Loading...
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