HomeMy WebLinkAboutR-00-0878J-00-869
10/4/00
C�
RESOLUTION NO.
•
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE ACQUISITION OF COFFEE SERVICES,
FROM ATLANTIS ENVIRONMENTAL SYSTEM
CORPORATION, FOR THE DEPARTMENT OF PURCHASING
FOR CITYWIDE USE, ON AN AS NEEDED CONTRACT
BASIS, UNDER EXISTING MIAMI-DADE COUNTY
CONTRACT NO. 6461-2/05,, EFFECTIVE UNTIL
JULY 31, 2003, AND SUBJECT TO ANY EXTENSIONS
THERETO; ALLOCATING FUNDS THEREFOR FROM THE
OPERATING BUDGETS OF THE VARIOUS USER
DEPARTMENTS, SUBJECT TO BUDGETARY APPROVAL.
WHEREAS, the Department of Purchasing requires the
acquisition of a coffee services contract to enable departments
to purchase coffee services on an as -needed contract basis; and
WHEREAS, the City Manager and the Director of the Department
of Purchasing recommend that the acquisition of coffee services
from Atlantis Environmental System Corporation, under existing
Miami -Dade County Contract No. 6461-2/05, effective through
July 31, 2003, and subject to any extensions thereto, be
approved; and
CITY CODIMISSIOX
MtETING OF
OCT 1 2 2000
Resolution No.
WHEREAS, funds are available from the operating budgets of
the various user departments, requiring budgetary approval prior
to usage; and
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference and
incorporated as if fully set forth in this Section.
Section 2. The acquisition of coffee services from
Atlantis Environmental System Corporation, for the Department of
Purchasing for Citywide use, under existing Miami -Dade County
Contract No. 6461-2/05, effective until July 31, 2003, and
subject to any extensions thereto, is hereby approved, with funds
therefor hereby allocated from the Operating Budgets of the
various user departments, subject to budgetary approval prior to
usage.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.'/
If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 2 of 3 00— 878
PASSED AND ADOPTED this 12th day of October , 2000.
JOE CAROLLO, MAYOR
On accordance with Miami Code Sec. 2.36, since the Me or did not Indicate approval of
this legislation by signing it in the de3ignatI lac rovided, mid looioi tion 1
becomes effective with the elapse of ten )day., fr th3 de` oa C mmiai kA!on
regag same, without the Mayor e�rer sin a
f ' ®�
ATTEST:.''Noza0l'Walter
WALTER J. FOEMAN
CITY CLERK
07071. IBJ
4738:lg:LB:BSS
AND CORRECTNESS:t
Page 3 of 3 00-1 878
TO
FROM
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Honorable Mayor and
Members of the City Commission
. 1uxnenez
t
RECOMMENDATION
DATE : SLpn 2000 FILE:
SUBJECT: ResolutJion Authorizing
Purchase of coffee
citywide
REFERENCES: Miami -Dade County Bid
No. IB5393-0/98
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the purchase of coffee services,
from Atlantis Environmental System_ Corporation, Black/Miami-Dade
County vendor located at 8873 SW 131 Street, Miami, FL 33176;
under existing Miami -Dade County Contract No. 6461-2/05,
effective until July 31, 2003, subject to any extensions thereto.
by Miami -Dade County, for the Department of Purchasing, to be
utilized citywide on an as needed contract basis. Funds are to
be utilized from various user departments and requiring budgetary
approval of funds. to utilize this purchase from individual
departmental accounts prior to usage.
BACKGROUND
The Department of Purchasing has seen a need to secure a contract
for coffee services citywide. It is therefore .recommended that
award be made to Atlantis Environmental System Corporation under
existing Miami -Dade County Contract. No. 6461-2/05 for the
Department of Purchasing to be utilized citywide on an as needed
contract basis.
CAG/RJN/JSC/adm
ResoCoffeeCitywide00
00- 878
raw:
CONTRACT AWARD SHEET
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION —
BID NO.: 6461-2/05 Previous Bed No.: IB5393-0/98
TITLE: Coffee Service
COMMODITY CODE NO.: 393-41 OTR YEARS: 2
CONTRACT PERIOD: 8/01/00 through 7/31/03
AWARD BASED ON MEASURES: ❑ YES ® NO ❑ PROCUREMENT AGENT:
N SR. PROCUREMENT AGENT. Jc Romano
PHONE: 305-3754262
❑ Set Aside ® Bid Preference
❑ Goal 0 BBE ❑ BBE ❑ WBE Owned Firms
❑ Local Preference ❑ CSBE Level
❑ Prevailing Wages (Reso. 90-143)
CONTACT PERSON: Claudia Carbonell
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDSAND CONTRACTS DIVISION
1
AWARDSM T.doc_'
Revind 03/0600
00— 7 8
PART #1: VENDOR AWARDED
F.E.LN.:
650157916
VENDOR:
Atlantis Enviromental System Corporation
STREET:
8873 Sw 131 Street
CITY/STATE/ZIP:
Miami, F133176
F.O.B. TERMS:
Delivered
PAYMENT TERMS:
Net 30
DELIVERY:
Destination
TOLL FREE PHONE #
800 538-4426
PHONE:
305 262-7070
FAX:
305 262-1615
E-MAIL:
claudia carbonel
CONTACT PERSON: Claudia Carbonell
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDSAND CONTRACTS DIVISION
1
AWARDSM T.doc_'
Revind 03/0600
00— 7 8
•
PART #2:, ITEMS AWARDED
1. Regular Coffee 42/1.5 oz Maxwell House or Savarin Brown Gold
2. Foldgers Coffee 46/0.9 oz
3. Decaffeinated Coffee 46/0.8 oz
4. Cuban Coffee 40/1.0 oz
5. Powdered Creamer (Coffee Mate)
6. Powdered Creamer Carnation individual 1000/bx
7. Sugar 5lb bag
8. Sugar Individual 2000/cs
9. Sweet & Low 100/ bx
10. Equal 100/bx
11. Tea, regular 100/bx
12. Tea, decaffeinated 100/bx
13. Hot Chocolate, 50/bx
14. Hot Chocolate, sugar free 25/bx
15. Cream of Chicken Soup, Instant 15/ bx
16. Chicken Noodle Soup, Instant 15/bx
17. Paper Cups, 8 oz 1000%s
18. Plastics Stir Sticks 1000/bx
19. Expresso Cups 250/pk
•
$16.97 cs
$17.10 cs
$18.41 cs
$13.96 cs
$1.20 can
$24.96 bx
$2.35 bg
$9.19cs
$ 1.77 bx
$ 3.73 bx
$ 3.44 bx
$ 4.32 bx
$ 6.76 bx
$ 5.41 bx
$ 4.00 bx
$ 4.00 bx
$41.54 cs
$ 0.57 bx
$ 0.84 pk
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DMSION
2
PART #3:AWARD INFORMATION
❑ BCC ® PMD AWARD DATE: 6/29/00
BIDS & CONTRACTS RELEASE DATE: 07/31/00
ADDITIONAL ITEMS ALLOWED: YES
SPECIAL CONDI'T'IONS: N/A
TOTAL CONTRACT VALUE: $123,708.29
rI
AGENDA ITEM #: n/a
OTR YEAR: 0
USER DEPARTMENTS) DOLLAR ALLOCATED USER DEPARTMENT(S) DOLLAR ALLOCATED
COUNTY COMMISSION
$ 32,000
BUILDING CODE COMP $ 2,000
CLERK OF COURTS
$ 4,000
COUNTY MANAGERS $ 10,000
HUMAN SERVICES
$ 2,500
PARKS $ 19,000
SEAPORT
$ 17,000
$
$
$
$
$
$
$
00 878
AWMD gra«
ge4 W o3lM M
ash
1�Y,pfrt � r.
MIAMI-DADE COUNTY, ARIDA0
M IAM I-DADE MAILF
STEPHEN R CLARK CENTER
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
111 NW 1ST STREET
SUITE 2350
MIAMI, FLORIDA 33128-1989
(305) 375-5289
INFORMATIONAL ADDENDUM NO.#1
February 25, 2000
TO: ALL PARTICIPATING VENDORS
SUBJECT: BID NO. 6461 -2/05 -OTR
BID OPENING DATE: March 1, 2000
This addendum is and does become a part of Bid No 6461 -2/05 -OTR entitled: Coffee Service
Please note the following change(s):
Change the following pack sizes as follows:
Item #1 Regular Coffee Maxwell House or Savarin Brown Gold should be packed 42/1.5 oz
Item#IA Folders Coffee should be packed 42/1.5oz
Item#2 Decaffeinated Coffee should be Folders/or Maxwell House packed 42/1.5oz.
Item#3 Bustelo Cuban coffee should be packed 40/1.0oz
There are (2) two Brewers that are issued by the current vendor, the other departments have their.own
Brewers and they only purchase the coffee. Each brewer is a two(2) burner unit.
BID OPENING DATE HAS CHANGE TO----- MARCH 8, 2000
ALL OTHER INFORMATION REMAINS THE SAME
METROPOLITAN DADE COUNTY
J. C. Romano
Senior Procurement Agent
GSA Procurement Management Division
BID NO.: 6461 -2/05 -OTR
OPENING: 2:00 P.M.
WEDNESDAY
March 1, 2000
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE
COFFEE SERVICE FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS FOR
THREE (3) YEAR PERIOD WITH OPTION TO RENEW FOR TWO (2) YEARS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
AFFIDAVITS: ............................................................... I ...........................
BID DEPOSIT AND PERFORMANCE BOND: .................................
CATALOGUEAND LISTS: ......................... I .......................................
CERTIFICATE OF COMPETENCY: .................................................
EQUIPMENTLIST: ...............................................................................
INDEMNIFICATION/INSURANCE:..................................................
LIVINGWAGE:........................:_....................................................••••••
PRE-BID CONFERENCE/WALK-THRU:.........................................
RACE -CONSCIOUSNESS MEASURE:..............................I..............
SAMPLES/INFORMATION SHEETS :...............................................
SECTION3 - MDHA::...........................................................................
SITEVISIT/AFFWAVrr:.....................................................................
SURCHARGEFEE:...............................................................................
WRITTENWARRANTY:.....................................................................
SEE APPENDIX - SECTION I
N/A
N/A/
N/A
N/A
SEE SECTION 2.0 PARA. 2.11
SEE SECTION 1.0 PARA 13(M)
SEE SECTION 2.0 PARA. 2.11
SEE SECTION 2.0 PARA.2.8
N/A
N/A
N/A
N/A
N/A
FOR INFORMATION CONTACT
J.C. ROMANO AT (305) 3754262
MIAMI -DARE COUNTY
GSA, PROCUREMENT MANAGEMENT DIVISION
INPORTANT NOTICE TO BIDDERS
FAILURE TO SIGN PAGE 28 OF SECTION 4.0, BID PROPOSAL WILL
RENDER YOUR BID NON-RESPONSIVE
SM SHELL FORMAL' DOC Revimd 111IL99 .._......
MIAMI-DADE COUNTY
•
BID NO.: 6461 -2/05 -OTR
INSTRUCTIONS FOR MAILING A BID IN RESPONSE TO A
FORMAL BID SOLICITATION
Each bid proposal submitted to the CLERK OF THE BOARD will have the following
information clearly marked on the face of the envelope:
> Bidder's Name and Return Address > Bid Number
> Opening Date of Bid > Title of the Bid
Failure to include this information may result in your bid not being considered.
The bidder will submit each bid proposal, consisting of one original and three copies and any
attachments in one envelope.
Bid responses submitted at the same time for different bid solicitations shall be placed in
separate envelopes and each envelope shall contain the information previously stated. Failure to
comply with this requirement may result in the bid from being considered.
"BIDS/PROPOSALS MUST BE SUBMITTED IN A SEALED ENVELOPE OR
CONTAINER AND WILL BE OPENED PROMPTLY AT THE SUBMITTAL
DEADLINE. BIDS/PROPOSALS RECEIVED AFTER THE FIRST BID/PROPOSAL
ENVELOPE OR CONTAINER HAS BEEN OPENED WILL NOT BE OPENED OR
CONSIDERED. THE RESPONSIBILITY FOR SUBMITTING BIDS/PROPOSALS TO
THE CLERK OF THE BOARD ON OR BEFORE THE STATED TIME AND DATE IS
SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. MIAMI-DADE
COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE
OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY
OTHER OCCURRENCE. "
THIS BID/PROPOSAL SHALL BE SUBMITTED TO THE FOLLOWING ADDRESS:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st Street,17th Floor, Suite 202
Miami, Florida 33128-1983
The County provides equal access and does not discriminate on the basis of disability in its programs or
services. It is our policy to make any communication available to the public. It is also available to the people
who are blind/visually impaired and deaf/hard of hearing. If you require information in an alternate format
please call 305-375-5278.
I
00- 878
1MVISM «m
n i
MIAMI-DADE COUNTY
1.1 DEFINITIONS
0
BID NO.: 6461 -2/05 -OTR
SECTION 1
GENERAL TERMS AND CONDITIONS _
The term "bid" shall refer to any offer(s) submitted in response to this bid solicitation.
The term "County" shall refer to Miami -Dade County.
The term "bidder" shall refer to anyone submitting a bid in response to this bid solicitation.
The term "contractor" or "successful bidder" shall refer to the bidder receiving an award as
a result of this bid solicitation.
The term "bid solicitation" shall mean this bid solicitation, the bidder's response to this bid
solicitation, as approved by the County in accordance with Administrative Order 3-2* and
any purchase order or change order issued by the GSA Procurement Management Division.
The term "GSA" shall refer to Miami -Dade County's General Services Administration
Department.
1.2 CONTENTS OF BID
A. General Conditions
(1) It is the sole responsibility of the bidder to become thoroughly familiar
.with the bid requirements and all terms and conditions affecting the
performance of this bid solicitation. Pleas of ignorance by the bidder of
conditions that exist, or that may exist will not be accepted as a basis for
varying the requirements of the County; or the compensation to be paid to
the successful bidder.
(2) The bidder is advised that this bid solicitation 'is subject to all legal
requirements contained in the County's Administrative Order 3-2 and all
other applicable County Ordinances and/or -.State and Federal Statutes.
Where conflicts exist between this bid solicitation .and these legal
requirements, the higher authority shall prevail in the following order:
Federal, State and local.
B. Additional Information/Addenda
(1) Request for additional information, explanation, clarification or
interpretation must be made in writing to GSA Procurement Management
Division contact person identified on the cover page of this bid solicitation
and file a copy with the Clerk ofthe Board, 111 NW 1st Stmt, 17'' Floor,
Suite 202, Miami, Florida. The request shall be received no later than - ,+y
0
TT
II REVISED 12107199
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
fourteen (14) working days prior to the bid opening date. Any request
received after that time may not be reviewed for inclusion in this bid
solicitation. The request shall contain the requester's name, address, and
telephone number.. If transmitted by facsimile, the request shall also
include a cover sheet, with the sender's facsimile number. This bid
solicitation is subject to the "Cone of Silence" in accordance with County
Ordinance No. 95-106.
"CONE OF SILENCE"
PURSUANT TO ORDINANCE 98-106, AS AMENDED, A "CONE OF SILENCE"
IS IMPOSED UPON RFPs, RFQs OR BIDS AFTER ADVERTISEMENT AND
TERMINATES AT THE TIME THE COUNTY MANAGER ISSUES A WRITTEN
RECOMMENDATION TO THE BOARD OF COUNTY COMMISSIONERS. THE
CONE OF SILENCE PROHIBITS COMMUNICATION REGARDING RFPs,
RFQs OR BIDS BETWEEN POTENTIAL VENDORS, SERVICE PROVIDERS,
BIDDERS, LOBBYISTS OR CONSULTANTS AND THE COUNTY'S
PROFESSIONAL STAFF INCLUDING, BUT NOT LIMITED TO, THE COUNTY
MANAGER AND THE COUNTY MANAGER'S STAFF. A CONE OF SILENCE
IS ALSO IMPOSED BETWEEN THE MAYOR, COUNTY COMMISSIONERS
OR THEIR RESPECTIVE STAFFS AND ANY MEMBER OF THE COUNTY'S
PROFESSIONAL STAFF INCLUDING, BUT NOT LIMITED TO, THE COUNTY
MANAGER AND THE COUNTY MANAGER'S STAFF.
THE PROVISIONS OF ORDINANCE 98-106 DO NOT APPLY TO ORAL -
COMMUNICATIONS AT PRE-BID CONFERENCES, ORAL PRESENTATIONS
BEFORE SELECTION COMMITTEES, CONTRACT NEGOTIATIONS
DURING ANY DULY NOTICED PUBLIC MEETING OR COMMUNICATIONS
IN WRITING AT ANY TIME UNLESS SPECIFICALLY PROHIBITED BY THE
APPLICABLE RFP, RFQ OR BID DOCUMENT. BIDDERS OR PROPOSERS
MUST FILE A COPY OF ANY WRIT'T'EN COMMUNICATION WITH THE
CLERK OF THE BOARD, WHICH SHALL BE MADE AVAILABLE TO ANY
PERSON UPON REQUEST. THE COUNTY SHALL RESPOND IN WRITING
AND FILE A COPY WITH THE CLERK OF THE BOARD, WHICH SHALL BE
MADE AVAILABLE TO ANY PERSON UPON REQUEST.
IN ADDITION TO ANY OTHER PENALTIES PROVIDED BY LAW,
VIOLATION OF ORDINANCE 98-106 BY ANY BIDDER OR PROPOSER
SHALL RENDER ANY RFP AWARD, RFQ AWARD OR BID AWARD
VOIDABLE. ANY PERSON HAVING PERSONAL KNOWLEDGE OF A
VIOLATION OF THIS ORDINANCE SHALL REPORT SUCH VIOLATION TO
THE STATE ATTORNEY AND/OR MAY FILE A COMPLAINT WITH THE
ETHICS COMMISSION. BIDDERS OR PROPOSERS SHOULD REFERENCE
THE ACTUAL ORDINANCE FOR FURTHER CLARIFICATION.
(2) GSA Procurement Management Division will issue a response to any
inquiry, as it deems necessary, by written addenda, issued prior to the bid
opening date. The bidder shall not rely on any representation, statement or .
explanation other than those made in this bid solicitation. document or in
any addenda issued. Where there appears to be a conflict between this bid
solicitation, and any addenda issued, the last addendufn issued will
Prevail. 878
00
III ,�v►s� ��� _ , .... _
3.
n
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
(3) It is the bidder's responsibility to ensure receipt of all addenda and
substitute bid proposal forms. If applicable, the bidder is required to
submit the substitute bid proposal forms and acknowledges the number of
addenda received as part of this bid solicitation, by completing and signing
the attached Addenda Acknowledgment Form.
C. Conflicts in this Bid Solicitation
Where there appears to be a conflict between the General 'Terms and
Conditions, the Special Conditions, the Technical Specifications, the bid
proposal Section, or any addendum issued, the order of precedence shall
be: the last addendum issued, the bid proposal Section, the Technical
Specifications, the Special Conditions, and then the General Terms and
Conditions.
D. Prices Contained in this Bid Solicitation
(1) Prompt Payment Terms
a. The bidder may offer cash discounts for prompt payments; however,
such discounts will not be considered in determining the lowest price
for bid evaluation purposes.
b. The bidder is required to provide prompt payment terms in the space
provided on the bid proposal signature page of this bid solicitation. If
no prompt payment discount is being offered, the bidder shall enter
zero (0) for the percentage discount to indicate no discount. If the
bidder fails to enter a percentage, it is hereby understood and agreed
that the payment terms will be 2% 20 days, effective after receipt of
invoice or final acceptance, whichever is later.
1.3 PREPARATION AND SUBMISSION OF BID
A. Pieparation/Submission
(1) The bid proposal form shall be used when submitting a bid. Use of any
other form shall result in the rejection of the bidder's Proposal.
(2) The bid will either be typed or completed legibly in ink. The bidder's
authorized agent will sign the bid proposal Form in ink, and all corrections
made by the bidder will be initialed in ink by the authorized agent. The
use of pencil or erasable ink may result in the rejection of the bid. Failure
to sign the Bid Proposal signature page will render your bid non-
responsive.
(3) Where there is a discrepancy between the unit prices and any extended
prices, the unit prices will prevail. `
wm�
IV REVISED 12107/99
,e 4 0
MIAMI-DADE COUNTY
0
BID NO.: 6461 -2/05 -OTR
(4) The County may consider additional bid proposal(s) from the same bidder
for the same bid solicitation, provided that; (a) the additional bid(s) offer a
different product and/or level of service that meets or exceeds this bid
solicitation requirements; (b) the bidder completes a separate bid proposal
Form for each bid and shall mark "Alternate bid(s)" on the first page.
Failure to comply with the foregoing may result in the rejection of the
additional bid(s).
(5) The bidder is allowed to offer multiple product brand names for each item
listed on the bid proposal; provided that (a) such offer is allowable in
accordance with Section 2.9 of this bid solicitation and (b) the same price
is offered for all brand names bid. If the County determines that all brand
names are acceptable based on the quality standards, the County may, at
its option, order either of the brands names made available through this
bid solicitation. Conversely, the Vendor will deliver the brand name that
has been ordered by the County.
(6) Unless otherwise specified in the Special' Terms and Conditions, the
proposed delivery and/or completion time, if required, shall be stated in
calendar days.
(7) The bidder shall not charge tax, as the County is exempt from all State,
Excise, Federal and Local . sales tax. Not withstanding, any tax on
materials and/or supplies which are purchased by the bidder, in
conjunction with this bid solicitation shall be subject to the Florida State
Sales Tax, in accordance with Section 212.08 of Florida Statutes, amended
1970, and all amendments thereto, shall be borne solely by the bidder.
When the materials and/or supplies are not manufactured by the bidder,
taxes must be incorporated in the bid price, not as a separate item. When
materials and/or supplies are manufactured by the bidder and are not for
resale, the County is exempt. The County may be subject to applicable
taxes on goods purchased for the purpose of resale. Upon request, the
County will provide a tax exemption certificate, if applicable. Any special
tax requirements will be specified either in the Special Conditions or in the
Technical Specifications.
(8) Any telegraphic or facsimile bid will not be considered.
(9) The bidder shall incorporate in their bid price all costs related to this bid
solicitation.
(10) The apparent silence of the specifications and any addenda regarding any
details or the omission from the specifications of a detailed description
concerning any point shall be regarded as meaning that only . the best
commercial practices are to - prevail, and that only materials and
workmanship of first quality are to be used. All interpretations of the
specifications shall be made upon the basis of this bid solicitation.
V REVISED MOM
MIAMI -DADS COUNTY BID NO.: 6461 -2/05 -OTR
B. Vendor Registration
The County requires the bidder to complete a registration application
including the required disclosure affidavits with GSA Procurement
Management Division. The bidder must be registered to be recommended
for any contract award*. To register, or for assistance in registering,
contact Vendor Assistance at 305-375-5287.
'Section 2-11.1(d) of the County Code provides that a person (County Employee) may not enter into any
contract or transact any business through a firm, corporation, partnership or business entity in which he
or any member of his immediate family has a controlling financial interest, direct or indirect, with the
County or any person or agency acting for the County and any such contract, agreement or business
engagement entered in violation of this subsection shall render the transaction voidable. For additional
information please contact the Ethics Commission hot line at 305-579-2593.
The following are the documents with the vendor registration application:
(1) Cuba Affidavit
Pursuant to County Resolution No. 656-93, the bidder shall certify that
neither the firm (individual, organization, corporation, etc.) submitting this
bid proposal or receiving this contract award nor any of its owners,
subsidiaries, or affiliated or related firms, are in violation of the Cuba _
Democracy Act of 1992.
(2) Disclosure of Employment Affidavit
Pursuant to County Ordinance No. 90-133, the bidder shall disclose the
composition of the workforce, wages and benefits to be paid and existence
of collective bargaining agreement.
(3) Disclosure of Ownership Affidavit
Pursuant to County Ordinance No. 88-121, the bidder shall disclose the
full legal name and business address of any individual (other than
subcontractors, materialmen, suppliers, laborers, or lenders) who have, or
will have any interest (legal, equitable beneficial or otherwise) in the
contract or business transaction with the County. If the contract or
business transaction is with a corporation, the full legal name and business
address shall be provided for each officer and director and each
stockholder who holds directly or indirectly five percent (5%) or more of
the corporation's stock. If the contract or business transaction is with a
trust, the full legal name and address shall be provided for each trustee and
each beneficiary. Post Office addresses are not acceptable.
00— 878.
VI REVISED 17107)99
MIAMI -DADS COUNTY
(4) Drug -Free Affidavit
BID NO.: 6461 -2/05 -OTR
Pursuant to County Ordinance No. 92-15, the bidder shall -certify that it is
providing a drug-free workplace and notices to each employee of the
danger of drug abuse; the firm's policy of maintaining ' a drug-free
environment; availability of drug counseling, rehabilitation and employee
assistance programs; and penalties that may be imposed upon employees
for drug abuse violations. The bidder shall also require an employee to
sign a statement, as a condition of employment that the employee will
abide by the terms of the drug-free workplace policy, and notify the
employer if any criminal conviction occurring no later than five (5) days
after receiving notice of such conviction, and impose appropriate
personnel action against the employee up to and including termination.
(5) Family Leave Affidavit
Pursuant to County Ordinance No.142-91, the bidder shall certify that it
entitles an employee who has worked for the firm for at least one (1) year,
ninety (90) days of family leave during any twenty-four (24) month
period, for medical reasons, for the birth or adoption of a child, or for the
care of a child, spouse or other close relative who has a serious health
condition without risk of termination or employment or employer
retaliation.
(6) W-9 and 8109 forms
The bidder must furnish a W-9 and 8109 (Federal Tax Deposit Coupon)
forms as required by the Internal Revenue Service in order to enter into
this contract with the County.
(7) Social Security Number
The bidder must furnish a copy of the Social Security card if a social
security number is being used in lieu of the Federal Identification Number
(F.E.I.N.).
C. Americans with Disabilities Act (A.D.A.) Affidavit
It is the policy of the County to comply with all requirements of the
Americans with Disabilities Act (A.D.A.). For A.D.A. complaints call
305-375-3566. The bidder recommended for award shall be required to
complete an A.D.A. affidavit in accordance with County Resolution No.
385-95 prior to the award'of this bid solicitation. Failure to complete the
affidavit as required may result in the rescinding of the recommendation
for award. (See Appendix - Section 1)
00- 878
VII REVISED 11/07199
MIAMI-DADE COUNTY
Q
E.
F.
G.
Antitrust Laws
0
BID NO.: 6461 -2105 -OTR
By acceptance of this contract, the successful bidder agrees to comply
with all antitrust laws of the United States and the State of Florida, in
order to protect the public from restraint of trade which illegally increases
prices.
Collection of Fees. Taxes and Parking Tickets Affidavit
Pursuant to the procedures contained in Section 2-8.1 (c) of the County
Code, and as amended by County Ordinance No. 95-198, the bidder shall
certify that all delinquent and currently, due fees, taxes and parking tickets
have been paid. To verify or satisfy all delinquencies and currently due
fees, taxes and parking tickets, contact the Miami -Dade County Tax
Collector's Division at 305-375-5762.
(See Appendix - Section 1)
Conflict of Interest and Code.of Ethics
Pursuant to County Ordinance No. 98-73 amending Section 2-11.1(s) of
the County Code, every lobbyist whom is found to be in violation of this
section shall be prohibited from registering as a lobbyist or lobbying in
accordance with the following schedule: -
First violation, for a period of 90 days from the date of determination of
violation;
Second violation, for a period of one (1) year from. the date of
determination of violation;
Third violation,' for a period of five (5) years from the date of
determination of violation;
The bidder shall be subject to the debarment provisions of Section 10-38
of the County Code as if the bidder were a contractor where the bidder has
violated this section, either directly or indirectly or any combination
thereof, on three or more occasions. As used herein, a "direct violation"
shall mean a violation committed by the bidders and an "indirect
violation" shall mean a violation committed by a lobbyist representing
said bidder. If this contract is entered into a violation of this section, it
shall also render the contract voidable.
Criminal Conviction Disclosure
Pursuant to County Ordinance No. 94-34, "Any individual who has been
convicted of a felony during the past ten (10) years and any corporation,
partnership, joint venture or other legal entity having an officer, -director,
or executive who has been convicted of a felony during the past ten (10)
0b- 878
VIII REVISED 12m„9
•
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
years shall disclose this information prior to entering into a contract with
or receiving funding from the County."
H. Cuba Affidavit
Pursuant to County Resolution Nos., 202-96 and 206-96 as implemented
by Administrative Order 3-12, which restricts purchases from a firm
conducting business with Cuba, and restricts travel to Cuba by the
successful bidder, respectively, the bidder shall be required to complete a
Cuba affidavit prior to the award of this bid solicitation. Failure to
complete the affidavit, may result in the rejection of the bidder's Proposal
and/or rescinding of the recommendation for award.
(See Appendix - Section 1)
I. Debarment Disclosure Affidavit
Pursuant to County Ordinance No. 93-129, the bidder will agree to comply
with the provisions of this ordinance, which prevents the contractor,
subcontractors, their officers, their principals, stockholders, and their
affiliates who have been debarred by the County, from entering into this
contract with the County during the period for which they have been
debarred: It is the bidders responsibility .to ascertain that none of the
subcontractors, their officers, principals, or affiliates, as defined in the
ordinance, are debarred by the County pursuant to Ordinance No. 93-129
and Administrative Order 3-2 before submitting the bid proposal. The
Disclosure Affidavit requires the bidder to affirm under oath, that neither
the bidder, its subcontractors, or their officers, principals or affiliates, are
debarred by the County at the time of the bid proposal. If the bidder fails
to complete the Disclosure Affidavit it shall not be awarded this contract.
If this contract is entered into in violation of .this ordinance, it is void, and
any person who willfully fails to disclose the required information or who
knowingly discloses false information can be punished by civil or criminal
penalties, or both, as provided for in the law.
(See Appendix - Section 1)
Independent Private Sector Inspector General
(1) Pursuant to A.O. 3-20, the County has the right to retain the services of an
independent private sector inspector general (IPSIG). Upon written notice
from the County, the Vendor shall make available to the IPSIG retained by
the County all requested records and documents for inspection and
copying. The terms of this provision apply to the bidder, its offices, agents
and employees. Nothing contained in this provision shall impair any
independent right of the County to audit or investigate the operations,
activities and performance of the Vendor in connection with this contract.
The terms of this provision are neither intended, nor -shall they be
0
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
construed, to impose any liability on the County by the Vendor or third
parties.
(2) Pursuant to Ordinance 97-215. Miami -Dade County has established the
Office of Inspector ,General which -is required to perform mandatory
random audits on all County contracts throughout the duration of each
contract. The cost of the audit for this contract shall be i%a of I % of the
total contract amount which cost the (ContractorNendor/Consultant)
agrees is included in the total contract amount. The audit cost will be
deducted by the County from progress payments to the
(ContractorNendor/Consultant). The audit cost shall, also be included in
.all change orders to this contract and all contract renewals and extensions.
Accordingly, the audit cost will be deducted from progress payments to
the (ContractorNendor/Consultant) pursuant to all change orders, contract
renewals and extensions.
The Miami -Dade County Inspector General is authorized and empowered
to review past, present and proposed County and .Public Health Trust
programs, contracts transactions,_ accounts, records and, programs. In
addition, the Inspector General has the power to subpoena witnesses,
administer oaths, require the production of records and monitor existing
projects and programs. Monitoring of an existing project or program may
include a report concerning whether the project is on time, within budget
and in conformance with plans, specifications and applicable law: The
inspector general is empowered to analyze the necessity of and
reasonableness of proposed change orders to the contract. The Inspector
General is empowered to retain the services of independent private sector
inspectors general to audit, investigate, monitor, oversee, inspect and
review operations, activities, performance and procurement process
including but not limited to project design, bid specifications,
(bid/proposal) submittals, activities of the
(ContractorNendor/Consultant), its officers, agents and employees,
lobbyists, County staff and elected. officials to ensure compliance with
contract specifications and to detect fraud and corruption.
Upon 14.days prior written notice to (ContractorNendor/Consultant) from
the Inspector General or IPSIG retained by the Inspector General, the
(ContractorNendor/Consultant) shallmake all requested records and
documents available to the Inspector General or IPSIG for inspection and
copying. The Inspector General and IPSIG shall have the right to inspect
and copy all documents and records in the
(Contractor'sNendor's/Consultant's) possession, custody or control
which, in the Inspector General's or IPSIG's sole judgement, pertain to
performance of the contract, including, but not limited to original estimate
files, change order estimate files, worksheets, proposals aml agreements
from and with successful and unsuccessful subcontractors and suppliers,
X REVISED 12WI99
0
MIAMI-DADE COUNTY
0
BID NO.: 6461 -2/05 -OTR
all project -related correspondence, memoranda, instructions, financial
documents, construction documents, (bid/proposal) and contract
documents, back -charge documents, all documents and- records which
involve cash, trade or volume discounts, insurance proceeds, rebates, or
dividends received, payroll and personal records, and supporting
documentation for the aforesaid documents and records.
The provisions in this section shall apply to the
(ContractorNendor/Consultant), its officers, agents, employees,
subcontractors and suppliers. The (ContractorNendor/Consultant) shall
incorporate the provisions in this section in all subcontracts and all other
agreements executed by the (ContractorNendor/Consultant) in connection
with the performance of the contract.
Nothing in this contract shall impair any independent right to the County
to conduct audit or investigative activities. The provisions of this section
are neither intended nor shall they be construed to impose any liability on
the County by the (ContractorNendor/Consultant) or third parties.
K. Minority and Disadvantaged Business Enterprises
The County endeavors to obtain the participation of all minority and
disadvantaged business enterprises.. For information and to apply for
certification, contact the Department of Business Development, 175 NW
1st Avenue, 28`h Floor, Miami, FL 33123-1844, Phone: 305-349-5960.
L. Public Entity Crimes Sworn Statement
Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any
person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a
bid solicitation to provide goods and/or services to a public entity, may not
submit a bid on a bid solicitation with a public entity for construction or
repair of a public building or public work, may not submit a bid on leases
of real property to a public entity, may not be awarded or perform work as
a contractor or, supplier, or subcontractor or consultant under a bid
solicitation with any public entity, and may not transact business with any
public entity in excess of the threshold amount provided in Section
287.017, for CATEGORY TWO ($10,000.00) for a period of thirty-six
(36) months from the date of being placed on the convicted vendor list."
M. Living Wage
In accordance with Ordinance 99-44; beginning November 11, 1999, all
Service Contractors who enter into this Contract shall agree to pay to all
of its employees providing Covered Services, a Living Wage of no less
._than $8.56 per hour plus Health Insurance as described in the
878
XI REVISED MOW%
MIAMI -DADS COUNTY
0
BID NO.: 6461 -2/05 -OTR
aforementioned ordinance, $9.81 per hour without Health Insurance.
Such Health Benefits shall consist of payment of at least $1.25 per hour
towards the provision of health care benefits for employees and their
dependents. Proof of the provision of Health Insurance must be submitted
to the County to qualify for the wage rate for employees with health
benefits. The Service Contractor shall also agree to produce all
documents and records relating to payroll and compliance with this
Ordinance prior to award of this bid solicitation upon requested by GSA
Procurement Management Division.
The provisions in this Ordinance applies to all Service Contracts
involving the expenditure of over $100,000 per year for the following
types of ("Covered Services") services:
(i) food preparation and/or distribution
(ii) security services
(iii) routine maintenance services such as custodial, cleaning, refuse
removal, repair, refinishing and recycling
(iv) clerical or other non -supervisory office work, whether temporary
or permanent
(v) transportation and parking services including airportand seaport
services
(vi) printing and reproduction services
(vii) landscaping, lawn and/or agricultural services
If records reflect, that the Service Contractor is in violation of this
Ordinance, the' County has the right to sanction the Service Contractor to
include but not limited to termination, fine and suspension.
This Ordinance encompasses various responsibilities that must be
accomplished by the successful bidder such as record keeping,
posting and reporting. Upon the award of this .contract, the
successful bidder must be prepared to comply with these
requirements as outlined in Ordinance 99-44..
N. Code of Business Ethics
In accordance with Resolution R-994-99 each person or entity that seeks
to do business with Miami -Dade County shall adopt the Miami -Dade
County/Greater Miami Chamber of Commerce Code of Business Ethics
as follows:
The Miami -Dade County/Greater Miami Chamber of Commerce seeks to
create and sustain an ethical business climate for its members and the
community by adopting a Code of Business Ethics. Miami -Dade
County/Greater Miami Chamber of Commerce encourages its members
to incorporate the principles and practices outlined here in their
individual codes of ethics which will guide their relationships with
customers, clients and suppliers. This, Model Code can and shoul
to- 878
XII REVISED 12/07199
r
MIAMI-DADE COUNTY
is
BID NO.: 6461 -2/05 -OTR
prominently displayed at all business locations and may be incorporated
into marketing materials. Miami -Dade County/Greater Miami Chamber
of Commerce believes that its members should use this Code as a model
for the development of their organizations' business codes of ethics.
This Model Code is a statement of principles to help guide decisions and
actions based on respect for the importance of ethical business standards
in the community. Miami -Dade County/Greater Miami Chamber of
Commerce believes the adoption of a meaningful code of ethics is the
responsibility of every business and professional organization.
Compliance with Government Rules and Regulations
♦ We will properly maintain all records and post all licenses and
certificates in prominent places easily seen by our employees and
customers;
♦ In dealing with government agencies and employees, we will conduct
business in accordance with all applicable rules and regulations and in
the open;
♦ We will report contact irregularities and other improper or unlawful
business practices to the Ethics Commission, the Office of Inspector - --- -
General or appropriate law enforcement authorities.
Recruitment selection and Compensation of Vendors and S02liers
♦ We will avoid conflicts of interest and disclose such conflicts when
identified;
♦ Gifts which compromise the integrity of a business transaction are
unacceptable; we will not kick back any portion of a contract
payment to employees of the other contracting party or accept such
kickback.
Business Accounting
♦ All our financial transactions will be properly and fairly recorded in
appropriate books of account, and there will be no "off the books"
transactions or secret accounts.
Promotion and Sales of Products and Services
♦ Our products will comply with all applicable safety and quality
standards;
Qp 878
XIII REVISED 12MI"
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
♦ We will promote and advertise our business and its products or
services in a manner which is not misleading and does notfalsely
disparage our competitors;
♦ We will conduct business with government agencies and employees
in a manner which avoids even the appearance of impropriety. Efforts
to curry political favoritism are unacceptable;
♦ Our bids will be competitive, appropriate to the bid documents and
arrived at independently;
♦ Any changes to contracts awarded will have a substantive basis and
not be pursued merely because we are the unsuccessful bidder;
♦ 'We will, to the best of our ability, perform government contracts
awarded at the price and under the terms provided for in the contract.
We will not submit inflated invoices for goods provided or services
performed under such contracts, and claims will be made only for
work actually performed. We will abide by all contracting and
subcontracting regulations.
♦ We will not, directly or indirectly, offer to give a bribe or otherwise
- channel kickbacks from contracts awarded, to government officials,
their family members or business associates.
♦ We will not seek or expect preferential treatment on bids based on our
participation in political campaigns.
Public Life and Political Campaigns
♦ We encourage all employees to participate in community life, public
service and the political process;
♦ We encourage all employees to recruit, support and elect ethical and
qualified public officials and engage them in dialogue and debate
about business and community issues;
♦ Our contributions to political parties, committees or individuals will
only be made in accordance with applicable law and will comply with
all requirements for public disclosure. All contributions mad on
behalf of . the business must be reported to senior company
management;
♦ We will not contribute to the campaigns of persons who are convicted
felons or those who do not sign the Fair Campaign Practices
Ordinance. —
XIV
REVISED 12,7,99
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
♦ We will not knowingly disseminate false campaign information or
support those who do.
Pass-through Reguirements
♦ The Code shall prohibit pass-throughs whereby the prime firm
requires that the MBE firm accept payments as a MBE and pass
through those payments to another entity;
Rental Space, Equipment and Staff Requirements or Flat Overhead Fee
Requirements
♦ The Code shall prohibit rental space requirements, equipment
requirements, staff requirements and/or flat overhead fee
requirements, whereby the prime firm requires the MBE firm to rent
space, equipment and/or staff from the prime firm or charges a flat
overhead fee for the use of space, equipment, secretary, etc;
MBE Staff Utilization
♦ The Code shall prohibit the prime firm from requiring the MBE firm
to provide more staff than is necessary and then utilizing the MBE
staff for other work to be performed by the prime firm. -
♦ The Code shall also require that on any contract where MBE
participation is purported, the contract shall specify essential terms
including, but not limited to, a specific statement regarding the
percent of ,participation planned for MBEs, the timing of payments
and when the work is to be performed.
1.4 MODIFICATION OR WITHDRAWAL OF A BID
A. Modification of a Bid
Any modification by the bidder to a bid shall be submitted to the CLERK
OF THE BOARD prior to the time and date set for bid opening. The
bidder shall submit the new bid proposal Form and a letter, on company
letterhead, signed by an authorized agent of the bidder stating that the new
submittal supersedes the previously submitted bid proposal. The sealed
envelope shall contain the same information as required for submitting the
original bid. In addition, the envelope shall contain a statement that this
bid replaces the previously submitted bid. No modifications of a bid shall
be accepted after the bid has been opened.
B. Withdrawal of a Bid
A bid shall be irrevocable unless the bid is withdrawn as provided herein.
A bid may be withdrawn only by written letter received by the CLERK
00
XV REMED 12W,"
878.
1.5
MIAMI-DADE COUNTY
0
BID NO.: 6461 -2/05 -OTR
OF THE BOARD prior to the bid opening date. A bid may also be
withdrawn ninety (90) days after the bid was opened and prior to award,
by submitting a letter to the contact person identified on the front cover of
this bid solicitation. The withdrawal letter must be on company letterhead
and signed by an authorized agent of the bidder.
EVALUATIQN OF A BID
A. Rejection of Bid
(1) The County may reject any bidder's Proposal and award to the next lowest
responsive/responsible bidder or may reject and re -advertise for all or any
part of this'bid solicitation, whenever it is deemed in the best interest of
the County. The County shall be the sole judge of what is in its "best
interest."
(2) The County may reject any bid if: (a) prices are not fair and reasonable, as
determined by the County, and/or exceed the County's estimated budget
for this bid solicitation; (b) the bidder.take exceptions to or modifies the
terms and conditions of this bid solicitation; (c) the bidder failed to satisfy
claims on previous contracts with the County or past -due payments for
County services or claims for damage to County property. The .County
shall be the sole judge of what is "fair and reasonable."
B. Bidder's Past Performance
Pursuant to County Ordinance No. 98-42, the bidder's performance as a
prime contractor or subcontractor on previous County contracts shall be
taken into account in evaluating the bid proposal received for this bid
solicitation.
C. Elimination from Consideration
This bid solicitation shall not be awarded to any person or firm which is in
arrears to the County upon any debt, taxes or contracts which are defaulted
as surety or otherwise upon any obligation to the County.
D. Waiver of Informalities
The County reserves the right to waive any informalities or irregularities
in this bid solicitation..
E. Demonstration of Competency
(1) A bid will only be considered from a firm which is regularly engaged in
the business of providing the goods and/or services required by this bid
solicitation. The bidder must be able to demonstrate a good record of
performance and have sufficient financial resources, equipment and
00
XVI REVISED 12/07199
MIAMI-DADE COUNTY
0
BID NO.: 6461 -2/05 -OTR
organization to ensure that they can satisfactorily provide the goods and/or
services if awarded this bid solicitation.
(2) The County may conduct a pre -award inspection of the bidder's site or
hold a pre -award qualification hearing to determine if the bidder possesses
the requirement as outlined in the above paragraph, and is capable of
performing the requirement of this bid solicitation. The Copnty may
consider any evidence available regarding the financial, technical and
other qualifications and abilities of the bidder, including past performance
(experience) with the County or any other governmental entity in making
the award.
(3) The County may require the bidder to show evidence that they have been
designated as an authorized representative of a manufacturer, supplier
and/or distributor, if required by this bid solicitation.
(4) The County reserves the right to audit all records pertaining to and
resulting from any award from this bid solicitation, financial or otherwise.
(5) In the event that the bidder will sub -contract all or part of its work to
another vendor, or will obtain the goods required in conjunction with this
contract with another source of supply, the bidder may be required to
verify the competency of its subcontractor or supplier. The County -
reserves the right, before awarding this contract to require the bidder to
submit such evidence of its subcontractor as it may deem necessary.
R. Copy of Bid Tabulation
The bidder who desires to receive a copy of the .bid tabulation shall
enclose a self-addressed/stamped envelope (correct size of envelope and
postage is a must depending on the amount of information involved) when
submitting its bid proposal. Bid results will not be given out by telephone
or facsimile.
1.6 AWARD OF BID SOLICITATION
A. Contract
This bid solicitation, any addenda and/or properly executed modifications,
the purchase order (if issued), and a change order (if applicable),
constitute the entire contract.
B. Tie Bid
Any tie bid will be decided by the Director of Procurement or designee,
and according to County Resolution 1574-88.
XVII REVISED 12VI99
MIAMI-DADE COUNTY
C. Additional Information
BID NO.: 6461 -2/05 -OTR
The award of this bid solicitation may be preconditioned on the
subsequent submission of other documents, as specified in the Special
Conditions or Technical Specifications. The successful bidder shall be in
default of its contractual obligation if such documents are not submitted in
a timely manner and in the form required by the County. Where the
successful bidder is in default of the contractual requirements, the County,
through action taken by GSA Procurement Management Division, may
rescind the award.
D. Term of Contract
The term of. this bid solicitation shall be specified on one of three
documents, issued to the successful bidder. These documents may either
be this bid solicitation, a purchase order or an award sheet.
E. Contract Extension
The County reserves the right to automatically extend this contract for up
to ninety (90) calendar days beyond the stated contract term. The County
shall notify the successful bidder in writing of such extensions. Additional
extensions over the first ninety (90). day extension may occur, if, the
County and the successful bidder are in mutual agreement of such
extensions.
F. Warranty
Any implied warranty granted under the Uniform Commercial Code shall
apply to all goods purchased under this bid solicitation.
G. Estimated Ouantities
Estimated quantities or estimated dollars, if provided, are for bidder's
guidance only. No guarantee is expressed or implied as to quantities or
dollars that will be used during the contract period. The County is not
obligated to place any order for a given amount subsequent to the award of
this bid solicitation. Estimates are based upon the County's actual needs
and/or usage during a previous contract period. Said estimates may be
used by the County for purposes of determining the low bidder meeting
specifications.
H. Non -Exclusive Contract
Although the purpose of this bid solicitation is to secure a contract that can
satisfy the total needs of the County or of a,specific County agency, it is
hereby agreed and understood that this bid solicitation does not constitute
the exclusive rights of the successful bidder to receive all orders that may
00
XVIII REVISED I2/07199
0, q,
MIAMI-DADE COUNTY
0
C
BID NO.: 6461 -2/05 -OTR
be generated by the County in conjunction with this bid solicitation. In
addition, any and all commodities, equipment, and service required by the
County in conjunction with construction projects are solicited under a
distinctly different bid process and shall not be purchased under the terms,
conditions and awards rendered under this bid solicitation, unless such
purchases are determined to be in the best interest of the County.
Local Preference
The award of this bid solicitation is subject to County Ordinances Nos. 96-
26, 94-166 and 94-196, and Resolution No. R-50-96; which, except where
Federal or State law mandates to the contrary, allow preference to be
given to a local business in the amount of one and one-half percent (1.5%)
for Miami -Dade County and one percent (1%) for Broward County of the
bid proposal price. For the purposes of the applicability of this Ordinance,
"local business" means the bidder has its headquarters located in Miami -
Dade or Broward Counties or has a place of business located in Miami -
Dade or Broward Counties at which it will produce, distribute and/or
perform a substantial portion of the goods and/or services to be purchased.
J. Limited Contract Extension
Any specific work assignment which commences prior to the termination --
date of the contract and which will extend beyond the termination date
including any previous contract extension(s) shall, unless terminated by
mutual written agreement by both parties, continue until completion at the
same prices, terms and conditions as set forth in this bid solicitation.
1.7 RIGHT OF APPEAL
Any bidder may protest any recommendation for contract award or rejection of all bids,
in accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the County
Code, as amended by, County Ordinances Nos. 95-201 and 95-126, and as established in
Administrative Order 3-21.
A. Bid Award Recommendation Over $500,000.00
This bid award recommendation will be in writing, signed by the Director
of GSA Procurement Management -Division or designee and filed with the
Clerk of the Board. The bidder shall have ten (10) business days after the
filing of an award recommendation to file a written protest with the Clerk
of the Board. As a condition of initiating a protest of award
recommendation, the bidder shall post at the time of filing a Surety Bond
( cashier's check or money order ) in the amount of $500.00 payable to the
Board of County Commissioners. Failure to file the proper Bond at the
time of filing the protest, will result in denial of the protest. If, the
Hearing Examiner's ruling is in favor of the County's
mmi
XIX REVISED 12f0 M
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
recommendation, the bidder's Bond may be forfeited and the County
may seek all costs, attorney's and administrative fees.
B. Bid Award Recommendation Over $100,000.00 and up to $500,000.00
This bid award recommendation will be posted in the lobby of the Stephen
P. Clark Building. It shall be the responsibility of the bidder to monitor
such Bulletin Board. after the bid _opening to ascertain that a
recommendation for award has been made. Bid award recommendations
are posted by 9:00 A.M., every Monday. In addition, the bidder can call
the bid Award Recommendation Line at 305-375-4724 or (800) 510-
4724, or contact the person identified on the cover page of this bid
solicitation. The bidder shall have five (5) business days after the
posting of an award recommendation to file a written protest with the
General Services Administration, Procurement Management Division. The
bidder shall post at the time of filing, a Surety Bond ( cashier's check ,or
money order ) in the amount of $500.00 payable to the Board of County
Commissioners. Failure to submit the proper Bond at the time of filing
the protest, will result in denial of the protest. If, the County
Manager, or designee, upholds the recommendation of the contracting
department, the bidder's Bond may be forfeited and the County may
seek all costs, attorney's and administrative fees.
1.8 CONTRACTUAL OBLIGATIONS
A. Rules, Regulations, Licensing Requirements
The successful bidder -shall comply with all laws and regulations
applicable to the goods and/or services contained in this bid solicitation.
The.bidder is presumed to be familiar with all Federal, State and local
laws, ordinances, codes and regulations that may in any way affect the
goods and/or services offered.
B. County. Contractors Employment and Procurement Practices Affidavit
In accordance with the requirements of Ordinance 98-30, all firms with
annual .gross revenues in excess of $5 million, seeking I to contract with
Miami -Dade County shall, as a condition of award,- have a written
Affirmative Action Plan and Procurement Policy on file with the County's
Department of Business Development. Said firms must also submit, as a
part of their proposals/bids to be filed with the Clerk of the Board, an
appropriately completed and signed Affirmative Action Plan/Procurement
Policy Affidavit. Firms whose Boards of Directors are representative of
the population make-up of the nation are exempt from this requirement
and must submit, in writing, a detailed listing of their Boards of Directors,
showing the race or ethnicity of each board member, to -the County's
Department of Business Development. Firms claiming exemption must
�® 878
XX REVtsEt) 12/07M .... .,
•
MIAMI -DADS COUNTY
n
BID NO.: 6461 -2/05 -OTR
submit, as a part of their proposals/bids to be filed with the Clerk of the
Board, an appropriately completed and signed Exemption Affidavit in
accordance with Ordinance 98-30. These submittals shall be subject to
periodic reviews to assure that the entities do not discriminate in their
employment and procurement practices against minorities and women -
owned businesses.
It will be the responsibility of each firm to provide verification of their
gross annual revenues to determine the requirement for compliance with
the Ordinance. Those firms that do not exceed $5 million annual gross
revenues must clearly state so in their bid proposal.
Any bidder/respondent which does not provide an affirmative action plan
and procurement policy may not be recommended by the County Manager
for award by the Board of County Commissioners.
(See Appendix - Section 1)
C. Conditions of Material and Packa 'nQ
(1) Unless otherwise specified in the Special Conditions or Technical
Specifications, all containers shall be suitable for shipment and/or storage
and comply with the County's Recycled Packaging Resolution No. 738-
92. (See Appendix - Section 1) - —
(2) All goods furnished shall be fully guaranteed by the successful bidder
against factory defects and workmanship. The successful bidder at no
expense to the County shall convect any defects, which may occur within
the period of the manufacturer's standard, and/or any implied warranty.
The standard manufacturer's warranty may be superseded by the Special
Conditions.
D. Subcontracting
(1) Unless otherwise specified in this bid solicitation, the successful bidder
shall not subcontract any portion of the work without the prior written
consent of the County. The ability to subcontract may be further limited
by the Special Conditions. Subcontracting without the prior consent of the
County may, result in termination of this bid solicitation for default.
(2) Quarterly reporting when a subcontractor is utilized: The successful bidder
is advised that when a subcontractor is utilized to fulfill the terms and
conditions of this bid solicitation, County Resolution No. 1634-93 will
apply to this bid solicitation. This resolution requires the successful bidder
to file quarterly reports as to the amount of contract monies received from
the County and the amount that have been paid by the successful bidder
directly to certified Black, Hispanic and Women -Owned businesses,
performing part of this bid solicitation work. Additionally, the listed
businesses are required to sign reports, verifying their participation in this
00- 878
XXI' REVISED 12107M
MIAMI-DADE COUN'T'Y BID NO.: 6461 -2/05 -OTR
bid solicitation work and their receipt of such monies. The requirements of
this resolution shall be in addition to any other reporting requirements by
Federal, State or local laws, ordinances or administrative orders.
(3) Where subcontracting is permitted, the successful bidder shall obtain
written consent of the. County prior to utilizing the subcontractor. All
actions of any subcontractor are the sole responsibility of the successful
bidder.
Note: This requirement is separate and independent from any requirements
that may be contained in the, Special Conditions, Paragraph 2.2.
(4) In accordance with Ordinance No. 97-104, all bidders and respondents on
County contracts for purchase of supplies, materials or services, including
professional services, which involve the expenditure of $100,000 or more
and all bidders or respondents on County or Public Health Trust
construction contracts which involve the expenditure of $100,000 or more
shall include, as part. of their bid or proposal submission, a listing which
identifies all first tier subcontractors who will perform any part of the
contract work and describes the portion of the, work such subcontractor
will perform, and all suppliers who will supply materials for the contract
work direct to the bidder or respondent and describes the materials to be
supplied. Failure to include such listing withthe bid or proposal shall
render the bid or proposal non-responsive. Ordinance No. 97-104, applies
to all contracts whether competitively by the County or not., Those
contracts that have received authorization by the Board of County
Commissioners to waive formal bidding procedure must also provide a
listing of all first tier subcontractors and direct suppliers.
`Subcontractor/Supplier Listing, SUB,. Form . 100' may be utilized to
provide the information required by this paragraph. A bidder or
respondent who is awarded the contract shall not change or substitute first
tier subcontractors or. direct suppliers or the portions of the contract work
to be performed or materials to be supplied from those identified in the
listing submitted with the bid or proposal except upon written approval of
the County. ' (See Appendix - Section 1)
NOTE: ORDINANCE NO. 97-104 REQUIRES A
'BID OR PROPOSAL FOR A COUNTY OR
PUBLIC HEALTH TRUST CONTRACT
INVOLVING THE EXPENDITURE OF $100,000
OR MORE INCLUDE A LISTING OF
SUBCONTRACTORS AND SUPPLIERS WHO
WILL' BE USED ON THE CONTRACT, AND
PROVIDES FAILURE TO INCLUDE THE
REQUIRED LISTING SHALL RENDER THE BID
OR PROPOSAL NON-RESPONSIVE. THE
REQUIRED LISTING MUST BE SUBMITTED 00— 878
XXII REVISED 12107/99
•
MIAMI-DADE COUNTY
CJ
BID NO.: 6461 -2/05 -OTR
AND SIGNED EVEN THOUGH THE BIDDER OR
PROPOSER WILL, NOT UTILIZE
SUBCONTRACTORS OR SUPPLIERS ON THE
CONTRACT. IN THE LATTER CASE, THE
LISTING MUST EXPRESSLY STATE NO
SUBCONTRACTORS, OR SUPPLIERS, AS THE
CASE MAY BE, WILL BE USED ON THE
CONTRACT. TIMELY SUBMISSION OF A
PROPERLY COMPLETED AND SIGNED
"SUBCONTRACTOR/SUPPLIER LISTING, SUB
FORM 100" (A COPY OF WHICH IS INCLUDED
IN THE BID PACKAGE) CONSTITUTE
COMPLIANCE WITH THE LISTING
REQUIREMENTS OF THE ORDINANCE. IN
ORDER TO BE DEEMED PROPERLY
COMPLETED, THE WORD "NONE" MUST BE
ENTERED UNDER THE 'APPROPRIATE
HEADING OF SUB FORM 100 IF NO
SUBCONTRACTORS OR SUPPLIERS WILL BE
USED ON THE CONTRACT.
(5) In accordance with County Ordinance No. 97-35 (Fair Subcontracting
Policies), "all successful bidders/respondents on County contracts in
which subcontractors may be used, shall be subject to and comply with
Ordinance 97-35 as amended, requiring bidders/respondents to provide a
detailed statement of their policies and procedures for awarding
subcontracts which:
a) notifies the broadest number of local subcontractors
of the opportunity to be awarded a subcontract;
b) . invites local subcontractors to submit bids in a
practical, expedient way;
C) provides local subcontractors access to information
necessary to prepare and formulate a subcontracting
bid;
d) allows local subcontractors to meet with appropriate
personnel of the bidder to discuss the bidder's
requirements; and
e) awards subcontracts based on full and complete
consideration of all submitted proposals and in
accordance with the bidder's stated objectives.
XXIII REVISED I2M7)99
All bidders/respondents seeking to contract with the County shall, as a
condition of award, provide a statement of their subcontracting policies
and procedures. Bidders/Respondents who fail to provide a statement of
their policies and procedures may not be recommended by the County
Manager for award by the Board of County Commissioners."
(See Appendix — Section 1)
E. Assignment
The successful bidder shall not assign, transfer, or otherwise dispose of
this contract, including any rights, title or interest therein, or their power to
execute such contract to any person, company, or corporation without the
prior written consent of the County. .
F. Delivery
Unless otherwise specified in this bid solicitation, prices quoted shall be
F.O.B. Destination with freight included in the proposed price.
G. Employee is the Responsibility of the Successful Bidder
H.
The employee of the successful bidder shall be considered to be, at all
times, employee of the successful bidder under its sole direction and not
an employee or agent of the County. The successful bidder shall supply a
competent and physically capable employee. The County may require the
successful bidder to remove an employee it deems . unacceptable. Each
employee shall wear proper identification.
Indemnification of County by the Successful Bidder
The successful bidder shall indemnify and hold harmless the County and
its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attorney's fees and costs of defense,
which the County or its officers, employees, agents or instrumentalities
may incur as a result of claims, demands, suits causes of actions or
proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the Agreement by the successful bidder or its
employees, agents, servants, partners, principals or subcontractors. The
successful bidder shall pay all claims and losses in connection therewith,
and shall investigate and defend all claims, suits or actions of any kind or
nature in the name of the County, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which
may issue thereon. The successful bidder expressly understands and agrees
that any insurance protection required by this Agreement or otherwise
provided by. the successful bidder shall in no way limit the responsibility
to indemnify, keep and save harmless and defend the County or its
officers, employees, agents and instrumentalities as herein provided.,
MOM
XXIV REVISED 1207199
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
All bidders/respondents seeking to contract with the County shall, as a
condition of award, provide a statement of their subcontracting policies
and procedures. Bidders/Respondents who fail to provide a statement of
their policies and procedures may not be recommended by the County
Manager for award by the Board of County Commissioners."
(See Appendix — Section 1)
E. Assignment
The successful bidder shall not assign, transfer, or otherwise dispose of
this contract, including any rights, title or interest therein, or their power to
execute such contract to any person, company, or corporation without the
prior written consent of the County. .
F. Delivery
Unless otherwise specified in this bid solicitation, prices quoted shall be
F.O.B. Destination with freight included in the proposed price.
G. Employee is the Responsibility of the Successful Bidder
H.
The employee of the successful bidder shall be considered to be, at all
times, employee of the successful bidder under its sole direction and not
an employee or agent of the County. The successful bidder shall supply a
competent and physically capable employee. The County may require the
successful bidder to remove an employee it deems . unacceptable. Each
employee shall wear proper identification.
Indemnification of County by the Successful Bidder
The successful bidder shall indemnify and hold harmless the County and
its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attorney's fees and costs of defense,
which the County or its officers, employees, agents or instrumentalities
may incur as a result of claims, demands, suits causes of actions or
proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the Agreement by the successful bidder or its
employees, agents, servants, partners, principals or subcontractors. The
successful bidder shall pay all claims and losses in connection therewith,
and shall investigate and defend all claims, suits or actions of any kind or
nature in the name of the County, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which
may issue thereon. The successful bidder expressly understands and agrees
that any insurance protection required by this Agreement or otherwise
provided by. the successful bidder shall in no way limit the responsibility
to indemnify, keep and save harmless and defend the County or its
officers, employees, agents and instrumentalities as herein provided.,
MOM
XXIV REVISED 1207199
0
MIAMI-DADE COUN'T'Y
I. Protection of Property
0
BID NO.: 6461 -2/05 -OTR
All existing structures, utilities, services, roads, trees, shrubbery, etc. shall
be protected against damage or interrupted services at all times by the
successful bidder during the term of this contract. The successful bidder
shall be held responsible for repairing or replacing property, to the
satisfaction of the County, which is damaged by reason of the successful
bidder's operation on County property.
1.9 MODIFICATION OF THE CONTRACT
The contract may be modified by unilateral action of the County or by mutual consent, in
writing, and through the issuance of a modification to the contract, purchase order, change
order or award sheet, as appropriate.
1.10 TERMINATION OF CONTRACT
A. Termination for Convenience
The County, at its sole discretion, may terminate this contract without
cause by providing the successful bidder with thirty (30) day advance
notice. Upon the receipt of such notice, the successful bidder shall not
incur any additional costs under this contract. The County shall be liable
only for reasonable costs incurred by the successful bidder, as determined
by the County, regardless of the method of payment required by this
contract. The County shall be the sole judge of "reasonable costs."
B. Termination for Default
The County may terminate this contract upon the failure of the successful
bidder to comply with any provision and/or requirements of this contract.
The County's decision not to take action upon failure of the successful
bidder to perform shall not be construed as a waiver of the ability of the
County to take additional action at a later date and time. The County shall
also have the ability to place the successful bidder on probation and/or
terminate any portion of this contract. The date of termination shall be
stated in a written notice to the successful bidder. In the event the
successful bidder is terminated for default, the County reserves the right to
re -procure the goods and/or services from the next lowest responsive
responsible bidder or re -solicit the goods and/or services. The County may
further charge the successful bidder any differences in cost between the
successful bidder's price and the re -awarded price and/or any costs
associated with re -awarding or re -soliciting this contract. The County may
also debar or suspend the successful bidder from conducting business with
the County, and/or eliminate the defaulted contractor from consideration
in future bid solicitation, in accordance with appropriate County
ordinances, resolutions and/or administrative orders.
XXV ivmAv„7 81
.....
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
C. Ordinance 93-137
Any individual or corporation or other entity that attempts to meet its
contractual obligations with the county through fraud, misrepresentation
or material misstatement, the county shall; . whenever practicable,
terminate the contract. The county as a further sanction, may terminate or
cancel any other contracts with such individual or other entity. Such
individual or entity shall be responsible for all direct or indirect costs
associated with such termination or cancellation, including attorney's fees.
Notwithstanding, any individual or entity who attempts to meet its
contractual obligations with the county through fraud, misrepresentation
or material misstatement may be disbarred from county contracting for up
to five, (5) years.
1.11 ORDINANCES, RESOLUTIONS AND/OR ADMINISTRATIVE ORDERS
To request a copy of any ordinance, resolution and/or administrative order cited in this bid
solicitation, the bidder must contact the Clerk of the Board at 305-375-5126.
2.1
2.2
2.3
Fel
2.5
® •
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
SECTION 2.0 SPECIFICATIONS
PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY:
The purpose of this Invitation To Bid is to establish a contract for the purchase of Coffee
Service in conjunction with the County's needs on an as needed when needed basis.
RACE/ETHNICITY/GENDER CONTRACT MEASURES
This contract includes Participation Provisions for Certified Black Business Enterprises
(BBE's) and/or Certified Hispanic Business Enterprises (HBE's) and/or Certified Women
Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal
solicitation.
Intentionally Omitted
TERM OF CONTRACT: FIXED PERIOD
This contract shall commence on the first calendar day of the month succeeding approval
of the contract by the Board of County Commissioners, unless otherwise stipulated in the
Notice of Award Letter which is distributed by the County's GSA Procurement
Management Division; and contingent upon the completion and submittal*of all required
bid documents. The contract shall remain in effect for () months and upon completion of
the expressed and/or implied warranty periods.
OPTION TO RENEW (2) TWO YEARS (With Price Adjustment)
The prices for a one year period from effective date shall be consistent with the
provisions outlined in section 2.7 of these special terms and conditions; at which time
Dade County shall have the option to renew for an additional two (2) years on a year to
year basis. At that time Dade County will consider an adjustment to price based on (CPI
under Miami, FtLauderdale Area Food & Beverage Group). It shall be further understood
that the County reserves the right to reject any price adjustments submitted by the bidder
and/or to terminate the contract with the bidder based on such price adjustments.
Continuation of the contract beyond the initial period is a County prerogative; not a right
of the bidder. This prerogative may be exercised only when such continuation is clearly
in the best interest of the County.
In the event that the bidder declines the County's right to exercise the option period, the
County will consider the successful bidder in default and affect it's eligibility for future
contracts.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW,
IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY
AWARDED. —
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
2.6 METHOD OF AWARD: To Low Bidder In The Aggregate
Award of this contract will be made to the responsive, responsible` bidder who bids on all
items and whose bid offers the lowest price when all items are added in the aggregate. If
bidder fails to bid on all items its bid shall be declared non-responsive. The County will
award the total contract to a single bidder.
2.7 PRICES SHALL BE FIXED WITH ADJUSTMENTS ALLOWED:
If the bidder is awarded a contract under this bid solicitation, the prices proposed by the
bidder shall remain fixed for a period of one -hundred twenty (120) days after the
commencement of the contract. After this period, the vendor may submit a price
adjustment to the County based on a Manufacturer's Revised Published Price List or a
written notification from the Manufacturer to the supplier of price increases or on an
increase on the Federal Excise Tax that occur after the first 120 day period. The Revised
Published Price Lists, Manufacturer's notification or Federal Excise Tax Increase shall be
submitted to the County, and approved by the County's GSA Procurement Management
Division through the issuance of a Memorandum of Understanding to the existing
purchase order prior to the effective date of the price adjustment.
It shall be further understood that the County reserves the right to reject any price
adjustments submitted by the bidder and/or to terminate the contract with the bidder
based on such price adjustments.
2.8 Intentionally Omitted
2.9 EQUAL PRODUCT CAN BE CONSIDERED UPON RECEIPT OF
INFORMATION SHEETS AND SAMPLES
Manufacturer's name, brand name and/or model number are used in these specifications
for the sole purpose of establishing minimum requirement of level of quality, standards of
performance and design required and is in no way intended to prohibit the bidding of
other manufacturer's items of equal material. An equal product maybe bid provided that
the product is found to be equal in quality, standards of performance, design, etc. to the
item specified. Where an equal is bid, the Bid Proposal must be accompanied with two
(2) complete sets of factory information sheets (specifications, brochures, etc.) and test
results of unit bid as equal. Samples are required for evaluation, at no cost to the County,
and should be submitted with the Bid. Failure to meet this requirement may result in
your bid being rejected. The County shall be sole judge of equality and its decision shall
be final in its best interest.
2.10 Intentionally Omitted
N
MOW:
. MIAMI-DADE COUNTY
2.11
0
BID NO.: 6461 -2/05 -OTR
Provider shall indemnify and hold harmless the County and its officers, employees,
agents and instrumentality's from any and all liability, losses or damages, including
attorneys' fees and costs of defense, which the County or its officers, employees, agents
or instrumentality's may incur as a result of claims, demands, suits, causes of actions or
proceedings of any kind or nature arising out of , relating to or resulting from the.
performance of this Agreement by the Provider or its employees, agents, servants,
partners principals or subcontractors. Provider shall pay all claims and losses in
connection therewith and .shall investigate and defend all claims, suits or actions of any
kind or nature in the name of the County, where applicable,, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may issue
thereon. Provider expressly understands and agrees that any insurance protection
required by this Agreement or otherwise provided by Provider shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the County or its officers,
employees, agents and instrumentality's as herein provided.
The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement
Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989,
Certificate(s) of Insurance which indicate that insurance coverage has been obtained
which. meets the requirements as outlinedbelow:
A. Worker's Compensation Insurance for all employees of the vendor as required by
Florida Statute 440.
B. Public Liability Insurance on a comprehensive basis in an amount not less than
$300,000 combined single limit per occurrence for bodily injury and property
damage. Dade County must be shown as an additional insured with respect to this
coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired
vehicles used in connection with the work, in an amount not less than $300,000
combined single limit per occurrence for bodily injury and property damage.
The insurance coverage required shall include those classifications, as listed in standard
liability insurance manuals, which most nearly reflect the operations of the vendor.
All insurance policies required above shall be issued by companies authorized to do
business under the laws of the State of Florida, with the following qualifications:
3
0.
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
The company must be rated no less than "B" as to management, and no
less than "Class W as to financial strength, by the latest edition of
Best's Insurance Guide, published by A.M. Best Company, Oldwick,
New Jersey, or its equivalent, subject to the approval of the County Risk
Management Division.
The company must hold a valid Florida Certificate of Authority as
shown in the latest "List of All Insurance Companies Authorized or
Approved to Do Business in Florida", issued by the State of Florida
Department of Insurance and are members of the Florida Guaranty
Fund.
Certificates will indicate no modification or change in insurance shall be made without
thirty (30) days written advance notice to the certificate holder.
NOTE:DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON
EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the vendor of his liability
and obligation under this section or under any other section of this Agreement.
Issuance of a purchase order is contingent upon the receipt of the. insurance documents
within fifteen (15) calendar days after Board of County Commission approval. If the
insurance certificate is received within the specified time frame but not in the manner
prescribed in this Invitation To Bid, the Bidder shall be verbally notified of such
deficiency and shall have an additional five (5) calendar days to submit a corrected
certificate to the County. If the Bidder fails to submit the required insurance documents
in the manner prescribed in this Invitation To Bid within twenty (20) calendar days after
Board of County Commission approval, the Bidder shall be in default of the contractual
terms and conditions and shall not be awarded the contract. Under such circumstances,
the Bidder may be prohibited from submitting future Proposal to the County in
accordance with Section 1.0, para 1.6 of the General Terms and Conditions.
The Bidder shall be responsible for assuring that the insurance certificates required in
conjunction. with this Section remain in force for the duration of the contractual period;
including any and all option years that may be granted to the Bidder in accordance with
Section 2.5 of the Special Conditions. If insurance certificates are scheduled to expire
during the contractual period, the Bidder shall be responsible for submitting new or
renewed insurance certificates to the County at a minimum of thirty (30) calendar days in
advance of such expiration. In the event that expired certificates are not replaced with
new or renewed certificates which cover the contractual period, the County shall suspend
the contract until such time as the new. or renewed certificates are received by the County
in the manner prescribed in the Invitation To Bid; provided, however, that this suspended
4
MIAMI-DADE COUNTY
0
•
BID NO.: 6461 -2/05 -OTR
period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30)
calendar days, the County may, at its sole discretion, terminate this contract for cause and
seek re -procurement charges from the Bidder in conjunction with Section 1.10, of the
General Terms and Conditions.
2.12 Intentionally Omittted
2.13 Intentionally Omitted
2.14 Intentionally Omitted
2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED
PURCHASES,
The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after
purchase has been completed, whether picked up by authorized County personnel or
delivered to the site by the vendor. The invoices shall reference the appropriate purchase
order number, the delivery address, and the corresponding delivery ticket number or
packing slip number that was signed by an authorized representative of the County
department when the items were delivered and accepted. Submittal of these periodic
invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under
no circumstances shall the invoices be submitted to the County in advance of the delivery
and acceptance of the items.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All bidders shall quote prices based on F.O.B. Destination and shall hold title to the
goods until such time as they are delivered to, and accepted by, an authorized County
representative at .
2.17 DELIVERY SHALL BE FIVE (5) DAYS AFTER ORDER IS PLACED BY THE
COUNTY
The bidder shall make deliveries within five(5) calendar days after the date that the
County department orders the items. All deliveries shall be made in accordance with
good commercial practice and shall be adhered to by the successful bidder(s); except in
such cases where the delivery will be delayed due to acts of God, strikes, or other causes
beyond the control of the bidder. In these cases, the bidder shall notify the County of the
delays in advance of the delivery date so. that a revised delivery schedule can be
negotiated.
Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of
days as stated in its proposal, the County reserves the right to' cancel the contract after
any back order period which is specified in the Special Conditions has lapsed. If the .
contract is cancelled, it is hereby understood and agreed that the County has the authority
to purchase the goods elsewhere and to charge the bidder with any re -procurement costs.
5
0
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
2.18 BACK ORDERS MUST BE FILLED WITHIN TWO(2) CALENDAR DAYS
If the successful bidder experiences a back order of items from its manufacturer or
distributor, the bidder shall insure that such back orders are filled within two(2) calendar
days from the date of the initial delivery. The bidder shall not invoice the County for
back ordered items until such back orders are delivered and accepted by the County's
authorized representative. It is understood and agreed that the County may, at its
discretion, verbally cancel back orders after the grace period identified in this paragraph
has. lapsed, seek the items from another vendor, and charge the bidder for any re -
procurement costs.
2.19 Intentionally Omitted
2.20 CONTACT PERSONS:
For any additional information regarding the specifications and requirements of this
contract, Contact: J.C. Romano at (305) 375-4262.
2.21 COUNTY-WIDE/STATE-WIDE USAGE
Any Governmental, not-for-profit or quasi -governmental entity in the State of Florida, may
avail itself of this contract and purchase any and all items specified herein from the
successful bidder(s) at the contract price(s) established herein.
Each Governmental, not-for-profit or quasi -governmental entity which uses a contract(s) resulting
here from, will establish its own contract, place its own orders, issue its own purchase orders, be
invoiced therefrom and make its own payments, determine shipping terms and issue its own
exemption certificates as required by the bidder.
It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping Terms", all
prices shall be quoted, "FOB Destination." For entities other than those belonging to Miami -
Dade County or those located outside of the geographical boundaries of Miami -Dade County, the
successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged
Back" basis. This allowance shall only be made when expressly authorized by a representative of
the entity, prior to shipping the goods.
It is also understood and agreed that Dade County is not a legally binding party to any contractual
agreement made between any governmental unit and the bidder as a result of this bid.
SURCHARGE FEE AND QUARTERLY SUMMARY REPORT
Per Miami -Dade County Surcharge Fee Ordinance No. 9843, please be advised that this contract
is subject to a user surcharge fee in the amount of 2% on all sales resulting from this contract or
any contract resulting from this solicitation and the utilization of the County contract price and
the terms and conditions identified herein.
6 .00, .878
,
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
Vendors shall be required to furnish the attached Quarterly Surcharge Payment Report in a timely
manner. Quarterly reports and all applicable payments must be submitted to GSA/Accounts
Receivable, no later than 15 days after the end of each quarter, regardless of the value of sales
during the preceding quarter.
By submission of these sales summary reports and corresponding surcharge fees, the vendor is
attesting to their correctness. All such reports and fees shall be subject to audit by Miami -Dade
County.
Failure to submit the following Quarterly Surcharge Payment Report and make applicable
payments in a timely manner, may result in termination or cancellation of contract with the non-
conforming vendor and any and all remedies relating to the collection of such fees shall be
enforceable. Additionally, any reprocurement charges may be charged to the vendor in default.
Willful failure or falsification of sales reports or failing to make timely payments of the surcharge
fee shall constitute sufficient cause for terminating the contract for cause of the non -conforming
vendor.
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
MIAMI-DADE COUNTY
General Services Administration/Procurement Management Division
111 N.W. 1st Street
Suite 2350
MIAMI, FLORIDA, 33128
(305) 375-5289)
Vendor Instructions for Completing Quarterly Surcharge Payment Report:
1) Complete section 1, 2, 3, and sign form.
2) Enter amount of total amount paid with this summary.
4) Make check payable to Board of County Commissioners.
5) , Attach check to report form and remit to:
GSA/Accounts Receivable
111 NW 1st Street
Suite 2410
Miami, FL 33128
NOTE: Quarterly report must be submitted to GSA/Accounts Receivable, no later that 15 days
after the end of each quarter, regardless of the value of sales during the preceding quarter.
Start of Quarter
Report/Check (If Applicable)
Due
1 st Quarter - January 1— March 31
April 15
2nd Quarter - April 1 - June 30
July 15
3rd Quarter - July 1 - September 30
October 15
4th Quarter - October 1 - December 31
January 15
,:. 8 O®- 878
I
MIAMI-DADE COUNTY
0
BID NO.: 6461 -2/05 -OTR
NUANH-DADE COUNTY
General Services Administration/Accounts Receivable
111 NW 1st Street
Suite 2410
Miami, Florida 33128
(305) 375-5289
QUARTERLY SURCHARGE PAYMENT REPORT
SECTION 1- Vendor/Contract Information:
Vendor Name.
Address
City
State
Date Submitted / 1
FEIN #
Contact Person Phone#
FAX# E -Mail
Contract#
- Tile
SECTION 2 - Applicable Reporting Period: (Check One)
Zip Code
_Jan. 1 - March 31 _April 1 - June 30 July 1 - Sept. 30 Oct. 1 - Dec. 31
(1S` Quarter) (2nd Quarter) (3r Quarter) (4`h Quarter)
SECTION 3 - Summary:
1) Total Sales this Quarter $
2) 2 % of all sales related to contract $
Total due to County for this quarter (LINE 2) $
By submission of this Quarterly. Surcharge Payment Report and corresponding surcharge fees,
I certify the correctness of the information. I understand
that all reports and fees may be subject to an audit by Miami -Dade County or designee.
Authorized Signature Title/Position Held
Date —
. OOm 878
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
IMPORTANT NOTICE TO VENDORS
This bid contains contractual language which allows municipal and quasi -governmental entities
to access the terms and conditions of the contract. After award the following entities will receive
copies of our contract Award Sheet. Please feel free to contact the Purchasing Agents listed
below to promote the usage of the commodities or services that you were awarded.
COUNTY -WIDE KEY CONTACT LIST
TOWN OF BAY HARBOR ISLANDS
ATTN: Joseph Fox
Sup. Public Works
9665 Bay Harbor Terrace
Bay Harbor Islands, FL 33154
(305) 866-6241
CITY OF CORAL GABLES
Att: Wayne Moody, Sr. Buyer
340 San Lorenzo Avenue
Coral Gables, Florida 33146
(305) 460-5102
CITY OF HIALEAH
Att: Manuel Rodriguez ,
501 Palm Avenue Room 304
Hialeah, Florida 33011
(305) 883-5865
CITY OF HOMESTEAD `
Att: Purchasing Director
790 Homestead Blvd.
Homestead, Florida 33030-6299
(305) 247-1801, Ext. 188 ,
CITY OF MIAMI BEACH .
Att: Michael Rath .
Procurement Director
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7490
10
CITY OF NORTH MIAMI BEACH
Att: Lynn Gribble
Purchasing Agent.
17011 N.E. 19th Avenue
North Miami Beach, Florida 33162
(305) 948-2976
TOWN OF SURFSIDE
Att: Jeffrey I. Naftal,Town Clerk
9293 Harding Avenue
Surfside, Florida 33154
(305) 861-4863
CITY OF BOYNTON BEACH
Att: Lana Koester, Purchasing Agent
P.O. Box 310
Boynton Beach, Florida 33425-0310
(407) 738-7415
VILLAGE OF KEY BISCAYNE
Att: Tom Zannis, Finance Director
85 W. McIntry Street
Key Biscayne, FL 33149
(305) 365-8903
VILLAGE OF VIRGINIA GARDENS
Att: Paul Bithorn, Mayor
6498 N.W. 38th Terrace
Virginia Gardens, FL 33166
(305) 871-6104
MIAMI-DADE COUNTY
THE CITY OF MIAMI
Att: Judy S. Carter, Director
Purchasing Department
400 S.W. 2nd Avenue, 16th Floor
Miami, FL 33130
(305) 579-6845
CITY OF NORTH MIAMI
Att: Pam Thompson, Director
Purchasing Department
P.O. Box 610847
North Miami, Florida 33261-0847
(305) 893-6511, Ext. 2135
CITY OF AVENTURA
Att: Glen Marcos
2999 NE 191st Street
Aventura, FL 33187
(305)466-8900
CITY OF NORTH BAY _-------- _ __
VILLAGE -POLICE DEPT.
Att: F.B. Dunphy, Chief of Police
7903 East Drive
North Bay Village, FL 33141
(305)758-2626
MIAMI DADE COMMUNITY COLLEGE
Att: Linda Pagliaro
Director of Purchasing
11011 S.W. 104th Street
Miami, FL 33176
(305) 237-2400
CITY OF OPA-LOCKA
Att: Ilona M. Sandler
Purchasing Director
12950 Lejune Rd
Opa-Locka, FL 33054
(305)953-2825
0
BID NO.: 6461 -2/05 -OTR
UNIVERSITY OF MIAMI
Att: Susan Montes —
Director of University Purchasing
P.O. Box 248184
Coral Gables, FL 33124
(305) 243-3464
INDIAN CREEK VILLAGE
Att: Melissa Garcia
Purchasing Department
9080 Bay Drive
Indian Creek, FL 33154
(305) 365-4121
CITY OF HALLANDALE
Att: E. Dent McGough, Director
Central Services Department
400 S. Federal Highway
Hallandale, Florida 33009
(954) 457-1331
MIAMI SHORES VILLAGE
Att: John Rumble/Scott Davis
Purchasing Department
1701 N.W. 103 Street
Miami Shores, FL 33147
(305) 795-2210
CITY OF DEERFIELD BEACH
Att: Donna M. Council
Purchasing Agent
210 Goolsby Blvd.
Deerfield, Florida 33442
(954) 480-4380
DADE COUNTY PUBLIC SCHOOLS
Att: Joe Gomez, Director
Division of Procurement Mgt.
1450 N.E. 2nd Avenue
Miami, Florida 33432
(305) 995-1364
mm�
MIAMI-DADE COUNTY
CITY OF OAKLAND PARK
Att: Larry Fagen,
Purchasing Agent
3650 N.E. 12th Avenue
Oakland Park, FL 33334
(305) 561-6105
BAL HARBOUR VILLAGE
Att: Purchasing Agent
655 96th.Street
Bal Harbour, Florida 33154
(305) 866-4633
BROWARD COMMUNITY COLLEGE
Att: Janet Rickenbacker
Purchasing Director
225 E. Las Olas Blvd.
Ft. Lauderdale, FL 33301
(954) 761-7455
BROWARD COUNTY
Att: Glenn R. Cummings
Purchasing Director
115 So. Andrews Ave. Room 212
Ft. Lauderdale, FL 33301
(954)357-6070
DEPARTMENT OF OFF STREET PARKING
Purchasing Office
Att: Carlos Vilches
190 N.E. 3 Street
Miami, FL 33132
(305) 373-6789
SOUTH FL. WATER MGT DISTRICT
Att: Julie Stern
Procurement & Contract Admin.
3301 Gun Club Road
West Palm Beach, FL 33406
(407) 686-8800
0
BID NO.: 6461 -2/05 -OTR
CITY OF MIAMI SPRINGS
Art: John M. Benson—
Purchasing Director
201 Westward Drive
Miami Springs, FL 33166
(941) 339-6260
CITY OF HOLLYWOOD
Att: John L. Weyrauch
P.O. Box 229045
Hollywood, Florida 33022-9045
(954) 921-3210
CITY OF MARGATE
Att: Patricia Greenstein
Purchasing Agent
5790 Margate Blvd.
Margate, FL 33063
(954) 972-6454
CITY OF SOUTH MIAMI
Att: Kathy Vazquez
Purchasing Director
61.30 Sunset Drive
South Miami, FL 33143
(305) 663-6339
JACKSON MEMORIAL HOSPITAL
Purchasing Office
Att: Tom Przybyski, Director
1611 N.W. 12th Ave..
Miami, FL 33136
(305) 585-2289
CITY OF WEST PALM BEACH
Att: Purchasing Manager
1045 Charlotte Ave.
West Palm Beach, FL 33401
(407) 659-8036
0
MIAMI-DADE COUNTY
STATE OF FLORIDA DADE COUNTY
DEPARTMENT OF HEALTH
Att: Donald E. Young
Purchasing Agent I
1350 N.W. 14th Street,
Bldg. 1, Room 202
Miami, FL 33125
(305) 324-2416
BROWARD COUNTY SHERIFF'S OFFICE
Att: Leslie A. Dell
2601 W. Broward Boulevard
Fort Lauderdale, FL 33312
(954) 831-8170
CITY OF FLORIDA CITY
Att: Sonia Young Hernandez
404 W. Palm Drive
Florida City, FL 33034
(305) 247-8221, Ext. 124
TOWN OF GOLDEN BEACH
Interim Town Manager
1 Golden Beach Drive
Golden Beach, FL 33160
(305) 932-0744, Ext. 21
DORIS ISON SOUTH DADE COMMUNITY
HEALTH CENTER
Att: Ivory L. Williams, Pro. Spec.
10300 S.W. 216th Street
Miami, FL 33190
(305) 253-5100
CITY OF WEST MIAMI
Att: Yolanda Aguilar,
City Manager
901 S.W. 62nd Avenue
West Miami, FL 33144
(305) 266-1122
BID NO.: 6461 -2/05 -OTR
CITY OF PEMBROKE PINES
Att: David E. Fitzgerald,
Buyer
P.O. Box 9000
Pembroke Pines, FL 33084
(954) 435-6717
TRI -COUNTY RAIL AUTHORITY
Att: Jane Davis -Ember
Purchasing Department
305 South Andrews Avenue
Fort Lauderdale, FL. 33301
(954) 728-8512
TOWN OF DAVIE
Att: Herb Hyman,
Procurement Manager
6591 Orange Drive
Davie, FL 33314
(954) 797-1016
CITY OF SUNRISE
Att: Marsha Peterson
10770 W. Oakland Park Blvd.
Sunrise, FL 33351
(954)572-2274
CITY OF RIVIERA BEACH
Att: Veronique Rellford ,
Purchasing Director
2391 Ave. "L"
Riviera Beach, FL 33404
(407) 845-4180
PALM BEACH COUNTY SHERIFF'S OFFICE .
Att: Lisette Alfonso
Purchasing Manager
415 Gator Dr
Lantana, F133462
(407) 533-1225
13 00 878
•
MIAMI-DADE COUNTY
CITY OF BOCA RATON
Att: Carol Thomas,
Purchasing Manager
201 W Palmetto Park Rd
Boca Raton, FL 33432
(407) 393-7876
CITY OF MIAMI SPRINGS
Att: John M. Benson
201 Westward Drive
Miami Springs, FL 33166
(954) 8854581
BID NO.: 6461 -2/05 -OTR
CITY OF POMPANO BEACH
Att: Ernie Siegrist,.
General Servs. Director
P.O. Drawer 1300
Pompano Beach, FL 33061
(954) 786-4098
CITY OF SUNNY ISLES BEACH
ATTN: Jack Neustadt
17070 Collins Ave., Suite 250
Sunny Isles Beach, FL 33160
(305) 947-0606
STATE-WIDE KEY CONTACT LIST
BROWARD COMMUNITY COLLEGE
Att: Janet Richkenbacker
Purchasing Director
225 E. Las Olas Blvd.
Ft. Lauderdale, FL 33301'
(954) 761-7455
CITY OF FORT WALTON BEACH
Att: Byron Armstrong
Purchasing Director
P.O. Box 4009
Fort Walton Beach, FL 3254
(904) 244-2045
CITRUS COUNTY SCHOOL BOARD
Att: William Humbaugh
Director of Management Operations
1007 West Main Street
Inverness, FL 34450
(352) 726-1931
CHARLOTTE COUNTY BD. OF COUNTY
Att: Kimberly Churchwell
Purchasing Director
18500 Murdock Circle
Port Charlotte, FL 33948-1094
(941) 743-1372
14
CITY OF FORT PIERCE
Att: Tony Barnes,
Purchasing Director
P.O. Box 1480
Fort Pierce, FL .349544480
(407) 460-2200
CITY HALL — PURCHASING DEPT.
Att: Charlotte A. Heisler, CPPB
Assistant Purchasing Agent
326 W. Marion Avenue
Punta Gorda, FL 33950
(941) 575-3368
CITY OF GREEN ACRES CITY
Att: David Miles
Purchasing Director
5958 Tenth Avenue Nor
Green Acres City, FL 33463
(561) 642-2013
CITY OF LEESBURG
Att: John Spence
Purchasing Director
P.O. Box 490630
Leesburg, FL 34749-0
(904) 728-9880
m1m;
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
CITY OF BRADENTON
CITY OF JACKSONVILLE
Att: ED J. Hargaden
Att: Jacquie Gibbs ` .
Purchasing Director
Chief Procurement & Supply
1300 6th Street West
220 East Bay Street 3
Bradenton, FL 34205
Jacksonville, FL 322
(941) 748-0800
(904) 630-1192
CITY OF DUNEDIN
CITY OF LAKELAND
Att: Jeff Thomas
Att: Pat. Williams
Purchasing Manager
Purchasing Director
750 Milwaukee Avenue
1140 E. Parker Street
Dunedin, FL 34698
Lakeland, FL 33801
(813)738-1843
(813)499-6780
CITY OF EUSTIS
CITY OF LONGWOOD
Att: Norman Showley
Att: Rhonda Ledford
Director of General Svcs.
Purchasing Director
P.O. Drawer 68
175 W. Warren Avenue
Eustis, FL 32727-0068
Lakeland, FL 32750-4197
(352) 483-5470
(407) 260-3480
CITY OF FT. MYERS
CITY OF MELBOURNE
Att: Robert George
Att: David McCue
Purchasing Director
Purchasing Manager
P.O. Box 2443
900 E. Strawbridge Av
Ft. Myers, FL 33902-2443
Melbourne, FL 32900
(941) 332-0593
(407) 953-6271 .
CITY OF PORT ST. LUCIE CLAY COUNTY SCHOOL BOARD
Att: David Pollard Att: Ann Martin,
Purchasing Director Purchasing Director
121 S.W. Port St. Lucie Blvd. 900 Walnut Street
Port St. Lucie, FL 34984 Green Cove, Springs FL 32,043
(407) 871-7391 (904) 284-6502
CITY OF PANAMA CITY
COLLIER COUNTY PURCHASING
Att: Veryl J. McIntyre
Att: Steve Carnell,
General Servs. Director
Purchasing Director
519 East 7th Street
3301 E. Tamiami Trail
Panama City, FL 32401
Naples, FL 34112
(850) 872-3070
(941) 774-8425
— 878
15
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
CITY OF POMPANO BEACH COLLIER COUNTY SCHOOL BOARD
Att: Ernie Siegrist Att: Nancy Goodwin=Sirko
General Servs. Director Purchasing Director
P.O. Drawer 1300 3710 Estey Avenue .
Pompano Beach, FL 33061 Naples, FL 33942
(954) 786-4098 (813) 643-2700
CITY OF RIVIERA BEACH
COLUMBIA COUNTY SCHOOL BOARD
Att: Veronique Rellford
Att: R.M. "Mike" Null,
Purchasing Director
Purchasing Director
2391 Avenue "L"
528 W. Duval St.
Riviera Beach, FL 33404
Lake City, FL 32055.
(407) 845-4180
(904) 755-8030
CITY OF ST. AUGUSTINE
DEPARTMENT OF CORRECTIONS -REGION
Att: M.D. Strickland
Att: Patti Casey,
P.O. Drawer 219
-Purchasing Director
St. Augustine, FL 33061
P.O. Box 147007
(901) 825-1020
Gainsville, FL 32614
(352) 955-2035
CITY OF ST. PETERSBURG EMBRY RIDDLE AERO UNIVERSITY
Att: Louis Moore
Purchasing Director
P.O. Box 2842
St. Petersburg, FL 33731
(813)893-7220
CITY OF TAMPA
Att: Joan McConnell
Purchasing Director
306 E. Jackson St., 2nd Flr. East
Tampa, FL 33602
(813)274-8353
CITY OF VENICE
Att: John Enlow
Purchasing Director
401 West Venice Avenue
Venice, FL 34285
(813) 485-3311
16
Att: Kathy Welch,
Purchasing Director
600 S. Clyde Morris Blvd.
Daytona Beach, FL 32174-3900
(904) 226-6243
HILLSBOROUGH COUNTY PURCHASING
Att: Theodore Grable,
Purchasing Director
601 E. Kenndey Blvd. County Center
Tampa, FL 33602
(813) 272-5290
HRS -DISTRICT 14 STATE OF FLORIDA
Att: Glenda "Dianne" Forgey
Purchasing Director
P.O. Box 605
Polk City, FL 33868
(941) 533-4276
0
MIAMI-DADE COUNTY
CITY OF WINTER SPRINGS
Att: JP Petrencsik
Purchasing Director
1126 E. SR. 434
Winter Springs, FL 32708-2799
(407)327-1800
LEE COUNTY SCHOOL DISTRICT
Att: Michael Bowen
Purchasing Director
2523 Market Street
Ft. Myers, Florida 33901-3901
(941) 337-8201
LEE COUNTY SHERIFFS OFFICE
Att: Robert Anderson
Purchasing Director
14750 Six Mile Cypress Pkwy.
Fort Myers, Florida 33912
(941) 477-1312
LEON COUNTY SCHOOL BOARD
Att: Byron Williams
Purchasing Director
2757 West Pensacola Street
Tallahassee, Florida 32303
(904) 487-7283
MANATEE COUNTY
Att: Rob Cuthbert
Purchasing Director
1112 Manatee Ave., West
Suite 803
Bradenton, FL 32405
(813) 749-3041
OKALOOSA COUNTY BOCC
Att: James 'Pete" Sumblin
Purchasing Director
602-C N. Pearl Street
Crestview, FL 32536
(904) 689-5960
0
BID NO.: 6461 -2/05 -OTR
INDIAN RIVER SCHOOL DISTRICT
Att: Rick Chuma,
Purchasing Director
1990 25th Street
Vero Beach, FL 32960
(561) 770-5581
PINELLAS COUNTY SCHOOL BOARD
Att: Mark Lindemann
Purchasing Director
301 4th Street S.W.
Largo, FL 33770
(813) 588-6143
POLK COUNTY SCHOOL
Att: Gerald Wilson
Purchasing Director
2470 Clower Lane
Bartow, FL 33831-9005
(813)534-0300
PUTNAN COUNTY
Att: Willian Phillips
Purchasing Director
P.O. Box 1647
Palatka, FL 32,177
(904) 329-0370
SCHOOL BOARD OF SARASOTA COUNTY
Att: Pat Black
Purchasing Director
101 Old Venice Rd.
Osprey, FL 34229
(813) 486-2183
17 00°-
878
__
MIAMI-DADE COUNTY
OSCEOLA SCHOOL DISTRICT
Att: Donald Miller
Purchasing Director
817 Bill Beck Blvd.
Kissimmee, FL 34744
(407) 870-4625
PASCO COUNTY, BCC
Att: Frank Fortino
Purchasing Director
8919 Government Drive
New Port, FL 34654
(813) 847-8194
VOLUSIA COUNTY SCHOOL BOARD
Att: Tom Simms
Purchase Director
P.O. Box 2118
Deland, FL 32721
(904) 255-6475
CITY OF OCALA
Att: John Tingue
Purchasing Director
P.O. Box 1270
Ocala, FL 34478
(352) 351-6700
0
BID NO.: 6461 -2/05 -OTR
ST. JOHNS COUNTY SCHOOL BOARD
Att: Don Hurd
Purchasing Director
299 Sch000l House Rd.
St. Augustine, FL 32095
(904) 826-3312
TAMPA SPORTS AUTHORITY
Att: Joseph Haugabrook
Purchasing Director
4201 N. Dale Marby HWY.
Tampa; FL 33607
(813) 6734300
VOLUSIA COUNTY
Att: Kenneth Hayslette
Purchase Director
123, W. Indiana Ave., 3rd Floor
Deland, FL 32720-4608
(904) 736-5935
DEPARTMENT OF TRANSPORTATION
Att: Doug Smit
Contractual Services
3400 West Commercial Blvd.
Fort Lauderdale, FL 33309-3421
(954) 777-4477
ORANGE COUNTY CITY OF OVIEDO
Purchasing Department Att: Denise K. Schneider,
201 S. Rosalind Avenue 400 Alexandria Blvd.
Orlando, FL 32802 Oviedo, FL 32765
(407) 836-5635 (407) 977-6058
2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY
The products shall be maintained and delivered to the County in excellent condition. If a
product does not meet specifications, it will be returned to the bidder as exchange for
suitable merchandise or for full credit at no additional cost to the County.
18
0®—
2.23
2.24
2.25
2.26
2.27
0
MIAMI-DADE COUNTY
ADDITIONAL FACILITIES MAY BE ADDED
BID NO.: 6461 -2/05 -OTR
Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed
and understood that any County department or agency facility may be added to this
contract at the option of the County. Successful bidder(s) under this contract shall be
invited to submit price quotes for these new facilities. If these quotes are comparable
with prices offered for similar services, the award(s) shall be made to the lowest
responsible bidder(s) meeting specifications in the best interest of the County and a
separate purchase order shall be issued by the County. Notwithstanding, the successful
bidder does not have an exclusive right to these additional sites. The County may
determine to obtain price quotes for the additional facilities from other bidders in the
event the County does not find the price quotes comparable.
CLEAN-UP
All unusable materials and debris shall be removed from the premises. At completion,
the successful bidder shall thoroughly clean up all areas where work has been involved as
mutually agreed with the Department Project Manager.
DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER:
The bidder shall be responsible for filing, processing and collecting all damage claims
against the shipper.
DELETION OF FACILITIES
Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed
and understood that any County department or agency may delete service for any
facility(ies) when such service is no longer required during the contract period; upon
fourteen (14) calendar days written notice to the successful bidder.
EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE
The equipment being offered by the Bidder shall be the most recent model available.
Any optional components which are required in accordance with the Bid Specifications
shall be considered standard equipment for purposes of this solicitation. Demonstrator
models will not be accepted. Omission of any essential detail from these specifications
does not relieve the vendor from furnishing a complete unit. The unit shall conform to all
applicable O.S.H.A., State, and Federal safety requirements. All components, including
but not limited to assists, wiring, accessory mountings, parts, connectors and adjustments,
are to be in accordance with current S.A.E. standards and recommended practices. The
engineering, materials and workmanship shall exhibit a high level of quality and
appearance consistent with or exceeding industry standards. _
r
19 00- 878
`
•
MIAMI-DADE COUNTY
is
BID NO.: 6461 -2/05 -OTR
2.28 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING
DELIVERY:
The successful bidder shall enclose a complete packing slip or delivery ticket with any
items to be delivered in conjunction with this bid solicitation. The packing slip shall be
attached to the shipping carton(s) which contain the items and shall be made available to
the County's authorized representative during delivery. The packing slip or delivery
ticket shall include, at a minimum, the following information: purchase order number;
date of order; a complete listing of items being delivered; and back -order quantities and
estimated delivery of back -orders if applicable.
2.29 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SC
While the County has listed all major items on the bid solicitation which are utilized by
County departments in conjunction with its operations, there may be ancillary items that
must be purchased by the County during the term of this contract. Under these
circumstances, a County representative will contact the primary vendor to obtain a price
quote for the ancillary items. If there are multiple vendors on the contract, the County
representative may also obtain price quotes. from these vendors. The County reserves the
right to award these ancillary items to the primary contract vendor,- another contract
vendor based on the lowest price quote or to bid the items through a separate solicitation.
2.30 SAMPLES OF EACH "EQUAL" ITEM BID SHOULD BE SUBMITTED WITH
PROPOSAL
Although the Bid lists specific manufacturers and brand names as a standard for product
quality, the Bidder is allowed to submit items of equal quality if specified in Section 2.9
of the Special Conditions. In the event that the bidder is proposing an "equal" product(s),
the bidder should submit a sample each "equal" item bid with its Bid Proposal for
evaluation. Each individual sample shall be clearly labeled with the bidder's name, bid
number, bid title, manufacturer's name and brand name, and style number if applicable.
A sample shall not be required for any item that represents the manufacturer and brand
name specified in the bid. If the bidder fails to submit the "equal item" samples, properly
labeled, with its Bid Proposal, the County may not consider the bidder's proposal for that
item(s); provided however, that, in the event of a group or aggregate award, the bidder's
proposal may not be eligible for that group or in the aggregate as applicable. All samples
shall become the property of Metropolitan Dade County.
The County reserves the right to perform its own testing procedures or to send any and all
samples to the State of Florida's Department of General Services, Division of Purchasing,
Bureau of Standards Laboratory or any other certifiable laboratory for analysis. Any and
all costs for testing shall be borne by bidder. On the basis of this testing and analysis, the
County shall be sole judge of the acceptability of the sample in conjunction with the bid
specifications and it's decision shall be final. Any sample submitted shall create an
0
MIAMI-DADE COUNTY
•
BID NO.: 6461 -2/05 -OTR
express warranty that the whole of the goods and/or services to be provided by the bidder
during the contract period shall conform to the sample submitted. The bidder shall be
required to provide adequate restitution to the County, in the manner prescribed by the
County, if this warranty is violated during the term of the contract.
2.31 SHELF LIFE OF STOCK
The successful bidder(s) shall supply the County with fresh stock only and shall insure
that items with a limited shelf life are inspected and certified fresh by the bidder prior to
shipment to the County.
2.32 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER
The successful bidder(s) shall ensure that adequate stock levels are maintained at its place
of business in order to assure the County of prompt delivery. If the delivery terms
specified in the Solicitation are not fulfilled by the Bidder, the County reserves the right
to cancel the order, purchase the goods elsewhere, and charge the Bidder for any re -
procurement costs incurred by the County.
2.33 TESTING OF RANDOM SAMPLES
Samples of delivered items may be randomly selected and tested for compliance with
these specifications. If it is found that the delivered commodities do not conform to the
specifications, the county shall require replacement within a reasonable length of time
and may cancel the contract for cause.
2.34 WAREHOUSE FACILITIES SHALL BE IN SOUTH FLORIDA
Bids will only be accepted from bidder(s) which have warehouse facilities located in
South Florida which shall be defined as Dade, Broward, Palm Beach and Monroe
Counties.
The County reserves the right to perform an inspection of these warehouse facilities
during the bid evaluation period and any time during the term of the contract and to use
this inspection as a means for determining the lowest responsive, responsible bidder. The
acceptable size, location, level of security, and functionability of the warehouse shall be
determined by the County in consideration of the bid requirements in its best interest; and
its decision shall be final.
21"' 878
•
MIAMI-DADE COUNTY
3.0 SCOPE
BID NO.: 6461 -2/05 -OTR
SECTION 3.0 TECHNICAL SPECIFICATIONS
To supply and deliver Coffee Service to various Miami -Dade County Facilities.
3.1 MATERIALS
All materials used shall be first grade quality specified, blended, roasted, packed and
delivered and shall be prepared and handled in accordance with good sanitary
commercial practice.
3.2 , PACKAGING
Coffee packaging shall be in sizes as indicated on the Bid Proposal Form, and must be
hermetically sealed to assure freshness. Each shipping container must be clearly
stamped with the name of the roaster and/or distributor, the date of packaging and all
other marking as required by law.
3.3 EQUIPMENT AND SERVICE TO BE PROVIDED
The coffee service shall include at no cost to, the County the following items for each
facility:
A. A commercial brewer of two and/ or three burners, including installation,
maintenance, parts and labor.
B. Overhaul and/or exchange of brewer if required.
C. Additional equipment if needed (hot plates, utility tables, cabinets, ect.)
D. Regular cleaning and maintenance of brewers and exchange of bowls on each
and every delivery.
3.4 OPTIONAL EQUIPMENT
Some or all the departments may require a microwave oven on a yearly rental basis,
prices quoted for this equipment shall -include installation and maintenance (parts and
labor) and replacement of defective units if and when necessary.
.22
0
MIAMI-DADE COUNTY
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 15` Street
17'' Floor, Suite 202
Miami, Florida 33128-1983
0
BID NO.: 6461 -2/05 -OTR
GSA OPENING: 2:00 P.M.
WEDNESDAY
I — March 1, 2000
INVITATION TO BID
SECTION 4.0
BID PROPOSAL FORMS
PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN
NIIAMI-DADE COUNTY, FLORIDA
NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all
taxes. Tax Exemption Certificate furnished upon request.
Issued by: GSA/Procurement Date Issued: 1/20/2000 This Bid Proposal Consists of
Management Division Pages 23 through 28
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid
Proposal. Such other contract provisions, specifications, drawings or other data as are attached or
incorporated by reference in the Bid Proposal, will be received at the office of the Clerk of the Board at
the address shown above on behalf of the Dade County Board of County Commissioners until.the above
stated time and date, and at that time, publicly. opened for furnishing the supplies or services described in
the accompanying Bid Proposal Requirement.
COFFEE SERVICE FOR VARIOUS MIAMI-DADE COUNTY
DEPARTMENTS FOR THREE (3) YEAR PERIOD WITH OPTION TO
RENEW FOR TWO (2) YEARS
A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids
A Performance Bond in the amount of N/A of the total amount of the bid will be required upon
execution of the contract by the successful bidder and Miami -Dade County
DO NOT WRITE IN THIS SPACE
ACCEPTED HIGHER THAN LOW
NON-RESPONSIVE UNRESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 393-41
SR PROCUREMENT AGENT: J.C. Romano
FIRM NAME:
RETURN THREE COPIES OF BID PROPOSAL PAGES ONLY
FAILURE TO SIGN PAGE 28 OF SECTION 4.0, BID PROPOSAL, WILL RENDER
YOUR BID NON-RESPONSIVE —
UVISM 10ASM
:; 23
MIAMI-DADE COUNTY
. 0
BID NO. 6461 -2/05 -OTR
BID PROPOSAL FOR:
Coffee Service _
Item Quantity Description Unit Price Total
1. 576 Cases
Regular Coffee 37/1.5 oz./cs.) $
Cs. $
Maxwell House or Savarin
Brown Gold, NO SUBSTITUTES
PACKED: / Oz./Case
IA. 100 Cases
Folders Coffee 46/1.1 oz . $
Cs. $
NO SUBSTITUTES
PACKED: / Oz./Case
2. 192 Cases
Decaffeinated Coffee 32/1.5 $
Cs. $
oz./cs.) NO SUBSTITUTES
PACKED: / Oz./Case
3. 128 Cases
Cuban Type Coffee 56/0.5 oz./cs.) $
Cs.$
Bustelo, NO SUBSTITUTES
PACKED: V Oz./Case
4. 320 Jars
Powdered Creamer (Coffee Mate) $
Cs.$
(12 oz./jar), Carnation
NO SUBSTITUTES
PACKED: / Oz.
5. 240 Cans
Creamer Powdered (12 oz./can) $
Can ,$
Carnation, NO SUBSTITUTES
PACKED: / Oz.
6. 240 Boxes
Powdered Creamer (1,000 ind./ $
Bx. $
box), Carnation, NO SUBSTITUTES
PACKED:: Ind./Box
24 Q
m
MIAMI -DARE COUNTY
BID NO.: 6461 -2/05 -OTR
Item
Quantity
Description.
Unit Price TotalN
7.
600 Bags
Sugar (Regular 5 lb./bag)
$
Bag $
PACKED: Lb./Bag
S.
150 Cases
Sugar, Ind. (2,000 ind./case)
$
Cs. $
PACKED: Ind./Case
9.
512 Boxes
Sweet & Low (100 ind./box)
$
Bx. $
PACKED: Ind./Box
10.
200 Boxes
Equal (100 ind./box)
$
Bx. $
PACKED: Ind./Box
11.
120 Boxes
Tea, Regular (100 ind./box)
$
Bx. $
Lipton of approved equal.
PACKED: Ind./Box
BRAND BID:
12.
120 Boxes
Tea, Decaffeinated (100 ind./box)
$
Bx. $
Lipton or approved equal.
PACKED: Ind./Box
BRAND BID:
13.
100 Boxes
Chocolate, Regular (50 ind/box)
$
Bx. $
Carnation or approved equal.
PACKED: IndJBox
BRAND BID:
14.
100 Boxes
Chocolate, No Sugar (25 ind./box)
$
Bx. $
Carnation or approved equal.
PACKED: IndJBox
BRAND BID:
.
878...
8
r
2500-
MIAMI-DADE COUNTY
BID NO.: 6461 -2/05 -OTR
Item
Quantity
Total
Description
Unit Price
15.
100 Boxes
Cream of chicken Soup, Instant
$
Bx. $
(25 ins./box) Lipton or
approved equal.
PACKED: Ind./Box
Brand Bis:
16.
100 Boxes
Chicken Noodle Soup, Instant
$
Bx. $
(25 ind./box) Lipton or
approved equal
PACKED: Ind./Box
BRAND BID:
17.
150 Cases
Paper Cups, 8 oz.
$
Cs. $
(1,000 cups/case)
PACKED:
Case
18.
150 Boxes
Plastic Stir Sticks
$'
Box $
(1,000/box)
PACKED:
Case
19.
20 Pks.
Expresso Cup 250/Pack
$
Pk. $
PACKED:
Case
TOTAL ITEMS 1 THRU 19
$
PLEASE BID ON THE FOLLOWING EQUIPMENT AS AN OPTION
Microwave oven (1.5 C.F. capacity) ..........................................$ Each/Year.
26 - 00- 878
MIAMI -DADS COUNTY
BID NO.: 6461 -2/05 -OTR
BID PROPOSAL FOR:
COFFEE SERVICE FOR VARIOUS MIAMI-DADE COUNTY
DEPARTMENTS
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN
CONNECTION WITH THIS BID
Addendum #1, Dated
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum#6, Dated
Addendum #7, Dated
Addendum #8, Dated
Addendum #9, Dated
PART II:
❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE: DATE:
TITLE OF OFFICER:
REVIM »M
Q
MIAMI-DADE COUNTY BID NO.: 6461 -2/05 -OTR
BID PROPOSAL FOR:
COFFEE SERVICE FOR VARIOUS MIAMI-DADE COUNTY DEPARTMENTS
Prompt Payment Terms: % days net days
FEI NO.:
(Bidder Federal Employer Identification Number as used on Return Form 941)
If none, Bidder Social Security No.
The undersigned bidder certifies that this bid proposal is submitted in accordance with the bid specifications
and conditions governing this bid, and that the bidder will accept any award(s) made to him as a result of this
bid.
FIRM NAME
STREET ADDRESS
CITY/STATEIZIP CODE
TELEPHONE NUMBER
E -MATT.
FAX NUMBER
*AUTHORIZED SIGNATURE Date
*PERSON AUTHORIZED TO ENTER INTO CONTRACTUAL AGREEMENT
PRINT NAME OF AFFIANT
TITLE OF OFFICER
FAILURE TO SIGN THIS PAGE, WILL RENDER YOUR BID
NON-RESPONSIVE
REVISED 10/05/99
878
28 00"
BID NO.: 6461 -2/05 -OTR
APPENDIX - - -
SECTION 1
GENERAL TERMS AND CONDITIONS
AFFIDAVITS
FORMAL BIDS
..
BID NO.: 6461 -2/05 -OTR
MIAMI-DADE COUNTY BID AFFIDAVITS
DISABILITY NONDISCRIMINATION AFFIDAVIT
(Resolution R-385-95) Section 1(13 C)
I, being duly first sworn, state that this firm, corporation, or organization is in compliance with and agrees
to continue to comply with, and assure that any subcontractor, or third party contractor under this contract
complies with all applicable requirements of the laws listed below including, but not limited to, those
provisions pertaining to employment, provision of programs and services, transportation, communications,
access to facilities, renovations, and new construction.
The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. Sections
225 and 611 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and
Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous
Provisions.
The Rehabilitation Act of 1973, 29 U.S.C. Section 794
The Federal Transit Act, as amended 49 U.S.C. Section 1612
The Fair Housing Act as amended, 42 U.S.C. Section 3601=3631
MIAMI-DADE COUNTY CUBA AFFIDAVIT
(Resolution No. R-202-96 and R-206-96) Section 1 (13 H)
In compliance with Miami -Dade County Resolution Number R-202-96 and R-206-96, I, being first
duly sworn, state that neither the firm (individual, organization,, corporation, etc.), submitting this
bid or proposal or receiving this contract award nor any of its owners, subsidiaries, or affiliated or
related firms:
Has:
1. engaged in the purchase, transport, importation or participation in any transaction involving
merchandise that:
a. is of Cuban origin; or
b. is or has been located in or transported from or through Cuba; or
C. is made or derived in whole or in part of any article which is the growth, produce or
manufacture of Cuba;
2. engaged in any transaction in which a Cuban national or the government of Cuba has any interest,
or which involves property in which a Cuban national or the government of Cuba has any interest;
3. been a party to, or had an interest in any franchise, license or management agreement with a
Cuban national or the government of Cuba, or which involves property in which a Cuban national
or the government of Cuba had any interest;
4. had or held any investment, deposit, loan borrowing or credit arrangement or had any other
financial dealings with a Cuban national or the government of Cuba, or which involves property in
which a Cuban national or the government of Cuba has any interest;
5. subcontracted with, purchased supplies from, or performed billing or collection services for any
person or entity that does business with Cuba as provided in "1" through "4" above;
6. traveled to Cuba in violation of U.S. travel restrictions during the ten-year period preceding the
due date for submittal. -"
cAbid package affidavitsWon nal bids.doc
Page 1 of :7
Revised 11/07/99
00' - 878
-
BID NO.: 6461 -2/05 -OTR
AFFIRMATIVE ACTION PLAN/PROCUREMENT POLICY AFFIDAVIT
(Ordinance 95-30) Section 1(1.8 B)
I, being duly first sworn, upon oath deposes that the bidder of this contract has a current Affirmative Action
Plan and/or Procurement Policy, as required by Ordinance 98-30, processed and approved for filing with
the Miami -Dade County Department of Business Development (DBD) under the file No.
and the expiration date of
Witness:
Signature
Witness: By:
Signature
The foregoing instrument was acknowledged before me this
FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT:
M
day of
FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE:
By:
with
having the title of
Signature
Legal Name and Title
❑ a corporation ❑ partnership ❑ joint venture
❑ DOES NOT APPLY - MY COMPANY'S REVENUE IS LESS THAN $5 MILLION
Signature
PLEASE NOTE.
Date
19
Ordinance 82-37 requires that all properly licensed architectural, engineering, landscape architectural, and land
surveyors have an a, Ubmative action plan on fie with the County.
Ordinance 98-30 requires that firms that have annual gross revenues in excess of five (5) million dollars have an
affirmative action plan and procurement polity on file with the County. Firms that have a Board of Directors that
are representative of the population make-up of the nation are exempt.
For questions regarding these requirements, please contact the Miami -Dade
County Department of Business Development at 305-349-5960
This affidavit must be properly executed by the bidder and included with -6e bid proposal
c:\bid package affidavitsVortnal bids.doc Page 2 of 7 Revised 11/07/99
00- 878
BID NO.: 6461 -2/05 -OTR
AFFIRMATIVE ACTION PLAN EXEMPTION AFFIDAVIT -
(Ordinance 98-30) Section 1 (1.8 B)
I, being duly first sworn, upon oath deposes that the bidder of this contract has a Board of Directors which
is representative of the population make-up of the nation and hereby claims exemption in accordance with
the requirements of Ordinance 98-30. Said bidder has a current Board of Directors Disclosure form, as
required by Ordinance 98-30, processed and approved for filing with the Miami -Dade County Department
of Business Development (DBD) under the file No. and the
expiration date of
Witness:
Signature
Witness:
signature
Signature
By:
Legal Name and Title.
The foregoing instrument was acknowledged before me this day of '19
FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE:
By:
with
D
PLEASE NOTE:
having the title of _
corporation ❑ partnership ❑ joint venture
Ordinance 98-30 requires that firms that have annual gross revenues in excess of five (5) million dollars have an
affirmative action plan and procurement policy on file with the County. Firms that have a Board of Directors that
are representative of the population make-up of the nation are exempt
For questions regarding these requirements, please contact the Miami -Dade.
County Department of Business Development at 305-349-5960
This affidavit must be properly executed by the bidder and included with the bid proposal
MIAMI -DADS COUNTY DEBARMENT DISCLOSURE AFFIDAVIT
(Ordinance 93-129) Section 1(13 I)
I, being duly first sworn, upon oath deposes and says that the bidder of this contract or his
agents, officers, principals, stockholders, subcontractors or their affiliates are not
debarred by Miami -Dade County. _
cAbid package affidavits\formal bids.doc Page 3 of 7 Revised 17/07/99
mm�
BID NO.: 6461 -2/05 -OTR
MIAMI -DARE COUNTY COLLECTION OF TAXES,
FEES AND PARKING TICKETS AFFIDAVIT
(Ordinance 95-178) Section 1(1.3 E)
I, being first duly sworn state that in compliance with the procedures contained in Section
2-8.1(c) of the Code of Miami -Dade County, and as amended by Ordinance 95-178, this
firm hereby certifies that the foregoing statements are true and correct.
That all delinquent and currently due fees or taxes (including, but not limited to, real and
personal property taxes, convention and tourist development taxes, utility taxes, and
occupational license taxes) collected in the normal course by the Miami -Dade County Tax
Collector and County issued parking tickets for vehicles registered in the name of the
above firm, have been paid.
OTE: SIGN AND NOTARIZE THIS PAGE. BY SIGNING AND NOTARIZING THIS PAGEi
OU ARE ATTESTING TO ROMAN NUMERALS I THROUGH VI — PAGES 1 THROUGH
M
Signature of Affiant
Printed Name of Affiant and Title
19
Date
Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 19^
He/She is personally known to me or has presented as
identification.
Type of identification
Signature of Notary
Print or Stamp Name of Notary
Notary Public — State of
Obid package affidavits4ormal bids.doc
Serial Number
Expiration Date
Nota ry S eal
Page 4 of 7 Revised 12107199
v
•
BID NO.: 6461 -2/05 -OTR
FAIR SUBCONTRACTING PRACTICES
(Ordinance 97.35) Section 1 [1.8 D(5)] _
In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a
detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors
in accordance with Section 1, Paragraph 1.81)(5).
❑ NO SUBCONTRACTORS WILL BE UTILIZED ON THIS CONTRACT
SW- - Deft -
cAbid package affidavitsVormal bid s.doc Page 5 of 7 Revised 12/07/99
00.
878..
0
COUNTY
It ? 6 .
Firm Name of Prime Contractor/Respondent:
Bid No.:
BID NO.: 6461 -2/05 -OTR
SUBCONTRACTOR/SUPPLIER LISTING
(Ordinance 97-104) Section [1.8 D(4))
Title:
This forms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents
on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all
bidders and respondents on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. A bidder or respondent who
Is awarded the contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or
materials to be supplied from those identified, except upon written approval of the County.
This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or
proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of
sub form 100 In those instances where no subcontractors or suppliers will be used on the contract.
Business Name and Address of First Tier
Subcontractor/Subconsultant
Principal owner.
Scope of Work to be Performed by
Subcontractor/Subconsultant
(Principal Owner)'
Gender Race
Business Name and Address of Direct
Su tier
Principal Owner
SuppliesJMaterials/Services to be
Provided by Supplier
(Principal Owner)
Gender Race
I rarfifv that #ha rnonnon..{nis....-.a.:.-
a ._ .L -e_ o__�_
• ter••■••w■■a ■■■p■■■amu +■■ LIM 0uucu11tract0ri3uppuer Listing are to the best of my knowledge true and accurate
Prime Contractor/Respondent's Signature
GO
cAbid package affidavitsWormal bids.doc
00
Print Name
(Duplicate if additional space is needed)
Page 6 of 7
Print Title Date
FORM 100
Revised 12/07/99
•
•
BID NO.: 6461 -2/05 -OTR
- MIAMI-DADE COUNTY
CERTIFICATION OF RECYCLED
ENVIRONMENTALLY ACCEPTED PACKAGING
PRODUCT CONTENT
RESOLU'T'ION (R-738-92) Section 1 (1.8 C)
c"a
MINIMUM
CERTIFIED CONTENT
Bid Item
Number
RECYCLED PRODUCTS
RECOVERED MATERIALS
RECYCABLE PRODUCTS
% Composition
Type of Material
% Com on
Type of Material
% Composition
Type of Material
DEFINITIONS
"Recycled Material" shall be defined as any waste material or by-products that have been recovered or
diverted from solid waste.
"Recycled Product" shall be defined as any product which is in whole or in part composed of recovered
materials.
"Recyclable Product" shall be defined as the ability of a product and its packaging to be reused,
reconditioned for use, or recycled through existing recycling collection programs.
"Waste Reducing Product" shall be defined as any product which will result in less waste generated due
to its use rather than another product designed to serve the same function with a greater waste
generation rate. This shall include, but not limited to those products that can be reused, refilled or have a
longer life expectancy and contain a lesser amount of toxic constituents.
I have the knowledge to certify and do so by certify that the Minimum Materials Content in our product(s) are
as specified on this form and conform with the definitions as shown above.
NAME
ADDRESS
CITY
STATE
ZIP
SIGNATURE
TITLE
cAbid package affidavitsNformal bids.doc
Printed on Recycled Paper
Page 7 of 7
Revised 12/07/99
MIAMI-DADE COUNTY
FLORIDA
Department of Business Development
BLACK BUSINESS ENTERPRISE PROGRAM
(ORDINANCE 94-96 — A.0. 3-3)
HISPANIC BUSINESS ENTERPRISE PROGRAM
(ORDINANCE 94-95 — A.0. 3-17)
WOMEN BUSINESS ENTERPRISE PROGRAM
(ORDINANCE 94-94 — A.0. 3-18)
PARTICIPATION PROVISIONS
There are five (5) contract measures: Set -Asides, Subcontractor Goals, Project Goals,- - -
Selection Factors and Bid Preference
THE CONTRACT MEASURE(S) APPLICABLE
TO THIS PROJECT:
BBE. HBE WBE
Set -Aside .
Subcontractor Goals % % %
Project Goals
Bid Preference x
Selection Factor
Department of Business Development
Courthouse Center
175 NW V Avenue, 28`h Floor
Miami, Florida 33128
PHONE: 305-349-5960 FAX 305-349-5915 �}
QO- Oi8
Participation Provisions Front Page.doc
TAt;t_F OF CQNITENrM
Section
�tti
A. Definitions
3
B. C'reoeral Information
8
C. Cerhiiation
D. Contract Me:$stass
9
_ .. 1. Sex -Aside
9
'2. Subconuscsor Goals
10
3. Bid Prefcrcnces -
13
E. BBE, HBE, and WBE Selection Faetor
15
F. Pro -Award Coffipiisaee
15
1. Investigatory Meeting .
15
2 Determination by MDC
16
3. Informal Diet mp by Con==ng Officer
16
4. Consideration of Other Bids
16
S. Failure of Bidder to Participate
17
G. Prompt Paymant
17
H. Pest Award Compliaaoe and Monitoring
17
1. Approval of Subconna=
.17
2 A== to Records
- - I7 -
3. Monthly Reporting
IS
4. Deviatiaat From the Schedule of
Participation -
18
L Sanction for Contractual Violations
20
1 Deba:ffieat
21
K Project Goals e Reservc&
-
" 0�� 878
I
L. Appendices �?
1. Project waft abeft
2 Forms
a. Sek %Uc of Participation DBED 101
b. I.== of Intent DBED 102
c Certificate of Unavailability DBED 103
d. Set-Aside List of Sul eoatzam. ton DBED 104
e. Monthly Fmploymeat Data Rcport M-201
£ Monthly Utilization Report M-200
g. Rid hrefacace DBED 105
h. Significant Udlitstioa DBED 106
3. Certification List
A. DEFINMONS: The definitions in this section apply only to these Participation Pronnoms.
hulk rCfr�e I to as 'Provisioat'. These Provisions shall.apply to every bid, request for
proposals and ==act to whiff a caoastt mea=C is applied. The phrase 'BBE, ind/or
FIDE. and/or RIBS. as appropriate.` meas to apply the cc=ract mcww= to this c=am=
as indicsmad on the cover sheet Only the eonnstt zuessurm and programsumbczzed on the
cover sheet apply. For aampie: If the cover z;bm bdieams a 10% gubco=ctor goal for
BBEs rad a 20 % gnb=mctcr goal for WBE*, and no o9 contractor goals for HBFs, thta
only BBE and WBE aubcont cu= gosh would apply to this bid.
Note: TIME PROVISIONS ARE IN AMMON TO FEDERAL REQ
GOVERNING DISADVANTAGED BUSINESS juTrERPRISES.
1. `Approval Letts" means a doumzerd issued by DBED at the request of a BBE, and/or
HBE, and/or WBE, as appropriate, or bidder that. based on the wnnra
rt preuatations of the BBE, and/or HBE, and/or WBE as appropriate, or bidder,
finds a specified activity or scope of work consistwith normal industry P�-
2. "Avatlable or amaabaW means to have, prior to bid submission, the ability to
provide goods or scmces tinder a e zzaact, by baviag: reasonably estimates
- smcomT"hwd. capacity; all nee�y iiao�es, Permits, boas and ersnfiesoons;
the ability to .obtain bonding tbat is reasonably with normal
indasay practice; and the ability to odwwiae meet bid specifications.
3. "Bid' means a quotation. proposal, letter of intatst or offer by any bidder in response
to any kind of invitation, rcq=n or public aaaotmcemeai to submit such quotation,
proposal, letter of interest or offer for a contram
A. "Bidder" mesas .any pesnn. partnership, corporation or other buses_entity that
submits a bid.
S. 'Bid prchmeaae' =c=s an amo= deducted from the total bid price in order to
calculate she bid price to be used to evaluate the bid
6.
"Black' nears a person who is a citizta or lawful resident of the United Stats and
' who has origins in any oftbe Black racial groups of Africa
7. 'Black Business Enterprise' or 'BBE' mesas a fins that is owned and controlled by
one or man Black individuals, has an acetal place of business in Dade County, and is
certified in accordance with Ordinance 94-96., and Administrative Order 3-3.
i. "BBE selection faetor"•means an element specified in bid docusnents that design as
one criteria for choosing among bids that the bidder.is a non -BBE that demoattrsus
significant utifimtion of BBEs in acco:dmcc with Ordinaaxs 94-96 is a BBE ar is a
joint vc=m owned and controlled by a BBE..
3
• - 00-- 878..
'FME selection fWe mum an element specified in bid documents that. designates a:
am critcria, for choosing among bids that the bidder is a non-HBE that d=on=t--
significau ut,11=tion of KBEs in accordance with Ordinances 94-95 is a HBE or is
joint vent= owned and controlled by a HBF-
OVME sclecdon ft=e me= Am clement -specified in bid docum=ents that designates as
one criteris, for•dhoosing among bids dW the bidder is a =zk-WBF- that d=ons==
sigaifieaai mg;,mtion of WBEs; in accordance: with Ordinances 94-94 is a VME or is a
joiffiv== owned and controlled by a WBF.
9. 'Board, means the Merropolitan Dade County Board of County Commissioners, Da&
Couixty, Florida.
10., aBrokee =cans an individual or business that acts as a con= for the pumbase of
goods: or =vices from a SUPPlier and transfers ftds to a non -BBE and/or non-HBE
and /or non WBE, as sppropnue, in a === that does not add economic value to the
p accept wh= =ch conduct is normal industry practim
11. Ccrdficsd= lie me= a list maintained by the Department of Busi and
E=nomic: Development that coataias.tbe nazncs, addresses, and certification expiration
do- of ccrdfied BBU and/or HBES, and/or WBE% as SPFV;daft, seated. by M&,
service, andlor commodity.
or iUV for the excc:ation of a
12- .4rumcgZiai =M fi=ction" means cantracmal mspiond'b
distinct cl== of the work of a contract by a. business entcrprise and the carrying out
of its cmuzzziW responsibilities by actually performing, Inall'110112- and supervising
the work involved other i&= acting as, a bale=s. The dacrun"It"On-of-qWhetha an
activM is a cozzimez=ally useful function sban include the cvalusticin of the amount of
wotk zubconn=ed. normal industry practices, the ZkMs, qualifications, or cqxxtist of
the cnt=ptiw to perform, the work, whcd= the business owns bimscif at besself
perfanns, =znaM and/or supervises the work involved, and other relevant factms
13. 1 Cb=pUa= tnonmr' m=w the Direct= of *c Deparuncut of Business and
Economic Daydopnent or his or her desipm assigned to =view compliance p=uM
to Ordinances 94-96,94-95, 94-94 and the AdnanistolfM Orders 3-3,3-17, and 3-19.
14. 'Controcr =c= an agmement proposed by County stat or approved by the County
Commission in any of the following Class=
L P&M - tmcaI of goods and =vices not included in tit classes b, c., and d
belovr.
4
I
ii. comtrumion of a public improvernent;
iii. professional services su Wect to Section 287.055. Florida Statutes, and Secsior.
2-10.4 of the Code of Metropolitan Dade Couzzt
iv. or other professional services including but not limited to accounting. legal.
bed & care, consulting and mawgement services.
V. C=M= not mean an agmcmcat to per, icsse, or stat real properTy;
grad Iio=srs, panus, or franchises; operas concessions; or maiz grants.
15. 'Coad Men=" means a set-aside. or a svbannza goal, or a protect goal, or a bid
prcf==cc, or a selection lacune. singly or in or any combination.
16. 'Concwting Office means the person assigned under a contract, usually a
Departmcat Diacctor or his or her designee, who has primary r=ponsibMty to monitor
the contract and eaforca contract rcqu.
17. 'County' means MetropcH as Dade County: Florida, a political subdivision. of the
Stage of Florida.
18. "Debar' , me as to occlude a contractor, itis mdividaal ods, its sbazrboldes with
significant or its xMiated, budoesm from county contracting sad .
svboo as for a specified period of time, not to c ecd five (5) ymm
19. "DBED' mesas the Mc=polit m Dade Covnty Depmtmeat of Business and Fronomic
Develop=c=
20. 'E ploymeat Data Report" means a doe mew completed by a BBE,
and/or HBE, and/or WBE as appropriate, sad submitted monthly'by the sued
bidder on a cowract vft goals pcovidiog in an regarding the. n=bet; gender, -
race and edmicky of the BBE, and/or HBE, ad/cr WBEs as appropmatc,
COSPICYCM
21. 'Goods" mcttat any taagtble product..material or supply that is not a seavioe.
22. "M*=e m== a person who is a Chinn or iaorrful zesideft of the United Stara who
bas origins is Cuba, Medco, Puerto Rico, Central or South America or otba Spanish
or Potmgu= cause regardlat of rase.
23. 'Hispanic business enterprise or FIBE' mesas a buaiz= tbat is owned and controlled
by one or moat ESP== mdividuais; bas its pri cz* place of business m Dade
County; and is certified in accordance with Ozdinom 94-95 and Administrative tive Order
3-17 —
s
- 00- 878
11
24. "Joint venture means an association of two or mom persons. partnersiups.
corporations, other business entities or say coffibmation of the above, at least one o:
which is a BBE. and/or 1�E, and/or VIBE as appropriate, certified in accord==
with the relevant ordin=M tbat is lawfully etablished to carr' on a single busi*n=c
activity that is limited in scope and duration.
2S. "Joint Veattae Agreement" natant a document submitted to DBED by a joint veanuz
that provides iafcrmation regarding the n== of the joint veatuxz
26. "better of Intent" means a letter sism by a subconn:cting BBE, and/or HBE, and/or
RBE as appropriate, detailing the scope and dollar value of the work to be perfotm=d
by the BBE, andlor HBE, and/or w8£ as appropriate,. -for the successful bidder on a
contract with subcon=== goals
27. "MDC" means Metropolitan Dade County. Florida
2E. "Owned and controlled" means a business that is at least fifty one (51) PacCZit owned
by one or more Biaela, Ekpanics or women, as.aFFmPzixtc• or is the can of a publicly
owned business, at least fifty one (51) Percent of the stork of which is owned by one or
more Blacks, Hispaniea or women. as apP e, and whose maaageaierst and daily
bumaes3 operations are controlled by one or more such individuals. Mie determination
of whether an owner has demonstrsted such control shall include an evaluation of the
following: the ownds opmic= in the y in which certification is sought; the
owneZ'S indgxnd== in making btdness policy and day -today operational decisions;
the owner's technical congxm acy or knowledge of technical • MCP,ir mcz= in the
industry in which eersaficatioa is sougbt, and other relevant fecsaas.
29. ' "PMD" means the Geacal Service Administration Pracureffieat Management
Division.
30. IYhcipal Place of Business" meant the location at which the bUS6= aeeords of the
applies= concern ate maintained and the location at which the individual who manages
the day-to-day operations spends the znnjoritY of his/her working hours.
31. Projetr goal me= that a proportion of a total 6=uza value stated as a percmtage to
be awarded to HBEs in contraca that create a pearl of qualified coatrartors from which
the County srW= pool fficffibess to perfoaa the wrens of the r.mmw:t.
32. "Review Committee" or "RC" means the committee established by the Coumty
Manages to review proposed projects for the application of
33. "Schedule of Participation' mc=s a form ennsaimd in the bid dooiments of a cotmact
with goals on which biddeas list at the time of bid submission all BBEs, and/or HBEs,
and/or VIBE s, as appropriate, tD be =ad to mat the goal, the scope of work each will
perforin, including the goods or service to be provided, and the dollar value of such
6
3
34• "SCM" means constaCioa, alteration, or repair of a public
improveznent and any pexforrnaaoe of wont offered for public or private consumption
that does not consist p:is:ya* of goods.
35. "Sex -snider' means the d=gmnm of a gives cc== for competition solely among
BBF.x and/or HBEs, -and/or WBE& as apprap da=
36. "Set-aside List of Subconnactwe mesas a form cm=iaed in The bid docs=c= 'cf
set-aside oo == for services identifying the wont the bidder will, perform with his
Om focus and, listing at Pune of bid submission, all su: - - Unactors, the scope of wort
eaa will perform,, including the services arh will provide, and the dollar value of such
- - work
37. 'Sigaific = Utsiizatioa" =ans pta's n= of goods or services from BBEs, and/or
FBi;,s, and/or wBEs as appropritoc, by a bidder in the preening tweatyfour (24)
months that were not =gWred tmdlconux=
dma� suor Minority
Business Fs Progm = and went: not a =xci aatl••amoamt ative w -the biddces
P of goods and cavi= is Dade County, the Uddeess. ovcmll pmtbases of
goods and sertirice , and tine availability of BBF., and/or EMEs, and/or WBU as
and were pgammm m the biddees systcmcdc efforts to eliminant
diseiminatioa against BBEs, and/or HBEs, and/or WBEs, as %Vr0P iM in its
pmrizses of goods and scrvic= is Dasde County.
39. "St- goal" aaams a proportion of a total c ozz' - I value stated as a page
to be sub wntnicted to a BBE, and/or IBE,and/or WBE, as appropriate, to parfoan
a commrscially useful function.
39. "Sinal biddee-means the bidder to which the Conn= is awwded. - -
.4o. "Linavailabiltt' y Catificate mesas a document aigned by a BBE, and/or BBE, and/or
WEE, as q. ststmg that the BBE. and/or HEX and/or WBE, as
is not available to participate an a spec/e pcojeez as a specific times
41. wUWissdon Repose" means a mpm completed by the staoeessful bidder an a c==
with. goals and submitted monthly listing all wo& pafozmed in the past month by the
BM and/or HBEs, and/or WBU as appaopriaoe iced on the Schedule of
Partieipadon and all cTcnditmes made is the Inst mumb to the identified BBEs.
42. '*== • pcmoam of the female gender, mess of race or ethnicity.
43. 'Women business enterprise or WBE' mesas a busmess that is owne:d,and milled
by one or mere women; has its pries i* place of b®nczlm Dade Co mr, and is
• 00 878
0
0
certified in accordance with Ordinance 9494 and AdzninissY'ative Order 3-1 S.
44. RWOW === the provision of goods or services, including construction.
B. GENERAL woRMAMON
1. The bidder shall fully COMPlY width the= Pmv=wns which UnPlem`nt M=MPOIA=
Dade, County Ordinances 94-94, 94-95, and 94-% and Administranve Orders 3-18,
3-17 and 3-3, =sx=V91Y.
2. Fm kadividual ogntram mz&sww we possible under the Black BusinessEntcrprisc
Pmt (Ordinance 94-% and .. Order 3-3). the ffispanic Business
EntcrOw Plop= (OAUDUW 94-95 and Administrative Order 3-17) and the Wom=
Bue*m Entcrpmise'program (OnUnan= 94-94 and -Adminin=-ve brder- 3-I8):
set -asides r goals, bid preferences, pwjca goals. and BBE, and/or HBE.
and/or WBE, sciceticm h== While neither a bid pmfc== nor a BBE and/or HBE
and/or wn wjecn= factor may be applied to set-aside contrzi, c=v= measures
may od=wzw be used is combin== with each C&CL For instance a set-aside
contnwt for WBEs may also ctmtain subcorttractff goals for BBEs and HBEs. Mae
conw= measure(s) applicable to this conn= is indicated an the cover sbact of theve
provisiam MDC shall not award a contract to my bidder which it determines fu to
comply with an the applicable rcqcbtm=n of then Provisions.
3. A certification list is included as an appendki to assist bidder compliance with my
suix-V Ector goal cs:ablisibed for this project. M= certification_ list is updated every
two (2) vmcks. Bidders must twilize the most', zz - I . certification list in complying
with the= Provisions. A cmn= c=tificzd= lust may be obtained by contacting the
Metropolitan Dade county. (MDC) Department of Business and Economic
Development (DBED) in III N.W. 1st Street, Suite 1710 or by-trjc&q;: at -(305)
375-4132, facsimile (305) 375-4232. In ardir to starliciolt 2,t u ERR widler
MM and/or Em. 2te. nit This snumeLl BRE_ ander TML
ft,ndler VMR- as IRIZAre"Vi2te- Mast ban 2 n etrtifirmtinn st the time of bid
ffahmigal- bid sward - evid fh=nwb2Zj the dyraflon of the en"Imct in which ft
ME and/or TMF— ander as s=rp3jTJx1e- vadidpates as a ERr- 2ndler,
EM and/or WRQ
4. MDC shall monitor the compliance of the succas;fbl Bidder with the . . . - ; of
ftm Pmvisiow during the comset of the wok to be pierb=cd undcr.tht co=mct.
5. Fan= necessary for submittal of information pertaining to these Provisions are
nududed m, the append=. Additional copies may be obtained by conacung the
'CompLiance Monitor (DBED), at Metropolitan. Dade County (IAC) Dopa m=W of
Busin= and Economic Develop =W (DBED) at 111 XW. Ist Strom Suite 1710 or by
telephone at (305) 3754132, facsim e (305) 3754232.
00- 878
C. CERTMCA71ON _
1. Attached as an example is a C rdficzd= List -with a sp=ified date.' Certificauca Lin
am updated and issued every two weekL Bidders shall use the most arca:
C rdfication List available prior to bid opening. Cerifeation Wts may be obtainer
b7 contacting DBED at telephone number CJM 37S-4132 during normal basines3
hour:.
Z. eve fumy on tier C, tion List wM be identified by trade, commodity or scrwcz
arta. A BBE and/ar HBE and/or WBE, as aPPMPdM must be certified in a trade,
commodity, or service arra in order to be eligible to participat= as a BBE, and/or
HBE, and/or . SBE, as appropriate, on contrast in such trade, commodity or twice
arta. Gonial cmu actom in orde to be ftble to pa rtic4 ate as a BBE, and/or HBL
and/or SBE, as appropriate, sttbeoazztsctor tang be wed in the trade, coauaodity
or service aria in which they am to perform work as a BBE, and/or HBE, -and/or
WBE.
3. In order to participate as a BBE, and/or MM anaer SBE, as app vp riatr, on this
contrast, a BBE, andlar EMxWor WBE, as a.. . .arz, must have a valid
ratification at the time of bid submittal, bid award, and throughout the duration of -the
eoaaa� in which the BBE, and/or HB, and/or SBE, as appropriate psrtisip = as .
s BBE, aad/or HBE, and/or WBE
4. Joint dentures Only joita vcatom approved by DBED in accordaaee with
A ve Orders 3-3, 3-17, and/or 3-I8, as a PgRiate, are .eligue to pardcipasr
as joint vcw=cs in the Progrzam. Joint v+cat:ats must be lawfully estabnshad, The
Blau Hispanic and/or woman member of the joint venaze must be certified as a
BBE, and/or HBE, . and/or WBE, as appropriate, befog the joint venture can be
qproved. - -•-
1. - Set A.eides
a. ContracM that am set-aside and do not have suboon tr ctor goals we for bidding
solely among BBE.s, and/or HBEs.and/or WBFs, as appropriate. A BBE, and/or
HBF
and/or SBE, as appwpriase, awarded a ss -aside contract shall not a to
a non -BBE, . and/or ttan-HM and/or non-WIM as appropriate, through
stsbeog or otherrise. nay part of the actual work of the contract nnlrss these
bid doczan CXF iy and specifically ra Tuire. and/or permit such U=sfi:r as
cow with normal industry pmcdce; -or the BBE, and/or HBE, and/or WBE,
as appropriate, requests and rtccins pdar to Wdawmd an approval letter from
DBED.
9
• 00- 878
b. Set-aside contracts with subcontractor goals rccoze that subcontractor goals be rnr
in areas spec; ed in the Schedule of Participation. In areas not being used to race: :
_-Can I goal the work is to be performed by the BBE, and/or HBE, andio:
WBE for which the contract was set-aside. For example: A BBE set-aside with
20% WBE subcontractor goal regtmrs 20% of the work be performed by a WB=
and the remaining wmrk be performed by BBEL
e. A BBE that. perfe®s the' work of the set --aside contract with its own forces ma%
count such arwk towards reducing the BBE goal applied to she contract by a
maxammn of my (50) percent
d. Bidders an set -asides that cannot demonstrate their compliance with the
- - requirements of the paxeding paragraphs (D.(l.xa.) and (b.) shall be found to be in
non-compliance with these provisions.
C. Bidders on set -asides, to be eligible for award, shall submit upon request of the
Compliance Monitor a 'Set -Aside List of Subcontractors" (Form DBED 104).
Fail= to submit the list and any reievaat information the Compliance Monitor may
request with respect to the biddees submitted list shall constitute non-compliance
with these provisions.
L The following shall constitute non-compliance with these Provisions:
L Submission of a Set -Aside List of Suers that the bidder imew+ or
should have mown is incomplete or or
ii. Deviation fmm the list without the written approval of the Compliance Monitor.
a. The purpose of a Subcontractor Goal is to ban portions of the work under the
C=M= performed by available BBEs, sad/or DBEs, and/or WBFs, as
appropriate, for prices totaling not less than the percentage of the coact price set
out in the bid form -
b. In contracts with Srtbcoaasr for or project goals for BBEs, and/or HBFi, and/or.
WBEs, as appropri=6 a Black and/or &vanic and/or Woman Business Enterprise
certified in more than one category shall be counted toward meeting the goal for one
category only. lbe prime bidder shall deeiaae at bid submission toward which
surbcontractor goal a business enterprise certified in more than one category shall
Count.
e. Alter a bid is advertised with a subeo=n"2esar or project goal, it may be reduced
only with the approval of the County Comm=don or, if the contract is to be
l0
-
Vin878
eceaaed by the Public Health Trust. by that body.
d. A bidder challenging or protesting the subcanasaor or projxt or project goal esu
submit to the office or puna to whom the bid is submitted. no later than the tame o:
bid submission. wdtu= ttcaons for Busch challenge or prom Challenges or protest
to a BBF sad/or FiBE. and/or WBE, as appropriate, subcontractor goal by
bidders af= the time of bid submission, or challenged based on reasons not
piously pnevided in writing prior to bid submission. shall not be heard by the
CouUMf ConunissicaL
a The Projca Worksheet for cstatblishing the steed subcontractor goal is included is
the appendix of these Provisions. .
- - L Biddy RespoaaibRiities for Subeonnactor Geode:
L Bidders must submit a completed Schedule of Participation (Form DBED 101)
at the time of bid submission, The Schedule of Participation constitutes a
wYittai mpmsc=tioa by .the bidderthat m the best of the bidders lmowledge
the BBEs, and/or HBEs, and/or *TES, ss VPmP=tr- listed am available
and have agreed to perform as specified, or that the Bidder Weil demoasnsta
unavailability. The 'Schedule of Participation is a.. eommitmeat by the bidder......
that if awarded the causraet, it will enter i= sisbcoatraeft with the identified
_ BBU andler ICFs, and/or WBEs, as appropriate for the =OPcof work at .
the price set forth in the Schedule of Patam-
I Bidders that are BBEs, and/or HBEs. and/or WBEs, as appmpriztc; and
bidders that we joint vcntm that art owned and controlled by one or more
BBEs, and/or. HBEs, vid/or, WBFs, as appropriate, may use tbeir own forces
to meet up to 5001e of a specified goal. -
U Bidd= wbo Earl to sabmat the Schedule of Participation shall be considered-
Bids
onsider d -
Bids tient a defame Schedule of Participation are
voidable.. Ez=gA=. of defects include bta we not limited to: incomplete
Schedules; the fisting of as unideadfiable BBF-, and/or HBEs. and/or WBEs.
as agpropnate, cad pm=mp miscalculations that act not Inez clerical anon
appatcat oa,the face of the Schedule
iv: Expmditias to -1 mg BBEs, and/or HBEs, and/or WBEs, as
appropriate, shall be counted tovrard meeting specified goals as follows:
(1) One hundred pain (100'/9) of the =pwft= to BBEs. and/or HBfs.
and/or WBEs, as uppropriasz, that perfoam a corm uzially u=ful ftmcdon
in the supply of goods or services requin d for fuIMlzncnt of the contra;
• " 0�0- 878
(2) One hundred penznt (100'1•) of the exp=dj=cs to BBEs. and/or HBEs.
and/or WBEs, as appropriate, that subeontm= work further to non—BBEs.
snd/tir noel--HBPa. and/or non-wBU as appropriate, only of bier
doanneoU C3WCSZkY and Mmdfit:ally permit such subeonn:cting a•
cmlimentwith tial -,may pracdca, or the bidder or BBF-%, and/or
138U and/or WBES, as appropriate, requests and receives prior to bier
award an approval brier floor DBED;
(3) one hundred percent (I 000K) of the to BBEs, and/or HBEs.
and/or WBEs. as pram, who S= gemarai conaactoer, working as
sttbCana set=. that pczfc= =tnl work with thea own forret,
(4) Idose of the expenditures to 'a BBEs, and/or HBEs, at2d/or WBEs, as
appropriate, that arts essentially as a conduit to traasfei funds to a
non-BBEs, and/or non-HBEs, and/or non -MBEs, as aPPr Prize, unless
bid doczzmeats acpr Wy and specifically permit such transf= ar consistent
with normal indusny practice otthe bidder or BBE. and/or HBE, and/or
VAM as q*mpdztr, rap=ts•and receives prior to bid award an approval
letter,
v. Bidders agree to take all necessuy and reasonable stress in accordaaoe with
these provisions to cm=,e that BBEs, and/or HBEs, and/or WBEs, as
aprprvptiste, bane .the »omum oppernmity to compete for and perform this
contract Bidders shall select pordoas of the wort to be performed by BBEs,
and/or HBEs, and/or WBEs, as appropriate, so as to :p�� the likellood of
mese dng the r goal including, what apprupriatc, breaking down
cow ares into economically fewiblea units to facilitate BBE, and/or HBE,
and/or WBE, as appropriate, participation.
vi. Bidders must submit Lemas of Intent (Form No. DBED 102)_to the,person or .
office to whom the bid was submitted by 4:00 psi. an the second business day
following bid opening Defective L acts of latent are voidable: Esamples of
def6css include but are ort fwd to improperly ciecuted lencss, the fisting of
as tmideatifiable BBEs, and/or HBEs, and/or WBFs, as appropriasre, and
peromsage: Miscalculx&= that are not mac clerical emus appar= on the face
of the Letter of Interns. E== fimras to BBEs, and/or HBEs, and/or WBEs,
as appropriate, on a She of lardtsipatioa that are not confirmed by a Letter
of Intent shall not coast toward the goal
vii. Bidders whose bids do not meat the specified goal. in order to remain eligible,
ort s I submit to the; or office to whom the bid was submitted by 4:00 pm.
an the; se cor, buszn;ss day following bid submission evidence proving the lacier
_ . of avaaiiable BBFs, and/or HBEs, and/or V BEs, as appavpriase, to afford
effective competition to provide the goods or services to me d the subeonta =w
I2 00— 8
goat. To prove lack of availability. bidders must submit the following:
(1) UnavaiiabUity Certificates (Form No. DBED 103) either completed anc
signed by tlsc BBE, and/or HBE, and/or WBE, as appropriate, o:
o p l ned and signed by the bidder acisfaining the contacts with the BBEs.
and/or HBPs, and/or WBE%, as approp:isae,. state eats or actions of the
BBEs, and/or HBE& and/or WBEs, as apprapriate, showing
unavailability. and the masons) why the BBEs. and/or HBEs, and/or
WBE56as appropriate, signaaae eould not be obtained; and
(Z) A listing of any bids received from, a BBE% and/or HBEz, and/or WBEs,
as appropriate., the scope of work and price of each bid, and the bidders
reasons for rejecting each bid; and
(3) A seta of the biddefs conm= with DBED -for assistai+oe in
determining available BBEs, and/or HBEs, and/or WBEs, as appropriate,
and
(4) . A statement showing compliance with paragtaph•D. Z d. above; and
(5) A complete description, of the biddces psocess for soliciting and evaluating
---- - - - bids fitxm BBEs, atrd/or HBEs, and/or WBEs, as appropriate,
(6 . Bidders may establish a BBE, and/or HBF, and/or VMF, as appropriate,
as unavailable if the bidder provides evidence proving the BBEs, and/or
HBEs, and/or WBEs, as spp opriate. bid is not reasonably competitive
with comparable bids - of non -BM, and/or non-HBEs, and/or
n=-WBE°s, as appropriate, for the same scope of wort
(7) Evidence of lark of availability may ad only the peziod prior w bid
submission.
viii_ The bidder shO either meet the goal or demo:attrste lack of
8vanubiltt' y as a condition of being awarded this Com If a bsdd w who, has
not met at a.,I - _ aacwr goal fees or re£tsscs to �r the lack of
avw1abfy 'my s+x-sway submitted with the bid may be forfeited as iigWdated
damages beccisse of such fame or dc&nit
lac. The micoessful bidder an a connect wits. �beoanauor goals shall promptly
review billings from DBEs, and/or HBF-% — ftr WBEs, as appropriate,
listed on the Schedule of Participation. On those ami not in dispute, the
successful bidder must make paymeat within thirty (30) day. of its receipt of
the baling.
3. BM PRICE. _
13
a
a. ELIGIBUM. Bidders claiming a bid preference—shall complete and submit witz
their bid a claim of bid pmfe =cL Toe Compliance Monitor shall determine
whether the bidder qualifies for the bid prdc== for the specified contract, in the
event that a bidder .qualifies for a bid pee is more than one category for the
specified eonums, the bidder shall be awarded the largest pmf=ncc. Only one
preference shall be awarded per bidder per contract. Bid preferences shall .be gives
to:
L Bidders that are BB1=s, and/or JIBE& and/or WBFs, as appropriate;
L Bidder that demonsoate significant udlililion;
iii. Bidders that am joist vent= approved wader Sermon III of Administrative
Orders 3.3 and/or 3-17and/or 3-18 as appropriate. ,
b. PRICE LEVEL Bid doeume= for contra= with bid prcfcrcaae s shall
scam the following bid prefer== which will be given to Qual led bidd= as
On contracts greater than two =Mien dollar (SZ„ 000,000X the bid pn„facaee shall
only be calm"'ed for the firer two mfiIton dolls:: of the bid. prier. rm bid
PfCfS-rCnOe shall be calculated and sobtracu d fiam the total bid prier This
difference shall be used in evaluating the bid - The bid pet f mt= is used only to
calculate an amount to be used in evaimdng the bid and -does not affect the contract
Pncr_
14 00- 878
I
Bid Prise
BBrs
Ha&
W314
sitaif=t
vtaiatim of
RDIMEBU
WBBe
Joint Vm om Joint Veatare
BzEre31% RM SI%
fin% EM8s ASM
NVERr" K IVnm 81%
25,000 000
10.0'/.,
7304A
S.WA 3.75%
5,000 <125,000
S.O%
3.75%
230% I.2 %
125,000 < 250,000
4.0•/.
3.00'/.
2.00% 1.00'/. - - -_
0,000 X500,000
3.0?/•
2.25Y.
130% 0.759A
00,000<1,000,000
1,000,000Q4000,000
2.0%
1St►!;
0.75'/.
L,0 A OSO'/•
0.SorvA 02 -PA
On contracts greater than two =Mien dollar (SZ„ 000,000X the bid pn„facaee shall
only be calm"'ed for the firer two mfiIton dolls:: of the bid. prier. rm bid
PfCfS-rCnOe shall be calculated and sobtracu d fiam the total bid prier This
difference shall be used in evaluating the bid - The bid pet f mt= is used only to
calculate an amount to be used in evaimdng the bid and -does not affect the contract
Pncr_
14 00- 878
I
C.
DEMONSTRATING SIGNISCAN r Un LIZAMON.
�. DBED shall prepare sod make available on a monthly basis a List of BBEs .
HBEs and WBEs that have held valid comifications during the prior twonry-fou;
(24) mantht
ii. Bidder elaiming a bid paeierence based on significant utilisation shall
dc==== such ssgsificsaat utilization by submwing evidence tnciu lm but
not Iimitiedlo the followinip
(1) Bidder's meal purchases of goods and services in the prior tweaty.four
mouths.
(2) Bidder's total pt:Rhum of goods and services is Dade County- in the prior
may'•-fotzt months.
(3) Bidder's total purcha= fiom BBB.% and/or ' HBEs, andlor WBEs, as
appropriate, in the prior twenty -fust mouthsidcn fyi g each BBE, and/or
IME, and/or WBE, as appropriame
(4) Bidders WW pumha= from BBEs in the prior t cm-fmr months,
'deatifying each BBE that was not pun to any govcmmccw contract
u
or Black B Fztmprise Pmp= =quaement with which the bidder
(5) Data showing lack of avaiilability of BBEs
(6) A 'deseription of the bidder's sy�tic :$arts to eliminate: diserimination
against BBEs in its purchasing operations. _ _ .
iii. Based an its review a f *c evidence, DBED shall ismm a letrcr stating the bidden _
has demousnatad significant moo or the seasons why the bidder has Eied
to d®oasmae scant hoz;.
E. BBE-, HBE and WBE Selection Factor
I. In bid as that assign weights to evaluation or sclectim cdtcria. bid dog shall
assign a weight of tm germs (10'/e) to the BBE and/or HBE and /or WBE selection
fsrtor, as appropriate. In bids that do not assign weights to evaluation or Weetion
bid documents shall provide that bidders evaluated to be otherwise
sUblantiaiiy equal, the BBE and/or HBE and /or "I. section factor. as appropziate,
shall be the deciding factor for award of the bid.
. 00-- 878
2. A BBE and/or MBE and /or WBE seiWion factor, u appropriate. nay be appiied t:
any r pest for proposals or similar invitations to bid that are not set-aside.
F. PREAWARD COMPLIANCE
1. Iavestigasory Meeting by Compliance Mos.d=.
a. The Compliance Monitor saran review for compliance with these provisions every
contract to which a contract measure has been applied. If the Compliance Monitor
has canc=zs regarding compliance wish these previsions, the Bidder shall upon at
Ieast throe (3) days notice meet with the Compliance Monitor. The purpose of this
investigatory meeting shall be for the Compliance Monitor to consider whether to
montrunend the Bidders bid be de=znined to be in compliance or non-complin
with the rogt:irteneats of these Previsions. The Compliance Monitor may consider
relevant information from any person in maldng this decision. At the investigatory
meeting the Bidder shall have an oppmumity to presort information and arp=cnts
PCTfM= to his compliance wish the applicable requircm=tL The Complisacc
Monitor may requite the Bidder to produce such infoaaatioa as the Compliance
Monitor deems appropriate and may obtain whatever other and further information
from whatever so - the Compliance Monitor deems appropriate.
b. No lata than, fifteen (15) business days alai this investigatory meeting with the
Bidda, the Compliance Monitor shall make a written recommendation to the
Contracting officer which shall include a statement of the fear and reasons upon
which it is based 'This recommendation shall also be forwarded to the Bidder.
2. Delamination by MDC Following receipt of a recommendation of non-compliance
firm the Compliamu Momtor, the Contracting Officer shall notify the Bidder of an
informal hearing regarding the bidder's compliance with these provisions Such notice
shall nodicate the dace, time and place a1 which the Bidder will have an opportunity to
p:eser2 pates argaaemtsts and hdb::mation to the ConVacting Offeta WIating to the
tacanamcodstion of non-compliance by the Compliance Monitor. The Bidder small
supply such further relevant information as required by the Contracting Offices
3. 'Ile Conuarsing Office in conjunction with the Compliance Monitor may also conduct
informal hearing, to which the Bidder shall be invited, in which other parties invited
by the C ntracting Officer may offer mfo=zdon rekvaat to the issue of the Bidders
non-complbmce.
4. The Contracting Off= shall in writing decamine whetber the bid of such Bidder
comrrpius with the requirements of these Previsions and whether to recommend to the
County Manager that the Contract be awarded to the Bidder. A copy of such
axommendatian shall be sent to the Bidder. Such recommendation small not affect the
power of the Board of County Commissional to mica the Bidder's bid for any other
reason or to take such anion on the recommendation of the Contracting Officer as the
Board deems approprisue.
S. Consideration of Other Bids. If the Cot MLCdng Officer or COtnpli=m Mon=r deer
it advisable in the interest of expediting the award of the contras. the procedures s:
far& in thisaM maybe carried out with respect to the bids of. one or mor
additaana! Bidders at the same or diffet:mt tiro= With each such proceeding to b
separately Conducted
6. Fat'itne ofBidderto Pwd*o- he Bidder will'be bound by the proceex iags undo:
this subsection w which thq have been given ragaired notice without regard to th=
participation or lark of participation. A lack of participation upon rccch g noti=,,
and mqu ns pmzma to these Provisions shall not be grounds for rrronsider=on of
any action W= in the proccedmgs. .
.7. MDC shall not sward this contract to say Bidder which it detcrmir= fails to co=piy
with the applicable requiremeazs of these Provisions. Nothing b== shall relieve any
Bidder from any of the tams conditions or of the conaact or modify
MDCs rights as reserved in the Contract doazmc, t
G. FRONT' PAYNEIC
1. It is the Cointent that BBEs and/or HBFs sad/or WBEs providing goods or
services to the CotmRy shall receive payment psampay in order to main aiM sufficient
cash flow.
2 he succcssfnl bidder on a contract with goals shall promptly review ba'Qings-from
BBU and/or IEBEs, and/or WBU as appropriate, listed oa the Seheduk of
Participation. On those amok not in dispute, the successful bidder must mzkr
payment within thirty (30) days of its receipt of the balling.
K POST AWARD COMPLIANCE AND MOMMRING
1. Approval of Subcontracts. The Suoaess:W Bidder shall submit to- the Contract Qfficer
for appraval subcounacts eoarapoa 6 F g in all to the proFasod agreemccas
lasted an the Sueeescvl .Bidders Schedule of Patticipatioa or. Set -Aside fisc of
Subco�aesars, uMtess a deviation is approved under paragraph IL4. below. M=
Successfill Biddy shall eater tow each subcontract and shall thamd1cr neither
tete any such subcoMnact nor the scope ' of wail; to be performed by or
d the price to be paid to the BBEs, and/or HBFs, and/or WBFs, as
appropriate, thereunder without in each instar the prior written approval of tbt
Co=piiaace Monitor. The C uractiag -Officer shall not give. a 5nai written
determination without a recommendation fin= the Complisace Monitor.
2 Access to lids. SuccessiW bidden and BMaha$ permit the County to have
access during normal business boors to books and reoortls relating to the bidders
17
compliance with the and/or eontrart meatuses applied to the contract or rcl=ng tr
BBE compliance with certification requirements. Such boo ia and records ineiude bu:
are not limited to oorporste documents, chatters, organizational filing& tax filings.
registasCions. lig, stork z mations, partnership agrecracars, coszz =u.
guboontraet 6 jointventane agroe�ents. checking accounts, journals. ledgers.
Born potideaoe, and documc= and records between the bidder or the BBE and oche:
entities Ills right of a shall be granted for ane year after completion of the wort;
or full payment of obligaoioas, whichever eamrs after the
or for one year aftthe
egoit . of BBE oertifiaaao L
3. Monibly Reporting. 7he succc fui bidder on a project with a contract =can= shall
submit monthly a Utilization Report ('form M 200) and an Employment Data Repor.
(Form M 201) to the Contracting Officer on or before the tenth working day following
the end of the month the reptut cover. Standard reporting foams are included in these
Provision Additional fors may be obtained fram, the Complum= Monitor. The
Employment Data Report is to be completed by each BBE, and/or FME, and/or
WBE, as appropriate, listed on the Schedule of Participation or Set -Aside List of
Suabcoauartors and is to be submitted by the succesdW bidder. Failure to comply with
the reporting mquir mc= may MWh = the mon of either or both ooanactual
sanctions or administrative penalties by the County at its option.
4. Deviations % the Schedule of Participation or Set -Aside Last of Subcontractors
a In the event that during the perfoamsace of a conn= a BBE, and/or HBE. and/or
WBE, as appropriate, is not able to provide the goods or services specified on the
Schedule of Participation, the succe:ssfvl bidder mot locate a BBE, and/or HBE,
and/or WBE, as appropriate, to substitute for the unavailable BBE, and/or IMF,
and/or WBE, as approp=c. unless the bidder can prove the lark of an available
BBE, and/or HBE, and/or WBE, as appropriate, to provide the goods or services
to be provided by the prior BBE, and/or EME, and/or WBP. , as` ar 's. T=
ssrocc:ssful bidder must receive approval from the Conn=e g Officer amrise the
Schedule of Participation to mclude the substim BBE, and obtain a Iretmr ofi==
from the substitute BBE, and/or BBE, and/or SBE, as appropriate. A aul
bidder that cannot secure a substitute BBE, andlor HBE; and/or WBE, as
appropriate. must provide a written sm=ffi to the Compliance Monitor and
C=racting 05ccr that includes a list -of the rams, addresses, and telephone
nazabersof all BBEs, and/or HBEs. and/or WBEs, as eoatactcd. and
the date of c=ues for each BBE, andlor ME. and/or WBE. as appmp =r—
b. The Com Monitor shad be rmponsible for monitoring the performance of the
succeed l bidder regarding compliance .'%i& === measures applied to the
contact_ The Compliance Monitor may, at his or her discretion. investigate
deviations in the udliation of BBF-. and/or LMEs. and/or WBEs, as appropriate,
hum that described on the Schedule of Pion or Set -beside List of
Subcantaetors rad make recommendations regarding compliance to the
Contacting Officer., ire Coatzcdng Offuzr ShAR not make a frail senilis
without. a recommendation regarding compliance from the Compliance MonitL
Deviations fivm the goal nated in the eoats:ct that shall be monitored include bu,
are not limited to:
L Termination of a BBEs, and/or
sow
HBEs, and/or WBEs, as appropriate,
R. Reductioe •in the scope- of work to be paf==ed by a BBE, and/or HBE,
and/or WBE, as appropriate;
iii.. Modifications to the tams of payment or price to be paid to BBEs, and/or
HBEs, a Wor WBEs, as appropriate~
iv. Failure to enter into a contract with BBEs, and/or
.aPPmPn2le-
HBEs, and/or WBEs, as
e. Fxcuse from Entering Sttbooatractt. If prior to exeatticm of a subcoanact required
by these Provisions, the Successful Bidder Strom its a wnuaa request. to the
C•onmwting Officer demonsaating to the mon of the Officer that,
- - -- - --- - as a result of a change in beyond his control of which he was not
aware and could I not reasonably have bees awam tmM subsequent to the date of the
award of the Cons2act, a BBE, andfcr HBE, andkw WBE, as. appropriate, wbo is
to eater into such subconvart has us aably a to exeurse the
or is not. available, the Successful Bidder shall be c=ased from exeaztiag such
subconaact. * the proceduars of paras H.41 and Z. below apply to this
ppb
d. Tezminzdon of Subcontracts. if, after ctamtion of a sub=== tequiod, by th=-
Provisions, the SuccesdW Bidder subunits a written request to the Cormier emg
Officer and to the mon of the C�acft a&ce tank as a '.
result of a change in '=c=s=ccs beyond his awl of which be was not aware
and could not reasonably bane been aware until to the dart of ®ceder
of such a BBE, and/or HBE, .aodfas: WBE, as appropriate. who
into such subcon m has wed a material breach of the subconnsct,
lbs ruc=cdut Bidder shall be entitled to c=cssa such tights as may be available to
hits to terminate tat =bc =A= The of parses f and g. below
apply to this paragraph.
e. MDCs Determination of Bidder's Excuse or Temination. If the Successful Bidder
at any time submit= a written request to the Coaeractmg Office under the prior two
p the Connecting Officer, as soon as pmcd=ble, shall detrrmme whcdw
the Su=csdW Bidder )las made tax gtie demonsttuttio� and shalt not determine
that such a damonsuation has not been made without fist FWAfing the Sucoessfnl
Badder, upon notice, an oppmumity to present patinant information and argues.
19
The pwce&m of paragraphs f. and g. below apply to this paragraph.
f. Alternative Subwntir ='If the Suc=ssful Bidder is exe,sed from entering into a
subconnact or rightfully terminates a subcontract under these Provisions and
without such subcontract the Successful Bidder will not achieve the level of BBE.
and/or HBE, and/or WBE, as appropriate, participation upon which the contract
was awarded, the Successful Bidder shall make every reasonable effort to propose
and cc= into as alternative =. bcomact. or subeonuacts for the same work to be
performed by another available BBE. and/or HBE, and/or WBE, as appropriate,
for a subcomsract price or prices totaling not lest than the subcontract price under
the accused or tesmirmed subcontract„ less all amount previously paid thereunder.
Ibe Bidder Hurst submit a revised Schedule of Partion or Set -Aside List of
Strbconzzactora and Letter of Intent to include the substitute BBE, and/or HBE,
and/or WBE,. as appropriate,. A sur. i1 bidder that cannot secure a substitute
BBE must provide a smitten statement to the Compliance Monitor and Contracting
Officer that includes a list of the names, addresses, telephone numbers, and the dater
of contact for each BBE, and/or HBE, and/or WBE, as appropriate,. The
procedures of patagcaphs E and g. below apply to this paragraph.
g. The Compliance Monitor shall promptly meet with the Successful Bidder and
provide hum with an oppazusarty to deme compliance with these
requiaL Tae Cam Monitor sba11, W promptly as practicable,
mcozmn nd to the Contmcfmg Officer whether the SuexssfW Bidder should be
domed to be in compliance with these rot The Compliance Monitor
may require the Suoc:cssful Bidder to produce such hdb motion as the Compliance
Monitor deems appropriate and may obtain whatever other and further informsdon
ficin whatever sources the C mpliance Monitor deems appropriate. The
Compliance Monitor shall H=ake his recommendation under this paragraph to the
CamraesngOfficer and forward a copy to the Bidder.
h. 'Ilse Costing Officer will consider objections to the Compliance Monitor's
ro dation only if such waits= objections an received by- the Contracting
Officer within fide calendar days from the SueoesdW Biddies raariprt of the
Counts: Moor's recommendation. Ilse Cutting Officer with or widwin a
hag. as he in his discretion may determine, will reply to the Successful Bidder's
wliU= Objection within '10 days of receipt of there objections. The Contracting
Officer's determination . upon =asiderasion of the Successful Bidder's wrin=
objection shall be final and binding without right of appeal
1. SANCi1ONS FOR CONIRACrUAL VIOLATIOM
If at any time, the Such Bidder is in violation of his obligations under these Provisions,
MDC not withstanding any other penalties and sanctions provided by law may impose one
or snore of the following:
20 00— 878
1. The suspension of sny payment or part thereof until such time as the ismer ccnccnu,
compliance are resolved;
2 Work stoppage;
I Termination. suspension, or eancellatiorr of the contract in whole or part
I DEBARMENT
T
The County may debar a BBE, and/or HBF, and/or WBE, as appropriate, or a nos -BBE,
=d/or non-HBE, and/ar ooa-WBE, as appropriate, for violation o& or nnn-compliance
with the provisions of Ordinances 94-%, and/or 94-95, andlor 9494, Adz inistr:tiVe
Orders 3-3, 3-17,34 9 or these bid documents.
4. Violations that may result in debarment include but are not limited to:
a. Falsifying or wrongfully withholding information in the certification, bidding, or
reposing processes for BBE, and/or HBE, and/or WBE, as appropriate.
b. Failing to perform a commercially useful fimction, or subcontzactiag to a BBE.
and/or HBE, and/or WBE, as appropriate, by a non -BBE, and/or non-HBE, .. - - -- -
and/or non-WBF, as appropziate, that lmew or should have known the BBE, and/or
HBE, and/or WBE, as appropriate, could not perform a commercially useful
function. When determining whether the BBE, and/or HBE, and/or WBE, as
appropriate, performs a commercially useful function. DBID shall consider factors
such as but not limited to:
i. Whether actual work is performed by the BBI:, and/or HBE; and/or WBE, as
appropriate. Actual work includes drop shipping when the BM.artd/or HBE,
and/or WBE, as appropriate, has actual and legal responsibility- for billing
and 1 e6f Ince of the contact. Brokering is emmddered -to be scaal work
when it is consistent with normal induLsuy prardm
ii. WIx4= feather - I --nscting by the BBE, and/or HBE, and/or WBE, as
appropriate, is consistent with normal k du =y p m:ticc;
M. Whether the BBE, and/or HBE, and/or WBE, as appropriate, seibeont:aaor is
a general co==w.
iv. Whether the BBE, and/or HBE, and/or GIBE, as appropriate, subcontsaetor
has entered into bonding agreements that shift to another the =q=ses, risks, or
responsibilities of the work for the purpose of meeting bonding requirements.
Debarment procedures shall comply with Section 10-38'af the Code of Metropolitan
Dade County.
11
MONTHLY EMPLOYMENT DATA REPORT
Name of contrscl
Name of SUtceealulOdder contrscl um er
Addre» Reporting Period
_ From
This report is requ re by Melropolllari Dade County. The Successful 61 der o din a To
-Measures MUST submit Monthly Employment Dela Report monthly, pallure to comply may result In MDC comms
to Impose sanctions on the succeesrutoceadin
l bldder� In eddlUon to h 9 can act OOnLc n many Contract
the suspension of any payment or part thereof. termination or caricellallontOf Qter a conble leant remedy.ltopaSanctions may Include
Iracl, and the denial to participate In any
further contracts awarded by MDC.
ot*
1 ems
live
Osts
Tole pNone
Pap• ol_. M•?01
Successful bidders on projecls wlih subconireclor goals must Ills fills MONTH Y UTILIZATION REPORT
sanctions on the successful bldder. In addillon to pursuing any other vlailab a 10981ure 10 1 remedy. Say may 1nc1 o In ®s
of eny payment or peri Illefeol, lerminallon or cancellation of I MNY oomtnenclnp proceedings to Impose
he contract, and the dental to perllcipale in any furthercanlrecls
From:, To -
OBE Sukonuecl Goel: -A
118
Anmura of Roo1-11WINS Pellod: i
Total Amolrrq Repub111oned Io Dale: I
Tole) Mount Recehred by PlIme 18Ds1e:
E Subconlrecl Gosl:_ .%
WOE qubconlrecl GOe1: %
Amounl Nqulsllloned foi ME'Subconlrecloii Ifni PiRid::--
Tolel Amount Rsqulsllloned for DOE Subscontrectore to Dole: =
Amount Requlsllloned for 11OE Subcontreclors IN$ Perlod: f
Tolel Amolml Ro"sIIWW fpr "Be Subeoorrlreclore 10
Oete:=
Amounl nrmddu.. A a— - .
gym■ ----------------------------------
e ep ne •,
Page— of
r
SIGNIFICANT UTILIZATION
of BLACK. and/or HISPANIC and/or WOMEN BUSINESS ENTERPRISES
Check Applicable _
Cowed Tor.
ccr+rd Na
cru.:
r4 rte. aorwm a"mmasuL
ar+arar arryar AASGwwm
14vrided EJm�arde0 Affm"
IMdYr
BJddeft WW pUrthass of goo& acrd srrft= In prw 24. min � •_ _
Biddats 62W pts hmm at Qoass wo swvr in Do" Count► in to poor 24 Mar"
tree�� reel a �� rnsee�re� qrr r no& weeaer Mb ww wr vmu w "w "mm -o w—w
Note: BidOors subffA addwft wr "rm in tJ+at ow befit eM ow"wavaus tit
Dsoss arty sYs'tsnwne ellorls b airreinits ®sasrnr+emesr agseai!!BE's ardrs MBEs and Jof MUBEi h yar Ri�O
I =any rat vo Impumaraslws Now wv m"bm of "w to toa+segs trsw aro srJ ww&
AUTMO SIGNATURE OF B=OO
PPJNT NAME
COMPAW
TELEPHONE
OATS
O8� Fperrl,J>u ®e 878
•1
9ID PREFERENCE
s+ser. www _
oem cry Mueo.r. t{..�r. .
Cwsia�uon ChOC* ^pa�piotiste 6aac i
C sbm 8100 ► i t BOW 4 s• int
S1ed�r It t :IN
Coss"
t ❑ iBf s > ftli C3 am s m C3
!�E ❑ ❑ "u < sm Co
VNE❑ wsFKsts ❑
>25.000175.004 10.0% 7.50% 5.0'x // 3.75%
�� www ��AZ AAA C A� Z 79AL 2070 1.25°.6
0000
0�1.000.000 02.0% a
I-bu i.uv� , v-,+�
00<2.000.000 1 1.0% 0.75°�b 0.50°% ! 0.25%
if Bidder is claiming Significant Utilization attach DBED Form 106 or DBED letter
issued pursuant to A.3x of AdministMtive Orders 3'3.3"17 or 3-18.
*AS joint ventures must be approved by DEED prior to bid submission'.
-- . - DEED Form 105
11
L
ED res t;SET-ASIDE LIST OF SUBCONTRACTORS
a perro, ereaQer fb A ouf s onn. ihs po ono e
he non- Md by the BBE. MBE or Women member of a /olnf venfuro /s b be set forth In detail separately on
MBE and or Women member. Bidder Shall Idenp the work to be rovbed b the ffom �°
Name of BIddr� bidder's owns fbrCawork M be performed
Ncnfecl NunJ,...
- - •••rovwneuvns contained M tI 8e1 -Nide 1.191 of Contractors ars to the bell of my knowledge true and accurst®.
V
DB—�a —
CERTIFICATE OF UNAVAILABUTY
!
of oertify that on
1 contacted the
eae IOE. a wst: to obtain a bid for work items to be performed on Metropolitan
Dade County Contract No.
Pmt liar
Ma.
'. was offered the above opportunity to bid
UL ME or WOE
1. was unavailable to perform the above work at the above specified time due to:
1 am aiwra e+ar ►btr000rrrn 000 CMNM p► CMWS PMMS Ont • Any fM Woo.. Hft
mor of •nw A) e<'i0 OHO fi is 0 - Uf b Biota =nvwa fila. = wm" R M;= Q !tt �4 b d0 O tair�rwl !�
asco l W or ectal ro 9kno 1 -,"Do
oefrio�lim �� n1Or r
� �Wr
W� Ori _
TIM
4
=1
C7
LETTER OF INTENT
BUCK. HISPANIC and WOMEN BUSINESS ENTERPRISE
PARTICIPATION
8idosrs utast sum* Loom at Yasrst) b to person or offm to wham aw b0 was subrmesd by 490 pxL on fie aerond bssnem oa•
toYaweatp bid opsmep. F. &uW on a Sdtaduls d ars not aorttinnsd by.a property cmK&etad Lmw of basest
suss rot oorxtt onward flee pOtL
TM
Pleats d Pests• - CONTRACT NAME
CONTRACT N0. TOTAL SID i
• •••• �••�•••�r•.w...a .�arnawq a�arr�ra�aasiaa�ca %dapsgu7 sumcm li = pny#wo uw rogLw 0
Roods or smears. a0 i=uuw rand ; m tLt rACO2MY to PCWAda staets pooat a serwu=!L.
00 a,Mly b obtm WndM fiat a raas�pra* mgLwo to ptfMide sunt goods or sommm
aorss=stent
with WmW 9WL= ► praeboa. and the abidttr to oltwrwm meet the land
spedficitioett:,
Signature Oata
P= Name _ Tbie rrrt
• _ ��y 878
Of
SCHEDULE OF PARTICIPATION
Ia shout ee wmNOW for ali B8 , andlor BE endla WB eubcontraw
"of HBE endlor WBE membw of a rAnt wnwm fe tope 1161 torah In detail ee
ceore al n so u mltlal al the tlme o e
parate� f � wo* b be p9doMed by the rwn.tlbE. andlaHoMr • we b e pa ne e
teE ar i; MOIIWeE rnembar of h
of llusoontractor Grttnc.le 140. o,.,,o.q,..am r Doom
BBE "BE WeE l� o +dovb be n1°d M
»"WHA
om
M®IN
re be Completed by the P►frrret coo* rokr�Ideer . Chad* ePPropdele boxes) II Unsvalteblllty
I Dowty that the representetlone oorlfNned to INS ®cheaute of Partldpatlon Certlticales ere or will be provided In lieu of
are to he ®sol of myr turowted®s Ivo end aoauale or In addition to this Schedule of Participation to
demonstrale go Teck of evslleblllfy.
B
s*wo
� aw
-� wae rorty.
. nea wrw..rtxo«ttiw.,e
I
1
ORE ❑
WOE ❑
"BE ❑
oeED lot
It of am
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
RECOMMENDATION:
Award Under Dade County Contracts
MIAMI-DADE COUNTY
BID NO. 6461-2/05
Coffee Services
Citywide
Contract
The Department of Purchasing has a need to secure a
contract for coffee services to be used by various city
departments.
It is recommended that the award be made to
Atlantis Environmental System Corporation, for the
procurement of coffee services, awarded under an
existing Miami -Dade County Contract No. 6461-
2/05, effective through July 31, 2003, subject to
any extensions thereto by Miami -Dade County, for
the Department of Purchasing, to be utilized
citywide, on as needed contract basis; allocating
funds therefor from various user departments and
requiring budgetary approval of funds to utilize this
purchase from individual departmental accounts prior.
to usage.
00- 8'78