HomeMy WebLinkAboutFranmar Corp. Contract
C~H
CfJI/Ob
~ MIAMI BEACH
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH
DRIVERS FOR THE CITY'S SUMMER PROGRAMS
CONTRACT NO.:
10-05-06
EFFECTIVE DATE(S): Upon Contract Execution (May 2006) until September 30, 2007 with
two (2) additional one (1) year renewal options, at the City's
discretion.
SUPERSEDES:
None
CONTRACTOR(S):
FRANMAR CORPORATION
A. AUTHORITY - Upon affirmative action taken by the City Commission of the City of
Miami Beach, Florida, on April 11, 2006, a Contract was approved for award and
subsequent execution between the City of Miami Beach Florida and FRANMAR
COP ORATION.
B. EFFECT - This Contract is entered into to provide for the rental of eight (8) 65-Passenger
School Buses with Drivers for the City of Miami Beach Recreation Department to
transport playground and youth center participants throughout Miami Dade, Broward and
Palm Beach Counties for various field trips during the City's Summer recreational
programs. Therefore, all required services shall be made under the terms, prices and
conditions of this Contract, Bid No. 10-05/06, all addenda thereto, and CONTRACTOR's
bid response.
C. ORDERING INSTRUCTIONS - All standing orders shall be issued in accordance with
the City of Miami Beach Procurement Division policies and procedures, at the prices
indicated, exclusive of all Federal, State and local taxes.
All Standing Orders shall show the City of Miami Beach Contract Number (10-05/06).
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to the
Procurement Director 305-673-7490.
E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
Page 2
Certification of Contract
F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition,
CONTRACTOR shall not subcontract any portion of the work required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Contract have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract in
a skillful and respectable manner. The quality of CONTRACTOR's performance and all
interim and final product(s) provided to or on behalf of CITY shall be comparable to the
best local and national standards.
G. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard
of the City of Miami Beach. As contract employees of the City, CONTRACTOR's
employees will be required to conduct themselves in a professional, courteous and ethical
manner at all times and adhere to the City's Service Excellence standards. Training will
be provided by the City's Organizational Development and Training Specialist.
H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the CITY, may not submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of real property to the
CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the CITY, and may not transact any business with the
CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes,
for category two purchases for a period of 36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the Contract and may result in Contractor debarment.
I. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such services, neither
CONTRACTOR nor its officers, employees or agents shall act as officers, employees, or
agents ofthe CITY. This Contract shall not constitute or make the parties a partnership or
joint venture.
J. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. Therefore, the parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a claim
against either of them based upon this Contract.
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract.
2
Page 3
Certification of Contract
K. NOTICES - Whenever either party desires to give notice to the other, such notice must be
in writing, sent by certified United States Mail, postage prepaid, return receipt requested,
or by hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the
manner provided in this section. For the present, the parties designate the following:
For CITY:
Procurement Division
1700 Convention Center Drive
Miami Beach. Florida 33139
Attn: Gus Lopez. Procurement Director
For CONTRACTOR:
Franmar Corporation
Attn: Dore Pollock
19301 SW 108 Avenue
Miami. Florida 33157
L. MATERIALITY AND WAIVER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in this Contract, Bid No. 10-05/06, and
all addenda thereto, is substantial and important to the formation of this Contract and,
therefore, is a material term hereof.
CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
M. SEVERANCE - In the event a portion of this Contract is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective unless
CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this
Contract based upon this provision shall be made within seven (7) days after the finding
by the court becomes final.
3
Page 4
Certification of Contract
N. APPLICABLE LAW AND VENUE - This Contract shall be enforceable in Miami-Dade
County, Florida, and if legal action is necessary by either party with respect to the
enforcement of any or all of the terms or conditions herein exclusive venue for the
enforcement of same shall lie in Miami-Dade County, Florida. By entering into this
Contract, CONTRACTOR and CITY hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to, or arising out of
the Project. CONTRACTOR shall specifically bind all subcontractors to the
provisions of this Contract.
O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the CITY and
CONTRACTOR.
P. All documents shall be executed satisfactorily to the CITY and until Insurance
Certificates have been filed and approved, this Contract shall not be effective.
Q. This Contract, Bid No. 10-05/06, and all addenda thereto, and CONTRACTOR's bid
response shall comprise the entire Agreement between CITY and CONTRACTOR.
4
Page 5
Certification of Contract
AGREEMENT
r-
THIS AGREEMENT made this q' day of YrL ~20 0 ~ A.D. between the
CITY OF MIAMI BEACH, a FI~cipal corporation, h einafter referred to as the City,
which term shall include its successors and assigns, and
Franmar Corporation
19301 SW 108 Avenue
Miami. Florida 33157
(also referred to as Contractor)
Estimated Annual Contract Amount: $84.960.00.
IN WITNESS WHEREOF the said City has caused this Certification of Contract to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by
the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to
be signed it its name.
By
~(l~rA
Signature of Authorized
Corporate Officer
Mayor
David Dermer
CONTRACTOR
DORt:- /)o!LoJ 11 f
Print Name /Title
S /Cj IDb
Date '
Date
AT~t PtU~
ATTEST:
~~
Signature
~anCt0u }\aA;l\e \ \~
Print Name/Title
City Clerk
, Robert Parcher
ceo
5
ACORD. CERTIFICATE OF LIABILITY INSURANCE OP 10 L~ _,.._,........__.... 0'
FRANM-1 01/11/06
PRODUCER. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Kahn-Carlin & Company, Inc. 1I0LVER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
3350 S. Dixie Highway ALTER THE COVERAGE AFFORDED BY TtIE POLICIES BELOW.
Miami FL 33133-9984
phone: 305-446-2271 Fax:305-448-3127 INSURERS AFFORDING COVERAGE NAIC.
INSURED INSURER A: .~ricaa IDteraatioaal Group
INSURER B:
Franmar ro~oration INSURER C:
Dare Pol oc
P~ B7x 970783 INSURER 0:
M am FL 33197-0783
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NIIMED ABOVE FOR TIlE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH HilS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT ro ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER DA~ ~MMIDIriYi DATE'MMIODlYVin LIMITS
GENERAl LIA8LITY , EACH OCCURRENCE $
I COMMERCIAl.. GF.,IlERAL LIABILITY PREMISES lEa occ:urence) $
I CLAIMS MADE 0 OCCUR MED EXP (Any 008 person) $
- PERSONAl.. & ADV It/JURY $
- GENERAL AGGREGATE $
GEN'L AGGREGATE LIMIT APPnS PER: PROOUCTS " COMPIOP AGG $
I POLICY n ~~ LOC
~OM08LE lIA8ILITY COMBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
- J~Z!:
- ALl OWNED AUTOS ) BODILY INJURY
$
SCHEDULED AUTOS (Per person)
I--
I-- HIRED AUTOS BODILY INJURY
$
NON-OWNED AUYOS ~, (Per accldenl)
f-- ~ rp'fj
I-- PROPERTY DAMAGE
(Per accldent) $
GARAGE LlABLITY AUTO ONLY" EA ACCIDENT $
R ANY AUTO OTHER THAN EAACC $
AUTO ONLY: Aoo $
EXCESSlUMBRELLA LIABILITY EACH OCCURRENCE $
:=J OCCUR 0 CLAIMS MADE AGGREGATE $
$
==i DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND hORY LIMITS I IVER"
A EMPlOYERS" LIA8ILITY 2922824 01/01/06 01/01/07 $ 100,000
ANY PROPRIETOIWARTNERlEXECUTIVE E.L. EACH ACCIDENT
OFFICERlMEMBER EXCLUDED? E.L. DISEASE" EA EMPLOYEE $ 100,000
If .m' deIcrIbII under $500,000
S EClAt. PROVISIONS beI~ E.L. DISEASE" POLICY LIMIT
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES' EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
.
City of Miami Beach
1700 Convention Center Drive
Miami Beach FL 33139
CANCELLATION
MIAM -19 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE T1IEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICe TO TilE CERTIFICATE HOLDER NAMED TO THE LI!FT, BUT FAILURE TO DO SO SHAlL
IMPOSE NO OBLIGATION OR LIABLITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVE$.
AUT ED nEP ESE
o ACORD CORPORATION 1988
CERTIFICATE HOLDER
ACORD 25 (2001108)
..Ian ::11 U6 02:40p
p.i::
CERTIFICATE OF INSURANCE
sucH INSURANCE AS RESPEcTS THE INTEREST OF THE CERnFlCATE HOLDER Will. NOT BE CANCELED OR OTHERWISE
TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERT1FICATE HOLDER NAMED BELOW, BUT IN NO
EVENT SHALL THIS CERnFICATE BE VALID MORE THAN 30 DAYS FROM lltE DATE WRITTEN. THIS CERnFICATE OF INSURANCE
OOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW.
ThIs certifies that: mI STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois, or
o STATE FARM FIRE AND CASUAL 1Y COMPANY d Bloomington, Illinois
has coverage in fon:e for the following Named Insured as shown below :
Named Insured FRANMAR CORP
Address of Narnedlnsw8d PO BOX 970783
MIAMI. FL 33197
POliCY NUMBER
EFFECTIVE DATE OF
POlICY
DESCRIPTION OF
VEHICLE
LIA8IUTY CO\/ERAGE
UMrTS OF UABlUTY
a. Bodily Injury
Each Person
a. BodIly Injury
Each Accident
b. Property Damege
c. BodIy Injury &
Pnlperty DImage
Single LlmIt Each
Accident
PHYSICAL DAMAGE
COVERAGES
a.
b. CoIllBion
EMPLOYER.S
N()N.()iWNERSHIP
COVERAGE
HIRED CAR coyERAGE
_1......
871Dt12OOH710112G06
$1,000,000.00
~yES
[]ves
ONO
DNO
DyES
DNO
NO
Dves
DNO
AGENT 6618 1131~
Title Agent's Code Number Date
Name and Address of Certificate Holder Name and Address of Agent
,- I ,- ---,
I
CITY OF MIAMI BEACH RICHARD G. KING INSURANCE AGENCY, INC
1700 CONVENTION CENTER DR. 18497 S. DIXIE HIGHWAY
MIAMI BEACH Fl33139 MIAMI. Fl33157
L 305-235--3633
~ L I
,
---!
Check if a permanent Certificate of Insurance for liability coverage is needed: 0
Cheok if lhe C8l1ific8te Holder should be added as an AddiIioIl8Ilnsur8d; 18I
Remarks: RENTAL OF (8) 65 PASSENGER SCHOOL BUSES WITH DRIVER FOR CITY'S SUMMER PROGRAM. (BID NO:10-05106).
158-<M30.2 Rev. 9-84 PrInbIcIln V.SA
""1..'" II .U"",... "". "''''''VI''''''''''''
This certifies that 0 STATE FARM FIRE AND CASUALTY COMPANY, Bloomington, Illinois
o STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois
o STATE FARM FIRE AND CASUALTY COMPANY, Scarborough, Ontario
181 STATE FARM FLORIDA INSURANCE COMPANY, Winter Haven, Florida
o STATE FARM LLOYDS, Dallas, Texas
insures the following policyholder for the coverages indicated below:
Name of policyholder FRANMAR CORP.
Address of policyholder PO BOX 970783 MIAMI, FL 33197-0783
Location of operations 19301 SW 108TH AVE, MIAMI, FL 33157
Description of operations School buses
The policies listed below have been issued to the policyholder for the policy periods shown. The insurance described in these. polic!es is
subject to all the terms exclusions, and conditions of those policies. The limits of liability shown may have beellleduced by any paId c1alllls.
POLICY PERIOD LIMITS OF LIABILITY
POLICY NUMBER TYPE OF INSURANCE Effective Date : Expiration Date (at beginning of policy period)
Comprehensive . BODILY INJURY AND
,
98-Q6-2737-6 B Business Liability AUG-16-05 : l\UG-16-06 PROPERTY DAMAGE
..-------.---------------.--.- - ~ - P<OdUCis --COmpjejeii Opom.';;'-, -- -- - - - - - -~ - - -- no no --
This insurance includes:
181 Contractual Liability
181 Undergn>tl<ld Hazard Coverage ~.k:. Each Occurrence $ ] ,000,000
181 Personal Injury
181 Advertising Injury General Aggregate $ 2,000,000
181 Explosion Hazard Coverage ~ 1 p,ftJh
Products - Completed $ 2, 000, 000
181 Collapse Hazard Coverage
o . Operations Aggregate
0
POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE
EXCESS LIABILITY Effective Date Expiration Date (Combined Single Limit)
o Umbrella Each Occurrence $
o Other Aggregate $
Part 1 STATUTORY
Part 2 BODILY INJURY
Workers' Compensation -
and Employers Liability Each Accident $
, Disease Each Employee $
,
,
, Disease - Policy Limit $
,
POLICY PERIOD LIMITS OF LIABILITY
POLICY NUMBER TYPE OF INSURANCE Effective Date Expiration Date (at beginning of policy period)
THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY
AMENDS, EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN.
If any of the described policies are canceled before
its expiration date, State Farm will try to mail a written
notice to the certificate holder
Name and Address of Certificate Holder 30 days before cancellation. If however, we fail to
mail such notice, no obligation or liability will be
imposed on State Farm or its agents or
represe~
......~....., ,
SIg ure of AuthorIzed.
Agent 9/9/05
Title Date
Agent's Code Stamp
AFO Code 1"600
558-994 8.3 04-1999 Prinled in U.S.A.
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
-r.'A f\ N JYl f'\- ~_ C () I~ eo R ~-h all
Company Name:
Bid Proposal Page 1 of 2
OPTION A
We plOlh)Se to provide eiyht (0) air eOlllliliollCd, G!J pi1SS(~Il~WI scllllol buses willi drivers for the
City's SlIIlI/ner PlOglClIIIS in CICCO' u8m.:e willi tile I equil ed (ell liS elml cunditions of these Bid
Documents.
DAIL V RATE QTV
PER BUS/DRIVER
UAVS
TOTAL
.DESCRIPTION
BuslDriver
$
x
8
x 36
$
OPTION.S
We prow'se to provide four (4) air conditioned, and fOlll" (.1) lion-air cOllllitiolled, 65-passenger
school buses with drivers for the City's SlIIllIller P'OYIClIIIS in clCColdcUlce wilh the required tel illS
and conditions of these Bid Documents.
DESCRIPTION
DAILY RATE aTY
PER BUSIDRIVER
DC
U^Y~
TOTAL
x
8
36
(rO
~Lf Cf &0 ..---
.
,
Bus/Driver
$
1Cf.6
x
$
NOTE: Tile City reserves the right to award either Oplion ^ or Option B at its own discretion.
NOTE: r':ates for addiliollaluuse5 51 mil be Im~cd 011 Ille dnily I nles illllicnled Oil Ihe Aid Proposal
form.
,
,
,
.
.
January 27, 211.l6
CUy of MIami Beach
Bid No: 10.05106
22 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
Bid Proposal Page 2 of 2
PAYMENT TERMS: NET 30. If other, specify here
SIGNED:
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED
PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY: p () a E F:> () (I () c t
COMPANY NAME: 'f' A f-\- tJ m tt R C () ~ p
M~ 1~{Jt
(I certify that I am authorized to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Amendment NO.1: 2!1..2.../0/d Amendment No.2:
, 1 InsertA>ateL. J/
(Il/Li flff.,-(2G-'(
Amendment NO.3: Amendment No.4:
Insert Date
Insert Date
I nsert Date
NAMElTITLE(Print):
ADDRESS:
1) () R-c '-:)0 LL 0 c k I V. ('=>.
l q 3 (} I ~ ~J I 0 Uve
mIll-In ( I f l~zIP: .~3 I 5"" 7
.
( ~ 051 J.- ~ ~ 50 g<..:
('305) .J-~-~. 040.-7
~ 1'- 11 / ~ '7 ~ (
CITY/STATE:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL 1.0.#:
January 27. 2006
Cily of Miami Beach
Bid No: 10-05106
23 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID # 10-05/06
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of eight (8) firms
or government organizations for which the Contractor is currently furnishing or has furnished,
similar services.
1)
Company Name /fl;(l/'YJ/ iJeac h ~ ,/<5. of Kecrea It"Or1 ~f>t-.
Address 2?tJO Sher,dCi./J /9ve. IJlN;"~1 lJeac/? Ii 33/3
/ /
Contact Person/Contract Amount E / / e/? V;..lIYa.S
Telephone No. 3{1<- toe; -1~()Z Fax No. ,.1ch-- 0?3 - 7/~-q
2)
Company Name R a17S0fV1 C~Jefj'/Clde?s'
Address 20<1-5""" Soulh BavsAt?re .lJ,/ve.Ma/YJ1 33 iJ3
r /
Contact Person/Contract Amount /thCJc-l vJ/J7 / I-h
, ,
Telephone NO.r3dr 2~O f:.Jr-O Fax No. ,3o.JR_5~ JS'4~
Company Name )Jete! ~ (j, U /1 fy Rib /1 c S'choo /s . .)
(5"c..<.H-.~.Jr,?sf 7i>r/l-'1/ '"Ia../
Address "15401 SL.J //7 /}t/(i'/)t(e. /?/H2P>/" .33/'7'7
/ "
Contact Person/Contract Amount Jerr}/ k/el,~ (j)jreefor of 7;-a/lsl't'rich'o0
Telephone No. 3~ 2.34 33"5" Fax No. ,30S""-Z\/-8'S-tJ2...
3)
4)
UIe~f;n/1Slfer ChoshCit1 1::/7//01
~c?SS- Std /S2 J"'n-e-ef !7J/drvJi 33/j-7
/
,- ,-
Contact Person/Contract Amount PJ e +h -f 'r' e n L A
Address
Company Name
Telephone No. 30...\- 23;3 - 2030 Fax No. 3oS- - 232 - 4S 47
Jenuary 27,2006
CIly of Miami Beach
Bid No: 10-05106
25 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES Willi DRIVER FOR HIE CITY'S
SUMMER PROGRAMS
BID # 10-05/06
5)
CUSTOMER REFERENCE LISTING (CONTD.)
Company Name ~i((JSa.. ~rk.!:, C},~H ler-, U/~rk fl/Ylef/~ ~ !t1e.-
Address :it) Q) Ils cayne.. BI\lc:{,. ztSO/; /f},a,-'l1 i 3313?
Contact Person/Contract Amuunt /-Ie r I) (' D h: I'l'\ C4 ..)
Telephone No. 3or- 57?, - ? .3J-3
Fax No. 3oj-.51I:J - 3.344
6) Company Name Keys. Ga.fe (}/'ar!er.. j'chool
Address ?-oOD _,.[; 2 g lNefh( e. l-!cl)1er kCi.cl 3363J
J
Contact Person/Contract Amount ~"har{)() _\m ;fh
TelephoneNo.30r-230-lrvlfo Fax No. 3(.'.5"- 230.-lh04
7) Company Name M'-tlt'>1i j)tu:/e. Pc?rks. 0/ Recrea...fiof'l
Address 2'7:;- Nt.)) 2/1ff) J-h-~9rf 3rd Fleer fYJ/Ct/YlI .}3/2~f
" "
Contact Person/Contract Amount !.(;~ i/;';/'1'J J~hl.rn6~
Telephone No. ,0?OJ- ?SJ-7f'l? 2
Fax No. ~J7S S".- 7J,cIO
8) Company Name A/o vet- 1/,"1111fi"- n- Iy J:cA 00 /
Address 330 I ~/IPJe- If,/e/l ,-<e/ Ff l.t?.;,(cJerclu../e 33 j 31-
Cuntact Person/Conll act Amount he 1'1 (l ;.s Fa.. ft /1" r)j
Telephone No. 9':;1- 2t:.2-41c? Fax No. QS4-2t:,2 - /bzcl
,
~
,
,
JlnUlry 27, 2008
ClIr or Mleml Beach
Bid No: 10.05/08
26 or 29
RENTAL OF EIGHT (8) 55-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
CONTRACTOR'S QUESTIONNAIRE
NOTE: Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to The May'Qr and City Commission of the City of Miami Beach, Florida:
By -+ r a... n fYl C<- reO r r V r d -t I 0 n
Principal Office /1.30/ Sw /D<6 A-ue m it"{ n1. t +t. ~ 3/5-7
How many years has your organization been in business under your present business
name? 3 :J-
State of Florida occupational license - state type and number:
Does your organization have current occupational licenses entitling it to do the work contemplated
in this Contract? y e:. S ,4 ". /'.,. f' <<." ..L-.; .I - ,V
j)a...c~ L-<;....t/Yl ty .0 ..J (-...,-.:.. t
f-{ Df', d 4- 0 <](/q { Ct.- Cf
MIlt-
N/rt
Dade County certificate of competency - state type and number:
City of Miami Beach occupational license - state type and number:
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had? :> L
Have you ever had a contract terminated due to failure to comply with contractual
specifications? i-J D
If so, where and why?
In what other lines of business are you financially interested or engaged?
11 on.e.-
Give references as to experience, ability, and financial standing
- c:ltA. L ~
~
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
27 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
What Bank or Banks have you arranged to do business with during the course of. the Contract 1('
should it be awarded to you? 0 fA A b WYl. k J c:., ~ ~ m ~ L l J f)a'1/l
<t -PI D~It.f~ - L.U fIb\. ~ ldrJ iR:1A a
Please list the names and addresses of subcontractors to be used, if any.
/lJ ern e
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants) with a
controlling financial interest. The term .controlling financial interest" shall mean the ownership, directly
or indirectly, of 10% or more ofthe outstanding capital stock in any corporation or a direct or indirect
interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business
trust or any legal entity other than a natural person.
(l-e -I-e/l
bt>tQe
6.rA rn 'Ov1 +..
Po If DC t
J/lnua'Y 27. 2006
City of Miami Beach
Bid No: 10-05106
28 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S SUMMER
PROGRAMS
BID # 10-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
b.
I~uals or entities (including our sub-consultants) with a controlling financial interest: have
have not contributed to the campaign either directly or indirectly. of a candidate who has
b en elected to the office of Mayor or City Commissioner for the City of Miami Beach Please
provide the name(s) and date(s) of said contributions and to whom said contribution was made.
I HEREBY CERTIFY that the a~e answers are true and correct.
tQlLU "~I vi
~ ~~ C~().
(SEAL)
(SEAL)
January 27, ~006
City of Miami Beach
Bid No: 10-05106
29 of 29
xxx 1.
XXX 2.
XXX 3.
XXX 5.
XXX 7.
XXX 8.
XXX 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits of the state of
Florida.
Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per
occurrence for bodily injury property damage to include Premisesl Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
The City must be named as and additional insured on the liability policies; and it must
be $tated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
Thirty (30) days written cancellation notice required.
Best's guide rating B+:VI or better, latest edition.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after bid opening.
~Rn-lI1mM eOI'lL ~/~ l~J JljJ
Bidder Signature of idder
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
16 of 29
Franrnar Corporation
I
School Bus Transportation &
Bus Maintenance Services
~I~ (9\ICr~"~'l~('V\i
S'a..~{,...\ .~:;z. \1.0
P.O. Box 970783. Miami, Florida 33197. (305) 253-5086. Fax (305) 253-8427
Let Us Introduce Yon to Franmar
We have been in the school bus business for 32 years. We have based our business
on personal service, safety, reliability and accountability.
We have an office, an office staff and maintenance garage that is open five days a week
from 8:30 AM until 4:30 PM. After 4:30 PM, an answering machine picks up the calls
and gives you access to an emergency person. Therefore, we are actually available 24
hours a day, seven days a week.
All of our drivers are licensed and drug-free. Several of our drivers have worked with us
for 28 years. We have one million dollars of insurance with State Farm. We have had a
remarkable safety record which we are happy to have you verify.
Franmar is under contract to the Miami-Dade County Public School System. We
perform 14 DCPS routes per day. We are the bus company for Keys Gate Charter
School as well as several otOOr charter schools.
Our buses are maintained in our own garage and are required to pass an inspection at
the Dade County Public School terminal every 28 days. We will not leave you stranded
due to a bus breakdown.
We work for Dade County Housing Authority, the Dade County Parks and Recreation
Department as well as many other Government agencies. We were first called by them
when they had numerous problems with their original vendor. We jumped in to do their
work and they were very pleased. We then were the successful bidder on the long-term
contract. We have maintained that contract for over 10 years.
PLEASE SEE ENCLOSED REFERENCE LIST.
We hope you will give us the opportunity to establish a close working relationship with
you. If there are any other concerns or questions, please call us immediately.
Sincerely,
Fran Martinelli
Franmar Corporation
OFFICE LOCATION: 19301 Southwest 108 Avenue. Miami, Florida 33157
Below is a sampling of some of our current work. We pride ourselves on excellent
service, so please feel free to call any of these people.
Miami Dade County Public Schools
Mr. Jerry Klein, Director of Transportation
305-252-7480
We do daily routes under contract and field
trips as needed for all of the public schools
Rosa Parks Charter School
Mr. George Coleman
305-576-3333
Daily route contract and field trips since
they started
Keys Gate Charter School
Ms. Sharon Smith
305-230-1616
Daily route contract and field trips since
they started
Major private schools for which we provide entire sports program transportation and
field trips:
Gulliver Schools (4 campuses) 305-666-7937 Temple Beth Am 305-667-6667
Ransom Everglades (2 campuses) 305-460-8819 Temple Judea 305-667 -94 70
Columbus High School 305-223-5650 Temple Bet Breira 305-595-1500
Miami Country Day School 305-759-2843 Kendall Christian School 305-271-3723
Cushman School 305-757-1966 St Louis Catholic School 305-238-7562
Palmer Trinity School 305-969-4254 St Richards Catholic School 305-233-8711
Westminster Christian 305-233-2030 Holy Rosary Catholic School 305-235-5442
University School 800-541-6682 x 4454 All Angels Academy 305-888-9483
All the transportation for the Girl Scout Council of Tropical Florida 305-253-4841 ;
Ms. Pauline Russel, Director.
Miami Dade County Parks and Recreation Department. We have been the successful
bidder and have maintained this contract for 12 years.
We have many more customers in the public and private sector. Please call if you
desire further references and/or telephone numbers.
FRANMAR CORPORATION PO Box 970783 Miami Florida 33197 305-253-5086
09/22/2005
FRANMAR CORPORATION
BUS VEHICLE IDENTIFICATION LIST
BUS# MAKE VIN#
10 FORDITHOMAS 1FDXJ75C6PVA03534
11 FORDITHOMAS 1FDXJ75C5PVA05727
12 FORDITHOMAS 1FDXJ75C7PVA05728
14 FORDITHOMAS 1 FDXJ75CXPV A05738
30 FORDITHOMAS 1FDXJ75C8NVA24964
31 FORDITHOMAS 1FDXJ75C6NVA24963
32 FORDITHOMAS 1FDXJ75CXNVA24965
33 FORDITHOMAS 1FDXJ75C5PVA07302
34 FORDITHOMAS 1FDXJ75C6NVA36921
35 FORDITHOMAS 1FDXJ75C7NVA21747
36 FORDITHOMAS 1FDXJ75COPVA07093
37 FORDITHOMAS 1FDXJ75C4NVA21740
38 FORDITHOMAS 1FDXJ75C8NVA36919
39 FORDITHOMAS 1FDXJ75C6PVA06014
40 FORDITHOMAS 1FDXJ75C2PVA06009
41 FORDITHOMAS 1FDXJ75C2PVA04308
42 FORDITHOMAS 1FDXJ75C3NVA25293
45 IHC/BLUEBIRD 1 HVLNHGN6GHA35195
51 IHC/BLUEBIRD 1 HVLNHGNXFHA57991
54 IHC/BLUEBIRD 1 HVLNHGNOEHA61322
58 IHC/BLUEBIRD 1 HVLNHGN3FHA 10365
60 IHC/BLUEBIRD 1 HVLNHGN6GHA44222
63 IHC/BLUEBIRD 1 HVLNHGNOHH478554
65 I HC/AMTRAN 1 HVBBABN8YH285930
66 I HC/AMTRAN 1 HVBBABN1 YH285929
67 I HC/AMTRAN 1 HVBBABN5YH286226
68 IHC/AM TRANS 4DRBRAANX3A949872
69 IHC/AM TRANS 4DRBRAAN 13A949873
70 IHC/AM TRANS 4DRBRAAN83A949871
71 IHC/BLUEBIRD 1 HVBBAANOYH321949
72 IHC/BLUEBIRD 1 HVBBAANOYH321935
73 IHC/BLUEBIRD 1 HVBBAAN9YH288871
74 IHC/BLUEBIRD 1 HVBBAAN8YH321942
75 IHCIIC 4DRBUAAN56A 164582
76 IHCIIC 4DRBUAAN96A 150457
80 IHCIIC 4DRBUAAN76A 162798
81 IHCIIC 4DRBUAAN56A298394
95 FORDITHOMAS 1 FDXJ75CONVA21458
96 FORDITHOMAS 1 FDXJ75C5NV A23870
97 FORDITHOMAS 1FDXJ75C9NVA21460
98 FORDITHOMAS 1 FDXJ75CONV A23856
99 FORDITHOMAS 1FDXJ75C5NVA21889
VINLlST
UPDATED 02102/2006
MIAMI-DADE COUNTY
TAX COLLECTOA
140 W. FLAGLER ST.
14th FLOOR
MIAMI, FL 33130
2005 OCCUPATIONAL LICENSE TAX 2006
MIAMI-DADE COUNTY - STATE OF FLORIDA
EXPIRES SEPT. 30, 2006
MUST BE DISPLAYED AT PLACE OF BUSINESS
PURSUANT TO COUNTY CODE CHAPTER SA - ART. 9 & 10
FIRST-CLASS
U.S. POSTAGE
PAID
MIAMI, FL
PERMIT NO. 231
086919-9J!!l'~ !t~ foHn f\ PII!
BUSINESS NAME I lOCATION
FRANMAR CORP TRANSPORTATION
19301 SW 108 AVE
33157 UNIN DADE COUNTY
110 PO. Pi'Y RENEWAL
LICENSE NO. 086919-9
OW~''ANMAR CORP
sec2"?~e ~lH~'(jL8 BUS SERVICE
EMPLOYEE/S
10
THIS IS AN OCCUPATIONAL
TAX ONLY. IT ODES NOT
PERMIT THE LICENSEE TO
VIOLATE ANY EXISTING
REGULATORY OR ZONING
LAWS OF THE COUNTY OR
CITIES. NOR DOES IT
EXEMPT THE LICENSEE
FROM ANY OTHER LICENSE
OR PERMIT REQUIRED BY
LAW. THIS IS NOT A
CERTIFICATION OF TIlE
LlCENSEE'S QUALlFICA.
TION.
DO NOT FORWARD
FRANMAR CORP TRANSPORTATION
FRANMAR CORP
PO BOX 970783
MIAMI FL 33197
PAYMENT RECEIVED
MIAMI-DADE COUNTY TAX
COLLECTOR:
08/08/2005
20130000361
00 Q8 f>>!i. '.8 0
I" J' II" I, .,"" ," "'1'" ""'1"'" "111" "l" t' I" " "'"
SEE OTHER SIDE
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachn.gov
COMMISSION MEMORANDUM
FROM:
Mayor David Dermer and Members of the City Commission .....
Jorge M. Gonzalez, City Manager fbr- ~ MG~~ .... - '< J l..
April 11,2006
REQUEST FOR APPROVAL TO AWARD A CONTRACT TO FRANMAR CORPORATION,
PURSUANT TO. INVITATION TO BID 10-05106, FOR THE RENTAL OF EIGHT (8) 65-
PASSENGER SCHOOL BUSES WITH DRIVER FOR THE cmns SUMMER PROGRAMS, IN THE
ANNUAL AMOUNT OF $84,960.00
TO:
DATE:
SUBJECT:
ADMINISTRATION RECOMMENDATION
Approve the award of a contract.
FUNDING
$84,960
Parks and Recreation Account No. 011-0950-000323
KEY INTENDED OUTCOME SUPPORTED
Increase satisfaction with recreational programs.
ANALYSIS
The purpose of Invitation to Bid No. 10-05106 (the "Bid) is to establish a contract, by means of sealed
bids, for the rental of eight (8) 65-Passenger School Buses with Drivers for the City of Miami Beach
Recreation Department to transport playground and youth center participants throughout Miami
Dade, Broward and Palm Beach Counties for various field trips during the City's summer programs.
The lease period for the current year from May 30th to July 21st. Contractor shall provide a Supervisor
stationed in Miami Beach to assist the City's Recreation Division with communication and scheduling.
The Bid was issued with two options, either all (8) buses to be air conditioned, or (4) air-conditioned
and (4) non-air conditioned buses.
The Bid was issued on January 27, 2006, with an opening date of March 3,2006. eidNet issued bid
notices to 11 prospective bidders. Additionally, the Procurement Division sent the bid announcement
to 10 other prospective bidders. The notices resulted in the receipt of one bid.
The Procurement Division sent out a survey to those companies that opted not to bid and the
following responses were received (number in parenthesis indicates number of companies that
responded) :
· Our company is simply not interested in bidding at this time (2).
· No buses available for this summer (1).
· Due to prior commitments our company was unable to provide a response to this ITS (3).
· We are in the process of Updating our fleet to include air conditioned buses (1).
T:\AGENDA\2006\apr11 06\consent\Summer Camp Buses MEMO.doc
39
Commission Memorandum
ITB 10-05/06
April 11,2006
Page 2 of 2
The sole bid was received from Franmar Corporation. This vendor has provided the service for the
last two years under the Miami-Dade County Contract at a discounted rate of $30.50/hr {rate per
contract is $33/hr} per bus for non air-conditioned buses. The daily rate per bus submitted by
Franmar under this Bid is $295 per day (fora 9 hour day, equals $32.77/hr). Four of the eight buses
are to be air-conditioned. The air-conditioned buses will be utilized for longer trips, and the non air-
conditioned buses will be utilized for shorter trips. .
For comparison purposes, Miami-Dade County Parks and Recreation and School Board rates are
shown below:
M-D COUNTY M-D COUNTY
FRANMAR CORP. PARKS & SCHOOL BOARD
RECREATION
DESCRIPTION BUSES DAYS DAILY RATE PER DAILY RATE PER DAILY RATE PER
BUS PER DRIVER BUS PER DRIVER BUS PER DRIVER
OPTION A $288.00-
(8) AIR CONDITIONED 8 36 NO BID
65-PASSENGER SCHOOL BUSES $32.00/hr
OPTION B
(4) AIR CONDITIONED & FOUR 8 36 $295.00* $297.00* $288.00**
(4)NON-AlR CONDITIONED $32.77/hr $33/hr $32.00/hr
6&-PASSENGER SCHOOL BUSES
Miami-Dade County School Board offers a flat rate of $321hr.
Miami-Dade County Parks and Recreation rate is $198 for a 6 hour bus rental.
*The City requested a daily rate per bus; Hourly rate is calculated based on a 9-hour day.
*"The Administration considered the option of renting the buses from the School Board. However,
due to their own summer programs, the buses could only be available after 9:00 a.m. for pick-up and
drop-off service, without the ability to keep the bus the whole day, which is required for longer trips.
The Parks and Recreation Department comments on Franmar's performance follows: "Our past
experience with Franmar has proven to be excellent. During the rising cost of fuel Franmar
has managed to maintain the same prices, even with the frequency of long distance trips."
CONCLUSION
Based on the aforementioned, the Administration recommends that the City award a contract to
Franmar Corporation for the rental of summer camp school buses in the annual amount of $84,960.
The contract shall remain in effect from time of award by the Mayor and City Commission until
September 30, 2007, and may be renewed by mutual agreement for two {2} additional years, on a
year to year basis.
40
e MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochA.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
February 1 7, 2006
RE: ADDENDUM NO.1 TO INVITATION TO BID (ITB) NO. 10-05/06 -
RENTAL OF (8) 65 PASSENGER SCHOOL BUSES WITH DRIVERS FOR THE
CITY'S SUMMER PROGRAMS
In response to questions and requests for additional information discussed at the Pre-
Bid Conference by prospective bidders, the ITB is hereby amended as follows:
1. REVISE: Bid opening date is changed from February 22, 2006 to March 3,
2006 at 3:00 p.m.
2. REVISE: Section 2.3 - PRICES SHALL BE FIXED AND FIRM FOR TERM
OF CONTRACT: Contractor shall submit any requested price increase no
later than February 1 for each renewal option.
3. REVISE: Operating Hours to Monday - Friday from 8:30 a.m. - 6:00 p.m.
4. ADD: Contractor employees assigned to this contract shall wear uniforms or
an identifiable name badge that identifies the employee and company ll.ame
at all times. Drivers shall wear closed toe shoes or sneakers, (no flip flops or
scandals) and shall have no inappropriate logos, symbols, or wording on their
clothing. Drivers may wear shorts or long pants however they must be
professional in nature. (no polka dots, cut offs, etc.)
5. DELETE: "Contractor shall provide a supervisor stationed in Miami Beach to
assist the City's Recreation Division with communication and scheduling".
6. REVISE: Contractor shall provide the City's Recreation Division with the
name(s) of a supervisor/contact person(s) with telephone number(s) who will
be able to respond to any/all of the City's Recreation Division inquiries
immediately (within a two minute time span) at no additional cost to the City.
7. ADD: Because the contractor will be dedicating the eight (8) buses to this
contract for 36 days and whereby there may be days due to inclement
whether that the buses may not be utilized, the City regardless, will agree to
pay the contractor for bus services for these scheduled days. However, the
City will not pay overtime should the contractor exceed the 6:00 p.m. return
time. Additionally, the City will not pay for scheduled unused bus services
due to fires, floods, and hurricanes, or any other emergency.
8. ADD: Once bus drivers complete their drop offs at the designated field trip
locations, they shall be readily available for any unforeseen/emergency pick
up requests. They shall always be within a distance whereby they can return
within 15 minutes upon notification.
9. ADD: All bidders shall provide documentation with their bid or within ten (10)
calendar days upon request from the Procurement Office that indicates that
complete background checks have been conducted within one-hundred (100)
calendar days prior to the first scheduled day (May 30, 2006) of bus services
for all employees that are to be utilized for this contract. The background
checks shall be either Dade County School Certified (in other words Dade
County schools has conducted the background checks or else the employees
shall pass the background checks for fingerprints and pass a drug test)
Failure to provide this information shall deem the bid as non-responsive.
Contractors are reminded to please acknowledge receipt of this addendum as part of
your bid submission. Contractors that have elected not to submit a bid please complete
and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not
submitting a bid.
CITY OF MIAMI BEACH
Gus Lopez, CPPO
Procurement Director
F:\PURC\$ALL\JOHN\BIDS\05-06UTB-10-05-06 SCHOOLBUSESAddendumNo.1.doc
INVITATION FOR BIDS
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVERS
FOR CITY'S PARKS AND RECREATION SUMMER PROGRAMS
BID # 10-05/06
BID OPENING: February 22, 2006 AT 3:00 P.M.
Gus Lopez, CPPO, Procurement Director
PROCUREMENT DIVISION
1700 Convention Center Drive, Miami Beach, FL 33139
www.miamibeachfl.gov
F: \PURC\$ALL \SHIRLEY\Bids\OS-06 \ITB 10-05-06 BUSES. doc
e MIAMI BEACH
(9 MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
PUBLIC NOTICE
Invitation to Bid No. 10-05/06
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the day of February 22,
2006 for:
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVERS
FOR THE CITY'S SUMMER PROGRAMS
At time record and date, place above, bids will be publicly opened. Any bids or proposals received
after time and date specified will be returned to the bidder unopened. The responsibility for
submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of
the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
Purpose: The purpose of this Invitation to Bid is to establish a contract, by means of sealed bids,
for the rental of eight (8) 65-Passenger School Buses with Drivers for the City of Miami Beach
Recreation Department to transport playground and youth center participants throughout Miami
Dade, Broward and-Palm Beach Counties for various field trips during the City's summer programs.
A pre-bid conference will be held on February 'th, 2006 at 10:00 a.m. at the City of Miami Beach
City Hall, 4th Floor, City Manager's Small Conference Room, located at 1700 Convention
Center Drive, Miami Beach Florida 33139. Attendance at the pre-bid conference is highly
encouraged and recommended as a source of information but is not mandatory.
The City of Miami Beach has contracted with Bid Net and has begun utilizing a new central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with BidNet(r), this new South Florida Purchasing system has replaced the
DemandStar system and allow vendors to register online and receive notification of new bids,
amendments and awards. Vendors with Internet access should review the registration options at
the following website: www.govbids.com/scriots/southflorida/oublic/home1.aso. If you do not have
Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305)
673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be
received no later than ten (10) calendar days prior to the scheduled Bid opening date. All
responses to questions/clarifications will be sent to all prospective bidders in the form of an
addendum.
January 27. 2006
City of Miami Beach
Bid No: 10-05106
2 of 29
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best
interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of
Miami Beach may reject any and all proposals or bids.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
BEACH WEBSITE: htto:/Iwww.miamibeachfJ.gov/newcitv/deots/ourchase/bidintro.aso
. CONE OF SILENCE -- ORDINANCE NO. 2002-3378
. CODE OF BUSINESS ETHICS - RESOLUTION NO. 2000-23879.
. DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
. PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
. LOBBYIST REGISTRATION AND DISCLOSURE OF FEES - ORDINANCE NO. 2002-3363
. LOCAL PREFERENCE ORDINANCE NO. 2003-3413
CITY OF MIAMI BEACH
",.,,,,/.-.-) ~j-.;,,,,
~:::~:___./~ -;/.r--
. l."~~' --- .--
(
Gus Lopez, CPPO
Procurement Director
January 27, 2006
City of Miami Beach
Bid No: 1 0-05/06
3 af29
<9 MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fox: 305-673-7851
NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
_Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an alternate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre-proposal meeting.
_OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid or this completed form, may result in
your company being removed from the City's bid list.
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
4 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVERS FOR THE CITY'S
SUMMER PROGRAMS
BID # 10-05/06
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
Original copy of Bid Form as well as any other pertinent documents must be returned in
order for the bid to be considered for award. All bids are subject to the conditions specified
hereon and on the attached Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title
to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided
on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be
considered for award. All bids must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original bid conditions and specifications CANNOT be changed or altered in
any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter
form, signed by bidders and attached to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and
explain the reason. Repeated failure to bid without sufficient justification shall be cause for
removal of a supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount ofthe bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise
stated in special conditions). Discounts for prompt payment. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately and
no attempt is to be made to tie any item or items in with any other item or items. Cash or
quantity discounts offered will not be a consideration in determination of award of bid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Feeleral Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices and
extensions and all instructions pertaining to supplies and services. Failure to do so will be
at the bidder's risk.
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
5 of 29
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be
the latest new and current model offered (most current production model at the time of this
bid). All containers shall be suitable for storage or shipment, and all prices shall include
standard commercial packaging.
1.8 UNDERWRITERS' LABORATORIES:
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies
shall be U. L. listed or re-examination listing where such has been established by U. L. for the
item(s) offered and furnished.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest of the City of
Miami Beach, FL.
1.1 0 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard of acceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. Bidders shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other
than the specified brands, and shall indicate ANY deviation from the specifications as listed.
Other than specified items offered requires complete descriptive technical literature marked
to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE
BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications may be rejected and returned at vendor's expense. These items and items
not delivered as per delivery date in bid and/or purchase order may be purchased on the
open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not destroyed,
will, upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples furnished within (30) days after bid opening. All samples will be
disposed of after thirty (30) days. Each individual sample must be labeled with bidder's
name. Failure of bidder to either deliver required samples or to clearly identify samples may
be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered
to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139.
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
6 of 29
1.13 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours ofthe user, Monday through Friday, excluding holidays.
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING:
Bids shall be opened and publicly read on the date, time and place specified on the Bid
Form. All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk
of loss or damage to all items shall be the responsibility of the successful bidder until
acceptance by the buyer unless loss or damage result from negligence by the buyer. If the
materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City within 30 day after the items awarded to a vendor have
been received, inspected, and found to comply with award specifications, free of damage or
defect and properly invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision of the City shall be final and binding on both parties.
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a
cause for relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article
manufactured or used in the performance of the contract, including its use by The City of
Miami Beach, Florida. Ifthe bidder uses any design, device or materials covered by letters,
patent, or copyright, it is mutually understood and agreed, without exception, that the bid
prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
7of29
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be considered as a
breach of contract. Any fines levied because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 AMERICAN WITH DISABILITIES ACT:
Call (305) 673-7490NOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call Heidi ~ohnson Wright,
Public Works Department, at 305.673.7080.
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new. The items bid must be new, the latest model,
of the best quality, and highest grade workmanship.
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami BeactLproperty to deliver
materials or perform work or services as a result of a bid award, the successful bidder will
assume the full duty, obligation and expense of obtaining all necessary licenses, permits
and insurance and assure all work complies with all applicable Dade County and City of
Miami Beach building code requirements and the South Florida Building Code. The bidder
shall be liable for any damages or loss to the City occasioned by negligence of the bidder
(or agent) or any person the bidder has designated in the completion of the contract as a
result of his or her bid.
1.27 BID GUARANTY: N/A
1.28 DEFAULT:
Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before
such award is made, may result in forfeiture of that portion of any bid surety required equal
to liquidated damages incurred by the City thereby, or where surety is not required, failure to
execute a contract as described above may be grounds for removing the bidder from the
bidder's list
1.29 CANCELLATION:
In the event any of the provisions ofthis bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation. The City Commission of Miami Beach, Florida
reserves the right to terminate any contract resulting from this invitation at any time and for
any reason, upon giving thirty (30) days prior written notice to the other party.
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
Bof29
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700
Convention Center Drive, Miami Beach, Florida 33139.
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
1.32 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute
shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with
prior notice.
1.34 BID TABULATIONS:
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-
addressed stamped envelope with the bid.
1.35 BID PROTEST PROCEDURES:
Bidders that are not selected may protest any recommendation for Contract award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for resulting protested bids and proposed awards. Prot~st not timely pursuant
to the requirements of Ordinance No. 2002-3344 shall be barred.
1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must
submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior
to scheduled Bid opening, a request for clarification. All such requests for clarification must
be made in writing and the person submitting the request will be responsible for its timely
delivery.
Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the
City of Miami Beach Procurement Director. The City shall issue an Informational Addendum
if clarification or minimal changes are required. The City shall issue a Formal Addendum if
substantial changes which impact the technical submission of Bids is required. A copy of
such Addendum shall be sent by mail or facsimile to each Bidder receiving the Solicitation.
In the event of conflict with the original Contract Documents, Addendum shall govern all
other Contract Documents to the extent specified. Subsequent addendum shall govern over
prior addendum only to the extent specified. The Bidder shall be required to acknowledge
receipt of the Formal Addendum by signing in the space provided on the Bid Proposal Form.
Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however,
that the City may waive this requirement in its best interest. The City will not be responsible
for any other explanation or interpretation made verbally or in writing by any other city
representative.
January 27. 2006
C~y of Miami Beach
Bid No: 10-05/06
9 of 29
1.37 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection of the Bidder's facility may be made prior to the award of contract.
Bids will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this Bid. Bidders must be able to
demonstrate a good record of performance for a reasonable period of time, and have
sufficient financial support, equipment and organization to insure that they can satisfactorily
execute the services if awarded a contract under the terms and conditions herein stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully
equipped and well established company in line with the best business practices in the
industry and as determined by the City of Miami Beach.
2) The City may consider any evidence available regarding the financial, technical and
other qualifications and abilities of a Bidder, including past performance (experience) with
the City in making the award in the best interest of the City.
3) The City may require Bidders to show proof that they have been designated as
authorized representatives of a manufacturer or supplier which is the actual source of
supply. In these instances, the City may also require material information from the source
of supply regarding the quality, packaging, and characteristics ofthe products to be supplies
to the City through the designated representative. Any conflicts between this material
information provided by the source of supply and the information contained in the Bidder's
.. Proposal may render the Bid non-responsive.
4) The City may, during the period that the Contract between the City and the successful
Bidder is in force, review the successful Bidder's record of performance to insure that the
Bidder is continuing to provide sufficient financial support, equipment and organization as
prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts
awarded to it by the City, the City may place said contracts on probationary status and
implement termination procedures if the City determines that the successful Bidder no .
longer possesses the financial support, equipment and organization which would have been.
necessary during the Bid evaluation period in order to comply with this demonstration of
competency section.
1.38 DETERMINATION OF AWARD
The City Commission shall award the contract to the lowest and best bidder. In
determining the lowest and best bidder, in addition to price, there shall be considered
the following:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgment, experience and efficiency of the
bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.39 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this
contract, including any or all of its right, title or interest therein, or his or its power to execute
such contract to any person, company or corporation without prior written consent of the
City of Miami Beach.
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
10 of 29
1.41 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
1.42 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the
Division to the other State agencies at the agencies option.
1.43 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the
awarded vendor. However, items that are to be Spot Market Purchased may be
purchased by other methods, i.e. Federal, State or local contracts.
1.44 ELIMINATION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or firm which is in arrears to the City
upon- any debt, taxes or contracts which are defaulted as surety or otherwise upon any
obligation to the City.
1.45 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.46 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent
to the award ofthis bid solicitation. Estimates are based upon the City's actual needs and/or
usage during a previous contract period. The City for purposes of determining the low
bidder meeting specifications may use said estimates.
1.47 COLLUSION
Bids from related parties. Where two (2) or more related parties each submit a bid or
proposal for any contract, such bids or proposals shall be presumed to be collusive. The
foregoing presumption may be rebutted by presentation of evidence as to the extent of
ownership, control and management of such related parties in the preparation and submittal
of such bids or proposals. Related parties mean bidders or proposers or the principals
thereof which have a direct or indirect ownership interest in another bidder or proposer for
the same contract or in which a parent company or the principals thereof of one (1) bidder
or proposer have a direct or indirect ownership interest in another bidder or proposer for the
same contract. Bids or proposals found to be collusive shall be rejected. Bidders or
Proposers who have been found to have engaged in collusion may be considered non-
responsible, and may be suspended or debarred, and any contract resulting from collusive
bidding may be terminated for default.
January 27. 2006
Cily of Miami Beach
Bid No: 10-05/06
11 of 29
1.48 DISPUTES
In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
. Any agreement resulting from the award of this Bid (if applicable); then
. Addenda released for this Bid, with the latest Addendum tak.ing precedence; then
. The Bid; then
. Awardee's Bid.
1.49 REASONABLE ACCOMMODATION
In accordance with the Title II ofthe Americans with Disabilities Act, any person requiring an
accommodation at the RFP opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
1.50 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent ofthe City, for the purpose of influencing consideration of this proposal.
1.51 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bibber or contractor, which
offer shall be deemed accepted upon approval by the City Commission of the City of Miami
Beach, Florida and in case of default on the part of successful bidder or contractor, after
such acceptance, the City may procure the items or services from other sources and hold
the bidder or contractor responsible for any excess cost occasioned or incurred thereby.
Additionally, the City may take such action.
1.52 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding
identical tie bids, preference will be given to vendors certifying that they have implemented
a drug free work place program. A certification form will be required at that time.
1.53 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier, sub-
contractor, or consultant under a contract with a public entity , and may not transact
business with any public entity in excess of the threshold amount provided in Sec. 287.017,
for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list.
1.54 DETERMINATION OF RESPONSIVENESS:
Determination of responsiveness taken place at the time of bid opening and evaluation. In
order to be deemed a responsive bidder, your bid must conform in all material respects to
the requirements stated in their Bid.
January 27, 2006
cny of Miami Beach
Bid No: 10-05/06
12 of 29
1.55 DELIVERY TIME:
Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar
days) for each item. It must be a firm delivery time, no ranges will be accepted, Le.; 12-14
days.
1.56 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No.
2002-3378. A copy of all written communication(s) regarding this bid must be filed with the
city clerk.
1.57 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful bidder
of such termination which shall become effective upon receipt by the successful bidder of
the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the
Agreement for all services performed by the bidder prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City
for damages sustained by the City by virtue of any breach of the Agreement by the bidder,
and the City may reasonably withhold payments to the successful bidder for the purposes of
set off until such time as the exact amount of damages due the City from the successful
bidder is determined.
1.58 TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful bidder of such termination,
which shall become effective thirty (30) days following receipt by bidder of such notice. In
that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. Ifthe Agreement is terminated by the City as provided in this section,
the City shall compensate the successful bidder in accordance with the Agreement for all
services actually performed by the successful bidder and reasonable direct costs of
successful bidder for assembling and delivering to City all documents. No compensation
shall be due to the successful bidder for any profits that the successful bidder expected to
earn on the balanced of the Agreement. Such payments shall be the total extent of the
City's liability to the successful bidder upon a termination as provided for in this section.
1.59 INSURANCE AND INDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of
damage or injury to property or persons used or employed on or in connection with the work
and of all damage or injury to any person or property wherever located, resulting from any
action or operation under the contract or in connection with the work. It is understood and
agreed that at all times the contractor is acting as an independent contractor.
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
13of29
The contractor, at all times during the full duration of work under this contract, including
extra work in connection with this project shall meet the following requirements:
Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory
requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see
checklist for limits) to protect the contractor in the interest of the City against all risks of
injury to persons (including death) or damage to property wherever located resulting from
any action or operation under the contract or in connection with the work. This policy is to
provide coverage for premises/operations, independent contractor, broad form property
damage, products/completed operations and contractual liability.
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
Maintain any additional coverages required by the Risk Manager as indicated on the
Insurance Check List. Name the City of Miami Beach as an additional insured on all liability
policies required by this contract. When naming the City of Miami Beach as an additional
insured onto your policies, the insurance companies hereby agree and will endorse the
policies to state that the City will not be liable for the payment of any premiums or
assessments. A copy of the endorsement(s) naming the City of Miami Beach as an
additional insured is required and mu.st be submitted to the City's Risk Manager.
No change or cancellation in insurance shall be made without thirty (30) days written notice
to the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the
laws of the State of Florida and these companies must have a rating of at least B+:VI or
better per Best's Key Rating Guide, latest edition.
Original signed Certificates of Insurance, evidencing such coverages and endorsements as
required herein, shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started. The certificate must state Bid Number and Title. Upon expiration of
the required insurance, the contractor must submit updated certificates of insurance for as
long a period as any work is still in progress.
It is understood and agreed that all policies of insurance provided by the contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses
that may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage
from the first dollar of exposure. No deductibles will be allowed in any policies issued on
this contract unless specific safeguards have been established to assure an adequate fund
for payment of deductibles by the insured and approved by the City's Risk Manager.
The liability insurance coverage shall extend to and include the following contractual
indemnity and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries
to the public in and up to the amount of $1,000,000.00 for each occurrence and for all
damages to the property of others in and up to the amount of $1,000,000.00 for each
occurrence per the insurance requirement under the specifications including costs of
investigation, all expenses of litigation, including reasonable attorney fees and the cost of
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
14 of 29
appeals arising out of any such claims or suits because of any and all acts of omission or
commission of any by the contractor, his agents, servants, or employees, or through the
mere existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach,
its officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold
Harmless Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for
the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement
from any and all claims arising out of this contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be
made available to the City upon demand. Compliance by the contractor and all
subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies of the insurance policies shall not relieve the contractor and all subcontractors of
their liabilities and obligations under any Section or Provisions of this contract. Contractor
shall be as fully responsible to the City for the acts and omissions of the subcontractor and
of persons employed by them as he is for acts and omissions of persons directly employed
by him.
Insurance coverage required in these specifications shall be in force throughout the contract
term. Should any awardees fail to provide acceptable evidence of current insurance within
seven days of receipt of written notice at any time during the contract term, the City shall
have the right to consider the contract breached and justifying the termination thereof.
If bidder does not meet the insurance requirements of the specifications; alternate insurance
coverage, satisfactory to the Risk Manag~r, may be considered.
It is understood and agreed that the inclusion of more than one insured under these policies
shall not restrict the coverage provided by these policies for one insured hereunder with
respect to a liability claim or suit by another insured hereunder or an employee of such other
insured and that with respect to claims against any insured hereunder, other insured
hereunder shall be considered members of the public; but the provisions of this Cross
Liability clause shall apply only with respect to liability arising out of the ownership,
maintenance, use, occupancy or repair of such portions of the premises insured hereunder
as are not reserved for the exclusive use of occupancy of the insured against whom claim is
made or suit is filed.
January 27,2006
City d Miami Beachn
Bid No: 10-05/06
15of29
xxx 1.
XXX 2.
XXX 3.
XXX 5.
XXX 7.
XXX 8.
XXX 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits ofthe state of
Florida.
Comprehensive General Liability (occurrence form), limits of liability $1.000.000.00 per
occurrence for bodily injury property damage to include Premisesl Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
.00 per occurrence to follow the primary coverages.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$
$
$
$
$
$
.00
.00
.00
.00
.00
.00
Thirty (30) days written cancellation notice required.
Best's guide rating B+:VI or better, latest edition.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after bid opening.
Bidder
Signature of Bidder
January 27. 2006
CiIy of Miami Beach
Bid No: 1 Q..05/06
16 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
2.0 SPECIAL CONDITIONS
2.1 TERM OF CONTRACT:
This contract shall remain in effect from time of award by the Mayor and City Commission
until September 30, 2007. Providing the successful bidder will agree to maintain the same
terms and conditions of the current contract, this contract could be extended for an
additional two (2) years, on a year to year basis, if mutually agreed upon by both parties.
The City's Parks and Recreation Director or designated representative shall notify the
successful bidder a minimum of sixty (60) days prior to commencement summer program.
2.2 METHOD OF AWARD
Award of this contract will be made to primary and secondary lowest and best bidders, as
defined in General Conditions 1.48, whose bid will be most advantageous to the City of
Miami Beach. Should the primary vendor fail to comply with the Terms and Conditions of
this Contract, the City reserves the right to award to the secondary vendor, if it is deemed to
be in the best interest of the City. The City reserves the right to award either Option A or
Option B at its own discretion.
2.3 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder
on the Bid Form shall remain fixed and firm during the initial term ofthis contract. Contractor
may submit a price increase on April 1 for each renewal option. The price increase shall be
based on the Consume Price Index for Urban Area (CPI-U}-and shall not exceed 2.5%.
2.4 CONTACT PERSON:
The contact person for this Invitation to Bid is Shirley Thomas the contact person may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail:
sthomas@miamibeachfl.Qov Communications between a proposer, bidder, lobbyist or
consultant and Procurement Staff is limited to matters of process or procedure.
Requests for additional information or clarifications must be made in writing to the contact
person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the
scheduled Bid opening date.
The City will issue replies to inquiries and any other corrections or amendments it deems
necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders
should not rely on representations, statements, or explanations other than those made in
this Bid or in any written addendum to this Bid. Bidders should verify with the Procurement
Division prior to submitting a proposal that all addenda have been received.
January 27, 2006
Cily of Miami Beach
Bid No: 10-05/06
17 of 29
YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.66, ENTITLED
CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES
RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS.
2.5 SAMPLES: N/A
2.7 LIQUIDATED DAMAGES: N/A
2.8 DISCOUNTS (From published price lists): N/A
2.9 ESTIMATED QUANTITIES: N/A
2.10 DAILY RATES:
The daily and rates quoted shall include full compensation for buses and drivers, insurance,
gas, oil and any all other cost to the bidder. Daily and hourly rates are specified as follows:
Daily Rental Rate - daily rate for straight time, i.e. from 8:00 a.m. to 6:00 p.m. Monday -
Friday.
2.11 WARRANTY: N/A
2.12 PRODUCT/CATALOG INFORMATION: N/A
2.13 REFERENCES (PROVIDE 5 REFERENCES IN THE CUSTOMER REFERENCE FORM)
Each bid must be accompanied by a minimum of Five (5) references, including the name of
the company, a contact person and the telephone number. NO BID WILL BE CONSIDERED
WITHOUT THIS LIST.
2.14 COMPLETE PROJECT REQUIRED: N/A
2.15 PICK UP LOCATIONS:
21 st Street Recreation Center
2100 Washington Avenue
Flamingo Park and Pal
999 11 th Street
Muss Park
4400 Chase Avenue
North Shore Parks and Youth Center
501 72nd Street
Polo Park
4301 N. Michigan Avenue
Scott Rakow Youth Center
2700 Sheridan Avenue
Stillwater Park
8440 Hawthorne
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
18 of 29
2.16 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified service. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; has technical
knowledge and practical experience in the type of equipment included in this scope of
service; has available the organization and qualified manpower to do the service; has
adequate financial status to meet the financial obligations incident to the service; has not
had just or proper claims pending against the company; and has provided similar type, size
and complexity of such service. The evidence will consist of listing of service that has been
provided to public and private sector clients, ei. nature of SERVICE within the last four (4)
years.
2.17 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received
after time and date specified will be returned to the bidder unopened. The responsibility for
submitting a bid/proposal before the stated time and date is solely and strictly the
responsibility of the bidder/proposer. The City is not responsible for delays caused by mail,
courier service, including U.S. Mail, or any other occurrence.
2.18 EXCEPTIONS TO SPECIFICATIONS:
Exceptions to the specifications shall be listed on the Bid Form and shall reference the
section. Any exceptions to the General or Special Conditions shall be cause for the bid to
be considered non-responsive.
2.19 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be
considered a valid bid, the ORIGINAL AND ONE COpy of the Bid Form pa~es and all
required submittal information must be returned, properly completed, in a sealed envelope
as outlined in the first paragraph of General Conditions.
2.20 MAINTENANCE AGREEMENT: N/A
2.21 EQUAL PRODUCT: N/A
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
19 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVERS FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
3.0 MINIMUM SPECIFICATIONS
3.1 SCOPE OF SERVICE:
3.1.1 The vendor shall provide eight (8) 65-passenger school buses with drivers for the
City of Miami Beach Recreation Department to transport playground and Youth
Center participants throughout Dade, Broward and Palm Beach Counties for various
field trips for the lease period specified herein. Contractor shall provide a Supervisor
stationed in Miami Beach to assist the City's Recreation Division with
communication and scheduling.
Successful bidder shall be able to provide the required school buses of which a
minimum offour (4) must be air conditioned. Up to four (4) buses or more may go to
Rapids Water Park and to South Dade daily. A three (3) days advance notice shall
be given to the contractor to provide additional (65)-passenger air conditioned
school buses with drivers to accommodate additional programs as needed. Rates.
for the additional buses shall be based on the same daily rates indicated on the Bid
Proposal form for the eight (8) 65-passenger air conditioned school buses with
drivers.
3.1.2 Lease Period:
Thirty-six (36) days, May 30, 2006 to July 21, 2006, excluding July 4th 2006.
Operating Hours: Monday -Friday 8:00 a.m. - 6:00 p.m.
3.1.3 Insurance and Vehicle Registration Certificates:
3.1.3.1 Bus, Driver, Automobile Insurance ($1 ,000,000) reference Insurance Check
List.
3.1.3.2 Bidders shall provide a copy of Florida Drivers License for each driver and a
copy of Florida Vehicle Registration/Inspection for each bus, with their bid or
within five (5) calendar days upon request from the Procurement Director.
3.1.4 Bus Maintenance:
3.1.4.1 Contractor shall maintain the buses in a safe and mechanically proper
operating condition and shall be responsible for all repairs and replacements
(tires), gas and oil included, at no additional cost to the City of Miami Beach.
3.1.4.2 Contractor shall be responsible for storage of buses.
3.1.5 Minimum Requirements:
3.1.5.1 Contractor must be in business for a minimum of Four (4) years with
experience in transporting children, and shall provide their list of reference
with the phone number and contact names
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
20 of 29
3.1.5.2 Contractor shall provide the City with a list of bus drivers and a copy of their
Driver's License. All drivers utilized for this contract must have a minimum of
two years safe driving experience, subject to any all required background
check.
3.1.6 Schedule:
3.1.6.1 Schedule showing locations and times for pickups and deliveries of
passengers will be submitted to the successful bidder one week in advance.
The City will provide successful contractor a weekly schedule update four (4)
days prior to the start of the new work week. In the event of a last minute
schedule change, City staff must be able to communicate with the bus
driver. The driver shall have radio/cell phones for communication and able to
communicate in English.
January 27. 2006 Bid No: 10-05/06
City of Miami Beach 21 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
Company Name:
Bid Proposal Page 1 of 2
OPTION A
We propose to provide eight (8) air conditioned, 55-passenger school buses with drivers for the
City's Summer Programs in accordance with the required terms and conditions of these Bid
Documents.
DAILY RATE QTY DAYS
PER BUS/DRIVER
TOTAL
DESCRIPTION
Bus/Driver
$
x 8 x 36
$
OPTION B
We propose to provide four (4) air conditioned, and four (4) non-air conditioned, 55-passenger
school buses with drivers for the City's Summer Programs in accordance with the required terms
and conditions of these Bid Documents. .
DESCRIPTION
DAILY RATE QTY DAYS
PER BUS/DRIVER
TOTAL
Bus/Driver
$
x 8 x36
$
NOTE: The City reserves the right to award either Option A or Option B at its own discretion.
NOTE: Rates for additional buses shall be based on the daily rates indicated on the Bid Proposal
form.
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
22 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
Bid Proposal Page 2 of 2
PAYMENT TERMS: NET 30. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED
PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY:
COMPANY NAME:
SIGNED:
(I certify that I am authorized to execute this proposal and
commit the bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Amendment NO.1:
Insert Date
Amendment NO.2:
Insert Date
Amendment No.3:
Amendment NO.4:
I nsert Date
Insert Date
NAMEITITLE(Print):
ADDRESS:
CITY/STATE:
ZIP:
TELEPHONE NO:
FACSIMILE NO:
FEDERAL I.D.#:
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
23 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify
that the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.19
X Execution of Bid
General Conditions Section 1.2
N/A Equivalents/Equal Product
General Condition Section 1.67
Insurance and Indemnification (including Insurance Checklist)
X General Condition Section 1.26
General Condition Section 1.59
Bid/Performance Bond
N/A General Condition Section 1.27
~
N/A Warranty -
Special Conditions Section 2.11
N/A Product/Catalog Information
Special Conditions Section 2.12
X References
Special Conditions Section 2.13 I Page 25
X Bidder Qualifications
Special Conditions Section 2.16
X Exceptions to Specifications
Special Conditions Section 2.18
Contractor's Questionnaire
X (Page 27)
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
24 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID # 10-05/06
CUSTOMER REFERENCE LISTING
Bidder's shall furnish the names, addresses, and telephone numbers of a minimum of eight (8) firms
or government organizations for which the Contractor is currently furnishing or has furnished,
similar services.
1)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
2)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
3)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
4)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
25 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID # 10-05/06
CUSTOMER REFERENCE LISTING (CONTO.)
5) Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
6) Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
7) Company Name
Address
Contact Person/Contract Amount
Telephone No. Fax No.
8)
Company Name
Address
Contact Person/Contract Amount
Telephone No.
Fax No.
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
26 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
CONTRACTOR'S QUESTIONNAIRE
NOTE: Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By
Principal Office
How many years has your organization been in business under your present business
name?
Does your organization have current occupational licenses entitling it to do the work contemplated
in this Contract?
State of Florida occupational license - state type and number:
Dade County certificate of competency - state type and number:
City of Miami Beach occupational license - state type and number:
Include copies of above licenses and certificates with proposal.
How many years experience in similar work has your organization had?
Have you ever had a contract terminated due to failure to comply with contractual
specifications?
If so, where and why?
In what other lines of business are you financially interested or engaged?
Give references as to experience, ability, and financial standing
January 27, 2006
City of Miami Beach
Bid No: 10-05/06
27 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S
SUMMER PROGRAMS
BID #10-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
What equipment do you own that is available for the proposed work and where located?
What Bank or Banks have you arranged to do business with during the course of the Contract
should it be awarded to you?
Please list the names and addresses of subcontractors to be used, if any.
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your suh-consultants) with a
controlling financial interest. The term .controlling financial interest" shall mean the ownership, directly
or indirectly, of 10% or more ofthe outstanding capital stock in any corporation or a direct or indirect
interest of 10% or more in a firm. The term .firm" shall mean any corporation, partnership, business
trust or any legal entity other than a natural person.
January 27. 2006
City of Miami Beach
Bid No: 10-05106
28 of 29
RENTAL OF EIGHT (8) 65-PASSENGER SCHOOL BUSES WITH DRIVER FOR THE CITY'S SUMMER
PROGRAMS
BID # 10-05/06
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
b. Individuals or entities (including our sub-consultants) with a controlling financial interest: have
have not contributed to the campaign either directly or indirectly, of a candidate who has
been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please
provide the name(s) and date(s) of said contributions and to whom said contribution was made.
I HEREBY CERTIFY that the above answers are true and correct.
(SEAL)
(SEAL)
January 27. 2006
City of Miami Beach
Bid No: 10-05/06
29 of 29