owners of destroyed montlf from date damage was where recycled content is be new, warranted for their ie materials/products supplied to the City by he City reserves the right to cancel the pals/products at the Bidder's expense. acturer's name, brand name and/or model number that 2.23. WARRANTY The successful bidder willbe required to provide a standard warranty for all products provided herein. A copy of the Standard Warranty shall be included with the Bid. 2.24. WARRANTY BY MANUFACTURER Page 33 of 38 Invitation for Bid (IFB) 481340,1 A copy of the manufacturer's standard warranty must be submitted with bids. Failure to comply with this provision may disqualify bids. 2.25. WARRANTY, FITNESS FOR PURPOSE The contractor warrants the materials supplied and the work performed 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 hilt shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of' e 4) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty regtuiinent shall remain in force for the full one (1) year period; regardless of whether the contractor is under co tset with Rity at the time of any defect. Any payment by the City on behalf of the goods or services receive contractor does not constitute a waiver of these warranty provisions. The contractor shall be responsible for promptly correcting any deficien at io cos ,.. o the City, within five (5) calendar days after the City notifies the contractor of such deficiency in writing. If tl ;contractor fails to honor the warranty and/or fails to correct or replace the defective work or it e s ithin t feped d specified, the City may, at its discretion, notify the contractor, in writing, that the bidder rn e d b od as a City bidder/proposer and/or 1� subject to contractual default if the corrections or replacements are not comp,e,Ged to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the all, for fails to s tisfy the warranty within the period specified in the notice, the City may (a) place the contractor, in d ltor any of its contract, and/or (b) procure the products or services from another contractor and charge t ie contracfo any additional costs that are incurred by the City for this work or items; either through a credit's c randum orthrough invoicing. 2,26. REFERENCES Each bid must be accompanied by a list of refftence Ytvhie1 1iall include the name of the company, dates of contract, description of goods supplied a eontaol p, 6 son and e telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS E 2.27. COMPLETE PROJECT The scope of these specificatio essential detail from these spe satisfaction of the C1` of Mia is to insi ations does delivery of complete units, ready for operation. Omission of any relieve the supplier from furnishing a complete working unit to the 2.28. CONTRACTOR TO BED �F ESENTED y, � The contractor at all times must eith r 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 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. Page 34 of 38 Invitation for Bid (IFB) 481340,1 2.29. 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 listed herein. 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 datk ailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options requiring tli `',addition of other options, as well as those which are included as a part of another option. Failure of bidders to com 1yvth these provisions will result in bidders being held responsible for all costs required to bring the item(s in corrip. a1 ce with contract specifications. 2.30. SAFETY MEASURES Contractor shall take all necessary precautions for the safety of errs la, ,ees, au hll erect and properly maintain at all times all necessary safeguards for the protection of the emplee h e public. Danger signs warning against hazards created by his/her operation and work in progress mu st e posted All employees of contractor shall be expected to wear safeety glass o goggles, appropriate clothing, and hearing protection when and wherever applicable. The contractor shall use only quipment that is fully operational and in safe operating order. Contractor shall be especially careful hen servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safc"to proceed. 2.31. TERMINATION A. FOR DEFAULT If Contractor defaults in its performance unlrisrtract and does not cure the default within 30 days after written notice of default, the may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miianir. InFstevent the Contractor shall be liable for damages including the excess cost of procuring similar supplies or servicesprovided that if, (1) it is determined for any reason that the Contractor was not indefault or (2) the Contr tor's failure°to perform is without his or his subcontractor's control, fault or negligence, the termination will be dd greed to be a termination for the convenience of the City of Miami. B. FOR CONVENIEN The City Manager may terminal ts.Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Mian'i If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to teiiiiination. 2.32. ADDITIONAL TERMS AND CONDITIONS Page 35 of 38 Invitation for Bid (IFB) 481340,1 No additional terms and conditions included as part of your 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 Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reaso able discretion of the City will be considered. Any and all such additional terms and conditions shall have no ff ee ,o effect and are inapplicable to this PSA or Agreement. 2033. PRIMARY CLIENT (FIRST PRIORITY) The successful bidder(s)/proposer(s) agree upon award of this contract to the<, ity o 'iami shall be its primary client and shall be serviced first during a schedule conflict arising between this contra and any other contract successful bidder(s)/proposer(s) may have with any other cities and/or counties toperform similar services as a result of any catastrophic events such as tornadoes, hurricanes,_ severe'iarns or any otherpublic emergency r_.. g Y impacting various areas during or approximately the same tim Page 36 of 38 Invitation for Bid (IFB) 481340,1 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Contractor shall provide all labor, materials, and equipment necessary to furnish and install the below listed itemsat the City of Miami, Dinner Key Marina, 3400 Pan American Drive, Miami, FL 33133. 1. Speed Queen, Model # SCNO30, Vended Quantum Silver Washer -Extractor - (6) units Control Options: SILVER Capacity — 30 Lb. (13,6 kg) Overall Width — 29 in. (737 mm) *Overall Depth — 34-9/16 in. (878 mm) (Overall depth includes vacuum Overall Height - 45 in. (1142 mm) Cylinder Diameter — 24 in. (610 mm) Cylinder Depth - 16 in. (406 mm) Cylinder Volume — 4.19 cu. Ft. Door opening size—14-5/16 in. Door bottom to floor —14 in. Water inlet connection— 1 @ 2 in. Drain height to floor — 4-1/2 in. Voltage wire/circuit breaker —FLA : 15-7 (1-phase) 200 202'0240/50/60/3/1/3 2. Speed Queen, Model # STT30, Vended S (4) Units; (2) dryers per unit Control Options: Micro Display Co Dry Capacity — 2 @ 30 LB Filling Ratio — 20:1 = 33 LB Width-31-1/2 in. Depth — 42-7/8 in. Height — 76-1/4in. Cylinder Diameter Cylinder Depth — 26 in. Cylinder Volume —10.6 in. Door Opening Size — 22-5/8 in. Air outlet diameter —1 X 8 in. Electrical Specifications: (3-phase) 200-208/60/3; 3W+G Tumlt; e 3. Sentinel 8" Flat Money Box, Model # GWD8 (14 Units) or Dryer le) Page 37 of 38 Note: Money boxes are to be installed in each of the above units. Invitation for Bid (IFB) 481340,1 Page 38 of 38 Quote: 2105300 (RFQ 481340,1) Page 1 of 3 Time Left Quote Style Quote Currency Contact Suppliers' Quote Number Quote Status Sourcing It Navigator %Requisitions' `Negotiations intelligence Negotiations > RFQ: 481340,1 > Quote: 2105300 (RFQ 481340,1) Title IFB for the purchase and installation of Speed Queen Laundry Systems 0 seconds Sealed USD Hensel, Robert 565597 Active Note to Buyer 565597 ................................................................... Title _ Type Attachments PROPOSAL File Favorites Home Logout Preferences Help Actions Online Discussions Close Date Ranking Supplier Supplier Site Quote Valid Until Purchase Order Shortlist Status Description Category Last Updated From Supplier05-Mar-2015 10-Mar-2015 14:00:00 Price Only Commercial Laundry Equipment Co., INC. Included Usage One -Time Update;Delete Requirements Show Al Details I Hide All Details Details Section l Hide General Requirements��....�...._._._.....,�....� _...,..�... Requirement Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation_ Target Value Maximum Score 01 Quote Value COMMERCIAL LAUNDRY EQUIPMENT COMPANY, INC. CORPORATIONµ, —� 1,969 OTHER - WEST PALM�BEACH 199014718W��V�� STATE OF FLORIDA -PBCmm 30—SSe -2015 Score 0 Maximumn Score Score http://imapl .riverside.cmgov.net:8003/OA_PITML/OA.jsp?OAFunc—PONRESENQ VIE... 3/19/2015 Quote: 2105300 (RFQ 481340,1) Page 2 of 3 Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has irovidedsuch services/goods in thepast:� Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation or hasrovided such services/goods in the past:mm Reference No. 3: Address, City, State, and Zip for above reference compan /agency listed: Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Total Contract Terms Variables Section _ ..._ No variables found. PALM BEACH COUNTY BOCC 50 SOUTH MILITARY TRAIL, STE 110 WEST PALM BEACH, FL 33415 ERNESTO GONZALEZ 561- 233-0900 6/2014 CORE CONSTRUCTION/LULAV SQUARE APARTMENTS - MIAMI 8027 COOPER CREEK BLVD, STE 110 UNIVERSITY PARK, FL 34201 ALEX MCINTYRE 941-343- 4300 10/2014 PALM BEACH EQUINE SPORTS COMPLEX 13125 SOUTHFIELD RD WELLINGTON, FL 33414 DR. SCOTT SWERDLIN 561- 346-4703 3/2013 Variable Deliverables OA Indicates deliverable is overdue x Indicates responsible party failed to perform the deliverable Deliverable Name E,No deliverables found. Due Date Status Alert Update ii Lines TXP All prices are in USD. Quote Total (USD) 56,595.00 Show Al Details 1 Hide All Details Details Show Line....._,.,......... ISpeed Queen Stack Tumbler Ship - To 221040 Start Rank Price 1 Targe Quote Price Price 6,180 Unit Each Target Quantity 4 Need - Quote By Quantity Date 4 Promised Date Line Total 24,720.00 Active Quotes 2 http://imapl.riverside.cmgov.net:8003/OA HTML/OA.jsp?OAFunc=PONRESENQ_VIE... 3/19/2015 Quote: 2105300 (RFQ 481340,1) Page 3 of 3 Dryers, Electric, Dinner Silver, 30LB, 200- Key 208/60/3; Marina 3W+G. Model#STT30 with Micro Display Control (MDC), Hard - Mounted (NO SUBS I 1 I UTION) I3Showl2GWD8 Money IBoxes, Sentinel 8" Flat Money Box (NO SUBSTITUTION) D Show t3 Speed Queen Quantum Silver Washer - extractor, 30LB,15-7 (phase) 200- 208/220- 240/50/60/3/1/3. Model#SCNO30, Hard -Mounted (NO SUBSTITUTION) LF Show 4lnstallation Fees 5 Delivery/Freight Fee Return to RFQ: 481340,1 Privacy Statement 221040 Dinner Key Marina 2210401 Dinner Key Marina 1 22104012 Dinner Key Marina 221040 2 m..M..: Dinner Key Marina Each 1 14 14 4,560(Each 1,775IDollar 2,250 ]Dollar Actions 490.00 2 1,775.00 j2 2,250.00 Online Discussions 2 Requisitions Negotiations Intelligence Home Logout Preferences Help Copyright (c) 2006, Oracle. All rights reserved. http://iinap l .riverside.cmgov.net:8003/OA HTML/OA.j sp?OAFunc—PONRESENQ_VIE... 3/19/2015