Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 172-16-14727
RESOLUTION NO.:172-16-14727 A Resolution authorizing the City Manager to enter into a multi-year contract with Commercial Energy Specialists,Inc.forPool Chemicals andBulkLiquid Chlorine. WHEREAS,the Cityof South Miami desires to enter intoa contract forPoolChemicalandBulk Liquid Chlorine;and WHEREAS,the City wishes toutilize the CityofMiami contract forPoolChemicalandBulkLiquidChlorine between the CommercialEnergySpecialists,Inc.and the CityofMiami under the same terms and conditions as set forinbid IFB#602384(22);and WHEREAS,the City Manager hasreview solicitation for IFB #602384(22)and agrees to the terms and conditions and further agree to the fair and reasonableness of the pricing set forth in Commercial Energy Specialists,inc.response to the solicitation;and WHEREAS,Commercial Energy Specialists,Inc.has agreed to provide such services under the same price(s),terms and conditions as stipulated inbidIFB#602384(22);and WHEREAS,representatives from the Cityand Commercial Energy Specialists,Inc.have agreed onall the terms and conditions that are mentioned above. NOW,THEREFORE,BEITRESOLVEDBYTHE MAYOR AND CITY COMMISSION OFTHECITYOFSOUTH MIAMI,FLORIDA THAT: Section 1:TheCity Manager is authorized to enter intoa contract with Commercial Energy Specialists, Inc.forPoolChemicalandBulkLiquidChlorine under the same terms and conditions set forth in solicitation for bid IFB#602384(22)between Commercial EnergySpecialists,Inc.and the CityofMiami.Acopyof the piggyback contract is attached. Section 2:Severability.Ifany section clause,sentence or phrase ofthis resolution isforany reason held invalidor unconstitutional bya court of competent jurisdiction,the holdingshall not affect the validityof the remaining portions of the resolution. Section 3:EffectiveDate.This resolution shal become effective immediately upon adoption by vote of City Commission. PASSED AND ADOPTED this 6hh dayof Sftpt-.emhftr .2016. APPI MAYOR COMMISSIONVOTE:4_o MayorStoddard absent Vice Mayor Welsh Yea Commissioner Edmond Yea Commissioner Liebman Yea Commissioner Harris Yea outh'Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Via: Date: Subject: Background: Vendors & Bid Amount: Expense: Attachments: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager Quentin Pough,Director of Parks&Recreation August 16,2016 Agenda Item No. AResolutionauthorizing the CityManager to enter intoa multi-year contract withCommercialEnergySpecialists,Inc.forPoolChemicalsandBulk Liquid Chloride. TheCity of South Miamidesiresto enter intoa contract forpool chemicals and bulkliquid chlorine,onanas needed contractual basis. After completing a competitive biddingprocess,the CityofMiamiawardeda contract toCommercialEnergySpecialists,Inc.(CES)pursuanttobid IFB #602384(22)forPoolChemicalsandBulkLiquidChloride.The contract periodis fromJuly6,2016through July 5,2018with two (2)additionaltwo(2)year periods. TheCityofSouth Miami hasreviewedandwishesto piggyback from the contract between the City of Miamiand the Contractor under the same terms and conditions set forth in solicitation forbid IFB#602384(22). Please find below a breakdown of all submitted proposals. Vendors Amount Commercial Energy Specialists,inc.N/A As needed Resolution City of Miami Contract Award Bid Tabulation City of Miami Enactment #R-16-0271 City of Miami IFB #60284 POOL CHEMICALS CONTRACT FOR THE MURRAY PARK COMMUNITY POOL THIS AGREEMENT made and entered into this if+Kiay of fVjfrV,,20 1teby and betweentheCity of South Miami,a Florida municipal Corporation by and through itsCity Manager(hereinafterreferredtoas "City")and Commercial Energy Specialists,Inc. (hereinafterreferredtoas"Contractor"). WITNESSETH: WHEREAS,the "City of Miami"solicitedbids,pursuant to,pursuant toIFB #602384,for Pool Chemicals and Bulk Liquid Chlorine;and WHEREAS,the "City of Miami"aftercompletinga competitive biddingprocess, awarded a contract to Contractor,and WHEREAS,the City of South Miami desiresto utilize the "City of Miami" Contractandpursuanttoauthority of theCity of South Miami's Charter. NOW,THEREFORE,the City andtheContractor,eachthroughtheirauthorized representative/official,agreeasfollows: 1.The City desirestoenterintoaContract,under thesametermsand conditionsassetforthinthesolicitationandtheagreement between "City of Miami"and Contractor,pursuantIFP #602384 and Bid Award No.#602384 (22). 2.The City has reviewed thecontractandagreestothetermsand conditions to beapplicabletoapurchaseordertobeissued by the City andfurtheragreestothefairand reasonableness of thepricing.Contractorherebyagreesto provide suchgoodsand/or services,pursuanttothe City's purchaseordermadeduringtheterm of thisagreement,under the same price(s),terms and conditions asfoundinthe solicitation documents andthe responsetothe solicitation,pertinentcopies of which areattachedheretoas Attachment A and made apart hereof by reference,andtheagreementand/ortheaward between the "City of Miami"andContractor,pursuantIFP#602384and Bid Award No.#602384 (22),a copy of which,including any amendments and addendums thereto,isattachedheretoand made a part hereof by reference. 3.All references in the contract "between "City of Miami"and Contractor,shall be assumed topertainto,andare binding uponContractorandthe City of SouthMiami.All decisions that are to be made on behalf of the "City of Miami,"as set forth in the "City of Miami"IFP #602384 and Bid Award No.#602384 (22),andits agreement with Contractor, shallbe made by the City Managerforthe City of South Miami.The term of thecontract, includingall extensions authorized by thecontractshallnot exceed fiveyears. Notwithstanding anything contained inthe IFP #602384 and Bid Award No.#602384 (22), orthe "City of Miami"contracttothecontrary,this agreement shallbegoverned by the laws of theState of Floridaand venue foralldispute resolutions orlitigationshallbein Miami-Dade County,Florida. 4.Scope of Goods and Services.The scope of goodsandservicesaresetforth in the attached Attachment A. ThomasF.Pepe-0I-11-16 Page1 of4 5.Contract Price.The contract priceforthegood and servicesissetforthin the attached Attachment A.If not otherwise set forth in the "City of Miami" Agreement/Contract,the Contractor shallbepaidupondelivery of allthegoods,the completionofalltheservicesandafterfinalinspectionbytheCitythatapproves of the goodsdeliveredandtheworkperformed. 6.Grant Funding:ThisprojectisbeingfundedN/AandContractoragreesto complywithallthe requirements of thatGrant,applicabletothedeliveryofthegoodsand servicesthatarethesubjectofthis Agreement,andthatarewithinitspowertoprovideand toprovideallthe documentation withinits control thatisrequiredfortheCitytobeableto recoverthecontractpricepursuanttothetermsofthe grant.Acopy of thegrantisattached heretoandmadeapart hereof byreference. 7)PublicRecords:CONTRACTORandallofits subcontractors arerequiredto comply withthepublic records law(s.l 19.0701)while providing goods and/or services onbehalf of the CITY andthe CONTRACTOR,under such conditions,shall incorporate this paragraph in allofits subcontracts for this Project and shall:(a)Keep and maintain public records required by the public agency to perform the service;(b)Upon request from the public agencyfs custodian of public records,provide the public agency with a copy ofthe requested records or allow the recordstobeinspectedorcopiedwithinareasonabletimeatacostthatdoesnotexceedthecost provided in this chapter oras otherwise provided by law;(c)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements arenot disclosed except as authorized bylawforthe duration ofthe Contract term and following completion ofthe Contract if CONTRACTOR does not transfer the records tothe public agency;and (d)Upon completion ofthe Contract,transfer,atno cost,to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service.If CONTRACTOR transfers all public records to the public agency upon completion ofthe Contract,CONTRACTOR shall destroy any duplicate public records thatare exempt or confidential and exempt from public records disclosure requirements.If CONTRACTOR keeps and maintains public records upon completion ofthe Contract, CONTRACTOR shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the public agency,upon request from the public agency's custodian of public records,ina format thatis compatible with the information technologysystems of thepublicagency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340;E-mail:rameraemdez@southmiamiflogov;6130 Sunset Drive, South Miami,FL .33143. 7.Waiver JuryTrial:Cityand Contractor knowingly,irrevocably voluntarily and intentionally waive any right eithermay have toa trial byjuryin State or Federal Court proceedings inrespecttoany action,proceeding,lawsuit or counterclaim arising outofthe ContractDocumentsortheperformanceoftheWorkthereunder. 8.Validity of Executed Copies:Thisagreementmaybeexecutedinseveral Thomas F.Pepe-01-11-16 Page2 of4 counterparts,each of whichmaybeconstruedasanoriginal. 9.Attorneys'Fees and Costs:In theevent of any litigation between the parties arisingout of orrelatinginanywaytothisAgreementorabreachthereof,eachpartyshall bearitsowncostsandlegalfees.Nothingcontainedhereinshallpreventorprohibitthe right tobeindemnifiedforanyattorneyfeesincurredinthedefense of anactionbyapersonor entitywhoisnotapartytothisAgreement. 10.Severability:If anytermorprovision of this Agreement ortheapplication thereof toanypersonor circumstance shall,toanyextent,beinvalidor unenforceable,the remainder of thisAgreement,ortheapplication of suchtermorprovisiontopersonsor circumstances other than those to which itis held invalid or unenforceable,shall not be affectedtherebyandeachtermandprovision of thisAgreementshallbevalidand enforceable tothefullest extent permitted bylaw. IN WITNESS WHEREOF,andastheduly authorized act of the parties,the undersigned representatives of theparties hereto havecausedthis instrument tobesignedintheir respective namesbytheir proper officials onorbeforethedayandyearfirstabove written. Commercial Energy Specialist,Inc. By:_ (type name andtitle of signatory above) 2fU aria M.Men City Clerk ,CMC Readand Approved astoForm, Language,Legality and Execution Thereof. By: ^^?^ Thomas F.Pepe City Attorney Thomas F.Pepe-01-11-16 >2^ Page 3 of4 Alexander Manager POOL CHEMICALS CONTRACT FORTHEMURRAYPARK COMMUNITY POOL CITY OF MIAMI IFB AND CONTRACT Thomas F.Pepe-01-11-16 Page4 of4 BID TABULATION IFB 602384 POOL CHEMICALS AJMD BULK LIQUID CHLORINE . GROUP 1 Prc-Sfar Pool Supplies,Inc.- Coconut Creek,FL Oliver's Pools Inc.-Miami,FL Item Description Qty UOM Unit Price Extended Amount Unit Price Extended Amount 1 Calcium Hypodorite Pulsar Briquettes.Packaged 50lb.pails.Price submitted is perPaih 248 EA $139,300 $34,47Z00 $145.00 $35,960.00 2 Muriaticacid 20 Baume.Packaged 4gallon jugs.Price submitted is per Pair. 522 EA $20.00 $10,440.00 $18.40 $9,604.80 3 DiatomaceusEarth RIter Powder.Packaged.50 ft),bags.Pricesubmitted is per Bag.200 EA $39,00 $7,800.00 $25.28 $5,056.00 4 Sodium Bicarbonate.Packaged 100 lb.bags.PriGe submitted is per Bag.30 EA $21.00 $630.00 $25.85 .$775.50 5 Calcium Chloride.Packaged 100 lb,bags.Pricesubmitted Is per Bag.200 EA $26.00 $5,200.00 $28.85 $5>770.00 6 D-Chlor.Packaged 25 Jb.pajls.Price submitted isper PaiL 80 EA $39.00 $3,120.00 $150.00 $12>000.00 $61,662.00 $69,166.30 Item GROUP2 Description Delivery of BulkLiquidChlorine for Hadley Pool,Jose Marfi pool,Gibson Pool,Grapeland Water Park,and Athalie Range PooL Qty UOM 170,000 Gallon Oliver's Pools Inc,-Miami,FL UnitWice Total Price $1.28 $217,600.00 Commercial Energy Specialists, Inc.-Jupiter,FL Unit Price Total Price $1.33 $226,100.00 GROUP 3 Oliver's Pools Inc.-Miami,FL Commercial Energy Specialists, tnc.-Jupiter,FL Item Description Qty UOM Unit Price Total Price Unit Price Total Price 8 Delivery ofBulk.Liquid Chlorine for Momrngside Pool,Shenandoah Pool, West EndPool,and the Miami Rowing Center.40,000 Gallon $1.28 $51,200.00 $1.33 .$53,200.00 PREPARED BY:ANTHONYHANSEN,APRIL 2016 APPROVED BY^ IFB NO: DESCRIPTION: TERM OF CONTRACT; CONTRACT PERIOD: COMMODITY CODE: 602384(22) POOLS CHEMICALS AND BULK LIQUID CHLORINE TWO (2)YEARS,WITH OTR FOR TWO (2)ADDITIONAL TWO-YEAR PERIODS JULY 6,2016 THROUGHJULY5,2018 88540-30- SECTION #1 -VENDOR AWARD Group 1 Commercial Energy Specialist,Inc. 962 Jupiter Park Lane,Suite 1 Jupiter,FL 33458 Contact:Remy Baker Phone:(800)940-1557 Fax:(561)746-5898 Email:rbaker(j5)ceswaterquaiitv>com Groups2&3 . Pro-Star Supplies,Inc. Pp.Box 970041. Oocomut Creek,FL 33097 Contact:Dennis Miller Phone:(561)488-7023. ^e^^^0^mpm ' .-A -Vr.•: j?*^c SECTION#2 -AWARD/BACKGROUNtorfr^^^ 7(h^.^•••v^.-v-=,v^n •;••••• CC AWARD DATE:...^NE.9,2016 V^-^""''"•"'^MENfiiElMiVlOUNT:N/A ::RESOLUTION NO:/r';tf6-0271'":''';K$~M <£*#"'IN§URA#C£'REQljlr^EMENTS:YES TOTAL CONTRACT AMOUNT^-M/A..;.-H"".^;Ml#j3f-^PERFORMANCE B@tste:N/A . Notes:CONTRACTPERIO&yaNE^0r:20i:pTHR<5UfeN JU!f^9i^Ma;k '%:*;::^v ^ SECTION #3 -REQUESTING flEPARTMEN^^^$r •••••...-^ -mlDEPARTMENTOFPARKSv^RECteAtiON *if ft"Jj,^€.•%,.r ,u r. Contract Administrator;LirVfc Blanco ;-^fe-^";'.-i:,^,p:^-y ,i Phone:(305)416-13-12 ''"[":""'''''~^^^ ContractAdministrator:Darilel Lopei;.;i( Phone:(305)416-1208 .••%S''l^\. vj£*"'3 "g:5. •f f /:; ••'♦.'^.'Ai'-'i ?'.:&" •;u:V: 'k-'%»-*'^'•••.r SECTION #4 -PROCURING AGENCY,'*?"&>•K-••;«.•*KilV :•»- ^?;:?:tfy^ff^:'''£>**'•**'• ;v >-•.;.CITY OF MIAMI,DEPARTMENT OfV^©^.^EI^Int|;•.|•..%(f^^f:"Y Y^;:";f. Buyer:Eduardo Falcon '%'viS^'-r^J '^"$*>-'Ji"V...^-%d^P •' Phone:(305)416-1901 :-.,:.•^^•:^^^''':' Fax:(305)400-5390 . Prepared By:Aimee Gahdarilla;6/23/16 A CONTRACT AWARD SHEET INSTRUCTIONAL GUIDETO ASSIST YOU WITH THE INFORMATION CONTAINED HEREIN IS AVAILABLE IN THE ISUPPLIER INFORMATION SECTION OF OUR WEBPAGE AT". WWW.MIAMIGOV.COM/PROCUREMENT *&>Initial if a a Saster Report City Hall 3500 Pan American Drive Miami,FL 33133 vvww.mlamfgov.com Enactment Number:R-16-0271 File Number:16-00648 Version:1 File Type:Resolution Reference; File Name:AcceptBids.-PoolChemicals&BulkLiquidChlorine Requester:DepartmentofParksand Cost: Recreation Status:Passed Controlling Body:Office of theCity Clerk Introduced:4/29/2016 Final Action:6/9/2016 Title:ARESOLUTION OF THE MIAMI QTY COMMISSION,ACCEPTING THE-BIDS RECEIVED APRIL6,2016,PURSUANT TOINVITATIONFORBIDNO.602384,FROMCOMMERCIAL ENERGY SPECIALISTS,INC.,ANDPRO-STARPOOLSUPPLIES,INC.,THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS,TO PROVIDE POOL CHEMICALS AND BULK LIQUIDCHLORINE,ONANASNEEDEDCONTRACTUAL BASIS,FORA PERIOD OFTWO(2) YEARS,WITHTHB OPTION TORENEWFORTWO(2)ADDITIONALTWO(2)YEAR PERIODS; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE USER DEPARTMENT AND AGENCIES,SUBJECT TOTHEAVAILABILITYOFFUNDSAND BUDGETARY APPROVAL AT THETIMEOF NEED;AUTHORIZING ADDITIONAL SUPPLIERS TO BE ADDED TO THB CONTRACT AS DEEMED IN THE BEST INTEREST OF THE CITY OF MIAMI;FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS,.INCLUDING AMENDMENTS AND MODIFICATIONS TO SAID AGREEMENT,INA FORM ACCEPTABLE TOTHE CITY ATTORNEY,ASMAYBENECESSARY FOR SAID PURPOSE. Sponsors: Notes: Indexes: Attachments;16-00648 Summary Form.pdf,16-00648 Memo-Manager's Approval.pdf,l6-00648 Bid Tabulation.pdf,l 6-00648 CorporateDetail.pdf,16-00648 Bid Response.pdf,16-00648 Invitationfor Bid.pdf,l 6-00648 Legislation.pdf, History of Legislative File • Version:Acting Body:Date:Action:Sent To;Due Date:Return Date:Result: 1 Office of theCity Attorney 5/25/2016 Reviewed and Approved 1 City Commission 6/9/2016 ADOPTED Pass 1 OfficeoftheMayor 6/16/2016 SignedbytheMayorOfficeofthe Qty Clerk 1 Officeofthe City Clerk 6/16/2016 SignedandAttested byCityClerk City ofMiami Printed on 6/20/2016 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 Location: Buyer E-Mail Address: Buyer Facsimile: Purchasing Department Miami Riverside Center 444 SW 2nd Avenue,6th Floor Miami,Florida 33130 WebSite Address:http://ci.miami.fl.us/procurement 602384 Invitation for Bids for Pool Chemicals and Bulk Liquid Chlorine 21-MAR-2016 04/06/2016 @ 14:00:00 None Tuesday,March 29,2016@ 2:00 p.m. Hansen,Anthony City of Miami -City Clerk 3500 Pan American Drive Miami FL 33133 US amhansen@miamigov.com (305)400-5237 Page1 of 41 Certification Statement Pleasequoteonthisform,ifapplicable,netpricesfortheitem(s)listed.Returnsignedoriginaland retainacopyforyourfiles.Pricesshouldincludeallcosts,includingtransportationtodestination.The Cityreservestherighttoacceptorrejectalloranypartofthis submission.Pricesshouldbefirmfora minimum of 180 days following thetimesetforclosing of the submissions. Intheeventoferrorsinextensionoftotals,theunitpricesshallgovernindeterminingthequoted prices. We(I)certifythatwehavereadyoursolicitation,completedthenecessarydocuments,andproposeto furnishand deliver,F.O.B.DESTINATION,theitemsorservices specified herein. Theundersignedherebycertifiesthatneitherthecontractualpartynorany of itsprincipalownersor personnel havebeenconvicted of any of theviolations,ordebarredorsuspendedassetinsection 18-107 or Ordinance No.12271. Allexceptionstothissubmissionhavebeendocumentedin the sectionbelow(refertoparagraphand section). EXCEPTIONS: We(I)certifythatanyandallinformationcontainedinthissubmissionistrue;andwe(I)furthercertify thatthissubmissionismadewithoutprior understanding,agreement,orconnectionwithany corporation,firm,orpersonsubmittingasubmissionforthesamematerials,supplies,equipment,or service,andisinallrespectsfairandwithoutcollusionor fraud.We(I)agreetoabidebyalltermsand conditionsofthissolicitationandcertifythatIamauthorizedtosignthissubmissionforthesubmitter. Pleaseprintthefollowingandsignyourname: SUPPLIER NAME: ADDRESS: PHONE:FAX: EMAIL:BEEPER: SIGNED BY:__ TITLE::DATE: FAILURE TO COMPLETE,SIGN.AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. Page 2 of 41 Certifications Legal Name of Firm: EntityType:Partnership,Sole Proprietorship,Corporation,etc. Year Established: Office Location:City of Miami,Miami-Dade County,orOther OccupationalLicenseNumber: Occupational License Issuing Agency: OccupationalLicenseExpirationDate: Will Subcontractor(S)beused?(YesorNo) If subcontractor(s)willbeutilized,providetheirname,addressandthetheportion of theworktheywill be responsible forunderthiscontract(acopyoftheir license(s)mustbe submitted withyourbid response).If nosubcontractor(s)willbeutilized,pleaseinsertN/A.: Pleaselistandacknowledgeall addendum/addenda received.Listtheaddendum/addendanumberand date of receipt(i.e.AddendumNo.1,7/1/07).If noaddendum/addendawas/wereissued,pleaseinsert N/A. Reference No.1:Nameof Company/Agency forwhichbidderis currently providing the services/goods as described inthissolicitation,orhasprovidedsuchservices/goodsinthepast: ReferenceNo.1:Address,City,State,andZipforabovereferencecompany/agencylisted: Page 3 of41 ReferenceNo.1:NameofContactPersonandTelephoneNumberforabovereferenceno.1 Reference No.1:Date of Contract or Sale for above reference no.1 ReferenceNo.2:Name of Company/Agency forwhichbidderiscurrentlyprovidingtheservices/goods asdescribedinthissolicitation,orhasprovidedsuchservices/goodsinthepast: ReferenceNo.2:Address,City,State,andZipforabovereferencecompany/agencylisted: ReferenceNo.2:NameofContactPersonandTelephoneNumberforabovereferenceno.2 Reference No.2:Date of Contract or Sale for above reference no.2 ReferenceNo.3:Nameof Company/Agency forwhichbidderiscurrently providing the services/goods asdescribedinthissolicitation,orhasprovidedsuchservices/goodsinthepast: ReferenceNo.3:Address,City,State,andZipforabovereference company/agency listed: ReferenceNo.3:NameofContactPersonandTelephoneNumberforabovereferenceno.3 Reference No.3:Date of Contract or Sale for above reference no.3 Page 4 of 41 Line:1 Description:Group 1:Swimming Pool Chemicals -Calcium Hypoclorite Pulsar Briquettes. Packaged 50lb.pails.Price submitted is per Pail.No substitutions. Category:88540-30 Unit of Measure:Each UnitPrice:$Number of Units:248Total:$ Line:2 Description:Group 1:Swimming Pool Chemicals -Muriatic acid20 Baume.Packaged 4galjugs. Price submitted is per Case. Category:88540-30 Unit of Measure:Each Unit Price:$Number of Units:522 Total:$ Line:3 Description:Group 1:Swimming Pool Chemicals -Diatomaceus Earth Filter Powder.Packaged 50lb.bags.Price submitted is per Bag. Category:88540-30 Unit of Measure:Each UnitPrice:$Number of Units:200 Total:$ Line:4 Description:Group 1:Swimming PoolChemicals-SodiumBicarbonate.Packaged100lb.bags. Price submitted is per Bag. Category:88540-30 Unit of Measure:Each Unit Price:$Number of Units:30 Total:$ Page 5 of 41 Line:5 Description:Group1:SwimmingPool Chemicals -CalciumChloride.Packaged 100 lb.bags. Price submitted is per Bag. Category:88540-30 Unit of Measure:Each UnitPrice:$Number of Units:200 Total:$ Line:6 Description:Group 1:Swimming PoolChemicals-D-Chlor.Packaged25lb.pails.Price submitted is per Pail. Category:88540-30 Unit of Measure:Each UnitPrice:$Number of Units:80 Total:$ Line:7 Description:Group 2:Delivery of Bulk Liquid Chlorine for:Hadley Pool,Jose Marti Pool,Gibson Pool,Grapeland Water Park,and Athalie Range Pool. Category:88540-30 Unit of Measure:Gallon UnitPrice:$Number ofUnits:170,000 Total:$_ Line:8 Description:Group 3:Delivery of Bulk Liquid Chlorinefor:Morningside Pool,Shenandoah Pool, West End Pool,and the Miami Rowing Center. Category:88540-30 Unit of Measure:Gallon UnitPrice:$Number of Units:40,000 Total:$_ Page 6 of 41 Invitation for Bid (IFB)602384 Table of Contents Terms and Conditions 9 1.General Conditions 9 1.1.GENERAL TERMS AND CONDITIONS 9 2.SpecialConditions 29 2.1.PURPOSE 29 2.2.DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 29 2.3.TERM OF CONTRACT 29 2.4.CONDITIONS FOR RENEWAL 29 2.5.ESCALATION CLAUSE 29 2.6.EQUITABLE ADJUSTMENT 30 2.7.NON-APPROPRIATION OF FUNDS 30 2.8.METHOD OF AWARD 30 2.9.BIDDERS MINIMUM QUALIFICATIONS 30 2.10.DELIVERY 31 2.11.FAILURE TO PERFORM 33 2.12.EQUAL PRODUCT 33 2.13.INSURANCE REQUIREMENTS 33 2.14.METHOD OF PAYMENT 35 2.15.PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY 35 2.16.ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/SUPPLIERS 35 2.17.PRE-BED/PRE-PROPOSAL CONFERENCE '.35 2.18.CONTRACT ADMINISTRATOR 36 2.19.TIE BtDS 36 2.20.LIQUIDATED DAMAGES 36 2.21.USE OF PREMISES ,...36 2.22.DAMAGES TO PUBLIC/PRIVATE PROPERTY .;........37 2.23.NO SUBSTITUTION :37 2.24.PRODUCT/CATALOG INFORMATION 37 2.25.PRODUCT SUBSTITUTES 37 2.26.REFERENCES 37 2.27.SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED 38 2.28.CONTRACTOR TO BE REPRESENTED 38 2.29.SPECIFICATION EXCEPTIONS 38 2.30.PUBLIC CONVENIENCE AND SAFETY 38 2.31.SAFETY MEASURES 39 2.32.TERMINATION 39 2.33.PRIMARY CLIENT (FIRST PRIORITY)39 2.34.ADDITIONAL TERMS AND CONDITIONS 39 3.Specifications 41 3.1.SPECIFICATIONS/SCOPE OF WORK 41 Page8 of41 Invitation forBid(IFB)602384 Terms and Conditions 1.General Conditions 1.1.GENERAL TERMS AND CONDITIONS Intent:TheGeneralTermsandConditions described hereinapplytothe acquisition of goods/equipment/services withan estimated aggregate cost of $25,000.00 ormore. Definition:AformalsolicitationisdefinedasissuanceofanInvitationforBids,RequestforProposals,Requestfor Qualifications,orRequestforLettersofInterestpursuanttotheCityofMiami Procurement Codeand/orFlorida Law,as amended.Formal Solicitation and Solicitation shall be defined inthesame manner herein. 1.1.ACCEPTANCE OFGOODS OR EQUIPMENT -Any good(s)or equipment delivered underthisformal solicitation,if applicable,shallremainthe property oftheselleruntilaphysical inspection andactualusageofthe goodismade,andthereafterisacceptedassatisfactorytotheCity.Itmustcomplywiththetermshereinandbe fullyin accordance with specifications andofthehighest quality.Intheeventthe goods/equipment suppliedtothe Cityarefoundtobedefectiveordoesnotconformtospecifications,theCityreservestherighttocanceltheorder uponwrittennoticetotheContractorandreturntheproducttotheContractorattheContractor'sexpense. 1.2.ACCEPTANCE OF OFFER -Thesignedorelectronicsubmissionofyoursolicitationresponseshallbe consideredanofferonthepartofthebidder/proposer;suchoffershallbedeemedaccepteduponissuancebythe City of a purchase order. 1.3.AjCCEPTANCE/REJECTION -TheCityreservestherighttoacceptorrejectanyorallresponsesorpartsof afteropening/closingdateandrequestre-issuanceonthe goods/services describedintheformalsolicitation.Inthe eventofsuchrejection,theDirectorofPurchasingshallnotifyallaffected bidders/proposers andmakeavailablea writtenexplanationfortherejection.TheCityalsoreservestherighttorejecttheresponseofanybidder/proposer whohaspreviouslyfailedto properlyperform underthe termsandconditions of acontract,to.deliver ontime contracts ofasimilarnature,andwhoisnotinapositiontoperformtherequirementsdefined in thisformal solicitation.TheCityfurtherreservestherighttowaiveanyirregularitiesorminorinformalitiesor technicalities in anyorallresponsesandmay,atitsdiscretion,re-issuethisformalsolicitation. 1.4.ADDENDA -Itisthe bidder's/proposer's responsibilitytoensurereceiptofallAddenda.Addendaareavailable atthe City's websiteat:http://www.ci.miami.fl.us/procurement 1.5.ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6.ASSIGNMENT -Contractoragreesnottosubcontract,assign,transfer,convey,sublet,orotherwisedisposeof theresultingContract,oranyorallofitsright,titleorinterestherein,withoutCityof Miami's priorwrittenconsent. 1.7.ATTORNEY'S FEES -Inconnectionwithanylitigation,mediationandarbitrationarisingout ofthisContract, eachpartyshallbeartheirown attorney's feesthroughandincludingappellatelitigationandanypost-judgment proceedings. 1.8.AUDIT RIGHTS AND RECORDS RETENTION -TheSuccessfulBidder/Proposeragreestoprovideaccess atallreasonabletimestotheCity,ortoany of itsdulyauthorized representatives,toanybooks,documents,papers, andrecords of Contractor whicharedirectlypertinenttothisformalsolicitation,forthepurpose of audit, examination,excerpts,andtranscriptions.TheSuccessfulBidder/Proposershallmaintainandretainanyandallof Page9 of 41 Invitation forBid(IFB)602384 thebooks,documents,papersandrecordspertinenttothe Contract forthree(3)yearsaftertheCitymakesfinal payment and all otherpendingmattersare closed.Contractor's failuretoorrefusalto comply withthiscondition shallresultin the immediate cancellation ofthis contract bytheCity. 1.9.AVAILABILITY OF CONTRACT STATE-WIDE -AnyGovernmental,not-for-profit or quasi-governmentalentityintheStateofFlorida,mayavailitself ofthiscontractandpurchaseanyandall goods/services,specifiedhereinfromthesuccessful bidder(s)/proposer(s)atthecontractprice(s)establishedherein, when permissible byfederal,state,andlocallaws,rules,andregulations. EachGovernmental,not-for-profitor quasi-governmental entitywhichusesthisformalsolicitationandresultingbid contractoragreementwillestablishitsown contract/agreement,placeitsownorders,issueitsownpurchaseorders, beinvoicedtherefromandmakeitsownpayments,determineshippingtermsandissueitsownexemption certificatesasrequiredbythe successful bidder(s)/proposer(s). 1.10.AWARD OF CONTRACT: A.The Formal Solicitation,Bidder's/Proposer's response,anyaddendaissued,andthepurchaseordershall constitutetheentirecontract,unless modified inaccordancewithanyensuing contract/agreement,amendment or addenda. B.Theaward of acontractwherethereareTieBidswillbedecidedbythe Director of Purchasingordesigneeinthe instancethatTieBids can't bedeterminedbyapplyingFloridaStatute287.087,PreferencetoBusinesseswith Drug-Free Workplace Programs. C.Theaward of thiscontractmaybepreconditionedonthesubsequentsubmission of otherdocumentsasspecified intheSpecialConditionsorTechnicalSpecifications.Bidder/Proposershallbeindefaultofitscontractual obligation if suchdocumentsarenotsubmittedinatimelymannerandintheformrequiredbytheCity.Where Bidder/Proposerisindefault of thesecontractualrequirements,theCity,throughactiontakenbythePurchasing Department,will voidits acceptance of the Bidder's/Proposer's Response andmay accept theResponsefromthe nextlowestresponsive,responsibleBidderorProposalmostadvantageoustotheCityorre-solicitthe City's requirements.TheCity,atitssolediscretion,mayseekmonetaryrestitutionfromBidder/Proposerandits bid/proposal bond orguaranty,if applicable,asaresult of damagesorincreasedcostssustainedasaresult of the Bidder's/Proposer's default. D.Theterm of thecontractshallbespecifiedinone of threedocumentswhichshallbeissuedtothesuccessful Bidder/Proposer.Thesedocumentsmayeitherbeapurchaseorder,notice of awardand/orcontractawardsheet. E.TheCityreservestherighttoautomaticallyextendthiscontractforuptoonehundredtwenty(120)calendar daysbeyondthestatedcontractterminordertoprovideCitydepartmentswithcontinualserviceandsupplieswhile anewcontractisbeingsolicited,evaluated,and/orawarded.Iftherightisexercised,theCityshallnotifythe Bidder/Proposer,inwriting,of itsintenttoextendthecontractatthesameprice,termsandconditionsforaspecific number of days.Additionalextensionsoverthefirstonehundredtwenty(120)dayextensionmayoccur,if,theCity andtheSuccessfulBidder/Proposerareinmutualagreementofsuchextensions. F.Wherethe contract involvesasingleshipment of goodstotheCity,the contract termshallconcludeupon completion of theexpressedorimpliedwarrantyperiods. G.TheCityreservestherighttoawardthecontractonasplit-order,lumpsumorindividual-itembasis,orsuch combinationasshallbestservetheinterestsoftheCityunlessotherwise specified. H.A Contract/Agreement maybe awarded tothe Bidder/Proposer bytheCityCommissionbaseduponthe minimumqualificationrequirementsreflectedherein.AsaresultofaRFP,RFQ,or RFLI,theCityreservesthe rightto,executeornotexecute,asapplicable,anAgreementwiththeProposer,whichever isdeterminedtobeinthe Page 10 of 41 Invitation forBid(IFB)602384 City's best interests.S|uch agreement will be furnished by the City,will contain certain terms as are in the City's best interests,andwillbe subject to approval asto legal form bythe City Attorney. 1.11.BIDBOND/BIDSECURITY -A cashier's or certified check,oraBidBond signed bya recognized surety company thatis licensed todo business inthe State of Florida,payable totheCityof Miami,forthe amount bidis required from all bidders/proposers,ifso indicated under the Special Conditions.This check or bond guarantees thata bidder/proposer will accept the order or contract/agreement,as bid/proposed,ifitis awarded to bidder/proposer.Bidder/Proposer shall forfeit bid deposit tothe City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award.The City reserves the right torejectanyandail surety tendered tothe City.Bid deposits are returned to unsuccessful bidders/proposers within ten(10)daysafter theawardand successful bidder's/proposer's acceptance of award.If sixty (60)dayshave passed afterthedateofthe formal solicitation closing date,andno contract hasbeen awarded,ailbid deposits willbe returned on demand. 1.12.RESPONSE FORM (HARDCOPY FORMAT)-All forms should be completed,signedandsubmitted accordingly. 1.13.BID SECURITY FORFEITED LIQUIDATED DAMAGES -Failure toexecuteanAgreement and/or file anacceptablePerformanceBond,whenrequired,asprovidedherein,shallbejustcausefortheannulmentofthe award andthe forfeiture oftheBid Security tothe City,which forfeiture shall be considered,notasa penalty,butin mitigation of damages sustained.Award maythenbe made tothenextlowest responsive,responsible Bidder or Proposalmost advantageous totheCityorall responses maybe rejected. 1.14.BRAND NAMES -If andwhereverinthespecificationsbrandnames,makes,models,namesofany manufacturers,tradenames,or bidder/proposer catalognumbers are specified,itisforthepurposeof establishing thetype,function,minimum standard of design,efficiency,grade or quality ofgoods only.Whenthe City doesnot wishtoruleoutother competitors'brandsor makes,thephrase"OR EQUAL"is added.When bidding/proposing an approved equal,Bidders/Proposers willsubmit,withtheir response,complete setsof necessary data (factory information sheets,specifications,brochures,etc.)inorderforthe City to evaluate and determine the equality ofthe item(s)bid/proposed.TheCityshallbethesolejudgeof equality anditsdecisionshallbefinal.Unless otherwise specified,evidenceintheformof samples maybe requested ifthe proposed brandisotherthanspecifiedbythe City.Suchsamplesaretobe furnished after formal solicitation opening/closing onlyuponrequestoftheCity.If samples shouldberequested,such.samples mustbe received bythe City.no laterthan seven (7)calendardays after, aformal request ismade. 1.15.CANCELLATION -TheCityreservestherighttocancelallformalsolicitationsbeforeits opening/closing. Intheeventof bid/proposal cancellation,the Director of Purchasing shallnotifyall prospective bidders/proposers andmakeavailableawrittenexplanationforthe cancellation. 1.16.CAPITAL EXPENDITURES -Contractorunderstandsthatanycapitalexpendituresthatthefirmmakes,or preparestomake,inordertodeliver/performthe goods/services requiredbytheCity,isabusinessriskwhichthe contractormustassume.TheCitywillnotbeobligatedtoreimburseamortizedorunamortizedcapitalexpenditures, ortomaintaintheapprovedstatusofanycontractor.Ifcontractorhasbeenunabletorecoupitscapitalexpenditures duringthetimeitisrenderingsuchgoods/services,itshallnothaveanyclaimupontheCity. 1.17.CITY NOT LIABLE FOR DELAYS -It isfurtherexpresslyagreedthatinnoeventshalltheCitybeliable for,orresponsibleto,theBidder/Proposer/Consultant,anysub-contractor/sub-consultant,ortoanyotherpersonfor, oronaccountof,anystoppagesordelayintheworkhereinprovidedforbyinjunctionorotherlegalorequitable proceedingsoronaccountofanydelayforanycauseoverwhichtheCityhasnocontrol. 1.18.COLLUSION -Bidder/Proposer,bysubmittingaresponse,certifiesthatitsresponseismadewithout previousunderstanding,agreementorconnectioneitherwithanyperson,firmorcorporationsubmitting .a response Page 11 of 41 Invitation for Bid (IFB)602384 forthesameitems/servicesorwiththeCityofMiami'sPurchasingDepartmentorinitiatingdepartment.The Bidder/Proposer certifiesthatitsresponseis fair,without control,collusion,fraudorotherillegal action. Bidder/Proposer certifiesthatitisin compliance withthe Conflict ofInterestandCodeofEthicsLaws.TheCity willinvestigateallpotentialsituationswhere collusion mayhaveoccurredandtheCityreservestherighttoreject anyandall bids/responses where collusion mayhaveoccurred. 1.19.COMPLIANCE WITH FEDERAL,STATE AND LOCAL LAWS -Contractor understands that contracts betweenprivateentitiesandlocalgovernmentsare subject tocertainlawsandregulations,includinglawspertaining topublicrecords,conflictofinterest,recordskeeping,etc.CityandContractoragreetocomplywithandobserveall applicablelaws,codesandordinancesasthatmayinanywayaffectthegoodsorequipmentoffered,includingbut not limited to: A.ExecutiveOrder 11246,whichprohibitsdiscriminationagainstanyemployee,applicant,orclientbecauseof race,creed,color,nationalorigin,sex,oragewithregardto,butnotlimitedto,thefollowing:employment practices,rate of payorother compensation methods,andtrainingselection. B.Occupational,SafetyandHealthAct(OSHA),asapplicabletothisFormalSolicitation. C.TheState of Florida Statutes,Section 287.133(3)(A)onPublic Entity Crimes. D.Environment ProtectionAgency (EPA),as applicable tothis Formal Solicitation. E.Uniform Commercial Code (Florida Statutes,Chapter 672). F.Americans with Disabilities Act of 1990,as amended. G.NationalInstitute of OccupationalSafetyHazards (NIOSH),asapplicabletothisFormalSolicitation. H.NationalForestProductsAssociation (NFPA),asapplicabletothisFormalSolicitation. LCity Procurement Ordinance CityCodeSection 18,Article III. J.Conflict of Interest,CityCode Section 2-611 ;61. K.Cone of Silence,City Code Section 18-74. L.TheFloridaStatutes Sections 218.73and 218.74 onPrompt Payment "'' Lack of knowledgebythe bidder/proposer willinnowaybeacausefor relief fromresponsibility.Non-compliance withalllocal,state,andfederal directives,orders,andlawsmaybe considered groundsfor termination of contracts). Copies of theCityOrdinancesmaybeobtainedfromtheCityClerk'sOffice. 1.20.CONE OF SILENCE -PursuanttoSection 18-74 oftheCityofMiamiCode,a"ConeofSilence"isimposed uponeachRFP,RFQ,RFLI,orIFBafteradvertisementandterminatesatthetimetheCityManagerissuesawritten recommendationtotheMiamiCity Commission.TheConeofSilenceshallbeapplicableonlytoContractsforthe provisionofgoodsandservicesandpublicworksorimprovementsforamountsgreaterthan$200,000.TheConeof SilenceprohibitsanycommunicationregardingRFPs,RFQs,RFLIor IFBs (bids)between,amongothers: Potentialvendors,serviceproviders,bidders,lobbyistsorconsultantsandtheCity'sprofessionalstaffincluding,but notlimitedto,theCityManagerandtheCityManager'sstaff;theMayor,City Commissioners,ortheir respective staffsandanymember of therespectiveselection/evaluationcommittee. The provision doesnotapplyto,amongothercommunications: Page 12 of 41 Invitation forBid (IFB)602384 oral communications withtheCitypurchasing staff,provided the communication is limited strictly to matters of process or procedure already contained inthe formal solicitation document;the provisions oftheConeof 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 anydulynoticed public meeting, or public presentations made tothe Miami City Commission during a duly noticed public meeting;or communications in writing orby email atanytimewithanyCity employee,officialor member oftheCity Commission unless specifically prohibited bythe applicable RFP,RFQ,RFLI orIFB(bid)documents (See Section 2.2.ofthe Special Conditions);or communications in connection with the collection of industry comments orthe performance of market research regarding a particular RFP,RFQ,RFLI ORIFBbyCity Purchasing staff. Proposers orbiddersmustfileacopyofanywritten communications withtheOfficeoftheCityClerk,whichshall be made available toany person uponrequest.The City shall respond in writing and file a copy withthe Office of theCity Clerk,whichshallbemade available toany person upon request.Written communications maybeinthe formofe-mail,withacopytothe Office oftheCity Clerk. In addition toanyotherpenalties provided by law,violation ofthe Cone of Silence byany proposer orbiddershall render any award voidable.A violation bya particular Bidder,Proposer,Offeror,Respondent,lobbyistor consultant shallsubjectsameto potential penalties pursuant totheCity Code.Anypersonhaving personal knowledge ofaviolationofthese provisions shallreportsuch violation totheState Attorney and/ormayfilea complaint withtheEthics Commission.Proposers or bidders should reference Section 18-74 oftheCityofMiami Code for further clarification. Thislanguageisonlyasummaryofthekey provisions oftheConeof Silence.PleasereviewCityofMiamiCode Section 18-74 foracompleteandthorough description oftheConeof Silence.YoumaycontacttheCityClerkat 305-250-5360,toobtainacopy of same. 1.21.CONFIDENTIALITY -Asapolitical subdivision,theCityofMiamiissubjecttotheFloridaSunshineAct andPublicRecordsLaw.If this Contract/Agreement contains a confidentiality provision,itshallhavenoapplication whendisclosureisrequiredbyFloridalaworuponcourtorder. 1.22.CONFLICT OF INTEREST -Bidders/Proposers,byrespondingtothisFormalSolicitation,certifythatto thebestoftheir knowledge orbelief,no elected/appointed officialor employee oftheCityofMiamiis financially .interested,directlyorindirectly,inthepurchaseof goods/services specified in.this Formal.Solicitation..Any such interestsonthepartoftheBidder/ProposeroritsemployeesmustbedisclosedinwritingtotheCity.Further,you mustdisclosethenameofanyCityemployeewhoowns,directlyorindirectly,aninterestoffivepercent(5%)or more of thetotalassets of capitalstockinyourfirm. A..Bidder/Proposerfurtheragreesnottouseorattempttouseanyknowledge,propertyorresourcewhichmay bewithinhis/her/itstrust,orperformhis/her/itsduties,tosecureaspecialprivilege,benefit,orexemptionfor himself/herself/itself,orothers.Bidder/Proposermaynotdiscloseoruseinformationnotavailabletomembers of thegeneralpublicandgainedbyreasonofhis/her/its position,exceptforinformationrelatingexclusivelyto governmentalpractices,forhis/her/itspersonalgainorbenefitorforthepersonalgainorbenefit of anyotherperson or business entity. B.Bidder/Proposerherebyacknowledgesthathe/she/ithasnotcontractedortransactedanybusinesswiththe CityoranypersonoragencyactingfortheCity,andhasnotappearedinrepresentation of anythirdpartybeforeany board,commissionoragency of theCitywithinthepasttwoyears.Bidder/Proposerfurtherwarrantsthathe/she/it isnotrelated,specificallythespouse,son,daughter,parent,brotherorsister,to:(i)anymemberofthecommission; (ii)themayor,(iii)anycityemployee;or(iv)anymemberofanyboardoragency of theCity. C.AviolationofthissectionmaysubjecttheBidder/Proposertoimmediateterminationofanyprofessional servicesagreementwiththeCity,impositionofthemaximumfineand/oranypenaltiesallowedbylaw. Page 13 of 41 Invitation for Bid (EFB)602384 Additionally,violationsmaybeconsideredbyandsubjecttoactionbytheMiami-DadeCountyCommissionon Ethics. 1.23.COPYRIGHT OR PATENT RIGHTS -Bidders/Proposers warrantthattherehasbeennoviolationof copyrightorpatentrightsin manufacturing,producing,orsellingthegoodsshippedororderedand/or services providedasaresult of thisformal solicitation,and bidders/proposers agreetoholdtheCityharmlessfromanyand allliability,loss,or expense occasioned byanysuchviolation. 1.24.COST INCURRED BY BIDDER/PROPOSER -Allexpensesinvolvedwiththepreparationandsubmission ofResponsestotheCity,oranyworkperformedinconnectiontherewithshallbebornebythe Bidder(s)/Proposer(s). 1.25.DEBARMENT AND SUSPENSIONS (Sec 18-107) (a)Authorityand requirement todebarandsuspend.AfterreasonablenoticetoanactualorprospectiveContractual Party,andafterreasonableopportunityforsuchpartytobeheard,theCityManager,afterconsultationwiththe ChiefProcurementOfficerandthecityattorney,shallhavetheauthoritytodebaraContractualParty,forthecauses listedbelow,from consideration forawardofcityContracts.Thedebarmentshallbeforaperiod of notfewerthan threeyears.TheCityManagershallalsohavetheauthoritytosuspendaContractualPartyfromconsiderationfor award of cityContracts ifthere isprobablecausefordebarment,pendingthe debarment determination.The authoritytodebarandsuspendcontractorsshallbeexercisedinaccordancewithregulationswhichshallbeissued bythe Chief ProcurementOfficerafterapprovalbytheCityManager,thecityattorney,andtheCityCommission. (b)Causesfordebarmentorsuspension.Causesfordebarmentorsuspensionincludethefollowing: (1)Convictionforcommissionofacriminaloffenseincidentto obtaining orattemptingtoobtaina publicorprivateContractorsubcontract,orincidenttotheperformance of suchContractorsubcontract. (2)Convictionunderstateorfederalstatutesofembezzlement,theft,forgery,bribery,falsificationor destruction ofrecords,receivingstolenproperty,oranyotheroffenseindicatingalack of business integrity or business honesty. (3)Conviction understateorfederalantitruststatutesarisingoutofthe submission of Bidsor •.'Proposals'....,.,.';.../..:..*•...;;."v:.'...'."•.... (4)ViolationofContractprovisions,whichisregardedbythe Chief ProcurementOfficertobe. indicative of nonresponsibility.Suchviolationmayincludefailurewithoutgoodcausetoperformin accordancewiththetermsandconditionsofaContractortoperformwithinthetimelimitsprovidedina Contract,providedthatfailuretoperformcausedbyactsbeyondthecontrolofapartyshallnotbe consideredabasisfordebarmentorsuspension. (5)Debarment orsuspension of theContractualPartybyanyfederal,stateorothergovernmental entity. (6)False certification pursuanttoparagraph(c)below. (7)Foundinviolationofazoningordinanceoranyothercityordinanceorregulationandforwhich theviolationremainsnoncompliant. (8)Foundinviolationofazoningordinanceoranyothercityordinanceorregulationandforwhicha civilpenaltyorfineisdueandowingtothecity. (9)AnyothercausejudgedbytheCityManagertobesoseriousandcompellingastoaffectthe Page 14 of 41 Invitation forBid (IFB)602384 responsibility of theContractualPartyperformingcity Contracts. (c)Certification.All Contracts for goods and services,salesj and leases bythecityshall contain a certification that neither the Contractual Partynoranyofits principal owners or personnel havebeen convicted ofanyofthe violations setforth above or debarred or suspended assetforthin paragraph (b)(5). (d)Debarment and suspension decisions.Subject tothe provisions of paragraph (a),the City Manager shall render a written decision stating the reasons forthe debarment or suspension.A copy ofthe decision shallbeprovided promptly tothe Contractual Party,alongwithanoticeofsaid party's righttoseekjudicial relief. 1.26.DEBARRED/SUSPENDED VENDORS -An entityoraffiliatewhohasbeenplacedontheStateofFlorida debarredorsuspendedvendorlistmaynotsubmitaresponseona contract toprovidegoodsorservicestoapublic entity,maynotsubmitaresponseonacontractwithapublicentityforthe construction orrepairofapublicbuilding orpublicwork,maynotsubmit response onleasesofrealpropertytoapublicentity,maynotawardorperform workasacontractor,supplier,subcontractor,orconsultantundercontractwithanypublicentity,andmaynot transactbusinesswithanypublicentity. 1.27.DEFAULT/FAILURE TO PERFORM -TheCityshallbethesolejudgeofnonperformance,whichshall includeanyfailureonthepartofthe successful Bidder/Proposer toaccepttheaward,tofurnishrequired documents, and/or to folfuT anyportion of thiscontractwithinthetimestipulated. UpondefaultbythesuccessfulBidder/Proposertomeetanytermsofthis agreement,theCitywillnotifythe Bidder/Proposerofthedefaultandwillprovidethecontractorthree(3)days(weekendsandholidaysexcluded)to remedythedefault.Failureonthecontractor'spartto.correctthedefaultwithintherequiredthree(3)daysshall resultintheContractbeingterminatedandupontheCitynotifyinginwritingthecontractorofitsintentionsandthe effectivedate of the termination.The following shall constitute default: A.Failuretoperformtheworkordeliverthegoods/servicesrequiredundertheContractand/orwithinthetime required or failing tousethe subcontractors,entities and personnel as identified andset forth,andtothe degree specified inthe Contract. B.FailuretobegintheworkunderthisContractwithinthetimespecified. C.Failureto.performthe .work withsufficient.workersandequipmentorwithsufficientmaterials,toensure timely... completion. D.Neglectingorrefusingtoremovematerialsorperformnewworkwherepriorworkhasbeenrejectedas nonconforming withthe terms ofthe Contract. E.Becominginsolvent,beingdeclaredbankrupt,orcommittinganyactofbankruptcyorinsolvency,ormakingan assignmentforthebenefit of creditors,iftheinsolvency,bankruptcy,orassignmentrendersthesuccessful Bidder/Proposerincapable of performingtheworkinaccordancewithandasrequiredbytheContract. F.Failuretocomplywithany of theterms of theContractinanymaterialrespect. AllcostsandchargesincurredbytheCityasaresult of adefaultoradefaultincurredbeyondthetimelimitsstated, togetherwiththecostofcompletingthework,shallbedeductedfromany monies dueorwhichmaybecomedueon this Contract. 1.28.DETERMINATION OF RESPONSIVENESS -Each Response willbe reviewed todetermine if itis responsivetothesubmissionrequirementsoutlinedintheFormalSolicitation.A"responsive"responseisonewhich followsthe requirements oftheformal solicitation,includesall documentation,is submitted inthe format outlined in theformalsolicitation,isoftimelysubmission,andhasappropriatesignaturesasrequiredoneachdocument.Failure Page 15of41 Invitation forBid(IFB)602384 tocomplywith these requirements maydeemaResponsenon-responsive. A.ResponsibleBiddershallmeanabidder/proposerwhohassubmitteda bid/prposal andwhohasthecapability, asdeterminedundertheCityProcurementOrdinance,inallrespectstofullyperformthecontractrequirements,and theintegrityandreliabilityofwhichgivereasonableassuranceofgoodfaithandperformance. 1.29.DISCOUNTS OFFERED DURING TERM OF CONTRACT -Discount Prices offered inthe response shallbefixedaftertheawardbytheCommission,unlessotherwisespecifiedintheSpecialTermsandConditions. PricediscountsofftheoriginalpricesquotedintheresponsewillbeacceptedfromsuccessfulBidder(s)/Proposer(s) duringtheterm of thecontract.Suchdiscountsshallremainineffectforaminimumof 120 daysfrom approval by theCity Commission Anydiscountsofferedbyamanufacturerto Bidder/Proposer willbepassedontotheCity. 1.30.DISCREPANCIES,ERRORS,AND OMISSIONS -Anydiscrepancies,errors,orambiguitiesintheFormal Solicitationoraddenda(ifany)shouldbereportedinwritingtothe City's PurchasingDepartment.Shoulditbe foundnecessary,a written addendumwillbeincorporated*intheFormal Solicitation andwillbecomepart of the purchaseagreement(contractdocuments).TheCitywillnotberesponsibleforanyoralinstructions,clarifications, or other communications. A.Order of Precedence -Any inconsistency inthisformalsolicitationshallberesolvedbygivingprecedencetothe followingdocuments,thefirstofsuchlistbeingthegoverningdocuments. 1)Addenda (as applicable) 2)Specifications 3)Special Conditions 4)General Terms and Conditions 1.31.EMERGENCY /DISASTER PERFORMANCE -Intheevent of a hurricane orotheremergencyordisaster situation,thesuccessfulvendorshallprovidetheCitywiththecommodities/servicesdefinedwithinthescopeofthis formalsolicitationatthepricecontainedwithinvendor'sresponse.Further,successfulvendorshalldeliver/perform forthecityona priority basisduringsuchtimes of emergency. 1.32.ENTIRE BID CONTRACT OR AGREEMENT -TheBid Contract or Agreement consists ofthisCity of ..Miami Formal.Sohcitation andspecifically this-General ConditionsSection,Contractor's Response and.any written.. agreement entered intobytheCity of MiamiandContractorincases involving RFPs,RFQs,and RFLIs,and representstheentireunderstandingandagreementbetweenthepartieswithrespecttothesubjectmatter hereof and supersedesallothernegotiations,understandingandrepresentations,if any,madebyandbetweentheparties.Tothe extentthatthe agreement conflictswith,modifies,altersorchangesany of thetermsandconditions contained inthe FormalSolicitationand/orResponse,theFormalSolicitationandthentheResponseshallcontrol.ThisContractmay bemodifiedonlybyawrittenagreementsignedbytheCity of MiamiandContractor. 1.33.ESTIMATED QUANTITIES -Estimated quantitiesorestimateddollarsareprovidedforyourguidance only.Noguaranteeisexpressedorimpliedastoquantitiesthatwillbepurchasedduringthecontractperiod.The Cityisnotobligatedtoplaceanorderforanygivenamountsubsequenttotheawardofthiscontract.Saidestimates maybeusedbytheCityforpurposesof determining thelowbidderormostadvantageousproposermeeting specifications.TheCityreservestherighttoacquire additional quantitiesatthepricesbid/proposedoratlower pricesinthis Formal Solicitation. 1.34.EVALUATION OF RESPONSES A.Rejection of Responses TheCitymay reject a Response forany ofthefollowingreasons: Page16 of 41 InvitationforBid(IFB)602384 1)Bidder/Proposerfailstoacknowledgereceipt of addenda; 2)Bidder/Proposer mistates or conceals any material fact in the Response ; 3)Responsedoesnot conform tothe requirements ofthe Formal Solicitation; 4)Responserequiresaconditionalawardthatconflictswiththemethodofaward; 5)Response does not include required samples,certificates,licenses as required;and, 6)Response wasnot executed bythe Bidder's/Proposer(s)authorized agent. The foregoing isnotanall inclusive listof reasons for which a Response maybe rejected.The City may rejectand re-advertiseforalloranypartoftheFormalSolicitationwheneverit is.deemed inthebestinterestofthe City. B.Elimination From Consideration 1)A contract shallnotbe awarded toany person orfirm which isin arrears totheCityuponanydebtor contract,or whichisa defaulter as surety or otherwise upon any obligation tothe City. 2)Acontractmaynotbeawardedtoanypersonorfirmwhichhasfailedtoperformunderthetermsandconditions ofanypreviouscontractwiththeCityordeliverontimecontractsofasimilarnature. 3)AcontractmaynotbeawardedtoanypersonorfirmwhichhasbeendebarredbytheCityinaccordancewith the City's DebarmentandSuspensionOrdinance. C.Determination of Responsibility 1)Responses willonlybe considered from entities whoare regularly engagedinthebusinessof providing the goods/equipment/services required bythe Formal Solicitation.Bidder/Proposer mustbeableto demonstrate a satisfactory recordof performance and integrity;and,have sufficient financial,material,equipment,facility, personnel resources,and expertise tomeetall contractual requirements.Theterms"equipmentand organization"as usedhereinshallbeconstruedtomeanafullyequippedandwell established entityinlinewiththebestindustry practicesintheindustryasdeterminedby the City. 2)TheCitymayconsideranyevidenceavailableregardingthe financial,technicalandotherqualificationsand abilitiesofa Bidder/Proposer,includingpastperformance (experience)withtheCityoranyothergovernmental entity.in^^.m^ingthe.award..:;:..,./:,..-.."•:-:.,..-_,..._--;;.',..'.'...........;......_. 3)TheCitymayrequirethe Bidder(s)/Proposer(s)toshowproofthattheyhavebeendesignatedasanauthorized representative ofa manufacturer orsupplierwhichistheactual source ofsupply,ifrequiredbytheFormal Solicitation. 1.35.EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptionstothe specifications shallbelistedontheResponseandshallreferencethesection.Anyexceptionsto theGeneralorSpecialConditionsshallbecauseforthebid (IFB)tobeconsiderednon-responsive.Italsomaybe causeforaRFP,RFQ,orRFLItobeconsiderednon-responsive;and,ifexceptionsaretakentothetermsand conditionsoftheresultingagreementitmayleadtoterminatingnegotiations. 1.36.F.O.B.DESTINATION -UnlessotherwisespecifiedintheFormal Solicitation,allprices quoted/proposed by thebidder/proposermustbeF.O.B.DESTINATION,inside delivery,withalldeliverycostsandchargesincludedin thebid/proposalprice,unlessotherwisespecifiedinthisFormal Solicitation.Failuretodosomaybecausefor rejection of bid/proposal. 1.37.FIRM PRICES -The bidder/proposer warrantsthatprices,terms,andconditionsquotedinitsresponsewill befirmthroughoutthedurationofthecontractunlessotherwisespecifiedintheFormalSolicitation.Suchprices willremainfirmfortheperiodofperformanceorresultingpurchaseordersorcontracts,whicharetobeperformed Page17 of 41 Invitation for Bid (IFB)602384 or supplied overaperiodoftime. 1.38.FLORIDA MINIMUM WAGE -The Constitution of theState of Florida,Article X,Section24,states that employers shall pay employee wages no.less than the minimum wage forall hours worked in Florida.Accordingly, itisthecontractor'sandits'subcontractor(s)responsibility to understand andcomplywiththisFlorida constitutional minimum wage requirement andpayits employees the current established hourly minimum wage rate,whichis subjecttochangeor adjusted bytherateof inflation usingthe consumer priceindexforurbanwageearnersand clericalworkers,CPI-W,orasuccessorindexascalculatedbytheUnitedStatesDepartmentof Labor.Each adjusted minimum wagerate calculated shallbe determined and published bytheAgency Workforce Innovation on September30th of eachyearandtakeeffectonthefollowingJanuary1st. Atthetimeof responding,itis bidder/proposer and his/her subcontractor(s),if applicable,full responsibility to determinewhetheranyofitsemployeesmaybeimpactedbythisFloridaLawatanygivenpointintimeduringthe termofthecontract.If impacted,bidder/proposermustfurnishemployeename(s),jobtitle(s),job description(s), andcurrentpayrate(s).Failuretosubmitthis information atthetimeof submitting aresponse constitute successful bidder's/proposer's acknowledgement and understanding thattheFloridaMinimumWageLawwillnotimpactits pricesthroughoutthetermofcontractandwaiverofanycontractualpriceincreaserequest(s).TheCityreservesthe righttorequestandsuccessfulbidder/proposermustprovideforanyandallinformationtomakeawageand contractualpriceincrease(s)determination. 1.39.GOVERNING LAW AND VENUE -Thevalidityandeffect of thisContractshallbegovernedbythelaws oftheStateofFlorida.Thepartiesagreethatanyaction,mediationorarbitrationarisingout of thisContractshall takeplaceinMiami-DadeCounty,Florida.Inanyactionorproceedingeachpartyshallbeartheirownrespective attorney's fees. 1.40.HEADINGS AND TERMS -TheheadingstothevariousparagraphsofthisContracthavebeeninsertedfor convenientreferenceonlyandshallnotinanymannerbeconstruedasmodifying,amendingoraffectinginanyway the expressed termsand provisions hereof. 1.41.HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA)-Any person or entitythatperformsorassiststheCityofMiamiwithafunctionoractivityinvolvingtheuseordisclosure of "individuallyidentifiablehealthinformation (I1HI)and/or ProtectedHealthInformation(PHI)shall 'comply with the Health Insurance Portability and Accountability Act (HIPAA)ofi996andtheCityofMiami Privacy Standards. HIPAA mandates forprivacy,security and electronic transfer standards,which include but arenotlimitedto: A.Useof information onlyforperformingservicesrequiredbythecontractoras required bylaw; B.Use of appropriate safeguardsto prevent non-permitteddisclosures; C.ReportingtotheCity of Miami of anynon-permitteduseordisclosure; D.Assurancesthatanyagentsandsubcontractorsagreetothesamerestrictionsandconditionsthatapplytothe Bidder/Proposerandreasonableassurancesthat IHfl/PHI willbeheldconfidential; E.Making Protected Health Information (PHI)availabletothecustomer; F.MakingPHIavailabletothecustomerforreviewandamendment;andincorporatinganyamendmentsrequested bythe customer; G.Making PHIavailabletotheCity of Miamiforanaccountingof disclosures;and H.Makinginternalpractices,booksandrecordsrelatedtoPHIavailabletotheCityofMiamiforcomplianceaudits. PHIshallmaintainitsprotectedstatusregardlessoftheformandmethodoftransmission(paperrecords,and/or electronic transfer of data).The Bidder/Proposermustgiveitscustomerswrittennotice of itsprivacyinformation Page18 of 41 Invitation for Bid (IFB)602384 practices including specifically,a description ofthetypesof uses and disclosures thatwouldbe made with protected health information. 1.42 INDEMNIFICATION -Contractorshallindemnify,holdharmlessanddefendtheCity,itsofficials,officers, agents,directors,and employees,from liabilities,damages,losses,andcosts,including,butnot limited toreasonable attorney's fees,totheextentcausedbythe negligence,recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor inthe performance ofthisContractand will indemnify, hold harmless and'defend the City,its officials,officers,agents,directors and employees against,any civil actions, statutory orsimilarclaims,injuries or damages arisingor resulting from the permitted work,evenifitisallegedthat theCity,itsofficialsand/oremployeeswerenegligent.These indemnifications shallsurvivethetermofthis Contract.Intheeventthatanyactionor proceeding isbroughtagainstCitybyreasonofanysuchclaimordemand, -Contractorshall,uponwrittennoticefromCity,resistanddefendsuchactionorproceedingbycounselsatisfactory toCity.TheContractorexpressly understands andagreesthatanyinsuranceprotectionrequiredbythisContractor otherwiseprovidedbyContractorshallinnowaylimitthe responsibility toindemnify,keepandsaveharmlessand defendtheCityoritsofficers,employees,agentsand instrumentalities ashereinprovided. The indemnification providedaboveshall obligate Contractor todefendatitsownexpensetoandthrough appellate, supplementalorbankruptcyproceeding,ortoprovideforsuchdefense,atCity'soption,anyandallclaims of liabilityandallsuitsand actions ofeverynameand description whichmaybebroughtagainstCitywhether performedbyContractor,orpersonsemployedorutilizedbyContractor. ThisindemnitywillsurvivethecancellationorexpirationoftheContract.Thisindemnitywillbeinterpreted under thelaws of theState of Florida,including without limitation andwhichconformstothe limitations of §725.06 and/or§725.08,Fla.Statues,asamendedfromtimetotimeasapplicable. ContractorshallrequireallSub-ContractoragreementstoincludeaprovisionthattheywillindemnifytheCity. The Contractor agreesandrecognizesthattheCityshallnotbeheldliableorresponsibleforanyclaimswhichmay resultfromanyactionsoromissionsoftheContractorinwhichtheCityparticipatedeitherthroughreviewor concurrenceoftheContractor'sactions.Inreviewing,approvingorrejectinganysubmissionsbytheContractoror otheractsoftheContractor,theCityinnowayassumesorsharesanyresponsibilityorliabilityoftheContractoror Sub-Contractor,under thisAgreement. L43.FORMATION AND DESCRIPTIVE LITERATURE --Bidders/Proposer mustfurnishallinformation requestedinthespaces provided intheFormalSolicitation.Further,asmaybespecifiedelsewhere,each Bidder/Proposer mustsubmitforevaluation,cuts,sketches,descriptiveliterature,technical specifications,and MaterialSafetyDataSheets(MSDS)asrequired,coveringtheproductsoffered.Referencetoliteraturesubmitted withapreviousresponseoronfilewiththeBuyerwillnotsatisfythisprovision. 1.44.INSPECTIONS -TheCitymay,atreasonabletimesduringthetermhereof,inspect Contractor's facilitiesand performsuch tests/as theCitydeemsreasonablynecessary,todeterminewhetherthegoodsand/orservices requiredtobe provided bytheContractorunderthisContractconformtothetermsandconditions of theFormal Sohcitation.Contractor shallmakeavailabletotheCityallreasonablefacilitiesand assistance tofacilitatethe performanceoftestsorinspectionsbyCityrepresentatives.Alltestsandinspectionsshallbesubjectto,andmadein accordancewith,theprovisions of theCity ofMiamiOrdinanceNo.12271 (Section18-79),assamemaybe amended or supplemented fromtimetotime. 1.45.INSPECTION OF RESPONSE -Responses receivedbytheCitypursuanttoaFormalSolicitationwillnot bemadeavailableuntilsuchtimeastheCityprovidesnoticeofadecisionorintendeddecisionorwithin30days afterbidclosing,whicheverisearlier.Bid/Proposalresultswillbetabulatedandmaybefurnisheduponrequestvia faxore-mailtotheSr.ProcurementSpecialistissuingthe Solicitation.TabulationsalsoareavailableontheCity's WebSite following recommendation foraward. Page19 of 41 Invitation for Bid (IFB)602384 1.46.INSURANCE -Withinten(10)daysafterreceiptofNoticeofAward,thesuccessful Contractor,shallfurnish EvidenceofInsurancetothePurchasingDepartment,if applicable.Submittedevidenceofcoverageshall demonstratestrictcompliancetoallrequirementslistedontheSpecialConditionsentitled"Insurance Requirements".TheCityshallbe listed asan "Additional Insured." IssuanceofaPurchaseOrderiscontingentuponthereceiptofproperinsurancedocuments.Iftheinsurance certificateisreceivedwithinthe specified timeframebutnotinthemannerprescribedinthisSolicitationthe Contractorshallbeverballynotified of suchdeficiencyandshallhaveanadditionalfive(5)calendardaystosubmit acorrected certificate totheCity.If the Contractor failstosubmitthe required insurancedocumentsinthe manner prescribedinthisSolicitationwithinfifteen (15)calendardaysafterreceiptNoticeofAward,thecontractorshallbe in default of the contractual terms and conditions and shall notbe awarded the contract.Under such circumstances, theBidder/ProposermaybeprohibitedfromsubmittingfutureresponsestotheCity.Informationregardingany insurancerequirements shaU bedirectedtotheRiskAdministrator,Department ofRiskManagement,at444SW 2nd Avenue,9th Floor,Miami,Florida 33130,305-416-1604. The Bidder/Proposer shallbe responsible forassuringthattheinsurance certificates required in conjunction withthis Sectionremainineffectfortheduration of thecontractualperiod;includinganyandalloptiontermsthatmaybe grantedtotheBidder/Proposer. 1.47.INVOICES -Invoicesshallcontainpurchaseordernumberanddetailsofgoodsand/orservicesdelivered (i.e.quantity,unitprice,extendedprice,etc);andincompliancewithChapter218oftheFloridaStatutes(Prompt Payment Act). 1.48.LOCAL PREFERENCE A.CityCodeSection 18-85,states,"whenaresponsive,responsiblenon-localbiddersubmitsthelowestbid price,andthebidsubmittedbyoneormoreresponsive,responsiblelocalbidderswhomaintainalocaloffice,as definedinSection 18-73,iswithinfifteenpercent (15%)ofthepricesubmittedbythenon-localbidder,thenthat non-localbidderandeach of theaforementionedresponsive,responsiblelocalbiddersshallhavetheopportunityto submitabestandfinalbidequaltoorlowerthantheamountofthelowbidpreviouslysubmittedbythenon-local bidder.Contractawardshallbemadetothelowestresponsive,responsiblebiddersubmittingthelowestbestand finalbid.Inthecase of atieinthe best andfinalbid between alocal bidder anda non-local bidder,contract award shall be made to the local bidder.",•-r -..-•- B.CityCodeSection18-86,states,"theRFP,RFLIorRFQ,asapplicable,may,intheexerciseofthereasonable professionaldiscretionoftheCityManager,directoroftheusingagency,andtheChiefProcurementOfficer, includeafive(5%)percentevaluationcriterioninfavorofproposerswhomaintainalocaloffice,asdefinedin Section 18-73.Insuchcases,thisfive(5%)percentevaluationcriterioninfavorofproposerswhomaintainalocal officewillbespecificallydefinedintheRFP,RFLIorRFQ,asapplicable;otherwise,itwillnotapply. 1.49.MANUFACTURER'S CERTIFICATION -TheCityreservestherighttorequestfrombidders/proposersa separateManufacturer's Certification ofall statements madeinthe bid/proposal.Failuretoprovidesuch certificationmayresultintherejectionofbid/proposalorterminationofcontract/agreement,forwhichthe bidder/proposermustbearfullliability. 1.50.MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS -No contract or understandingtomodifythisFormalSolicitationandresultantpurchaseordersorcontracts,if applicable,shallbe bindingupontheCityunlessmadeinwritingbytheDirectorofPurchasingoftheCityofMiami,Floridathrough theissuanceofachangeorder,addendum,amendment,orsupplementtothecontract,purchaseorderorawardsheet as appropriate. Page 20 of 41 Invitation forBid(IFB)602384 1.51.NO PARTNERSHIP OR JOINT VENTURE -NothingcontainedinthisContractwillbedeemedor construedtocreatea partnership orjointventurebetweentheCityofMiamiand Contractor,orto create anyother similarrelationshipbetweentheparties. 1.52.NONCONFORMANCE TO CONTRACT CONDITIONS -Itemsmaybetestedfor compliance with specifications underthe direction oftheFlorida Department of Agriculture and Consumer Services orbyother appropriate testing Laboratories as determined bytheCity.Thedata derived from anytestfor compliance with specifications is public recordandopento examination thereto in accordance with Chapter 119,Florida Statutes. Itemsdeliverednot conforming to specifications maybe rejected and returned at Bidder's/Proposer's expense. These non-conforming items,not delivered asper delivery dateinthe response and/or Purchase Order mayresultin bidder/proposer being found indefaultinwhicheventanyandall re-procurement costsmaybe charged againstthe defaultedcontractor.Anyviolationofthese stipulations mayalsoresultinthesupplier'sname being removedfrom theCity of Miami's Supplier's list. 1.53.NONDISCRIMINATION -Bidder/Proposeragreesthatitshallnot discriminate astorace,sex,color,age, religion,nationalorigin,maritalstatus,ordisabilityin connection withits performance underthis formal solicitation.Furthermore,Bidder/Proposer agrees mat no otherwise qualified individualshallsolelybyreasonof his/her race,sex,color,age,religion,nationalorigin,maritalstatusordisabilitybeexcludedfromtheparticipation in,bedeniedbenefitsof,orbesubjectedto,discrimination underanyprogramoractivity. Inconnectionwiththeconductofitsbusiness,including performance of services andemploymentofpersonnel, Bidder/Proposershallnotdiscriminateagainstanypersononthebasis ofrace,color,religion,disability,age,sex, maritalstatusornationalorigin.Allpersonshaving appropriate qualifications shallbeaffordedequalopportunity. for employment. 1.54.NON-EXCLUSIVE CONTRACT/PIGGYBACK PROVISION -Atsuch times asmayserveits best interest,theCityofMiamireservestherighttoadvertisefor,receive,andawardadditionalcontractsfortheseherein goodsand/orservices,andtomakeuseofothercompetitivelybid(governmental)contracts,agreements,orother similarsourcesforthepurchase of thesegoodsand/orservicesasmaybeavailable. It isherebyagreedand understood that thisformal solicitation doesnotconstitutethe exclusive rights of the successful bidd0.r(s)/proposer(s)toreceiveallordersthatmaybegeneratedby.the City in .conjunction wjth this Formal Solicitation. Inaddition,anyandallcommodities,equipment,andservicesrequiredbytheCityinconjunctionwithconstruction projectsaresolicitedunderadistinctlydifferentsolicitationprocessandshallnotbepurchasedundertheterms, conditionsandawardsrenderedunderthissolicitation,unlesssuchpurchasesaredeterminedtobeinthebest interest oftheCity. 1.55.OCCUPATIONAL LICENSE -Anyperson,firm,corporationorjointventure,withabusinesslocationin theCity of MiamiandissubmittingaResponseunderthisFormalSolicitationshallmeettheCity'sOccupational LicenseTaxrequirementsinaccordancewithChapter31.1,ArticleIoftheCityofMiamiCharter.Otherswitha locationoutsidetheCityofMiamishallmeettheirlocalOccupationalLicenseTaxrequirements.Acopyofthe licensemustbesubmittedwiththeresponse;however,theCitymayatitssoleoptionandinitsbestinterestallow the Bidder/Proposer tosupplythelicensetotheCityduringtheevaluationperiod,butpriortoaward. 1.56.ONE PROPOSAL -Onlyone(1)Responsefromanindividual,firm,partnership,corporationorjointventure willbe considered inresponsetothisFormalSolicitation. 1.57.OWNERSHIP OF DOCUMENTS -Itis understood byand between theparties that anydocuments,records, files,oranyothermatter whatsoever whichisgivenbytheCitytothesuccessful Bidder/Proposer pursuanttothis Page21 of 41 Invitation for Bid (IFB)602384 formalsolicitationshallatalltimesremainthepropertyoftheCityandshallnotbeusedbythe Bidder/Proposer for anyotherpurposeswhatsoever without thewrittenconsent of theCity. 1.58.PARTIAL INVALIDITY -If anyprovision of thisContractortheapplication thereof toanypersonor circumstanceshalltoanyextentbeheld invalid,thentheremainderofthisContractortheapplication of such provisiontopersonsorcircumstancesotherthanthoseastowhichitisheldinvalidshallnotbeaffectedthereby,and eachprovision of thisContractshallbevalidandenforcedtothefullestextentpermittedbylaw. 1.59.PERFORMANCE/PAYMENT BOND -A ContractormayberequiredtofurnishaPerformance/Payment Bondaspart of the requirements of thisContract,inanamountequaltoonehundred percent (100%)of thecontract price. 1.60.PREPARATION OF RESPONSES (HARDCOPY FORMAT)7Bidders/Proposersareexpectedto examinethespecifications,requireddelivery,drawings,andallspecialandgeneralconditions.All bid/proposed amounts,ifrequired,shallbeeithertypewrittenorenteredintothespaceprovidedwithink.Failuretodosowillbe atthe Bidder's/Proposer'srisk. A.Each Bidder/Proposer shallfurnishthe information requiredintheFormal Solicitation.The Bidder/Proposer shallsigntheResponseandprintininkortypethenameoftheBidder/Proposer,address,andtelephonenumberon thefacepageandoneachcontinuationsheet thereof onwhichhe/shemakesanentry,asrequired. B.If sorequired,theunitpriceforeachunitofferedshallbeshown,andsuchpriceshallincludepackaging, handlingandshipping,andF.O.B.MiamideliveryinsideCitypremisesunlessotherwisespecified.Bidder/Proposer shallincludeintheresponsealltaxes,insurance,socialsecurity,workmen's compensation,andanyotherbenefits normallypaidbytheBidder/Proposertoitsemployees.Ifapplicable,aunitpriceshallbeenteredinthe"Unit Price"columnforeachitem.Baseduponestimatedquantity,anextendedpriceshallbeenteredinthe"Extended Price"columnforeachitemoffered.Incaseofadiscrepancybetweentheunitpriceandextendedprice,theunit pricewillbe presumed correct. C.TheBidder/Proposermuststateadefinitetime,ifrequired,in calendardaysfordeliveryofgoodsand/or services. D.The Bidder/Proposer shouldretainacopyofallresponsedocumentsforfuturereference.... E.Allresponses,asdescribed,mustbefullycompletedandtypedorprintedininkandmustbesignedininkwith thefirm'snameandbyanofficeroremployeehavingauthoritytobindthecompanyorfirmbyhis/hersignature. Bids/Proposals havinganyerasuresorcorrectionsmustbeinitialedininkbypersonsigningtheresponseorthe response maybe rejected. F.Responsesaretoremainvalidforatleast 180 days.Uponaward of a contract,thecontent of theSuccessful Bidder's/Proposer's responsemaybeincludedaspart of thecontract,atthe City's discretion. G.TheCityofMiami's Response Formsshallbeusedwhen Bidder/Proposer issubmittingitsresponsein hardcopyformat.Useofanyotherformswillresultintherejectionoftheresponse.IFSUBMITTING HARDCOPYFORMAT,THEORIGINALANDTHREE(3)COPIESOFTHESESETSOFFORMS,UNLESS OTHERWISE SPECIFIED,AND ANY REQUIRED ATTACHMENTS MUSTBE RETURNED TOTHECITY OR YOUR RESPONSE MAY BE DEEMED NON-RESPONSIVE. 1.61.PRICE ADJUSTMENTS -Anypricedecreaseeffectuatedduringthecontractperiodeitherbyreason of marketchangeoronthepartofthe contractor toother customers shallbepassedontotheCityof Miami. 1.62.PRODUCT SUBSTITUTES -Intheeventaparticularawardedandapprovedmanufacturer'sproduct Page22 of 41 Invitation for Bid (IFB)602384 becomesunavailableduringtheterm of theContract,theContractorawardedthatitemmayarrangewiththe City's authorized representative(s)tosupplyasubstituteproductattheawardedpriceorlower,providedthatasampleis approvedinadvanceofdeliveryandthatthenewproductmeetsorexceedsallquality requirements. 1.63.CONFLICT OF INTEREST,AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - ContractorrepresentsandwarrantstotheCitythatithasnotemployedorretainedanypersonorcompanyemployed bytheCitytosolicitorsecurethisContractandthatithasnotofferedtopay,paid,oragreedtopayany person any fee,commission,percentage,brokeragefee,orgift of anykindcontingentuponorinconnectionwith,theawardof this Contract. 1.64.PROMPT PAYMENT -Bidders/Proposers mayofferacashdiscountforpromptpayment;however, discountsshallnotbeconsideredindeterminingthelowestnetcostforresponseevaluationpurposes. Bidders/ProposersarerequiredtoprovidetheirpromptpaymenttermsinthespaceprovidedontheFormal Solicitation.If nopromptpaymentdiscountisbeingoffered,theBidder/Proposermustenterzero(0)forthe percentagediscounttoindicatenodiscount.IftheBidder/Proposerfailstoenterapercentage,itisunderstoodand agreedthatthetermsshallbe2%20days,effectiveafterreceiptofinvoiceorfinalacceptancebytheCity, whichever is later. WhentheCityisentitledtoacashdiscount,theperiod of computationwillcommenceonthedateofdelivery,or receiptofacorrectlycompletedinvoice,whicheverislater.Ifanadjustmentinpaymentisnecessarydueto damage,thecashdiscountperiodshallcommenceonthedatefinalapprovalforpaymentis authorized.If adiscount ispart of thecontract,buttheinvoicedoesnotreflecttheexistence of acashdiscount,theCityisentitledtoacash discountwiththeperiodcommencingonthedateitisdeterminedbytheCitythatacashdiscountapplies. Pricediscounts off theoriginalpricesquotedonthePriceSheetwillbeacceptedfromsuccessfulbidders/proposers duringtheterm of thecontract, 1.65.PROPERTY -PropertyownedbytheCityofMiamiistheresponsibilityoftheCityofMiami.Suchproperty furnishedtoaContractorforrepair,modification,study,etc.,shallremaintheproperty of theCityofMiami. DamagestosuchpropertyoccurringwhileinthepossessionoftheContractorshallbethe responsibility ofthe Contractor.DamagesoccurringtosuchpropertywhileinroutetotheCityofMiamishallbethe responsibility ofthe Contractor.In the eventthatsuchpropertyisdestroyedor declared a total loss,theContractorshall be responsible forreplacementvalueofthepropertyatthecurrentmarketvalue,lessdepreciationoftheproperty,ifany. 1.66.PROVISIONS BINDING -ExceptasotherwiseexpresslyprovidedintheresultingContract,allcovenants, conditions andprovisionsoftheresultingContractshallbe binding uponandshallinuretothebenefitoftheparties heretoandtheirrespectiveheirs,legalrepresentatives,successorsandassigns. 1.67.PUBLIC ENTITY CRIMES -Apersonoraffiliatewhohasbeenplacedontheconvictedvendorlist followingaconvictionforapublicentitycrimemaynotsubmitaresponseonacontracttoprovideanygoodsor services toapublicentity,maynotsubmita response ona contract withapublicentityforthe construction orrepair ofapublicbuildingorpublicwork,maynotsubmit responses onleasesofrealpropertytoapublicentity,maynot beawardedorperformworkasa contractor,supplier,subcontractor,orconsultantunderacontractwithanypublic entity,andmaynottransactbusinesswithanypublicentityin excess ofthethresholdamount provided inSection 287.017,forCATEGORYTWOforaperiodof36months from thedateofbeingplacedontheconvictedvendor list. 1.68.PUBLIC RECORDS -Contractorunderstandsthatthepublicshallhaveaccess,atallreasonabletimes,toall documentsandinformationpertainingtoCitycontracts,subjecttotheprovisions of Chapter 119,FloridaStatutes, Page23 of 41 Invitation for Bid (IFB)602384 andCity of MiamiCode,Section 18,ArticleHI,andagreestoallowaccessbytheCityandthepublictoall documentssubjecttodisclosureunderapplicablelaw.Contractorshalladditionallycomplywiththeprovisionsof Section119.0701,FloridaStatutes,entitled"Contracts;publicrecords".Contractor'sfailureorrefusaltocomply withtheprovision of thissectionshallresultintheimmediatecancellation of this Contract bytheCity. 1.69.QUALITY OF GOODS,MATERIALS,SUPPLIES,PRODUCTS,AND EQUIPMENT -All materials usedinthemanufacturingorconstructionofsupplies,materials,orequipmentcoveredbythissolicitationshallbe new.Theitemsbid/proposedmustbeofthelatestmakeormodel,ofthebestquality,andofthehighestgradeof workmanship,unlessasotherwisespecifiedinthisSolicitation. 1.70.QUALITY OF WORK/SERVICES -Thework/servicesperformedmustbeofthehighestqualityand workmanship.Materials furnished tocompletetheserviceshallbenewand of the highest qualityexceptas otherwisespecifiedinthisSolicitation. 1.71.REMEDIES PRIOR TO AWARD (Sec.18-106)-If priortoContractawarditisdeterminedthataformal solicitationorproposedawardisinviolationoflaw,thenthesolicitationorproposedawardshallbecancelledby theCityCommission,theCityManagerorthe Chief ProcurementOfficer,asmaybeapplicable,orrevisedto complywiththelaw. 1.72.RESOLUTION OF CONTRACT DISPUTES (Sec.18-105) (a)AuthoritytoresolveContractdisputes.TheCityManager,afterobtainingtheapproval of thecityattorney,shall havetheauthoritytoresolvecontroversiesbetweentheContractualPartyandthecitywhichariseunder,orbyvirtue of,aContractbetweenthem;provided that,incasesinvolvinganamountgreaterthan$25,000,theCity CommissionmustapprovetheCityManager'sdecision.Suchauthorityextends,withoutlimitation,tocontroversies baseduponbreachof Contract,mistake,misrepresentation orlackof complete performance,andshallbeinvokedby aContractualPartybysubmission of aprotesttotheCity Manager. (b)Contractdisputedecisions.If adisputeisnotresolvedbymutualconsent,theCityManagershallpromptly renderawrittenreportstatingthereasonsfortheactiontakenbytheCity Commission ortheCityManagerwhich shallbefinalandconclusive.Acopyofthedecisionshallbeimmediatelyprovidedtotheprotestingparty,along withanoticeofsuchparty'srighttoseekjudicialrelief,provided thatthe protesting partyshallnotbeentitledto suchjudicial relief withoutfirsthavingfollowedthe procedure-set fbrln;in*this Tectibn;*r 1.73.RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec.18-104) (a)Rightto protest.The following procedures shallbeusedfor resolution of protested solicitations and awards exceptfor purchases of goods,supplies,equipment,and services,the estimated costof which does not exceed $25,000. Proteststhereonshallbegovernedbythe Administrative Policies and Procedures of Purchasing. l.Protest of Solicitation. i.Any prospective proposer who perceives itselfaggrieved in connection with the solicitation ofa Contract may protest totheChiefProcurement Officer.A written notice of intent tofilea protest shall be filed with theChief Procurement OfficerwithinthreedaysaftertheRequestfor Proposals,Request for Qualifications orRequestfor Letters of Interest is published ina newspaper of general circulation.A notice ofintenttofilea protest is considered filedwhen received bythe Chief Procurement Officer;or ii.Any prospective bidderwho intends to contest the Solicitation Specifications ora solicitation mayprotesttothe ChiefProcurementOfficer.AwrittennoticeofintenttofileaprotestshallbefiledwiththeChiefProcurement Page24 of 41 Invitation for Bid (IFB)602384 Officerwithinthreedaysafterthesolicitationispublishedinanewspaperofgeneralcirculation.Anoticeofintent tofileaprotestisconsideredfiledwhenreceivedbytheChiefProcurementOfficer. 2.Protest of Award. i.Awrittennotice of intenttofileaprotestshallbefiledwiththeChiefProcurementOfficerwithintwodaysafter receiptbythe proposer of thenotice of theCity Manager's recommendationforaward of Contract,whichwillbe postedontheCity of MiamiPurchasingDepartmentwebsite,intheSupplierCorner,Current Solicitations and NoticeofRecommendationofAwardSection.ThenoticeoftheCityManager'srecommendationcanbefoundby selectingthedetailsofthesolicitationandislistedasRecommendationofAwardPostingDateand Recommendation of Award Tofields.If "various"is indicated inthe Recommendation of Award Tofield,the Bidder/Proposermustcontactthebuyerforthatsolicitationtoobtainthesuppliersname.Itshallbethe responsibility ofthe Bidder/Proposer tocheckthissectionofthewebsitedailyafterresponsesaresubmittedto receive the notice;or ii.AnyactualResponsiveandResponsibleBidderwhoseBidislowerthanthatoftherecommendedbiddermay protesttotheChiefProcurementOfficer.AwrittennoticeofintenttofileaprotestshallbefiledwiththeChief ProcurementOfficerwithintwodaysafterreceiptbythebidderofthenoticeofthe city's determinationofnon responsivenessornonresponsibility.Thereceiptbybidderofsuchnoticeshallbeconfirmedbythecitybyfacsimile orelectronicmailorU.S.mail,returnreceiptrequested.Anoticeofintenttofileaprotestisconsideredfiledwhen received bythe Chief Procurement Officer. iii.Awrittenprotestbasedonany of theforegoingmustbesubmittedtotheChief Procurement Officerwithinfive (5)daysafterthedatethenoticeofprotestwas filed.A written protestis considered filedwhen received bythe Chief Procurement Officer. Thewrittenprotestmaynot challenge the relative weightofthe evaluation criteria orthe formula for assigning pointsin making anaward determination. Thewrittenprotestshallstatewith particularity the specific facts andlaw upon which theprotestofthe solicitation or the awardis based,andshall include all pertinent documents and evidence andshallbe accompanied bythe required FilingFeeas provided in subsection (f).Thisshall form thebasisfor review ofthe written protestandno facts,grounds,documentation or evidence not contained intheprotester's submission totheChief Procurement Officeratthetimeof.filingtheprotestshall be^permitted inthe cdnslderatiori ofthe " Notimewillbe added tothe above limits for service by mail.In computing any period oftime prescribed or allowed by.this section,thedayoftheact,event or default from which the designated period oftime begins torun shall not be included.Thelast day ofthe period so computed shall be included unless itisa Saturday,Sunday or legal holiday in which event the period shall run until theendofthe next day which is neither a Saturday,Sunday orlegalholiday. Intermediate Saturdays,Sundays arid legal holidays shallbe excluded inthe computation ofthetimefor filing. (b)Authority to resolve protests.TheChiefProcurement Officer shall have the authority,subject tothe approval of theCity Manager andthe city attorney,to settle and resolve any written protest.TheChiefProcurement Officer shall obtain the requisite approvals and communicate said decision tothe protesting party and shall submit said decision tothe City Commission within 30 days after he/she receives the protest.In cases involving more than $25,000,the decision oftheChiefProcurement Officer shall be submitted for approval or disapproval thereof tothe City Commission aftera favorable recommendation bythecity attorney andtheCity Manager. (c)Compliance with filing requirements.Failure ofapartyto timely fileeitherthenoticeofintenttofilea protest or the written protest,together withthe required FilingFeeas provided in subsection (f),withtheChiefProcurement Officer within thetime provided in subsection (a),above,shall constitute a forfeiture ofsuch party's righttofilea Page25 of 41 Invitation,for Bid (IFB)602384 protestpursuanttothissection.Theprotestingpartyshallnotbeentitledtoseekjudicialreliefwithoutfirsthaving followedtheproceduresetforthinthissection (d)StayofProcurementsduringprotests.Uponreceiptofawrittenprotestfiledpursuanttotherequirementsofthis section,thecityshallnotproceedfurtherwiththesolicitationorwiththeawardoftheContractuntiltheprotestis resolvedbytheChiefProcurementOfficerortheCity Commission,asprovidedinsubsection(b)above,unlessthe CityManagermakesawrittendeterminationthatthesolicitationprocessortheContractawardmustbecontinued withoutdelayinordertoavoidanimmediateandseriousdangertothepublichealth,safetyorwelfare. (e)Costs.Allcostsaccruingfromaprotestshallbeassumedbytheprotestor. (f)FilingFee.Thewrittenprotestmustbeaccompaniedbyafilingfeeintheformofamoneyorderor cashier's checkpayabletothecityinanamountequaltoonepercentoftheamount of theBidorproposedContract,or $5000.00,whicheverisless,whichfilingfeeshallguaranteethepaymentofallcostswhichmaybe adjudged against theprotestorinanyadministrativeorcourtproceeding.Ifaprotestisupheldbythe Chief ProcurementOfficer and/ortheCityCommission,asapplicable,thefilingfeeshallberefundedtotheprotestorlessanycostsassessed undersubsection(e)above.If theprotestisdenied,thefilingfeeshallbeforfeitedtothecityinlieuofpaymentof costsfortheadministrativeproceedingsasprescribedbysubsection(e)above. 1.74.SAMPLES -Samples of items,whenrequired,mustbe submitted withinthetime specified atno expense to theCity.If notdestroyedby testing,bidder(s)/proposer(s)willbenotifiedtoremovesamples,attheirexpense, within30daysafternotification.Failuretoremovethesampleswillresultinthesamplesbecomingthepropertyof theCity. 1.75.SELLING,TRANSFERRING OR ASSIGNING RESPONSIBILITIES -Contractor shallnotsell,assign, transferorsubcontractatanytimeduringtheterm of theContract,oranypartofitsoperations,orassignanyportion of theperformancerequiredbythiscontract,exceptunderandbyvirtueofwritten permission grantedbytheCity throughtheproperofficials,whichmaybewithheldorconditioned,intheCity'ssolediscretion. 1.76.SERVICE AND WARRANTY -When specified,thebidder/proposershalldefineallwarranty,serviceand replacementsthatwillbeprovided.Bidders/ProposermustexplainontheResponsetowhatextentwarrantyand servicefacilitiesareavailable.Acopyofthe manufacturer's warranty,if applicable,shouldbesubmittedwithyour response.r ..'.-.,\...::...'/'/.*..'.".;.'...../•,: 1.77.SILENCE OF SPECIFICATIONS -Theapparentsilence of thesespecificationsandanysupplemental specificationastoanydetailortheomissionfromit of detaileddescriptionconcerninganypointshallberegarded asmeaningthatonlythebestcommercialpracticesaretoprevailandthatonlymaterialsoffirstqualityandcorrect type,sizeand design aretobeused.Allworkmanshipandservicesistobefirstquality. Allinterpretations of thesespecificationsshallbemadeuponthebasis of thisstatement. IfyourfirmhasacurrentcontractwiththeStateof Florida,DepartmentofGeneralServices,tosupplytheitemson thissolicitation,thebidder/proposershallquotenotmorethanthecontractprice;failuretocomplywiththisrequest willresultindisqualification of bid/proposal. 1.78.SUBMISSION AND RECEIPT OF RESPONSES -Responsesshallbesubmittedelectronicallyviathe OracleSystemorresponsesmaybesubmittedinhardcopyformattotheCityClerk,CityHall,3500PanAmerican Drive,Miami,Florida 33133-5504,atorbefore,thespecifiedclosingdateandtimeasdesignatedintheIFB,RFP, RFQ,orRFLI.NO EXCEPTIONS.Bidders/Proposers arewelcometoattendthe solicitation closing;however,no award will be made at that time. Page26 of 41 Invitation forBid (IFB)602384 A.Hardcopyresponsesshallbeenclosedinasealedenvelope,boxpackage.Thefaceoftheenvelope,boxor packagemustshowthehouranddatespecifiedforreceiptofresponses,thesolicitationnumberandtitle,andthe nameandreturnaddressoftheBidder/Proposer.Hardcopyresponsesnotsubmittedontherequisite Response Formsmayberejected.Hardcopyresponsesreceivedatanyotherlocationthanthespecifiedshallbe deemed non-responsive. Directions to City Hall: FROM THE NORTH:1-95 SOUTH UNTILIT TURNS INTOUS1.US1SOUTHTO 27TH AVE.,TURN LEFT, PROCEEDSOUTHTOSO.BAYSHOREDR.(3RDTRAFFICLIGHT),TURNLEFT,1BLOCK TURN RIGHT ON PAN AMERICAN DR.CITY HALL IS AT THE END OF PAN AMERICAN DR.PARKING IS ON RIGHT. FROM THE SOUTH:US1 NORTH TO27TH AVENUE,TURNRIGHT,PROCEED SOUTHTOSO. BAYSHORE DR.(3RDTRAFFICLIGHT),TURNLEFT,1BLOCKTURNRIGHTONPAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR.PARKING IS ON RIGHT. B.Facsimile responses willnotbeconsidered. C.Failuretofollowtheseproceduresiscausefor rejection of bid/proposal. D.Theresponsibilityforobtainingandsubmittingaresponseonorbeforetheclosedateissolelyandstrictlythe responsibility of Bidder/Proposer.TheCityofMiamiisnot responsible fordelayscausedbytheUnitedStatesmail deliveryorcausedbyanyotheroccurrence.Responsesreceivedafterthesolicitationclosingdateandtimewillbe returnedunopened,andwillnotbeconsideredforaward. E.LateresponseswillBerejected. F.Ailresponsesaresubjecttotheconditionsspecifiedherein.Thosewhichdonotcomplywiththeseconditions aresubjecttorejection. G.ModificationofresponsesalreadysubmittedwillbeconsideredonlyifreceivedattheCitybeforethetimeand datesetfor closing ofsolicitationresponses.AHmodificationsmustbesubmittedviatheOracleSystemorin writing.Onceasolicitationcloses(closeddate and/or timeexpires),theCitywillnotconsideranysubsequent submissionwhichalterstheresponses. H.Ifhardcopyresponsesaresubmittedatthesametimefordifferent solicitations,eachresponsemustbeplaced inaseparateenvelope,box,orpackageandeachenvelope,boxorpackagemustcontaintheinformationpreviously stated in 1.82.A. 1.79.TAXES-TheCityofMiamiisexemptfromanytaxesimposedbytheStateand/orFederal Government. Exemptioncertificateswillbeprovideduponrequest.Notwithstanding,Bidders/Proposers shouldbeawareofthe factthatallmaterialsand supplies whichare purchased bythe Bidder/Proposer forthe completion ofthe contract is subjecttothe Florida StateSalesTaxinaccordancewithSection212.08,FloridaStatutes,asamendedandall amendments theretoandshallbepaidsolelybythe Bidder/Proposer. 1.80.TERMINATION -The CityManageron behalf oftheCity of Miamireservestherighttoterminatethis contractbywrittennoticetothecontractoreffectivethedate specified inthenoticeshouldanyofthefollowing apply: A.ThecontractorisdeterminedbytheCitytobeinbreachofanyofthetermsandconditionsofthecontract. B.TheCityhasdeterminedthatsuchterminationwillbeinthebestinterestoftheCitytoterminatethecontractfor its own convenience; Page27 of 41 Invitation forBid(IFB)602384 C.Fundsarenotavailabletocoverthecostofthegoodsand/orservices.The City's obligationiscontingentupon theavailability of appropriatefunds. 1.81.TERMS OF PAYMENT -PaymentwillbemadebytheCityafterthegoods and/or services awarded toa Bidder/Proposerhavebeenreceived,inspected,andfoundtocomplywithawardspecifications,freeofdamageor defect,and properly invoiced.Noadvance payments ofanykindwillbemadebytheCity of Miami. Paymentshallbemadeafterdelivery,within45daysofreceiptofaninvoiceandauthorizedinspectionand acceptance of thegoods/servicesandpursuanttoSection 218.74,FloridaStatutesandotherapplicablelaw. 1.82.TIMELY DELIVERY -Timewillbeoftheessenceforanyordersplacedasa result of thissolicitation.The Cityreservestherighttocancelsuchorders,oranypartthereof,withoutobligation,if deliveryisnotmadewithin thetime(s)specifiedontheirResponse.DeliveriesaretobemadeduringregularCitybusinesshoursunless otherwise specified intheSpecialConditions. 1.83.TITLE -TitletothegoodsorequipmentshallnotpasstotheCityuntilaftertheCityhasacceptedthe goods/equipment orusedthegoods,whichevercomesfirst. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE-AllResponses submitted to theCityaresubjecttopublicdisclosurepursuanttoChapter 119,FloridaStatutes.Anexceptionmaybemadefor "trade secrets." IftheResponsecontainsinformationthatconstitutesa"tradesecret",allmaterialthatqualifiesforexemptionfrom Chapter 119 mustbesubmittedinaseparateenvelope,clearlyidentifiedas"TRADESECRETSEXCEPTION," withyour firm's nameandthe Solicitation numberandtitlemarkedontheoutside. Pleasebeaware that the designation of anitemasatradesecretbyyoumaybe challenged incourtbyanyperson. ByyourdesignationofmaterialinyourResponseasa"tradesecret"youagreetoindemnifyandholdharmlessthe Cityforanyawardtoaplaintifffordamages,costsorattorney'sfeesandforcostsandattorney'sfeesincurredby theCityby reason of anylegal action challenging your claim. 1.85.UNAUTHORIZED WORK OR DELIVERY OFGOODS-Neitherthe qualified Bidder(s)/Proposer(s)nor anyof his/her employees shall-.perform anyworkordeliveranygoodsunlessachangeorderorpurchaseorderis *issuedandreceivedby theCbrttractor.The qualified Bidder(s)/Proposer(s)shalliiot bepaidforanyworkperformed orgoodsdeliveredoutsidethescopeofthecontractoranyworkperformedbyanemployeenototherwise previouslyauthorized. 1.86.USEOF NAME -TheCityisnotengagedinresearchfor advertising,salespromotion,orotherpublicity purposes.No advertising,sales promotion orother publicity materials containing information obtained fromthis Sohcitation aretobe mentioned,orimplythenameofthe City,without prior express written permission ofthe City ManagerortheCityCommission. 1.87.VARIATIONS OF SPECIFICATIONS -Forpurposesofsolicitationevaluation,bidders/proposersmust indicateanyvariancesfromthesolicitation specifications and/or conditions,nomatterhowslight.If variations are notstatedontheir Response,itwillbe assumed thatthe product fully complies withtheCity's specifications. Page28 of 41 Invitation forBid(IFB)602384 2.Special Conditions 2.1.PURPOSE ThepurposeofthisSolicitationistoestablishacontract,forSwimmingPoolChemicalsandDelivery of Bulk LiquidChlorine,asspecifiedherein,fromasource(s),fullycompliantwiththeterms,conditionsandstipulationsof the solicitation. 2.2.DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Anyquestionsor clarifications concerningthissolicitationshallbesubmittedbyemailorfacsimiletothe ProcurementDepartment,Attn:AnthonyHansen;fax:(305)400-5237oremail:amhansen@miamigov.com,anda copyfiledwiththeOfficeoftheCityClerk,pursuanttoSection 1.34.Cone of Silence.Thesolicitationtitleand numbershallbereferencedonall correspondence.All questions mustbereceivednolaterthanTuesday,March29, 2016 @2:00p.m..All responses to questions willbesenttoall prospective bidders/proposers intheform of an addendum.NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3.TERM OF CONTRACT TheContractshallcommenceuponthedateofnoticeofawardandshallbeeffectivefortwo(2)yearswiththe optiontorenewfortwo(2)additional two(2)year periods,subjecttothe availability offundsforsucceedingfiscal years. Continuation ofthecontractbeyondtheinitialperiodisaCity prerogative;notarightofthe Bidder.This prerogativewillbeexercisedonlywhensuch continuation isclearlyinthebestinterestoftheCity. 2.4.CONDITIONS FOR RENEWAL Eachrenewal ofthis contract is subject tothe following:../•-......;,."'iV.;":"".';"'"''." (1)Continued satisfactory performance compliance withthe specifications,termsand conditions established herein. (2)Availability of funds 2.5.ESCALATION CLAUSE TheCity acknowledges the fluctuating nature of prices for items specified.Accordingly an escalator/de-escalator clausewillbeacceptedonlyunderthe following conditions: (1)Price increase(s)and price decrease(s)comparable to documented manufacturer's price changes shallbe allowed.Escalated pricesafterthefirstyearofthe Contract,ifany,shall remain firmduringthe applicable contract year. (2)Receipt of proper notification tothe Procurement Department,in writing,ofall items affected byprice increases/decreases. (3)Where allpricesshallhaveremainedfirmfora minimum of365daysafter effective dateof contract. Page 29 of 41 Invitation forBid(IFB)602384 (4)Allpricesincrease(s)anddecrease(s)tobeapprovedbytheProcurementDirector. TheCitymay,afterreview,refusetoaccepttheadjustedcostsiftheyarenotproperlydocumented,increasesare consideredtobeexcessive,ordecreasesareconsideredtobeinsufficient.IntheeventtheCitydoesnotwishto accepttheadjustedcosts,andthemattercannotberesolvedtothesatisfactionoftheCity,theCityreservestheright tocancelthe contract upongivingthirty(30)days notice tothe Successful Bidder. 2.6.EQUITABLE ADJUSTMENT TheProcurementDepartmentmay,initssolediscretion,makeanequitableadjustmentinthecontracttermsand/or pricingifpricingoravailabilityofsupplyisaffectedbyextremeorunforeseenvolatilityinthemarketplace,thatis, by circumstances thatsatisfyallthefollowingcriteria:(1)thevolatilityisdueto circumstances beyondthe SuccessfulBidder(s)control,(2)thevolatilityaffectsthemarketplaceorindustry,not just theparticularcontract sourceofsupply,(3)theeffectonpricingoravailabilityofsupplyis substantial,and(4)thevolatilitysoaffectsthe SuccessfulBidder(s)thatcontinuedperformanceofthecontractwouldresultinasubstantialloss.Successful Bidder(s)mighthavetosupplydocumentationtojustifyanyrequestedpercentageincreaseincosttotheCity of Miami. 2.7.NON-APPROPRIATION OF FUNDS Intheeventnofundsorinsufficientfundsare appropriated andbudgetedorareotherwise unavailable inanyfiscal periodforpaymentsdueunderthiscontract,thentheCity,uponwrittennoticetotheSuccessful Bidder(s)/Proposer(s)orhisassigneeofsuchoccurrence,shallhavetheunqualifiedrighttoterminatethecontract without anypenaltyor expense tothe City.No guarantee,warranty or representation ismadethatany project(s) willbe awarded toanyfirm(s). 2.8.METHOD OF AWARD Awardofthiscontractwillbemade tothe lowestresponsive^nd responsiblebidderonagroup by-group,ora total •'- ofallgroupsbasis,whicheverisinthebestinterestofthe City.Biddersmustbidonallitemswithinagroupin ordertobeconsideredforaward of thatgroup.Failuretobidonallitemswithinagroupshalldeemany bidnon-responsibleforthatgroup. 2.9.BIDDERS MINIMUM QUALIFICATIONS Bidswillbeconsideredonlyfromfirmsthatareregularlyengagedinthebusinessofprovidinggoodsand/or servicesasdescribedinthisBid;thathavearecordofperformanceforfive(5)years;andthathave adequate financial support,equipment and organization to insure thattheycan satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated.Bidder shall: (1)Nothaveany member,officer,or stockholder thatisin arrears orisindefaultofanydebtorcontract involving theCity,isadefaultersurety otherwise,uponany obligation totheCity,and/orhasfailedtoperform faithfully on anyprevious contract withtheCity. (2)Havenorecordofpendinglawsuitsorcriminal activities,andhaveneverbeendeclaredbankruptwithinthelast five(5)years. Page 30 of 41 Invitation forBid(IFB)602384 2.10.DELIVERY Requirements for Group 1:Swimming Pool Chemicals Time:TheSuccessfulBidder(s)shallmakedeliverieswithintwo(2)workingdaysaftertheParksand RecreationDepartmentplaces the.order(s).Thetimeofthe delivery ofservicesshallbeMondaythroughFriday,10 a.m.through 4 p.m. Timeofdeliverymaybeextendedforaspecificperiodwhenthecauseofsuchdelayisbeyondthecontrol ofthe Successful Bidder and provided that notice is given tothe City immediately upon the knowledge of impending delay. Delivery of anyitemsshouldbemadeinconjunctionwiththeContractAdministrator. Point:Allitemswillbepricedand delivered F.O.B.Miami,inside delivery,tothebelowlisted locations: 1.Athalie Range Pool 525 NW 62 Street Miami,FL 33150 2.Curtis Pool 2300 NW North River Drive Miami,FL 33125 3.Elizabeth Virrick Pool 3255 Plaza Street Miami,FL 33133 4.Gibson Pool 401 NW 12 Street Miami,FL 33128 5.Hadley Pool 4800 NW 12 Avenue "Miami,FL33142 •■••■•♦.-^..-.....,..„..- 6.Jose Marti Pool 351 SW Fourth Avenue Miami,FL 33130 7.Morningside Pool 850 NE 55 Terrace Miami,FL 33137 8.Shenandoah Pool 1805 SW 22 Avenue Miami,FL 33145 9.West End Pool 250 SW 60 Avenue Miami,FL 33144 Page 31 of 41 Invitation for Bid (IFB)602384 10.Williams Pool 1717 NW 5 Avenue Miami,FL 33136 11.GrapelandWaterPark 1550 NW 37 Avenue Miami,FL 33125 12.Miami Rowing Center 3601 Rickenbacker Causeway Miami,FL 33149 Requirements for Group 2:Delivery of Bulk Liquid Chlorine Time:TheSuccessfulBidder(s)shallmakedeliverieswithintwo(2)workingdaysaftertheParksandRecreation Department placestheorder(s).Thetimeofthedeliveryof services shallbeMondaythroughFriday,10a.m. through4p.m. Timeofdeliverymaybeextendedforaspecificperiodwhenthecauseofsuchdelayisbeyondthecontrolofthe Successful BidderandprovidedthatnoticeisgiventotheCity immediately upontheknowledgeof impending delay. Delivery of anyitemsshouldbemadeinconjunctionwiththeContractAdministrator. Delivery to Group 2 locations canbe made by 50,000gallon Tanker Truck. Point:AllitemswillbepricedanddeliveredF.O.B.Miami,inside delivery,tothebelowlisted locations: 1.HadleyPool 4800 NW 12 Avenue Miami,FL 33142 2.Jose Marti Pool 351.SW Fourth Avenue "'..........,,....;'.;.".'.'....:'. Miami,FL 33130 3.Gibson Pool 401 NW 12 Street Miami,FL 33128 4.Grapeland Water Park 1550 NW 37 Avenue Miami,FL 33125 5.Athalie Range Pool 525 NW 62 Street Miami,FL 33150 Requirements for Group 3:Delivery of Bulk Liquid Chlorine Time:TheSuccessfulBidder(s)shallmakedeliverieswithintwo(2)workingdaysaftertheParksandRecreation Page 32 of 41 Invitation forBid(IFB)602384 Department placestheorder(s).ThetimeofthedeliveryofservicesshallbeMondaythroughFriday,10a.m. through 4p.m. Timeofdeliverymaybeextendedforaspecificperiodwhenthecauseofsuchdelayisbeyondthecontrol ofthe SuccessfulBidderandprovidedthatnoticeis given totheCityimmediatelyupontheknowledgeofimpending delay. Delivery of anyitemsshouldbemadeinconjunctionwiththeContractAdministrator. Point:AllitemswillbepricedanddeliveredF.O.B.Miami,insidedelivery,tothebelowlistedlocations: 1.Morningside Pool 850 NE 55 Terrace Miami,FL 33137 2.Shenandoah Pool 1805 SW 22 Avenue Miami,FL 33145 3.West End Pool 250 SW 60 Avenue Miami,FL 33144 4.Miami Rowing Center 3601Rickenbacker Causeway Miami,FL 33149 2.11.FAILURE TO PERFORM Shoulditnotbepossibleto jreach the.Contractor .or supervisor and/or shouldremedialactionnotbe taken,within48 hoursofanyfailuretoperformaccordingto specifications;theCityreservestherighttodeclareContractor in" defaultofthecontractormake appropriate reductions inthe contract payment. 2.12.EQUAL PRODUCT Manufacturer'sname,brandnameandmodel/stylenumberwhenusedinthesespecificationsareforthesole purposeof establishing minimum requirements oflevelsof quality,standards of performance anddesignrequired andisinnowayintendedtoprohibitthebiddingofother manufacturer's brandsofequal material,unless otherwise indicated.Equal (substitution)maybebid,provided product sobidis found tobeequalin quality,standards of performance,design,etc.toitem specified,unless otherwise indicated.Whereequalisproposed,bid must be accompanied by complete factory information sheets(specifications,brochures,etc.)andtest results of unit bidasequal.Failuretodosoat time ofbidmaydeemyourbid non-responsive. 2.13.INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS FOR A CERTIFICATE OF INSURANCE-POOL CHEMICALS AND Page 33 of 41 BULK LIQUID CHLORINE I.Commercial General Liability A.LimitsofLiability BodilyInjuryandPropertyDamageLiability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/CompletedOperation?$1,000,000 Personal and Advertising Injury $1,000,000 B.EndorsementsRequired City of Miami included asan Additional Insured Contingent and Contractual Liability Primary Insurance Clause Endorsement Explosion,Collapse&Underground Hazard II.Business Automobile Liability A.Limits of Liability BodilyInjuryand Property DamageLiability --•CombinedSingle Limit .,""""' Any Auto Including Hired,Borrowed or Non-Owned Autos Any One Accident $300,000 B.EndorsementsRequired City of Miami included asan Additional Insured III.Worker's Compensation Limits of Liability Statutory-State of Florida Employer's Liability Invitation forBid(IFB)602384 Page 34 of 41 Invitation for Bid (IFB)602384 A.Limits of Liability $100,000 forbodilyinjurycausedbyanaccident,eachaccident. $100,000forbodilyinjurycausedbydisease,eachemployee $500,000forbodilyinjurycausedbydisease,policylimit The above policiesshall provide the City of Miami with written notice of cancellation or material change fromthe insurer in accordance topolicy provisions. CompaniesauthorizedtodobusinessintheState of Florida,withthe following qualifications,shallissueall insurancepoliciesrequiredabove: The company must beratednoless than "A-"as to management,andnoless than "Class V"asto Financial Strength,bythelatestedition of Best's InsuranceGuide,publishedbyA.M.Best Company,Oldwick,New Jersey,orits equivalent.Allpoliciesand/orcertificatesof insurance are subject to review and verification by Risk Management prior to insurance approval. 2.14.METHOD OF PAYMENT Fullpaymentwillbemadeuponreceiptand acceptance ofa complete unit(s).Nodownorpartialdown payments will be made. 2.15.PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY TheSuccessfulBiddershallencloseacompletepackingslipordeliveryticketwithanyitemstobedeliveredin conjunction withthisbid solicitation.Thepacking slip shall be attached tothe shipping carton(s)which contain the items and shallbemade available totheCity's authorized representative during delivery.The packing slipor delivery ticketshall include,ata minimum,the following information:purchase order number;dateof order;a completelistingofitemsbeingdelivered;andback-order quantities andestimateddeliveryofback-ordersif applicable. 2.16.ADDITIONS/DELETIONS OF FACILITIES/PRODUCTS/SUPPLIERS Althoughthis Solicitation identifies specific facilities/products tobe serviced,itisherebyagreedand understood thatany facilities/products/suppliers maybe added/deleted to/fromthiscontractattheoptionoftheCity.Whenan additionalproducttothecontractis required,thesuppliersshallbeinvitedtosubmitpricequotesforthesenew product(s).Ifpricesarenotcompetitiveornotcarried,theCitymaintainstherighttoadd additional supplierstothe contracttocarrythoseitemsrequired.If thesequotesare comparable withmarketpricesofferedforsimilar facilities/products/suppliers,theyshallbeaddedtothecontract,whicheverisinthebestinterestoftheCity,andan addendumandaseparatepurchaseordershallbeissuedbytheCity. 2.17.PRE-BID/PRE-PROPOSAL CONFERENCE Page 35 of 41 Invitation forBid(IFB)602384 None 2.18.CONTRACT ADMINISTRATOR Uponaward,SuccessfulBidder/ProposershallreportandworkdirectlywithDanielLopez,AquaticProgram Planner,whoshallbedesignatedastheContractAdministrator(s)fortheCity. 2.19.TIE BIDS Whenever two ormoreBidswhichareequalwithrespecttoprice,qualityandservicearereceivedbytheCityfor the procurement of commodities orcontractualservices,aBid received froma business thatcertifies that ithas implementedadrug-freeworkplaceprogramshallbegivenpreferenceintheawardprocess.Establishedprocedures forprocessingtieBidswillbefollowedifnone of thetiedvendorshavea drug-free workplaceprogram.Inorderto havea drug-free workplace program,abusinessshall: (1)Publish a statement notifying employeesthattheunlawful manufacture,distribution,dispensing,possession,or useofacontrolledsubstanceisprohibitedintheworkplaceandspecifyingtheactionthatwillbetakenagainst employeesforviolationsofsuchprohibition. (2)Informemployeesaboutthedangersofdrugabuseintheworkplace,the business'policyof maintaining a drug-freeworkplace,anyavailabledrugcounseling,rehabilitation,andemployeeassistanceprograms,andthe penaltiesthatmaybeimposeduponemployeesfordrugabuseviolations. (3)Giveeachemployeeengagedinprovidingthe commodities or contractualservicesthatareunderBidacopyof the statement specified in subsection (1).- (4)Inthe statement specified in subsection (1),notifytheemployeesthat,asa condition of workingonthe commoditiesorcontractualservicesthatareunderBid,theemployeewillabidebythetermsofthestatementand willnotifytheemployerofanyconvictionof,orpleaofguiltyornolocontendereto,anyviolation of Chapter893or ofanycontrolledsubstancelaw of theUnitedStatesoranystate,foraviolationoccurringintheworkplacenolater thanfive(5)daysaftersuch conviction.*.../-.-—- (5)Imposeasanctionon,orrequirethesatisfactoryparticipationinadrugabuseassistanceor rehabilitation program,if suchisavailableinthe employee's community,byany employee whoissoconvicted. (6)Makeagoodfaithefforttocontinuetomaintainadrug-freeworkplacethroughimplementation of thissection. 2.20.LIQUIDATED DAMAGES SuccessfulBiddershallprovideailitemsattheguaranteeddeliverytimespecifiedbytheCityintheDelivery Section of thissolicitation.If the Successful Bidder failstodeliver within the specified deliverytime,itis understood that1%of theunitpricepercalendardayperitemwillbededucted,asliquidateddamages,foreach day beyondthespecifieddeliverytime(nottoexceedthetotalamount of thecontract),notasapenaltybutasaform of compensationforthelossofnothavingtheabilitytousetheproduct. 2.21.USE OF PREMISES Page36 of 41 Invitation for Bid (IFB)602384 TheContractorshallconfinehis/herequipment,apparatus,thestorageofmaterials,andtheoperationofhis/her workmentothelimitsindicatedbylaw,ordinances,permits,ordirectionoftheprojectmanager,andshallnot unreasonablyencumberthepremiseswithhis/hermaterials.TheContractorshalltakeallmeasures necessary to protect his/her ownmaterials. 2.22.DAMAGES TO PUBLIC/PRIVATE PROPERTY TheContractorshallcarryouttheworkwithsuchcareandmethodsasnottoresultindamagetopublicorprivate propertyadjacenttothework.Shouldanypublicorprivatepropertybedamagedordestroyed,theContractor,at his/her expense,shallrepairormakerestorationasispracticalandacceptabletotheCityand/orowners of destroyed ordamagedpropertypromptlywithinareasonablelengthoftime.(Nottoexceedonemonthfromdatedamagewas done). 2.23;NO SUBSTITUTION When"NoSubstitution"isusedincombinationwithamanufacturer'sname,brandnameand/ormodelnumberthat named item istheonlyitemthatwillbeacceptedbytheCity. 2.24.PRODUCT/CATALOG INFORMATION All.biddersmustsubmitproduct information ontheitemstheyproposeto furnish onthisbid.Anybidreceivednot containing this information maybe rejected forthat reason.Ifcatalognumbers showninthisbidareincorrector obsolete,itisthe responsibility ofthe vendor to update or advise theCityofthis problem.TheCitywillissuean addendum tocorrectandupdatecatalog numbers,when applicable.The catalog numbervoushowonvourbidisthe onetheCitywillexpectto receive. All bids that include substances found onthe current Florida Toxic Substance List must be submitted with a Material Data Sheet,in accordance withFlorida Statutes -Chapter 442.106. 2.25.PRODUCT SUBSTITUTES Intheeventaparticularapprovedand awarded manufacturer's product becomes unavailable duringthetermofthe Contract,the Contractor awarded thatitemmayarrangewiththe authorized City representative,tosupplya substitute productatthebidpriceor lower,provided thata sample is approved beforehand andthatthenew product meetsorexceedallquality requirements.Contractor shall replace items purchased bytheCitywhichareof unacceptable quahtyorwhicharedeterminedbytheusingdepartmentunserviceable foranyreasons.Itemscovered byexpresswarrantyshallbegovernedbytermsandconditionstherein. 2.26.REFERENCES Eachbid must beaccompaniedbyalist of three(3)references,asreflectedinthe Header/Attributes Section of this Sohcitation,whichshallincludethenameofthe company,datesof contract,description of goods/services supplied, acontact person andthetelephonenumber.NOBIDWILLBECONSIDEREDWITHOUTTHISLIST. Page37 of 41 Invitation for Bid (IFB)602384 2.27.SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED AspartofitsBid,theBidderisrequiredtoidentifyanyandall Subcontractors thatwillbeusedintheperformance oftheproposed contract,their capabilities,experience,minority designation,asdefinedin Ordinance 10062andthe portionoftheworktobedonebythe Subcontractor.Failure to identify anyandall subcontractors intheBidshall rendertheBidnon-responsive;unless,thelowbiddersubmitsthisdocumentationtotheCitywithinfive(5)working daysafterthe bid opening. The Contractor shallnot,atanytimeduringthetenureofthecontract,subcontractanypartofhisoperationsor assignanyportionorpartofthecontract,toSubcontractor(s)notoriginallymentionedintheirBid,exceptunderand byvirtue of permission grantedbytheCitythroughtheproperofficials. Nothing contained inthis specifications shallbe construed as establishing any contractual relationship between any Subcontractor andtheCity. ThecontractorshallbefullyresponsibletotheCityfortheactsandomissionsofthesubcontractorandtheir employees,asforactsandomissions of personsemployedbycontractor. 2.28.CONTRACTOR TO BE REPRESENTED TheContractoratalltimesmusteitherbepersonallypresentattheworksiteorberepresentedattheworksitebya responsibleagentoragentsdesignatedbythecontractorinwrittennoticetotheCity prior tothebeginningofwork. Suchnotificationshallincludepertinentdatasuchasaddresses,phonenumbers,etc.,wheresaidagentoragentsmay becontactedatanytimeofthedayornight.Theagentoragentsshallbeclothedwithfullauthoritytoactforthe contractorinallcases,andtocarryoutanyinstructionsrelativetotheworkmaybegivenbytheCity. 2.29.SPECIFICATION EXCEPTIONS Specificationsarebasedonthemostcurrentliteratureavailable.BiddershallnotifytheCityofMiamiProcurement ..Department,in writing,nolessthanten(10)dayspriortosolicitation closing date of any changeinthe manufacturers'specificationswhichconflictwiththespecifications/Forhardcopybidsubmittals,biddersmust explainanydeviationfromthespecificationsinwritingasafootnoteontheapplicablespecificationpageand encloseacopy of themanufacturer'sspecificationsdatadetailingthechangeditem(s)withhis/hersubmission.For electronicbidsubmittals,biddersmustexplainintheHeaderSectionorbyanAttachmentand,ifapplicable,enclose ascannedcopyofthemanufacturer'sspecificationsdatadetailingthechangeditem(s)withhis/hersubmission. Additionally,biddersmustindicateanyoptionsrequiringtheadditionofotheroptions,aswellasthosewhichare includedasapartofanotheroption.Failureofbidderstocomplywiththeseprovisionswillresultinbiddersbeing heldresponsibleforallcostsrequiredtobringtheitem(s)incompliancewithcontract specifications. 2.30.PUBLIC CONVENIENCE AND SAFETY TheContractorshallconducthisworksoastointerfereaslittleaspossiblewithprivatebusinessorpublictravel. Heshall,athisownexpense,whenevernecessaryorrequired,maintainbarricades,maintainlights,andtakesuch otherprecautionsasmaybenecessarytoprotectlifeandproperty,andheshallbeliableforalldamagesoccasioned inanywaybyhisactionsorneglectorthatofhisagentsor employees. TheContractorshallmeetthefollowingnoiseabatementperformancestandardsforallconstructionequipment: Page 38 of 41 invitation for Bid (IFB)602384 Between the hours of 7:00 A.M.and 6:00 PM.noise levels shall not exceed 80 dBA at the nearest residential or commercialpropertyline. Operation of equipment should be avoided between the hours of6:00 P.M.and7:00 A.M.,butif required,thenoise level shall not exceed 65 dBA. 2.31.SAFETY MEASURES Contractor shalltakeall necessary precautions forthe safety of employees,andshallerectand properly maintain at alltimesallnecessary safeguards forthe protection ofthe employees andthepublic.Dangersignswarningagainst hazards created byhis/her operation andworkin progress must be posted. All employees of Contractor shallbe expected towearsafety glasses or goggles,appropriate clothing,andhearing protectionwhenandwherever applicable.The Contractor ishall useonly equipment thatisfullyoperationalandin safeoperatingorder.Contractorshallbeespeciallycarefulwhenservicingpropertywhen pedestrians and/or vehiclesareincloseproximity-workshallceaseuntilitissafetoproceed. 2.32.TERMINATION A.FOR DEFAULT IfContractordefaultsinitsperformanceunderthisContractanddoesnotcurethedefaultwithin 30 daysafter writtennoticeofdefault,theCityManagermayterminatethisContract,inwholeorinpart,uponwrittennotice withoutpenaltytotheCity of Miami.InsucheventtheContractorshallbeliablefordamagesincludingtheexcess cost of procuring similarsuppliesorservices:providedthatif,(1)itisdeterminedforanyreasonthattheContractor wasnotindefaultor(2)the Contractor's failuretoperformiswithouthisorhisSubcontractor'scontrol,faultor negligence,theterminationwillbedeemedtobeaterminationfortheconvenience of theCityofMiami. B.FOR CONVENIENCE TheCityManager may terminatethis Contract,inwholeorinpart,upon30dayspriorwrittennoticewhenitis in ~~ thebest interest oftheCityof Miami.Ifthis Contract isfor supplies,products,equipment,or software,andso terminatedfortheconveniencebytheCityofMiamitheContractorwillbecompensatedinaccordancewithan agreeduponadjustmentofcost.TotheextentthatthisContractisforservicesandsotenninated,theCity of Miami shallbeliableonlyforpaymentinaccordancewiththepaymentprovisionsoftheContractforthoseservices renderedpriortotermination. 2.33.PRIMARY CLIENT (FIRST PRIORITY) TheSuccessfulBidder(s)/Proposer(s)agreeuponawardofthiscontractthattheCity of Miamishallbeitsprimary clientandshallbeservicedfirstduringascheduleconflictarisingbetweenthiscontractandanyothercontract SuccessfulBidder(s)/Proposer(s)mayhavewithanyothercitiesand/orcountiestoperformsimilarservicesasa result of anycatastrophiceventssuchastornadoes,hurricanes,severestormsoranyotherpublicemergency impacting various areas during or approximately thesametime. 2.34.ADDITIONAL TERMS AND CONDITIONS Page39 of 41 Invitation for Bid (IFB)602384 Noadditionaltermsandconditionsincludedaspartofyoursolicitationresponseshallbeevaluatedorconsidered, andanyandallsuch additional termsand conditions shallhavenoforceoreffectandare inapplicable tothis solicitation.If submitted either purposely,through intentor design,or inadvertently,appearing separately in transmittal letters,specifications,literature,pricelistsor warranties,itis understood andagreedthattheGeneral Conditions andSpecial Conditions inthissolicitationaretheonly conditions applicabletothissolicitationandthat theBidder's/Poposer'sauthorizedsignatureaffixedtotheBidder's/Proposer'sacknowledgmentformatteststothis.If a Professional Services Agreement (PSA)orother Agreement is provided bytheCityandis expressly includedas partofthis solicitation,noadditionaltermsor conditions which materially or substantially vary,modifyoralterthe termsorconditionsofthePSAorAgreement,inthesoleopinionandreasonablediscretionoftheCitywillbe considered.Anyandallsuchadditionaltermsandconditionsshallhavenoforceoreffectandareinapplicableto this PSA or Agreement. Page40 of 41 Invitation forBid(IFB)602384 3.Specifications 3.1.SPECIFICATIONS/SCOPE OF WORK Group 1:Swimming Pool Chemicals Refer toLine Items 1 through 6 descriptions for detailed specifications foreachofthe items. Group2andGroup3:DeliveryofBulkLiquidChlorineforSwimming Pools RefertoLineItems7and8 descriptions forpool locations. 1.DELIVERY -Onsitebulk delivery ofhighpurity,high strength 12%Sodium Hypochlorite directly bytankerto storage tank. 2.CHLORINE -This continuous process bleachshallbe guaranteed to maintain atleast 10.5%strength forafull 60days.Bleachshallbe guaranteed tocontainlessthan0.3%of excesscausticsodalevels.Thisbleachsolution shall be treated witha secondary filtration process (a modified version of ion-exchange technology),which removes copper,magnesium,iron,andother metals.This process shall occurat manufacturing source before beginloaded onto tankers fordelivery. 3.QUALITY CONTROL -SuccessfulBiddershall include monthlywaterqualitycontrol checks usingan approvedwaterqualitycontrolprogram. 4.TESTING -Successful Biddershall include ongoing monitoring andtestingof environmental conditions suchas BlackandMustardAlgae,Cloudy Water,Clarity,Filter Efficiency,Chloramine,Bacteriological Analysis,.Iron, Copper,Manganese,CyanuricAcid,Nitrates,Chlorides,Phosphates,Chlorine demand,Ammonia andother associated conditions. 5.FEES -Successful Bidder shallgiveaflatper gallon rateforthe approximate annual amount of chlorine used,as stipulated onthePriceSheet Page41 of 41 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday,Sunday and LegatHolidays Miami,Miami-Oade County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before theundersigned authority personally appeared MARIA MESA,whoonoath says thatheorshe is the LEGAL CLERK,Legal Notices ofthe Miami Daily Business Review f/k/a Miami Review,a daily (except Saturday,Sundayand LegalHolidays)newspaper,publishedatMiamiin Miami-Dade County,Florida;thattheattachedcopyof advertisement, beingaLegal Advertisement ofNoticeinthe matter of NOTICE OF PUBLIC HEARING CiTY OF SOUTH MIAMI -SEP.6,2016 in the XXXX Court, waspublishedinsaid newspaper inthe issues of 08/26/2016 Affiant furthersaysthatthesaid Miami Daily Business Reviewisanewspaperpublishedat Miami,insaid Miami-Dade County,Florida andthatthesaidnewspaperhas heretofore been continuously publishedinsaidMiami-Dade County,Florida .eachday (except*Saturday,Sunday and Legal Holidays)and has been entered as second class mail matteratthepostofficein Miami insaid Miami-Dade County, Florida,foraperiodofoneyear .next precedingthe first publicationofthe attached copyofadvertisement;andaffiant further saysthatheorshehas neither paidnor promised any person,firm orcorporationanydiscount,rebate,commission or refund foj^thg^pwpT5s^*^qK securing this advertisement for publicaJkJfTirL^ttesaid newspaper (SEAL)5./$^*%+% MARIA MESA personally known tome S^o ~~-*»•*=>' ^FF 034747 *'& .-•'-flspSkye?^-Py;^n£rakFjttp)p^e£and-^setljije :Cbhtri&#i<>ri^^r:' •7.tt?e#yiSi^^^en^r^ ';7by;all6i^ 6SE NEIGHBORS SUNDAY AUGUST 26 2016 MIAMIKERALO.COM CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HEREBY given that line Cily Commission ofthe City of South Miami,Florida will conduct Public Hearing(s)atits regular City Commission meeting scheduled lor Tuesday,September 6,2016,beginning ai 7:00 p.m.,intheCity Commission Chambers,6130 Sunset Drive, toconsiderthefollowingitem(s): /AResolution authorizing the City Manager to enter into amulti-year contract with Commercial Energy Specialists,Inc.for Pool Chemicals andN ^Bulk Liquid Chlorine.J A Resolution authorizing theCity Manager toenterintoan Interlocal Agreement with Miami-Dade CountyOffice ofFilmand Entertainment to issue permits to film andstill photography production companies allowing them to utilize City facilities and sej-vices as authorized bythe City. A Resolution authorizing theCity Manager toenterintoavehiclerental agreement withRoyal Rent-A-Car for rental vehicles usedin undercover policeoperationsbythePoliceDepartment. A Resolution authorizing theCity Manager lo rc-ncw a five (5)year maintenance agreement withSunGard PublicSector for servicing the Police Departments mobile held reportingandrecords management system. An Ordinance amending the South Miami Pension Plan to implement the Collective Bargaining Agreement between the Cityof South Miami and AFSCME Local 3294 and creating anew Administration Management Service Class (AMSC)of employees inthe South Miami Pension Plan forthe City of South Miami and setting forth the terms of the Plan as related tothe AMSC;by Amending Chapter 16,Article II,Section 16-12, "Definitions"by Adding Definitions for Second TierMember and AMSC and amending the definition of final average compensation,asit applies tothe AMSC;by amending Section 16-13,"Eligibility"to reopen thePlan for certain General Employees and fortheAMSC;by amending Section 16-14,"Pension benefits and retirement date"tosetoutthe benefits for those persons whowilljointhe Second Tier and for those persons inthe AMSC;by amending Section 16-17 'Termination Benefits"to provide a vesting schedule forthe AMSC;by amending Sec.16-19,"Contributions" toplacealimitonthe total contributions made inany fiscal yearby General Employees andtoset the contribution rateforthe AMSC;by amending Section 16-21,"Purchaseof Credited Service"by allowing certain employees andelected officers tobuy credited service. An Ordinance amending theSouthMiami Code of Ordinances by Deleting Section 2-4.5,"Voluntary retirement of elective officers"-. An Ordinance ofthe Mayor andCity Commission oftheCityofSouthMiami amending the Land Development Code,Article 111."Zoning Regulations/*Section 20-3.5,"Dimensional Requirements."toamendandclarifythesetback requirements forsidestreetfirstandsecond storyfacadesofstructuresoncornerlots,andforsideinteriorsetbacksforadditionslostructureswithalivefootsetback,inthe RS-I,RS-2. RS-3,RS-4andRS-5zoningdistricts;andSection20-3.6,"Supplemental Regulations."subsection(F)(4),tocorrectthetitleofthedirector responsiblefordeterminingwhichstreetsarefrontageandsidestreets. ALLinterestedpartiesareinvitedtoattendandwillbeheard. Forfurtherinformation,pleasecontacttheCityClerk'sOfficeat:305-663-6340. Maria M.Mencndcz,CMC CityClerk PuisuanttoFloridaStatutes 2S6.010S.theCityherebyadvisesthepublicthatifaperson decides toappealanydecisionmadebythisBoard.Agencyor Commission withrespect toany matterconsidered atits meeting or hearing,he orshewillneeda record ofthe proceedings,and that for such purpose,affected person may needto ensure thai a verbatim recordofthe proceedings is made which recordincludes the testimony and evidence upon which the appeal istobe bused.