HomeMy WebLinkAboutR-94-0547I
{ i
4
j
J--94-596
7/26/94
94` 547
j RESOLUTION NO.
i
A RESOLUTION, WITH ATTACHMENT, APPROVING THE
INVITATION FOR BIDS, IN SUBSTANTIALLY THE
ATTACHED FORM, AND AUTHORIZING THE CITY
MANAGER TO ADVERTISE AND ISSUE SAME ON OR
AFTER OCTOBER 1, 1994, FOR THE PROVISION OF
RESIDENTIAL GARBAGE, TRASH AND RECYCLING
SERVICES, THE COLLECTION AND DISPOSAL OF
WASTE ILLEGALLY DUMPED ON CITY STREETS,
RIGHTS -OF -WAY AND PROPERTY, AND THE CLEANUP
AFTER SPECIAL EVENTS HELD IN THE CITY OF
MIAMI; PROVIDING THAT FOR PURPOSES OF THE
BIDS, THE CITY OF MIAMI BE DIVIDED INTO TWO
(2) ZONES; FURTHER PROVIDING FOR THE
SUSPENSION OF THE PROPOSED THIRTY DOLLARS
($30.00) RECYCLING FEE AND DIRECTING THE CITY
MANAGER TO REMOVE SUCH RECYCLING FEE FROM THE
PROPOSED BUDGET, PENDING A DETERMINATION WITH
REGARD TO THE FEASIBILITY OF PRIVATIZING THE
SERVICES CURRENTLY PROVIDED BY THE SOLID
WASTE MANAGEMENT SYSTEM.
WHEREAS, it is the City's intent to provide its citizens
with an economically sound solid waste system; and
WHEREAS, the City of Miami is desirous of reducing the cost
of residential garbage, trash, recycling and special services;
and
WHEREAS, the City is desirous of eliminating costs
associated with the collection and disposal of illegally dumped
materials; and
Crr2' C0Kf,[f .SSjURT...._.
tir ET T 1.17 G OF
Resolution No.
WHEREAS, the City is desirous of ceasing its service to
commercial businesses and multifamily units; and
WHEREAS, it is the intention of the City Commission to
determine if it is feasible and in the City`s best interest to
privatize the services currently provided by its solid waste
management system;
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
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The Invitation for Bids (Invitation), in
substantially the attached form, but modified to reflect the
division of the City of Miami into two (2) zones for the
i
provision of residential garbage, trash and recycling services,
the collection and disposal of waste illegally dumped on city
streets, rights -of -way and property, and the cleanup after
special events held in the City of Miami is hereby approved.
Section 3. The City Manager is hereby authorized to
advertise and issue said Invitation for the aforementioned
services on or after October 1, 1994.
Section 4. The City Manager is hereby directed to remove
from the proposed budget the thirty dollars ($30.00) recycling
fee for city residents pending a determination with regard to the
i
feasibility of privatizing the services currently provided by the i
i
Solid Waste Management System.
94- 547
i .
-2-
Section 5. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 26th da of , 1994.
i
S PHEN P. CLARKJ MAYOR
ATTEST:
i
MATTY AS
CITY CLERK
PREPARED AND APPROVED BY:
OLGA AMIREZ-S JA
ASSI ANT CITY ATT NEY
APPROVED AS TO FORM AND CORRECTNESS:
A. QUIW JO E , III i
CITY ATTOR E
Rl:et:csk:M4502
i
{
I
i
94- 547
-3-
CITY OF MIAMI, FLORIDA
D NO. 93_-94-1xx: SPECIAL CONDITION
1. SCOPE AND PURPQSE
The purpose of this Invitation for Bid (Bid) is to solicit Bids
from qualified firms to provide the services ("Services") defined
in the Statement of Work ,Section of the attached Specifications,
for the acquisition, operation management and maintenance of all
aspects of residential waste collection and disposal services for
the Solid Waste Division of the GSA/SW Department.
The City will not be responsible for any expenses incurred by
vendors in preparing and submitting a Bid. All Bids shall
provide a straight forward explanation of proposing firm's
capabilities.
2. ACCEPTANCE/REJECTION
The City of Miami reserves the right to accept or to reject any
or all Bids and to select the Bid, which in the opinion of the
City will be in the best interest of and/or the most advantageous
to the City. The City of Miami also reserves the right to reject
the Bid of any vendor who has previously failed in the proper
performance of an award or to deliver on time contracts of a
similar nature or who is not in a position to perform properly
under this Bid. The City of Miami reserves the right to waive
any irregularities and technicalities and may, at it's
discretion, re -advertise the BID.
3. LEGAL REQUIREMENTS
This Bid is subject to all applicable federal, state, county and
local laws, ordinances, rules and regulations that in any manner
affect the Services covered herein, including the Uniform
Commercial Code which shall be the basis for contractual
obligations between City and Bidder, (Florida Statutes, Chapter
672). Lack of knowledge by the Bidder shall in no way be cause
for relief from responsibility.
a) Bidders doing business with the City are prohibited from
discriminating against any employee, applicant, or client
because of race, color, religion, national origin, sex, age,
handicap or marital status with regard to but not limited to
the following: employment practices, rates of pay or other
compensation methods and training selection.
4. TERM OF AGREEMENT
The Agreement ("Agreement") resulting from this Bid shall be for
an initial four (4) year term, commencing with the date of the
execution of the Agreement, with an option for the City to extend
for three (3) additional one (1) year periods, after proper
notification in writing to Vendor.
page 1 of 10
BID NO. 93-94-XXX SPECIAL CONDI.,ONS (Cont'.d)
5. DEFAULT
The City shall be the sole judge of nonperformance, which shall
include any failure on the part of the successful Bidder to
accept the award, to furnish required documents, and/or to
fulfill any portion of the Agreement within the time stipulated
or within thirty (30) days, whichever is earlier.
The City may through written notice to the Bidder, terminate the
Agreement if the Bidder is found to have failed to perform his
services in a manner satisfactory to the City. In the event the
Bidder is found to be in default, any and all reprocurement costs
may be charged against the Bidder, and may also result in the
supplier being debarred or suspended from future City Bids.
6. LIQUIDATED DAMAGES
Any acts or omissions of Successful Bidder in the performance of
this contract shall be considered a breach of contract and
subject to liquidated damages based upon a scheduled prescribed
by the City.
7. ASSIGNMENT
Bidder shall not transfer, convey, assign nor permit the use of
the rights, privileges or premises granted in the Agreement in
whole or in part to any other person, firm, or corporation
without prior written consent of the City, which consent may not
be unreasonably withheld. Moreover, additional consideration may
be required by the City upon approval of said assignment.
8. AGREEMENT AWARD AND CITY'S RIGHTS
The City reserves the right to evaluate each Bid on both a
technical and a cost-effective basis. The City may reject the
"lowest price Bid" in favor of a Bid which is judged to be more
complete, in better compliance with the specifications, and which
is deemed to be technically and financially more practical, or
more feasible and in the overall best interests of the City. An
award will be made not on the basis of price alone, but to the
offeror whose Bid contains the most advantageous combination of
price, product, quality, and services described.
The City reserves the right to reject any or all offers or to
accept any offer which is in its best interests or best meets the
evaluation criteria. The City also reserves the right to waive
any informalities, irregularities and technicalities in
procedure.
The City reserves the right, before awarding the Agreement, to
require a Bidder to submit such evidence of his/her
qualifications as it may deem necessary. The City may consider
any information available to it of the financial, technical, and
other qualifications and abilities of a Bidder, including past
performance (experience) with other governmental agencies, in
making the award.
94- 54'7
page 2 of 10
BID NO. 93-94-XXX SPECIAL CONDIiiONS (Cont'.d)
The City reserves the right to cancel the Agreement, or portions
thereof, without penalty as a result of funding limitations.
THE CITY RESERVES THE RIGHT TO AWARD ANY OR ALL INDIVIDUAL
COMPONENTS IN THE BEST INTEREST OF THE CITY.
It is anticipated that after award the City will enter into a
contract with Successful Bidder(s). Failure to negotiate a final
agreement within sixty (60) days of award of contract shall
entitle City to rescind award, unless, prior to the sixty (60)
day expiration, City extends the period for entering into an
agreement.
9. PERSONNEL
The Bidders represents that they have, or will secure at their
own expense, all necessary personnel required to perform the
service requirements arising from this broker selection. Such
personnel shall not be employees of the City or have any
contractual relationship with the City.
All of the services required here under shall be performed by the
Bidder or under its supervision, and all personnel engaged in
performing the services shall be fully qualified and, if
required, authorized or permitted under state and local law to
perform such services.
The Bidder warrants that all services shall be performed by
skilled and competent personnel to the highest professional
standards per applicable federal, state, county and local
agencies' standards.
Bidder agrees to consider as a first source for employment any
current City of Miami Solid Waste employee who will be displaced
by this Bid. Bidder shall contractually assure the City of its
commitment to comply with this requirement.
10. CONFLICT OF INTEREST
The selection is subject to provisions of State Statutes and City
Ordinances. All Bidders must disclose with their Bid the name of
any officer, director, or agent who is also an employee of the
City of Miami. Further, all Bidders must disclose the name of
any City employee who own, directly or indirectly, an interest of
five (5%) percent of more in the Bidder's firm or any of its
branches.
11. BID OUTLINE
City of Miami has been divided into five (5) zones for
residential garbage, trash and bulky waste collection for the
purposes of this bid. The Bidder is asked to bid a price per
zone to include cost of twice per week curbside collection of
garbage, once per week curbside collection of trash and a maximum
of once per month scheduled curbside bulky waste collection, not
to exceed 125 cu yard truck per collection.
94~ 547
page 3 of 10
BID NO. 93-94-XXX
SPECIAL CONDI-IONS (Cont'.d)
The entire area of the City of Miami will be the service area for
bidding on recycling services of approximately 62,300 residences.
Bidder is asked to bid this as a separate bid item, listing the
annual_ cost to provide this service. (See Bid Sheet)
The entire area of the City of Miami will be the service area for
bidding on illegal dumping services of any materials on public
rights -of ways, streets and City property. Bidder is asked to
bid an annual price for keeping the streets free of this illegal
material.
Bidders are asked to provide separate prices on each Bid Sheets
to reflect the costs for the acquisition of the City's existing
equipment.
The Bid shall be based on service utilizing the City's Virginia
Key Composting Facility and the Bedminister/SSI facility. See
Specifications for further details.
12. MINIMUM BIDDER REQUIREMENTS FOR PRE -QUALIFICATION
Bidders shall be fully licensed to perform the work described
herein, and shall provide all information requested on the Bid
Sheets, or elsewhere by the City. Bidders must prove to the
City's Pre -qualification Committee that they (bidders) meet the
minimum requirements as described below.
All Bidders must submit all of the documentation required below.
The documentation should be brief, clearly written and to the
point. Failure to submit all the required documentation shall be
cause for disqualification of the Bidder.
a) Length of experience - Bidder must have, at a minimum the
length of experience set below. The experience must be the
for the same type of services as described in this Bid.
Residential. solid waste collection:
and Recycling services Three (3) years
b) Acceptable experience - Bidder must have a successful record
of experience in this work. A summary of present and past
jobs, for the past five (5) years, detailing the name of the
project owner (employer, address, description of project
(job), dates of service, cost of work in dollars, and a
contact/reference person with telephone number. Overall a
minimum of three (3') professional references must be
provided.
94- 547
page 4 of 10
BID NO. 93-94-XXX
SPECIAL CONDI.,ONS (Cont'.d)
c)
Acceptable resources - Bidder must provide a list of
facilities, equipment and personnel available to do the work
or a certified statement of financial capability from a
financial institution demonstrating Bidder's ability to
acquire the necessary assets to perform the contract as bid.
In addition, Bidder must provide an explanation on how this
equipment will be used in the services areas for he/she is
t
bidding. Also, Bidder must show how this equipment will be
sufficient to handle the Bidder's total work -load including
non -City projects.
Should Bidder choose to provide a statement of financial
capability, the Bidder must show a detailed plan of action
showing, at a minimum, the type, quantity, and cost of
equipment Bidder proposes to acquire to service the area
specified in his/her bid.
d)
Bonding Company Commitment - Bidder must provide a letter of
commitment from a State of Florida licensed bonding company
to provide a Performance Bond for services as bid. The
letter of commitment must specifically accept the Performance
Bond language stipulated by this bid for the amount as
designated. The amount of the Performance Bond must reflect
the grand total bid amount.
13.
PRE -QUALIFICATION AWARD
a)
The maximum number of service areas for residential and
recycling collection services that shall be awarded to any
one Bidder shall be
b)
No Bidder may own or have a financial interest in more than
then percent (10%) of any other Bidder, whether such
ownership occurs by him/herself or through a parent,
subsidiary or holding company, or any other business entity.
c)
All bids of Bidders meeting pre -qualification requirements
shall be publicly opened on the announced day. The total
amount of the bid shall be placed into a matrix consisting of
the number for the particular service area. When all pre -
qualified bids have been opened and the numbers placed into
the matrix., the lowest bid for each area shall be noted and
all other bids in each area shall be assigned a ranking
number as compared with the lowest bid, (i.e. second lowest,
third lowest, etc.)
d) A pre -qualification committee which may be of City staff and
private sector individuals shall examine the documentation
submitted in the pre -qualification envelopes to determine the
responsiveness and responsibility of each. Bidder. Any Bidder
found non -responsive and/or not meeting qualifications shall
have their bid deemed as such and that Bidder's price Bid
forms returned unopened."
94- 547
page 5 of 10
BID NO. 93-94-XXX
SPECIAL COND1.,iONS (Cont'.d)
The pre -qualification committee shall base its determination
on the written documents and a check of the references
provided with the bid. However, the committee reserves the
right to make additional inquiries, interview some or all
Bidders, make site visits or any other action it deems
necessary to fairly evaluate all Bidders. The pre -
qualification committee shall determine the capability of the
Bidder to service any service area.
e) The pre -qualification documentation shall include a Letter of
Intent listing the specific area and type of service for the
Bidder desires to be considered.
f) Bidders are limited to only bidding on number of service
area(s).
14. SUBMISSION OF DOCUMENTS
This section provides a summary of documents that must be
included in your Bid response to the this bid:
i. Transmittal Letter
ii. Statement of Relevant Experience
iii. Statement of Resources/Financial Statement
iv. Surety Bond
V. Letter of Bonding Commitment
vi. Letter of Intent
vii. Bid Forms, including proposed fees
15. SURETY BOND
Each Bidder shall furnish a surety bond in an amount equal to at
least ten percent (10%) of the total amount proposed under this
RFP.
16. PERFORMANCE BOND GUARANTEE
Bidder shall furnish a performance bond executed by a surety
company duly authorized to do business in the State of Florida,
in an amount equal to at least one hundred fifty percent (150% )
of the Agreement price, as security for the faithful performance
of the Agreement.
The Agreement shall not be in full. force and effect until the
City receives a duly executed Performance Bond made payable to
the City. In the event the bond is not delivered within twenty
(20) days after notification of Agreement award, then the offer
shall be ruled null and void and the award shall be made to the
next most responsive Bidder.
94- 547
page 6 of 10
BID NO. 93-94-XXX
SPECIAL CONDI•.L�ONS (Cont'.d)
17. BONDING COMPANY COMMITMENT
Bidder must provide a letter of commitment from a State of
Florida licensed bonding company to provide a Performance Bond
for services as bid. The letter of commitment must specifically
accept the Performance Bond language stipulated above. In
addition, Bidder must accept the dollar size of the Performance
Bond as stipulated in the ensuing negotiated agreement. The
amount of the Performance Bond must reflect the grand total bid
amount.
18. CNO TRACT TO BE NEGOTIATED BETWEEN PARTIES
Upon award of contract to Successful Bidder(s) a Contract or
Agreement shall be, negotiated between the parties, the terms and
conditions of which shall be mutually agreed upon.
19. COPIES REOUIRED
Each Bidder is required to submit five (5) complete copies of
their Bids. Bids received after the above noted time and date
will not be accepted and will be returned unopened to the Bidder.
Sealed Bids must be clearly marked with the following indicated
on the outside of the envelope/package: "Bid No. 93-94- for
the acquisition, operation, management and maintenance of all
aspects of residential waste collection and disposal services for
the City of Miami". Bids shall be addressed to:
City of Miami's City Clerk
City Hall
3500 Pan American Drive
First floor
Miami, FL 33133
20_. FIRST/SOURCE HIRING AGREEMENT
Ordinance No. 10032, implemented the City's "First Source Hiring
Agreement" to foster the creation of new, permanent jobs for City
of Miami residents.
All recipients of contracts for facilities, services and/or
grants and loans from or through the City, shall to the greatest
extent feasible, comply with the Ordinance's requirements by
participating in this program.
Bidder must describe the steps (s)he will take to comply, to the
maximum extend possible, with the goal of providing the first
opportunity for available jobs to economically disadvantaged
residents living in economically distressed neighborhoods in the
City of Miami and Dade County. Bidder must also describe the
steps (s)he will take to cooperate, to the maximum extent
possible, with local job training and economic development
agencies to identify, solicit, assist and if necessary, train
such persons to qualify for and receive employment with Bidder.
Included in this package is a copy of Ordinance No. 10032 and a
form entitled "Statement of Compliance with Ordinance No. 1003211,
to be completed by Bidder.
page 7 of 10
1
Y✓�
BID NO. 93-94-XXX SPECIAL COND1-IONS (Cont'.d)
21. IRREGULAR BIDS
Any Bids which is incomplete, conditional, obscure or which
contains .irregularities of any kind, may be cause of rejection of
the Bids. Minor exceptions to the specifications may be
considered by the City, so long as they are fully explained.
FAILURE TO PROVIDE ALL INFORMATION REQUESTED SHALL BE CAUSE FOR
REJECTION OF BID.
22. AUDIT RIGHTS AND RECORDS RETENTION
The Bidder agrees to provide access to the City, or any of their
duly authorized representatives to any books, documents, papers,
and records of the Bidder which are directly pertinent to this
Agreement, for the purpose of audit, examination, excerpts, and
transcriptions.
in accordance with standard auditing procedures of the City of
Miami, the Bidder shall maintain and retain any and all of the
aforementioned records for three (3) years after the City makes
final payment and all other pending matters are closed. The
Bidder agrees to provide access to the City, or any of their duly
authorized representatives to any books, documents, papers, and
records of the Bidder which are directly pertinent to this
Contract, for the purpose of audit, examination, excerpts, and
transcriptions.
23. MINOR_ITY PROCUREMENT PROGRAM
Ordinance No. 10062, as amended, entitled the MinoritX and Women
Business Affairs and Procurement Ordinance of the City of Miami,
Florida sets forth "...a goal of awarding at least 51 percent of
the City's total annual dollar volume of all expenditures for all
goods and services, to Black, Hispanic and Women minority
business enterprises on an equal basis." A minority business
enterprise is defined as a business firm" ... in which at least 51
percent of said enterprise is owned by Blacks, Hispanics, or
Women whose management and daily business operations are
controlled by one or more Blacks, Hispanics or Women.
To achieve the goal established by these Ordinances,
participation in providing goods and services to the City by
minorities is being encouraged in a number of ways. All vendors
doing business with the City are encouraged to include the
participation of minority firms in their bids. In evaluating
bids for determination of awards, minority participation may be a
factor. Failure to adequately involve minority firms may be a
basis for rejecting any and all bids.
BID NO. 93-94-XXX
SPECIAL CONDI..ONS (Cont'.d)
Possible ways to include minority participation would involve:
1.
Joint venture with
a minority
firm(s)
2.
Utilizing minority
firm(s) as
subcontractor(s).
3.
Utilizing minority
firm(s) to
supply goods and/or services.
4.
Successful implementation
of
well defined affirmative action
program.
5.
Other forms of
minority
participation, if properly
documented.
Included in this package are copies of Ordinances No. 10062 and
No. 10538. Additionally, an special Information Sheet has been
provided to assist bidders in presenting information concerning
minority participation.
Minority business firms are encouraged, but not required, to
register with the City prior to submitting bids. The Procurement
Office will provide the necessary forms and instructions upon
request.
ALL VENDORS ARE URGED TO SUBMIT BIDS FOR ANY GOODS OR SERVICES
THAT THEY ARE ABLE TO SUPPLY, REGARDLESS OF MINORITY
CLASSIFICATION. However, compliance with all requests for
information regarding Minority Status. or Participation is
required. Bidder's cooperation is greatly needed to aid the City
in achieving its goal.
As part of his/her Bid, Bidder is required to identify any and
all subcontractors/subconsultants to be used in the performance
of the Agreement, their capabilities, experience, and the portion
of the work to be done by the subcontractor/ subconsultant.
Failure to identify any and all subcontractors/ subconsultants in
the Bid may render the Bidder's response non -responsive.
The Bidder shall not, at any time during the term of the
Agreement, subcontract any part of its operations or assign any
portion of the Agreement to subcontractors/subconsultants,
without receiving the City's prior consent.
Nothing contained in this specifications shall be construed as
establishing any contractual relationship between the Bidder or
any subcontractor/subconsultant of the Bidder and the City.
Bidder shall be fully responsible to the City for the acts and
omissions of any subcontractor/subconsultant and their employees,
as for acts and omissions of persons employed by Bidder.
25. INDE14NIFICATION
The successful Bidder shall not commence any work until all the
required types of insurance have been furnished to the City and
such insurance has been approved by the City; nor shall the
Bidder allow any subcontractor/subconsultant to commence work
until similar insurance required of the
subcontractor/subconsultant has been obtained and approved.
page 9 of' 10 J 4 - 547
BID NO. 93-94-XXX SPECIAL CONDI_.ONS (Cont'.d)
All insurance policies shall be with qualified insurers doing
business in the State of Florida and shall have an "A" rating.
The City shall be furnished proof of coverage of insurance by
Certificates of Insurance. (See INDEMNIFICATION form enclosed)
and shall be listed as an Additional Insured.
26INQUIRIES
j Questions regarding this Bid should be directed to Ms. Anne
Whittaker, Procurement Contracts Officer, at (305) 575-5174.
f
NO CHANGES IN THIS INVITATION TO BID SHALL BE VALID UNLESS IN
AUTHORIZED WRITTEN ADDENDUM FORM AND SENT TO ALL POTENTIAL
BIDDERS.
27. RESOLUTION OF PROTESTS
Bidder's attention is directed to the attached Ordinance No.
11072 amending Section 18.56-1 of the City Code. In the event of
protests, compliance with the procedures described therein is
mandatory.
28. ANTITRUST PROVISION
At such times as may serve its best interest, the City of Miami
reserves the right to advertise for, receive and award additional
Bids for these herein items, and to make use of other
competitively Bid (governmental) contracts for the purchase of
these items as may be available.
9. DEBARMENT AND SUSPENSION
Bidder's attention is directed to the attached Section 18-56.4 of
the City Code and certification which must be executed and
returned with the Bid Sheets.
SENT BY:CITY OF MIAMI
'L0Tei1"s 1
7- 20- 94 , 9 : 40AM
PROGLREMEVT N1;GMT.
�~ APPENDIX A
CITY OF MIAMI.
ROUTE ZOVES
LAW DEPT. ; # 2/ 3
On 36
street.
(south side) : PROM
Riscayne Bay to
NW 7 A,VOTAXm,
N
to 46
Street
(east side); W to NW
17 Avenue (north side); N to
54
Street
(east.
side) ; W to NW 19
Avenue (north
side),- N to
59
Street
(east
E to 17 ?avenue ( south side)-,
X to 71 Street
(both
sides facing 17 Avenue) ; E
to NW 7 Avenue
(South fide)'-
W
to 79
Street
(both sides facing
7 Avenue); E to
N Miami Avenue
(both
sides
facing 79 5t.7ee:);
N to 86 Street
(east side);
E
along
the river
to Biscayne Blvd.;
N to 87 Street.
(south side)
to
Biscayne
Bay.
ZONE 2
On 14 Street: FROM Biscayne Say W (north side) to FEO trac:k:s; N
to 20 Street. (north side); W to NW 5 .Avenue, N to 21 Street; W to
NW 7 Avenue; S to 20 Street (west side); W to NW 12 Avenue; S to
NW North River Drive (west :side), westerly along the river to 20
Street and 27 Avenue, FROM 27 Avemue and 20 Street N to 36 Street
(both sides facing 27 A -venue) ; W on .�6 Street to 37 Avenue (both
sides facing 36 Street.); FROM 36 Street and 27 Avenue N to 38
Street, E on 38 Street. (south side) to [VW 1.9 Avenue; FROM 38
Street to 54 Street. {east side); E to NW 17 Avenue (south side);
S to 46 Street ( west side) ; E to iqW 7 Avenue ( south side) ; S to
36 Street (west gide); 8 to Julia Tuttle Causeway (south side).
ZONE 3
On NE 14 Street (south side): FROM Biscayne Bay Iq to Miami
Avenue; N to 20 Street (west side) ; W to NrW 5 Avenue ( south
side): N to 21 Street (west side) ; w to _W 7 Avenue ( south side) ;
S to 20 Street (east -Tide); W -to NW 12 Avenue (south side); 5 to
VW South River. Drive (eouth side); Westerly ol..')ng N''W South Raver
Drive to 27 Avenue and 20 Street; W to LltW 37 Aveciue (south side)
S to NV 7 Street. ( east side) ; E to NW 27 Avenue ( south side): S
to SYd 8 Street ( east side) j E to Niti 12 Avenue (north side � ; S t o
Cora1 Way ( east side); Cural Way, at 1.2 Avenue westerly along SW 3
Avenue, westerly along Dixie Highway (south side) to SW 27
Avenue; S to Tigertai 1 Avenue; W to Mary Street.; 5 to thra Bay;
northeasterly along Bay to NE 14 Street; and ISLANDS: Venetian
duct San Marco.
SENT BY: CITY OF MIAMI 7-20-34 ' 9:40AM PROCREW-NT MGMT. --
APPENDIX A
077FEW
LkW DEEYF. . f 31, 3
On aw 20 street; FROM 37 Avt�,,jjue, westerly a1ong 'Ta.miami Canal
Road to SW 76 Court (south >3ide), FROM 76 Clutirt rin SW 8 Str4�et
(north side) 8 to SW 38 N to SW 5 ISLraet (iveut silo),, E to
SW 38 Avenue.- N to SW 2 Stj'. eet. (west E t,'-) SW 38 Avenue
(north aide); 14 to SW' 2 Str-.%et CweaL s_ide),- E to 17 Avenue (.north
side); I! to 16 Street (ea.5t h tou SW 28 liventle (mirt.1c
side); N to SW 15 St-rot-t (wtiat Fide); E tQ 2-Y' "Werme (nart]-.i
side); S to 16 Street. (east- side); E to 112 Ai.,ent:ie side); N'
to SW 8 Street (west side): W to SW 27 liveaue (South si_dbe)? N to
NW 7 Street (weot aide),- W to NW, 37 Averme (sc.ath N to 20
Street (west aido).
WHE 5
On SW 16 Street (south side): FROM 12 Aviz�nue to SW 27 Avenue N
to 15 Street (west side)7 W to 28 Avenue zzide.), S to SW 16
street (east side).- W to .37Avernie (a 011th side); IS to SW 26
Street (east s-ide); W to 38 Avonue (South. S to 28 Street
(east side): W to 39 Avenue,' 13 to Day Avenue;, R to S Dixie
Highway: S on 38 Aventats to Gi.and Avt�aue; 'A' on c3rand Avenue- to
Jefferson; E on Jefferson to Cha.i.-:.'Les -Terrace; W tf,.) Le Jenne Road;
S to North Prospect Drive (north E to -Lbe Bay, northerly
-11ong the Bay to K-xy Street; N on Mary Street t.o T-,gertailo ; E n
C
Tigertail to 27 Avenue, 1,, i4vat 5 1.)j.xie Hiqbway to SW w Avenue; E
to SW 12 Avenue; N to SVW lt;
94- �47
BID 93-94-XXX
OPTION 01
RECYCLING PRISE PROPOSAL - CITYWIDE
I (We) propose to collect and dispose of recyclable
materials as defined in Bid Specifications (Section 1), from all
residential customers within the areas assigned by the City of
Miami and to provide collection service in complete accordance
with the provisions of the Contract Document.
The months residential rate per dwelling unit for pickup
prescribed in the attached Bid, shall be the sum of the
collection (including transportation) component, and the disposal
component.
A. RECYCLING PRICE PROPOSAL
Existing Equipment (trucks and bins)
Total Purchase Price $
Cost per household, per month
(Includes C.P.I. over term of contract) $
Annual cost for est. 62,300 households $
94- 547
I (We) propose to collect and dispose of solid waste -
garbage, trash and bulky materials as defined in Bid
Specifications (Section 1), from all. residential customers within
the areas assigned by the City of Miami and to provide collection
service in complete accordance with, the provisions of the
Contract Document.
The monthly residential rate per dwelling unit for pickup
prescribed in the attached Bid, shall be. the sum of the
collection (including transportation) component, and the disposal
component.
RESIDENTIAL GARBAGE P ICE PROPOSAL
Zone #1
(Approximately 14,300 households)_
Existing equipment purchase cost
Total Purchase Price
Annual Cost of twice per week collection
Collection per household, per year.
(Includes C.P.I. over term of contract)
Disposal cost per ton/garbage
Disposal cost per ton/trash
Zone #2
(Approximately 14,500 households)
Existing equipment purchase cost
Total Purchase Price
Annual Cost of twice per week collection
Collection per household, per year.
(Includes C.P.I. over term of contract)
Disposal cost per ton/garbage $
Disposal cost per ton/trash $
R • ID ,NTU c`URBSIDE GARBAGE /xy Sm-PRICE PROPOSAL -
CITYWIDE
I (We) propose to collect and dispose of solid waste -
garbage, trash and bulky materials as defined in Bid
Specifications (Section 1), from all residential customers within
the areas assigned by the City of Miami and to provide collection
service in complete accordance with the provisions of the
Contract Document.
The monthly residential rate per dwelling unit for pickup
prescribed in the attached Bid, shall be the sum of the
collection (including transportation) component, and the disposal
component.
RESIDENTIAL GARBAGE PRICEPROPOSAL
Zone #3
.(AAAroximately 14,600 households)
Existing equipment purchase cost
Total Purchase Price $
Annual Cost of twice per week collection $
Collection per household, per year.
(Includes C.P.I. over term of contract) $
Disposal cost per ton/garbage
Disposal cost per ton/trash
Zone #4
4pnroximately iiauu nousenoiasL
Existing equipment purchase cost
Total Purchase Price
Annual Cost of twice per week collection
Collection per household, per year.
(Includes C.P.I. over term of contract)
Disposal cost per ton/garbage
Disposal cost per ton/trash
RESIDENTIAL CURBSIDE GARBAGE/T A BIBULKY WASTE PRICE PROPOGAT -
CITYWIDE
I (We) propose to collect and dispose of solid waste -
garbage, trash and bulky materials as defined in Bid
Specifications (Section 1), from all residential customers within
the areas assigned by the City of Miami and to provide collection
service in complete accordance with the provisions of the
Contract Document.
The monthly residential rate per dwelling unit for pickup
prescribed in the attached Bid, shall be the sum of the
collection (including transportation) component, and the disposal
component.
RESIDENTIAL GARBAGE PRICE PROPOSAL
Zone #5
(Approximately 14,000 households
Existing equipment purchase cost
Total Purchase Price
Annual Cost of twice per week collection
Collection per household, per year.
(Includes C.P.I. over term of contract)
Disposal cost per ton/garbage
Disposal cost per ton/trash
BID • •4
OPTION
I (We) propose to collect and dispose of Other Collection
Services as defined in Bid Specifications, (Section 6), from
handicapped residential customers, special events, and illegal
dumped areas within the City of Miami and to provide collection
service in complete accordance with the provisions of the
Contract Document.
The monthly residential rate per dwelling unit for pickup
prescribed in the attached Bid, shall be the sum of the
collection (including transportation) component, and the disposal
component.
1. Special Collection PRICE PROPOSAL
Cost of twice per week collection
$
Collection per household, per year.
(Includes C.P.I. over term of contract)
$
Disposal cost per ton/garbage
$
Disposal cost per ton/trash
$
Annual total cost for est. 4,000 houses
$
2. Illegally Dumped Material PRICE PROPOSAL
Cost of as -needed collection
$
Collection per household, per year.
(Includes C.P.I. over term of contract)
$
Annual total cost -Citywide pick up
$
3. ,9pecial Events Clean Un PRICE PROPOSAL
Cost of 97 scheduled events collection
$
Collection per event, per year.
(Includes C.P.I. over term of contract)
$
Disposal cost per ton/garbage
$
Disposal cost per ton/trash
$
Annual total cost for 97 Events
CITY OF MIAMI, FLORIDA
BID NO 93-94-1xx: SPECIFICATIONS
1. DEFINITIONS OF TERMS
For the purpose of this Bid, the following terms are applicable.
1.1 Bidder: The word "Bidder" shall mean any individual,
corporation, limited partnership, or joint venture which
submits a proposal in response to this Invitation for
Bids (Bid).
1.2 Bulky Waste: The words "bulky waste" shall mean large
items of household refuse such as appliances, furniture,
accumulations from major tree cutbacks, large crates and
like articles.
1.3 Bundled Garden Trash: The words "bundled garden trash"
shall mean refuse attending the care of lawns, shrubbery,
vines and trees that is capable of being gathered into
bundles and tied securely so that each bundle does not
exceed three (3) feet in length or weigh more than fifty
(50) pounds.
1.4 City: The word "City" shall mean the City of Miami
Florida or its Authorized Representative.
1.5 Commercial Establishments: The words "commercial
establishments" shall mean any hotel, motel, rooming
house, tourist court, trailer park, bungalow court,
apartment building with rental apartments, cooperative
apartments, and/or multiple story condominium buildings
and any other business or establishment of any nature or
kind whatsoever other than a residential unit as defined
in this section.
1.6 Containerized Waste: The words "containerized waste"
shall mean and include refuse, not to include garbage as
defined herein, which is placed in cans, plastic bags,
and/or bulk containers notexceeding three (3) feet in
length or weighing more than fifty (50) pounds.
1.7 Construction and Demolition Debris: Means nonhazardous
material generally considered not to be water-soluble,
including but not limited to steel, concrete, glass,
brick, asphalt roofing material or lumber from a
construction or demolition project. Contamination of
construction and demolition debris with any amount of
other types of solid waste will cause it to be classified
as other than construction and demolition debris.
1.8 Contract or Agreement: The words "Contract" or
"Agreement" shall mean the Contract executed by the City
and the Contractor for the performance of the work. The
Contract shall be substantially in the form provided in
these specifications or by purchase order incorporating
the provisions of the Specifications.
1.9 Contractor or Vendor: The words "Contractor", "vendor"
or "Franchisee" shall mean the person, firm, corporation,
organization or agency holding a City of Miami Franchise
Agreement with whom the owner has executed a contract for
performance of the work or supply of equipment or
materials or his duly authorized representative.
1.10 Disposal Costs: The words "Disposal Costs" shall mean
the "tipping fees" charged to the Contractor by others
for disposal of the garbage and trash collected by the
Contractor.
1.11 Disposal Site: The words "Disposal Site" shall mean the
dump sites or waste processing plants or facilities that
Contractor utilizes to dispose of garbage and trash
collected by the Contractor. Said sites, plants or
facilities shall be E.P.A. accepted and approved and be
properly insured.
1.12 Garbage: The word "garbage" shall mean every refuse
accumulation of animal, fruit or vegetable matter that
attends the preparation, use, cooking and dealing in, or
storage of edibles, and any other matter, of any nature
whatsoever, which is subject to decay, putrefaction and
the generation of noxious or offensive gases or odors, or
which, during or after decay, may serve as breeding or
feeding material for flies or other germ -carrying
insects.
1.13 Garbage Can: The words "garbage can" shall mean a
galvanized metal, durable plastic or other suitable
material container of the type commonly sold as a gar-
bage can, including wheeled containers, of a capacity not
less than twenty (20) gallons and not to exceed thirty-
two (32) gallons, having at least two (2) handles upon
the sides thereof, sufficiently strong for workmen to
empty conveniently, or a bail by which it may be lifted,
and a tight -fitting metal or plastic top with handle, and
so constructed as to permit the free discharge of its
contents. The container must not have any inside
structures such as inside bands and reinforcing angles
or anything within the container to prevent the free
discharge of the contents. The container shall be free
of jagged or sharp edges.
9�- 54'7
page 2 of 14
1.14 Garden Trash: All accumulations of lawn, grass, or
shrubbery cuttings or clippings and leaf rakings, free of
dirt, rock, large branches and bulky or noncombustible
materials which can be containerized.
1.15 Hazardous Waste: The words "hazardous waste" shall mean
solid waste, or a combination of solid wastes, which
because of its quantity, concentration, or physical,
chemical or infectious characteristics may cause, or
significantly contribute to, an increase in mortality or
an increase in serious irreversible or incapacitating
reversible .illness or may pose a substantial present or
potential hazard to human health or the environment when
improperly transported, disposed of, stored, treated or
otherwise managed.
1.16 Industrial Wastes: The words "industrial wastes" shall
mean the waste products of canneries, slaughterhouses or
packing plants, condemned food products, wastes and
debris from brick, concrete block, roofing shingle or
tile plants, debris and wastes accumulated from land
clearing, excavating, building, rebuilding and altering
of buildings, structures, roads, streets, sidewalks, or
parkways, and any waste materials which, because of their
volume or nature, do not lend themselves to collection
` and incineration commingled with ordinary garbage and
ltrash, or which, because of their nature of surrounding
circumstances, should be, for reasons of safety or health
disposed of more often than the city collection service
schedule provided for in this chapter.
1.17 Litter: The word "litter" shall mean any form of
uncontainerized solid waste including, but not limited
to, any garbage, cans, bottles, containers, trash, refuse
and papers.
1.18 Noncombustible Refuse: The words "noncombustible refuse"
shall mean refuse material that are unburnable at
ordinary incinerator temperatures (eight hundred (800)
degrees to one thousand eight hundred degrees (1,800)
degrees Fahrenheit) such as metals, mineral matter, large
quantities of glass or crockery, metal furniture, auto
bodies or parts and other similar material or refuse not
usual to housekeeping or to the operation of stores or
offices.
1.19 Person: The word "person" shall mean an individual,
firm, partnership, corporation, association, executor,
administrator, trustee or other legal entity, whether
singular or plural, masculine or feminine, public or
private, as the context may require.
94- 547
page 3 of 14
1.20 Plastic Bag: The words "plastic bag" shall mean a
polyethylene or other heavy-duty plastic bag meeting the
National Sanitation Foundation standard of one and five -
tenths (1.5) mills and not exceeding a thirty -two -gallon
capacity with a securing twist tie.
1.21 Recycling: The word "recycling•" shall mean the curbside
collection and disposal of all solid waste or materials
which are separated or processed and reused or returned
to use in the form of raw materials or products from
residential sources (recyclables).
1.22 Recyclable Materials: The words "recyclable materials"
shall mean include green glass, brown glass, and clear
glass; aluminum cans and ferrous cans; plastic
containers; newspaper and any other materials mutually
agreed to in writing by the City. Recyclable materials
shall not include pharmaceutical glass containers,
pesticide containers, or any hazardous waste materials.
1.23 Rubbish: The word "rubbish" shall mean refuse
accumulation of paper, excelsior, rags or wooden or paper
boxes or containers, sweepings and all other
accumulations of a nature other than garbage, which are
usual to housekeeping and to the operation of stores,
offices and other business places, and also any bottles,
cans or other containers which, due to their ability to
retain water may serve as breeding places for mosquitoes
or other water breeding insects; rubbish shall not
include noncombustible refuse, as defined above.
1.24 Special Handling Trash: Accumulation of tree branches,
tree limbs, parts of trees, bushes and shrubbery which
are over three (3) inches in diameter and not exceeding
four (4) feet in length, too .large to be containerized or
bundled and tied, and including furniture, refriger-
ators, stoves, mattresses and other bulky waste items.
1.25 Solid Waste: The words "solid waste" shall mean garbage,
rubbish, refuse, or other discarded material, including
solid, liquid semisolid, or contained gaseous material
resulting from domestic., industrial, commercial, mining,
agricultural or governmental operations.
1.26 Trash: The word "Trash" shall include all garden trash,
special handling trash and tree and shrubbery trash.
1.27 Tree and Shrubbery Trash: Accumulation of tree branches,
tree limbs, parts of trees, bushes and shrubbery which
are up to three (3) inches in diameter and do not exceed
four (4) feet in length, too large to be containerized
and requiring bundling and tying.
94- 547
page 4 of 14
i
2. STATEMENT OF WORK - GENERAL
2.1a The Contractor shall acquire, operate, manage and
maintain all aspects of residential solid waste
collection and disposal services in the City of Miami
City limits. This includes consideration, as a first
source, for the employment of any City of Miami Solid
Waste employees displaced by this bid process. The City
will be responsible for the billing and collection of
solid waste fees from residential customers.
2.1b The Contractor shall acquire, operate, manage and
maintain all aspects of recycling materials collection
I and disposal services in the City of Miami City limits.
The City will be responsible for the billing and
collection of recycling fees from residential customers.
2.2 In addition, the scope of work includes maintaining all
city streets, rights -of -way and property free and clear
of any and all garbage, yard trash, solid waste and dead
animals.
2.3 The Contractor shall provide, at his own expense, all
labor, insurance, supervision, machinery and equipment,
accessories and items necessary to maintain the standard
of collection and disposal set forth herein.
2.4 The Contractor shall acquire existing City of Miami's
Solid Waste fleet vehicles and equipment necessary to
collect and dispose of garbage, yard trash and solid
waste.
2.5 Protection of Adjacent Property and Utilities: The
Contractor shall conduct his work in such a manner as to
avoid damage to adjacent private or public property and
sidewalks, gutters, curbs, and swales and shall
immediately repair or pay for any damage incurred through
its operations. The Contractor shall take cognizance of
all existing utilities and it shall operate with due care
in the vicinity of such utilities and shall immediately
repair or have repaired at no additional cost to the
owner any breakage or damage caused by its operation.
2.6 Spillage: The Contractor shall not litter or cause any
spillage to occur upon the premises or the rights -of -way
f wherein the collection shall occur. The Contractor may
refuse to collect any solid waste that has not been
placed in a receptacle, as provided herein. During
hauling, all solid waste shall be contained, tied, or
enclosed so that leaking, spilling, and blowing is
prevented. In the event of any spillage caused by the
Contractor, the contractor shall promptly clean up all
spillage.
9447
page 5 of 14_
2.7 All residential collections shall be a) at curbside or
other such locations as will provide ready accessibility
to the Bidder's collection crew and vehicle and b)
special collection will be provided at such locations
designated by elderly/handicapped citizens.
2.8 The Contractor shall collect and dispose of all garbage,
yard trash, and solid waste from approximately 62,300
single family and duplex homes, presently being serviced
by the City of Miami, as broken down in the five (5)
zones in Appendix No.
2.9 The Contractor shall collect and dispose of all garbage,
yard trash, and solid waste from approximately 4,000
elderly/handicapped citizens unable to comply with
curbside requirements, utilizing a schedule approved by
the City.
2.10 All solid waste, garbage, yard trash and recycling
materials properly prepared and placed for pickup by
citizens shall be collected by Contractor. Any solid
waste/materials not placed in a timely manner shall not
the responsibility of Contractor.
2.11 Flours of Collection: Collection shall begin no earlier
than 6:30 a.m. and shall cease no later than 7:00 p.m.
In the case of an emergency, collection may be permitted
at times not allowed by this paragraph, provided the
Contractor has received prior approval from the City
Manager, to be later evidenced by a written memorandum
confirming the approval. Should the Contractor not
confirm and obtain in writing the approval to operate on
an emergency basis, it shall be conclusively presumed
that the Contractor had not obtained such approval.
2.12 Contractor shall collect and dispose of Bulky waste/white
goods. These materials shall be prepared and placed in a
manner as may be agreed upon between Contractor and the
customer/citizen. Collection is limited to four (4)
times per year. Any annual collection exceeding this
amount shall be arranged between Contractor and resident.
2.13a Non-residential collection services are outside the scope
of this Bid and may be arranged with individual
property/business owners.
2.13b City parks and facilities are outside the scope of this
Bid.
2.13c Collection of dead animals are outside the scope of this
Bid.
2.13d Street sweeping services are outside the scope of this
Bid.
J 4- 54'7
page 6 of 14
2.14 Virginia Key Composting Facility: the City currently
operates a yard and garden composting facility at
Virginia Key. Successful Bidder shall negotiate a
tipping fee for the use of this City facility.
2.15 Existing Agreement. The City has entered into a thirty-
year (30) put -or -pay contract with the joint venture of
Bedminster Bioconversion Corporation/SST to build,
operate, maintain a facility for the disposal of a
minimum of 200,000 tons of garbage/trash per year, at a
fixed fee of $63.00 per ton for the next five (5) years,
with a CPI escalator thereafter.
HEDULES AND ROUTE
3.1 The Contractor shall provide the City with schedules for
all collection routes and keep such information current at
all times. If any change in the collection routes occurs,
then the City shall be immediately notified in writing.
The City Manager shall approve all permanent changes in
routes or schedules that alter the day of pickup. Upon
approval of the City Manager_ the Contractor shall publish
in a newspaper of general circulation in Dade County at
least seven (7) days prior to the effective date of such
route or schedule changes. The cost of publication shall
be borne solely by the Contractor.
3.2 The City reserves the right to deny Contractor's vehicles
access to certain streets, alleys and public way inside
the City in route to the disposal site where it is in the
interest of the general public to do so because of the
condition of the streets or bridges. The Contractor
shall not interrupt the regular schedule or. quality of
service because of street closure less than eight (8)
hours in duration. The City shall notify the Contractor
of street closures of longer duration and arrangements for
service will be made in a manner satisfactory to
Contractor and City. Customers under this contract shall
receive reasonable notification of the schedules provided
by the Contractor prior to commencement of service. Such
notification, material, methods and frequency of delivery
shall be approved by the City. Only local truck routes
shall be used in transit, unless specifically for the
purpose of collection.
page 7 of 14
3.3 Force Majeure: The performance of any act by the City or
Contractor hereunder may be delayed or suspended at any
time while, but only so long as, either party is hindered
in or prevented from performance by acts of God, the
elements, war, rebellion, strikes, lockouts or any other
cause beyond the reasonable control of such party,
provided, however, that if the condition of force majeure
exceeds a period of thirty ( 30 ) days the City may at its
option and discretion, cancel or renegotiate this
contract.
LLECTION EOUIPMENT
4.1 Contractor shall acquire the City's fleet of existing
vehicles equipment used in the collection and disposal of
solid waste and recycling. See Appendix
4.2 At the time of execution of an agreement and at each
annual audit, the Contractor shall have on hand at all
times and in good working order such equipment as shall
permit the contractor to adequately and efficiently
perform its contractual duties and provide a list of such
equipment to the City. Equipment shall be obtained from
nationally known and recognized manufacturers of garbage
collection and disposal equipment. All equipment shall be
kept in good repair, appearance and in a sanitary and
clean condition at all times. Bins are included as part
of equipment. The Contractor shall have available reserve
equipment which can be put into service within the two (2)
hours of any breakdown. Such reserve equipment shall
correspond in size and capacity to the equipment used by
the Contractor to perform the contractual duties.) A list
of the contractor's equipment shall be given. to the City
at the time of each annual audit.
Equipment is to be painted uniformly with the name of the
Contractor, business telephone number and the number of
the vehicle in letters not less than five (5) inches high
on each side of the vehicle. All vehicles shall be
numbered and record kept of the vehicle to which each
number is assigned. No advertising shall be permitted on
vehicles, except of events sponsored by the City.
94- 547
page 8 of 14
5. RESIDENTIAL COLLECTION S aVICES
5.1 Garbage:
5.1.1 Contractor shall do curbside collection and disposal of
residential garbage, as defined in Section 1, presently
being serviced by the City of Miami and as identified by
the list provided by the City.
5.1.1 Frequency of Collection; Contractor shall collect
garbage from places of residence with the contract
collection area at least two (2) times per week, with
collection at least three (3),days apart.
5.1.2 Receptacles: Contractor shall be required to pick up all
garbage contained in garbage cans and/or plastic bags, as
defined in Sec. 1 above. All garbage shall be
containerized.
5.1.3 Method of Collection: The Contractor shall make
collections with a minimum of noise and disturbance to the
householder. Any garbage or trash spilled by the
Contractor shall be picked up immediately by the
Contractor. Garbage receptacles shall be handled
carefully by the Contractor, shall not be bent or
otherwise abused, and shall be thoroughly emptied and then
left at the proper point of collection. Metal cans can be
replaced upright with covers securely and properly in
place on the cans or can be inverted with covers placed
topside up on the ground next to the container. Plastic
cans shall be inverted with covers placed topside up on
the ground next to the container. Any type receptacle
found in a rack, cart or enclosure of any kind shall be
turned upright to such rack, cart or enclosure and lids
shall be placed securely and properly on the .top of said
receptacles. In the event of damage by the Contractor for
garbage receptacles, the Contractor shall be responsible
for the timely repair or replacement of said receptacles.
5.2 Trash:
5.2.1 Contractor shall do curbside collection and disposal of
all bundled garden/tree & shrubbery trash from residences,
as defined in Section 1, presently being serviced by the
City of Miami and as identified by the list provided by
the City.
5.2.2 Frequency of Collection: Contractor shall collect trash
from places of .residence with the contract collection area
at least one (1) time per week.
5.2.3 Preparation: The Contractor shall pick up all yard trash
generated from residential units which has been properly
prepared and stored for collection as follows:
94- 547
page 9 of 14
Regular placed adjacent to the pavement or travelled way
of the street in containers or bundles less than fifty
(50) pounds each and with no dimension over four (4) feet
each, or limbs/branches not greater than four (4) inches
in diameter, shall be collected at least one day per
week.
Non -containerized Bulky Yard Trash - Bulk will be
collected by the Contractor on a scheduled basis at no
additional charge. Such service shall be provided at
least once per month. In the event of a dispute between
a Contractor and a customer as to what constitutes bulky
yard trash, the situation will be reviewed and decided by
the Contract Administrator whose decision will be final.
5.2.4 Method of Collection: The Contractor shall make
collections with a minimum of noise and disturbance to
the householder. Any yard trash spilled by the
Contractor shall be picked up immediately by the
Contractor. Garbage receptacles shall be handled
carefully by the Contractor, shall not be bent or
otherwise abused, and shall be thoroughly emptied and
then left at the proper point of collection. Metal cans
are to be replaced upright with covers securely and
properly in place on the cans. Plastic cans shall be
inverted with covers placed topside up on the ground next
to the container. Any type receptacle found in a rack,
cart or enclosure of any kind shall be turned upright to
such rack, cart or enclosure and lids shall. be placed
securely and properly on the top of said receptacles.
5.3 Recycling:
5.3.1 Contractor shall do curbside collection and disposal of
all recyclable materials from residences presently being
serviced by the City of Miami, i.e. newspaper, plastic,
aluminum & tin cans, clear green and brown glass.
5.3.2 Frequency of Collection: Contractor shall collect
recycling materials from places of residence with the
contract collection area at least one (1) time per week.
5.3.3 Preparation/Container: Contractor shall be required to
pick up all recycling materials placed in appropriate
bins and bulky newspapers placed in paper bags or under
containers
5.4 Bulky Waste:
5.4.1 Contractor shall do curbside collection and disposal of
all bulky waste, as defined in Section 1, from residences
presently being serviced by the City of Miami.
5.4.2 Frequency of Collection: Contractor shall collect bulky
waste from places of residence not more frequently than
one (1) time per month, as mutually scheduled by
Contractor and customer.
page 10 of 14 ` 4 — � 4 7
5.4.3 Preparation/Container: Contractor shall be required to
pick up all. bulky waste appropriately placed in a manner
so as not to obstruct the public right-of-way. Non -
containerized bulky waste shall be collected providing
that it does not exceed four (4) feet in length, i.e.
furniture, refrigerators, stoves, mattresses, large
crates, major tree cutbacks, and like articles.
5.5 Exemptions: Construction materials and demolition
debris, hazardous and industrial wastes, and noncom-
bustible refuse are exempt from pick up by Contractor.
6. OTHER COLLECTION SERVICES
The Contractor shall collect and dispose of other garbage, yard
trash, and solid waste from rights -of -ways, city streets and
property, on an as -needed basis, as notified by authorized City
offices/agencies, includes, but is not limited to:
6.1 Special Collection Services:
6.1.1 Contractor shall collect and disposal of residential
garbage, yard trash, rec cling and bulky waste for
approximately 4,000 e_lderly7handicapped citizens unable to
comply with curbside requirements. These
elderly/handicapped citizens will be certified by the City
and a list given to Contractor.
6.1.2 Frequency of Collection: See sections 5.1.2, 5.2.2 and
5.3.2 and 5.4.2.
6.1.3 Method of Collection: See sections 5.1.4, 5.2.4 and.
6.2 Illegally Dumped Material:
6.2.1 Contractor shall collect and dispose of material which has
been illegally dumped in public places, streets and
rights -of -ways of the City of Miami.
6.2.2 Frequency of Collection: Contractor shall collect
material on an as -needed basis.
6.2.3 Method of Collection: The Contractor shall be notified by
authorized City personnel to pick up and dispose of
illegally dumped material.
6.3 Special Event Clean up:
6.3.1 Contractor shall collect and disposal of waste from
approximately ninety-seven (97) Special Event functions
occurring in the City annually, at regularly scheduled
times.
6.3.2 Frequency of Collection: Contractor shall collect waste
on a scheduled basis. The schedule will be provided to
the Contractor at the beginning of the fiscal year.
9- 57
page 11 of 14
6.3.3 Method of Collection: The Contractor shall be responsible
for bringing his/her own bins and setting these up prior
to the commencement of the particular event. Immediately
after each scheduled event, the Contractor shall collect
and dispose of waste.
6.4
Nonresidential collection services are outside the scope of this
Bid and may be arranged with individual property/business owners.
6.5
City parks and facilities are outside the scope of this Bid.
7. CONTRACTOR'S PERSONNEL
7.1 Contractor's Officer(s): The Contractor shall assign a
qualified person or persons to be in charge of the
operations within the service area. The Contractor shall
give the names of these persons to the City. information
regarding the persozi.'s experience and qualifications
shall also be furnished. Supervisory personnel must be
available for consultation with the Manager and/or
customers within a reasonable, practicable time after
notification of a request for such consultation. The
supervisor(s) shall operate a vehicle which is radio
equipped.
7.2 Conduct of Employees: The Contractor shall see to it
that his employees serve the public in a courteous,
helpful and impartial manner. Contractor's collection
employees will be required to follow the regular work for
pedestrians while on private property. No trespassing by
employees will be permitted, nor crossing property of
neighboring premises unless residents or owners of both
such properties shall have given permission. Care shall
be taken to prevent damage to property including cans,
carts, racks, trees, shrubs, flowers, and other plants.
7.3
Employee Uniform Regulation: The Contractor's solid
waste collection employees shall wear a uniform or shirt
bearing the company's name. The Contractor shall furnish
to each employee an identifying badge, not less than two
and one-half (2-1/2) inches in diameter, with numbers and
letters at least one (1) inch high, uniform in type.
Employees shall be required to wear such badges while on
duty. Lettering stitched on or identifying patches
permanently attached to uniform shirts and jackets will
be acceptable. The Contractor shall keep a record of
employees names and numbers assigned.
page 12 of 14
ya-
7.4 Compliance with State, Federal and Municipal Law: The
Contractor shall comply with all applicable City, State
and Federal law relating to wages, hours, and all other
applicable laws relating to the employment or protection
of employees, now or hereafter in effect.
7.5 Fair Labor Standards Act: The Contractor is required and
hereby agrees by execution of this Contract, to pay all
employees not less than the Federal minimum wage and to
abide by other requirements as established by the
Congress of the United States in the Fair Labor Standard
Act as amended and changed from time to time.
7.6 Other Employee Benefits: Amount of vacation leave, sick
leave, holiday pay leave, other fringe benefits, shelter
and accommodations for work and related matters shall be
as submitted with the Contractor's bid documents.
Conditions of employment shall be published and
conspicuously posted so all employees may be informed.
The Contractor shall furnish reasonable uniforms, rain
gear, and safety equipment.
7.7 Each vehicle operator shall, at all times, carry a valid
driver's license for the type of vehicle that is being
driven.
7.8 The Contractor shall provide operating and safety
training for all personnel.
7.9 The Contractor shall, wherever possible, employ its
personnel from residents of the City of Miami.
7.10 No person shall be denied employment by the Contractor
for reasons of race, sex, national origin, creed, age,
handicap, or religion.
NTRACTOR'S OFFICE
8.1 The Contractor shall provide, at his expense, a suitable
office located within or in close proximity to Dade
County with a dedicated for Miami telephone service where
complaints shall be received, recorded, and handled
during normal working hours of each week (Monday to
Friday, 8 AM to 5 PM) and shall provide for prompt
handling of emergency complaints and all other special or
emergency complaints or calls.
8.2 Notification to Customers: The Contractor shall notify
all customers, in writing, about complaint procedures,
regulations, and the days of collection and procedures
for special pickups including white goods and bulk items.
94- 547
page 13 of 14
W
AYMENT AND BILLING
9.1 Compensation: The City shall pay the Contractor
compensation for the performance of this agreement, the
sums due based on the unit prices as listed in the
Proposal, subject to any conditions or deductions as
j provided under this contract. Contractor's Unit Price
Schedule for solid waste and yard trash collections shall
include disposal costs. Contractor shall submit an
invoice by the loth of each month for services rendered
during the preceding month, and payments will. be made to
the Contractor on or before the 20th day of each
calendar month upon verification of the invoice
submitted.
9.2 Unusual Changes or Costs: The Contractor may petition
the City for rate adjustments at reasonable times on the
basis of unusual changes in its cost of doing business,
such as revised laws, ordinances or regulations; changes
in the location of disposal sites or; and, said request
shall not be unreasonably refused. Any of the aforesaid
changes or any other conditions which
10. ____BID OUTLINE
10.1 City of Miami has been divided into five (5) zones for
residential garbage, trash and bulky waste collection for
the purposes of this bid. The Bidder is asked to bid a
price per zone to include cost of twice per week curbside
collection of garbage, once per week curbside collection
of trash and a maximum of once per month scheduled
curbside bulky waste collection, not to exceed 125 cu
yard truck per collection.
10.2 The entire area of the City of Miami will be the service
area for bidding on recycling services of approximately
62,300 residences. Bidder is asked to bid this as a
separate bid item, listing the annual cost to provide
this service. (See Bid Sheet)
10.3 The entire area of the City of Miami will be the service
area for bidding on illegal dumping services of any
materials on public rights -of ways, streets and City
property. Bidder 'is asked to bid an annual price for
keeping the streets free of this illegal material.
10.4 Bidders are asked to provide separate prices on each Bid
Sheets to reflect the costs for the acquisition of the
City's existing equipment.
10.5
The Bid shall be based on service utilizing the City's
Virginia Key Composting Facility and the Bedminister/SSI
facility.
94-4
page 14 of 14
J-93-334
6/15/93
ORDINANCE NO. 11072
AN ORDINANCE AMENDING SECTION 18-56.1 OF THE
CODE OF THE CITY OF MIAMI, FLORIDA, AS
AMENDED, THEREBY AMENDING CERTAIN SUBSECTIONS
PERTAINING TO: (A) RIGHT TO PROTEST, (B)
AUTHORITY TO RESOLVE PROTESTS, (C) COMPLIANCE
WITH TIME REQUIREMENTS, AND ADDING NEW
SUBSECTIONS PERTAINING TO: (D) STAY OF
PROCUREMENTS DURING PROTESTS, (E) COSTS, AND
(F) BOND; CONTAINING A REPEALER PROVISION AND
A SEVERABILITY CLAUSE.
BE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. Section 18-56.1 of the Code of the City of
Miami, Florida, as amended, is hereby amended in the following
particulars:
"Sec. 18-56.1 Resolution of protested
solicitations and awards.
(a) Right to protest. Any actual or
prospective ctiift r a;ctnat party proposer who fet%
a rceiv.,� tself aggrieved in connection with the
solicitation or award of a contract or any
prospective bidder who intends to contest bid
specifications or a r ,ponaive and responsible
bidder whose bid is lower, than that o_ the
recommended vendor may protest to the chief
procurement officer. The A notice of protest
shall be submitted in writing to and receives by
the chief procurement o c'er within -ice
two (2) days after such uggrtuved
_invitation to bid is received
or after the r ad;rg of the bid tabulation by the
City Clerk or after receipt of the notice of the
Qitg's decisionsr intended decision. A form
written protest must be submitted to and received
/ Words and/or figures stricken through shall be deleted.
Underscored words and/or figures shall be added. The
remaining provisions are now in effect and remain unchanged.
�4- -547
11072
by the chief procurement officer within five (5)
days after the date the notice of protest was
filed. No time will be added to the above limits
for service by mail. In computing any period of
time prescribed or allowed by this section, the
day of the act, event or default from which the
designated period of time begins to run shall. not
be included. The last day of the period so
computed shall be included unless it is a
Saturday, Sunday or legal holiday in which event
the period shall run until the end of the next day_
which is neither a Saturday, Sunday or legal
holiday. Intermediate Saturdays, Sundays and
legal holidays shall be excluded in the
computation of the time for filing. The fonnal
written protest shall state with particularity the
facts and law upon which the protest is based.
(b) Authority to resolve protests. The
chief procurement officer shall have the
authority, subject to the approval of the city
manager and the city attorney, to settle and
resolve a any formal written protest of---a-n
g reeve d apt u a-1 -�= _ #-ram. -u -1 part�
U. e solicitation or award of t-h�e
eontract in question. Provided that -iIn cases
involving more than four thousand five hundred
dollars ($4,500.00), the decisions of the chief
procurement officer must be apgrcv d-by submitted
for approval or disapproval thereof to the city
commission after a favorable recommendation by the
city attorney and the city manager. The chief
procurement officer shall obtain the requisite
approvals and communicate said decision to the
protesting ..contractual party; or alternatively if
the amount involved is greater than four thousand
five hundred dollars ($4,500.00), shall submit
said decision to the city commission within thirty
(30) days after he she receives the protest.
(c) Compliance with time requirements.
Failure of a an-a-cn-i v� party to au-bm3-t-a timely
file either the notice of protest or the formal
written protest with the chief ]rocurement officer
within the time provided in subsection (a) above,
shall constitute a forfeiture of such party's
right to c-omp-l-ai.-n--a-nd-s ha3 l: bar any -egg-l-action
therefor by ugh-pa-rty file a protest pursuant to
this section. F-a44-re-ljy-t-_ t y--o-f-f"kc-i--a-1-s-t-o
compI-y-- wi-t-h--t-he--time--regAA-cements--prey- ded�-n
- { b j - �3 a� 1-e r� t-33 E- t �3e-g� i Ev eel-paw--
et-J t-s-opt-inn ; to - bypa-s-a-t lie--grevi s ien s--ems - this
section andaction itiuned i awe 1�-
- 2 -
94- 54'7
11072
jd) Stay of procurements during protests.
I Upon receipt of a notice of protest which has been
timely filed under subsection (a) above, the city
shall not proceed further with the solicitation or
with the award of the contract until the protest
is resolved by the chief procurement officer or
the city conuziission as provided in subsection (b)
above, unless the city manager makes a written
determination that the solicitation process or the
contract award must be continued without delay in
order to avoid an inunediate and serious danger to
the public health, safety or welfare.
(e) Costs._ All costs accruing from a
protest shall be assumed by the protestor.
(f) _ Bond. The formal written protest must
be accompanied by a bond Payable to the City in an
amount equal to one 1percent of the amount of
the bid or contract or five thousand dollars
($5,000), whichever is less, which bond shall
guarantee the payment of all costs which may be
adjudged against the protestor in any
administrative or court proceeding. In lieu of a
bond, the chief procurement officer may accept a
cashier's check or money order in the amount of
the bond. If a protest is upheld by the chief
procurement officer and/or the city conunission, as
applicable the bond shall be refunded to the
protestor less any costs assessed under subsection
) above. If the protest is denied the bond
shall be forfeited to the City in lieu of payment
of costs that might be assessed for the
administrative proceedings as prescribed by
subsection (e) above."
Section 2. All ordinances or parts of ordinances insofar
as they are inconsistent or in conflict with the provisions of
this Ordinance, are hereby repealed.
Section 3. If any section, part of section, paragraph,
clause, phrase or.word of this Ordinance is declared invalid, the
remaining provisions of this Ordinance shall not be affected.
,Section 4. This Ordinance shall become effective thirty
(30) days after final reading and adoption thereof.
94- 547
- 3 _ 11072
i
BID SHEET
SUBMIT BIDS TO:
THREE (3) COPIES OF:
Office of the City Cleric
THIS SET OF FORMS
CITY OF MIAMI, FLORIDA
3500 Pan American Drive
MUST BE RETURNED OR
INVITATION TO BID
P.O. Box 330708
YOUR BID MAY BE
DISQUALIFIED.
BID SHEET
Miami, Florida 33133
Pogo 1 of
TELEPHONE NUMBER
MAILING DATE (City)
BID NO.
pages
575-5174
Bids will be opened
BiD TITLE
Reason for "no bid"
and may not be withdrawn within ninety days
after such date and time.
All awards made as a result of this bid shall conform to applicabi
sections of the charter and code of the City of Miami.
NAME OF VENDOR
A CORPORATION OF THE
AREA CODE
TELEPHONE NUMBER
STATE OF:
MAILING ADDRESS
VENDOR MAILING DATE:
CITY -STATE -ZIP
CERTIFIED On CASHIERS CHECK IS
ATTACHED, wHEN REQUIRED, IN THE AMOUNT OF S
1 carlty Met Mis bid is made without prior understanding, agreement, Of
Connoolonwith arrycorporation, firm. orperaonsubmitting cbid formossme AUTHORIZED SIGNATURE (Manual)
materials. supplies, of epurpmont, and is in all aspects fur and without
collusion or fraud. I agree 10 abide by all condittons of this bid and cert/fy Mat I
am authorized to sign (tits bed for the bidder.
AUTHORIZED SIGNATURE (Typed) TITLE l
GENERAL CONDITIONS
BIDDER: To Insure etc , ptancs of the bid, follow these instructions.
SEALED DID& All bid sheets and this torn must be executed and
a) TAXES: Do not include state or federal taxes not applicable to
submitted In a sealed envelope. The face of the onvelope shall contain,
municipalidea.
in addition to the above address, the date and time of the bid opening,
b) MISTAKES Bidders are expected to examine the specifications,
and the bid number. Bids not submitted on attached bid form may be
delivery schedule, bid prices, extensions and all instructions
rejected. All bids are subject to trio conditions specified herein. Those
pertaining to supplies and services. Failure to do so will be at
which do not comply with these conditions are subject to rejection.
bidder's risk.
c) DISCOUNTS: Will be considered in determining the iowest net
t. EXECUTION OF BID: Bid must contain a menust signature of an
CoSt.
authorized repreaentative in the space prowdod above. The
d) CONDITION AND PACKAGING: It is understood and agreed
company name must also appear on each papa of the bid ve
that any Itam offered or shipped as a result of this bid shall be
required,
now (current production model at the time of this bid). All
containers shall be suitable for storage.or shipment, and all
2 NO BID: If not submitting a bid. respond by returning one copyof
prices shall Include standard commercial packaging.
this form, marking it "NO BIO", and explain the reason in the
spacepitionshded above.ecauseforremiluratoquatopiWs
e) 9AfLaTYSTAPdDARn9 Unlassotherwiasstipulated lnthe bid. all
efsufficioment
name
eforremovaloftfteauppllersnarneirom
manufactured item- and fabricated assemblies snail comply
the bid mailing
the bid mailing list.
with applicable requirements of Occupational Safety and
NOTE: To quality as a respondent, bidder must submit a "NO
Health Act afx] any standards thereunder.
BIO", and it must be received no later than the stated bid opening
f) UNDERWRrERS' LABORATORIES: Unless otherwise sti-
date and hour,
pulated in trio bid, all manufactured items and fabricated
assemblies shall carry U.L approval and reexamination listing
3. BID OPENINfl: Shall be public, on the date and the time specified
where such has been established.
on the bid form. It is the bidder's resiwnsibillty to assure that his
bid Is delivered at trio proper time and place of the bid opening,
PAYMENT Fa mono will ter made b after the items
Ill y y the city
Bids which for any reason are not so delivered, will not be
swardod to a vendor have been received, inspected, and found
considered. OHera by telegram or tatopnone are not acceptable.
to comply with award specifications. free of damage or defect
and property invoiced. All invoices shall bear the purchase
<. BID TABULATIONS: Will not be furnished. Bid files may be
order number.
examined during normal working hours.
5, PRICES, TERMS and PAYMENT: Firm prices shall be quoted.
S. DELIVERY: Unless actual date of delivery is specified (or if ,
typed or printed in ink and include ail packing, handling, shipping
specified dellvory cannot be met), show number or days requirod
charges and delivery :o the destination shown herein. Bidder is
to make delivery after receipt of purhaso order in space provided.
mqueeted to offer sum discount for prompt invoice payment.
Omivery time may become ousts for making on award (see Special
Discount time will be computed from the data of satisfactory
Conditions). Delivery shall be within the normal working hours
delivery M place of acceptance or from receipt of correct Invoice
th
at e office specified, whichever is later.
of the �, Monday through Friday. fi 1 />r
J 4 7
i
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID
7. MANUFACTURER'S NAi rzS AND APPROVED EQUIVALENTS:
Any manufacturers names, trade names, brand -model names,
information and or catalog numbors listed In a specification are
for information, not to limit competition. The bidder may otter any
brand for which he It to Authorized representattve. which meets
or exceeds the specification for Any items(s). tf the bids are bared
on equivalent products, indicate on the bid (prim the manufactur-
ers name and number and indtcate any deviation from the speci-
fications. YOUR 810. LACKING ANY WRITTEN INDICATION OF
INTENT TO QUOTE AN ALTERNATE BRAND, WiLL BE RECEIVED
AND CONSIDERED AS A QUOTATION IN COMPLETE COM-
PLIANCE WITH THE SPECIFICATIONS AS LISTED ON THE BID
FORM.
8. INFORMATION AND DESCRIFMVE LrMRATUnF— Bidders mutt
fumitn all information requested In the spaces pnvided on the
bid form. Further, sa may be specified olsewtvars. oach bidder
must submit for bid evaluation cuts, sketches, area descriptive
literature and technical apaciftcatione covering the products
offered. Reference to literature aubmlttw with a previous bid or on
file with, Me buyer will not satiety Mis provision.
9. INTERPRETATIONS: Any questlons concerning conditions and
specifications should be directed to the Procurement Office In
writing no later than three (3) daya prior to the bid opening.
Inquires must reference the date of bid opening and bid number
10. CONFLICT OF INTEREST: The award hereunder, is subject to all
conflict of Intereat provisions of the City of Miami, Dad* County,
of me State of Fonda.
11. AWARDS: As me bolt Interest of the city may require, the nght is
reserved to reject any and all bids and to waive arty Irregularity in
bids received: to accept arty item or group of items unless qutll-
tied by bidder.
12. ADDITIONAL QUANTITIES: For a period not exceeding ninety
(90) days from trio ante of acceptance of this offer by the buyer,
the right Is reserved to acquire additional quantities at the prices
bid in this invitation. If additional quantities ate not acceptable, the
bid sheets must be noted "BID IS FOR SPECIFIED QUANTITY
ONLY".
13. SERVICE AND WARRANTY: Unless otherwiaa specified, the
bidder shall define any warranty, service and replacements that
will be provided. Bidders must explain on an attached sheet to
what extent warranty and service facllltisa aria provided.
14. SAMPLES: Samples of Items, when called for, must be furnished
free of expense, and if not destroyed will, upon request, be
returned at the bidder's expense. Request for the return of sam-
ples may be made within (10) days following opening of bids.
EACn individual sample must be labeled with wddoes name.
manufacturer's brand name and number, bid number and item
reference.
IS. NONCONFORMANCE TO CONTRACT CONDITIONS: Items
may be tested for compliance with specifications under the direc-
tion of the Florida Department of ALlnculture and consumer Ser-
vices or by other appropriate teating La),oratonas. The data
derived from any last for compliance with specifications are pub-
lic records and open to examination thereto in accordance with
Chapter 119. Florida Statutes, 1971. Items da41varod not conform-
ing to specifications may be retocted and returned at vendors
expense. Items delivered not conforming to specifications may be
rejected and returned at vendor's expense. These items and items
not delivered as per delivery date in bid trod or purchase order
may result in bidder being found In default in which event any and
All roprocurement costs may be charged against trio defaulted
contractor. Any violation of those supulatione may also result in
the supplier's name txtng removed from the City of Miami's
vendor mailing list.
16. I1,43PECTIONS, ACCEPTANCE AND TiTLL: Inspection and
acceptance will be at destination union otherwise provtdod. Title
to or nsk of losa or damage to all items shall "trio responsibility
of the successful bidder until acceptance by me city unless loss or
damage results from negligence by the city.
17. DISpuTES: in case of any doubt or difference of opinion as to the
items to be furnished hereunder, the decision of the city manager
shall be final and binding on both parties.
IS. (IOVERNMENTALISeMICTiCNS: inthe event any govemmeri-
tal raatnctlons may be imposed which would necessitate altera-
tions of the matanal, quality, workmanship or performance of
the items offered on this proposal prior to their delivery, it shall be
the responsibility of the successful bidder to notify the city at
once, indicating in his letter the soacific regulation which required
an alteration. The City reserves the right to accept any such aitera-
tion including any price adjustments occasioned thereby, or to
eance4 the Contract at no expefise to the city.
19. LEGAL REQUIREMENTS* Federal, state, county, and city laws.
ordinances, rules. and ragulations that in any manner affect the
hares covered heroin apply. Lack of knowledge by the bidder will
in no way be a cause for tv4l4rf from responaibillty,
20. PATENT'S AND ROYALTIES: The bidder, without exception, shall
indemnity and save harmless the city and its employees from
liability of any nature or kind, including cost and expenses for or
on a=uni of any copyrighted, patented, or unpatented inven-
tion, process, or article m inufacturerd or used In the performance
of the contract, including its uses by the City of Miami. If the
bWder uses any design, device, or materials covered by letters,
patent or copyright, it is mutually agrsed and understood without
exception that the bid prices shall include all royalties or cost
artaing from the use of such design, deuce. or materials in any
way involved in the work.
21. ADVERTISING: In submitting a proposal. bidder agrees not to use
the results therefrom as a part of arty commercial advertising.
Violation of this stipulation may be subject to action covered
under Paragraph 15 of this document
22. ASSIGNMENT: Any Purchaare Order issued pursuant to this bid
invitation and the monies which may become due hereunder are
not s isignable except with the prior written spproval of the City.
23. UA81LITY: The supplier shall hold and save the City of Miami.
Florida. its officers, agents, and employees harmless from liability
of any kind in the penonnance of this contract.
24. In the event of an error on the part of the bidder in extending unit
prices or in totalling the extended prices, the unit price shall
prevail, except when the bidder clearly states that the total price u
bated on An all or none ()Sala.
25. P91111 :E ADJUSTTMEMM, Arty price decrease effectuated during
the contract Wad either by reason of market change or on the
part of the contractor to other customers shall be passed on to the
City of Miami.
28. CANCELLATION: All contract obligations shall prevail for at least
180 days after effective date of the contract. For the protection of
both parties, this contract may be cancalled in wnole or to part
upon the mutual assent of trio patties.
27. EXTENSION: The City of Miami reserves the option to extend the
period of this contract, or any portion thereof, for an additional
contract period. Extension of the contract period shall be by
mutual agreement in writing.
2D. ABNORMAL QUANTTTIES: While itisnot anticipated.should any
unusual or abnormal quantity requirements arise. the city
reoorvea the right to call for separate proposals thereon.
94- 547
NOTE. ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE
GENERAL CONDITIONS SHALL HAVE PRECEDENCE.
CITY OF MIAMI, FLORIDA BID NO.
BID SHEET (Continued)
IMEORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IF SECURITY IS REQUIRED, A'BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: _(Include cash discount for prompt payment, if any)
Additional discount of % if awarded all items.
Warranty and/or guarantee:
Delivery: calendar days required upon receipt of Purchase Order or Notice
of Award. _...
Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Special
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S):
NAMES OF COMPANY OFFICER(S):
a) List principal business address: (street address)
b) List all other offices located in the State of Florida: (street address)
(Please use the back of this page if more space is necessary)
MTNQRT V PROC gF't�FN_T COMPI AN
The undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder:
(company.name)
Date:
Signature:
Print Name:
Indicate if Business is 51% Minority -owned: (Check One box only)
[ ] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLATd
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shall be
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended.
I for sample.
Bidder:
(company name)
Signature:
required to
see Appendix
JA— 547
r-.*s sinr Tn rrnMni CTC ctrm mmn RrTltRN TNi-C RRM MAY DISQUALIFY THIS BID
CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
BID 'NO.
The Company must be rated no less than "B" as to
management, and no less than "Class V" as to
financial strength, by the latest edition of Best's
Key Rating Insurance Guide or acceptance of insurance
company which holds a valid Florida Certificate of
Authority issued by the State of Florida, Department
of Insurance, and are members of the Florida
Guarantee 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: CITY BID NUMBER AND/OR 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.
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 terms that may be granted to the Bidder.
--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 City at a
minimum of ten (10) 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 City shall:
A) Suspend the contract until such time as 'the new or renewed
certificates are received by the City in the manner
prescribed in the Invitation To Bid.
B) The City may, at its sole discretion, terminate this contract
for cause and seek re -procurement damages from the Bidder in
conjunction with the General Terms and Conditions of the Bid.
The undersigned bidder acknowledges that (s)he has read the above
information and agrees to comply with all the above City
requirements.
Bidder: Signature:
(Company name)
Date: Print Name:
94- �47
A PURCHASE ORDER WILL NOT BE ISSUED UNTIL THIS FORM HAS BEEN
COMPLETED, SIGNED AND RETURNED TO THE PROCUREMENT MANAGEMENT
DIVISION.
CITY OF MIAMI, FLORIDA ;BID NO.
BID SHEET (Continued)
13. Experience Record: List past and/or present contracts, work, jobs.,
that BIDDER/PROPOSER has performed of a type similar to that required
by specifications of the City's Bid or Proposal:
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
14. References: List references who may be contacted to ascertain
experience and ability of BIDDER/PROPOSER.
NAME/FIRM ADDRESS CONTACT PERSON PHONE NO.
15. TO PROVIDE ANY ADDITIONAL INFORMATION AS TO QUALIFICATIONS AND
EXPERIENCE, ATTACH DOCUMENTATION TO THIS FORM.
Name of Bidder Proposer FIRM Signature of Authorized Agent
(Owner, Principal)
Date Type or Print Name of Agent
p,�T,URE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID
J4-- 547
CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
MINORITY STATUS INFORMATION SHEET
BID NO.
MINORITY CLASSIFICATION AND PARTICIPATION
Please check one box only and complete any and all sections applicable to
your firm.
1. Indicate Minority/Women Classification of Business Enterprise
(BIDDER): [ ] B=BLACK [ ] H=HISPANIC [ ] F=FEMALE [ ] NM=NON-MINORITY
2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation
within firm(s), or as it may apply to this bid, if awarded. Indicate
Minority/Women Classification of each company:
A. JOINT VENTURE: Provide information regarding Minority/Women firms
participating and the extent of participation.
% of Dollar
Firm Name Business Address Bid Amount
B. SUBCONTRACTORS: Provide information regarding Minority/Women firms
participating and the extent of participation.
% of Dollar
Firm Name Business Address Bid Amount
r 1 C. SUPPLIERS: Provide details regarding Minority/Women firms that
supply you with goods or services; state the extent.
% of Dollar
Firm Name Business Address Bid Amount
94 7
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY -THIS BID
CITY OF MIAMI, FLORIDA
GENERAL INFORMATION TO BIDDERS
1. Do not include State or Federal Taxes which are not applicable to
municipalities.
2. The City reserves the right to award item by item or some or all items proposed,
whichever is in the best interest of the City.
3. In the event of an error on the part of the bidder in extending unit price or in
totaling the extended prices, the unit price shall prevail, except when the
bidder clearly states that the total price is based on consideration of being
awarded the entire bid.
4. it is the intention of the City of Miami to purchase the item(s) as specified
herein from a source(s) of supply that will give prompt and convenient shipment
and service. Any failure of the supplier to comply with these conditions may be
cause for terminating the contract immediately upon notice by the City.
5. The City reserves the right, before awarding the contract to require a bidder to
submit such evidence of his qualifications as it may deem necessary, and may
consider any evidence available to it of the financial, technical and other
qualifications, and abilities of a bidder, including past performance
(experience) with the City in making the award in the best interest of the City.
6. Bids shall be sealed and marked "Bid No.
and shall be
in the office of the City Clerk, City Hall, Dinner Key, 3500 Pan American Drive,
P.O. Box 330708, Mia-mi, Florida 33133, no later than the date and time _first
mentioned on the attached bid form, at which time they will be opened publicly
and read aloud. Bids received by the City Clerk after the date and time
specified will not be opened.
7. Bidders shall thoroughly examine the specifications, schedules, instructions and
all other Bid documents. As Bid documents frequently change for each
solicitation, veteran bidd<re shall not assume that this solicitation contains
the samo te.z.,ms and conditions that were supplied in prior solicitations. The
City is not obligated to identify minimal or substantial modifications to Bid
documents.
8. The City Commission reserves the right to waive irregularities of any kind. The
City Manager reserves the right to reject any or all bids or any part of any bid
and to accept that bid which best serves the interest of the City.
9. The City reserves the right to require the successful bidder to furnish an
acceptable performance bond for the total amount of the award.
10. During the evaluation of bids and the subsequent award of contracts and Purchase
Orders for products and services, preference shall be given to those items
manufactured and produced in the City of Miami, Metropolitan Dade County and the
State of Florida, in cases of tie bids, provided said products and services are
comparable in price, quality, and meet other necessary criteria such as
delivery, service, and availability of replacement parts. J y 5'4
.j�
11. BIDDERS WHO DESIRE TO REMAIN ON THE HID MAILING _IST FOR THIS REQUIREMENT MUST
RESPOND TO THIS INVITATION TO BID, IF NOT _BIDDING - INDICATE R AE SON.
Revised 3/3/94
CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
INSURANCE REQUIREMENTS
INDEMNIFICATION
Bidder shall pay on behalf of, indemnify and save City and its
officials harmless from and against any and all claims,
liabilities, losses, and causes of action, which may arise out of
bidder's performance under the provisions of the contract,
including all acts or omissions to act on the part of bidder,
including any person peYforming under this Contract for or on
bidder's behalf, provided that any such claims, liabilities,
losses and causes of such action are not attributable to the
negligence or misconduct of the City and, from and against any
orders, judgements or decrees which may be entered and which may
result from this Contract, unless attributable to the negligence
or misconduct of the City, and from and against all costs,
attorneys' .fees, expenses and liabilities incurred in the defense
of any such claim, or the investigation thereof.
The vendor shall furnish to City of Miami, c/o Procurement
Management Division, 1390 NW 20th Street, Miami, Florida 33142,
Certificate(s) of Insurance which indicates that insurance
coverage has been obtained which meets the requirements as
outlined below:
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 $ combined single limit per
occurrence for bodily injury and property damage. City 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 statutory combined single limit per
occurrence for bodily injury and property damage.
The City needs to be named- as additional insured. BINDERS ARE
UNACCEPTABLE.
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:
94- 547
CITY OF MIAMI, FLORIDA BID NO. 93-94-xxx
BID FORM (Continued)
INDEMNIFICATION AND INSURANCE ACKNOWLEDGMENT
for RESIDENTIAL SOLID WASTE COLLECTION SERVICES
Service Provider shall pay on behalf of, indemnify, and save CITY
and its officials harmless from and against any and all claims,
liabilities, losses, and causes of action, which may arise out of
Service Provider's performance under the provisions of the
Agreement, including all acts of omissions to act on the part of
Agreement for or on Service Provider's behalf, provided that any
such claims, liabilities, losses and causes of such action are
attributable to the negligence or willful misconduct of Service
Provider and from and against any orders, judgments or decrees
which may result from Service Provider's negligence or willful
misconduct under this Agreement, and form and against all costs,
attorneys' fees, expenses and liabilities incurred in defence of
any such claim, or the investigation thereof.
Service Provider,at the time of execution of its Agreement, shall
furnish to the City of Miami, c/o Procurement Management
Division, 1390 NW 20 Street, Miami, Florida 33142, Certificate(s)
of Insurance which indicate that insurance coverage has been
obtained which meets the requirements as outlined below:
A. Workers Compensation Insurance for all employees of Service
Provider, as required by Florida Statutes, Chapter 440.
B. Public Liability Insurance on a comprehensive basis in an
amount not less than $1,000,000 combined single limit per
occurrence for bodily injury & property damage each vehicle.
C. Service Provider shall provide City with evidence of
Professional Liability which is current and valid at the time
of proposal acceptance by the City.
D. Automobile Liability Insurance covering all owned, non -owned
and hired vehicles used in connection with the work, in
amount not less than $1,000,000 combined single limit per
occurrence for bodily injury and property damage.
Insurance binders will not be accepted in lieu of insurance
certificates.
ENDORSEMENTS:
CITY MUST BE SHOWN AS AN ADDITIONAL INSURED WITH RESPECT TO THE
ABOVE APPLICABLE COVERAGES.
The insurance coverage required shall include those
classifications, as listed in standard liability insurance
manuals, which most nearly reflect the operations of Service
Provider. 9 4_ 547
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS PROPOSAL
ii111 va as a,.a. ,.--
BID SHEET (Continued)
VENDOR BACKGROUND INFORMATION
This questionnaire is to be submitted to the designated City Office by the
bidder or proposer, along with the bid or proposal being submitted for the
goods and/or services required by City. Do not leave any questions
unanswered. When the question does not apply, write the word(s) "None", or
"Not Applicable", as appropriate. Failure to complete this form, when
applicable, may disqualify your bid.
L I C E N S E S
1. County or Municipal Occupational License No. (if any) _
(attached copy)
2. Occupational License Classification:
3. License Expiration Date:
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or Proposal)
I N S U R A N C E
5. Name of Insurance Carrier:
6. Type of Coverage:
7. Limits of Liability:
8. Coverage/Policy Dates:
9. Name of Insurance Agent:
Agent's Phone (with area code):
E X P E R I E N C E
10. Number of Years your organization has been in business:
11. Number of Years experience PROPOSER/BIDDER
(person, principal of firm, owner) has had
in operations of the type required by
the specifications of the Bid or Proposal:
12. Number of Years experience PROPOSER/BIDDER
(firm, corporation, proprietorship) has
had in operations of the type required by
the specifications of the Bid or Proposal:
BIDDER/PROPOSER NAME:
STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032
Bidder certifies that (s)he has read and understood the
provisions of City of Miami Ordinance No. 10032, pertaining to
the implementation of a "First Source Hiring Agreement".
Bidder will complete and submit the following questions as part
of the bid. Evaluation of bidder's responsiveness to Ordinance
No. 10032 may be a consideration in the award of a contract.
Violations of this Ordinance may be considered cause for
annulment of a contract between bidder and the City of Miami.
1. Do you expect to create new positions in your company in the
event your company was awarded this bid by the City?
Yes No
2. In the event your answer to number 1 is yes, how many new
positions would you create by virtue of performing this
contract?
3. Please list below the title, rate of pay, summary of duties,
and expected length or duration of all new positions which
might be created by virtue of your company's award of this
job.
POSITION/TITLE RATE OF PAY DUTIES EXPECTED
Circle one LENGTH OR
Hourly/Weekly DURATION
1.
2.
3.
4.
5.
6.
7.
8.
(Use additional sheets if necessary)
BIDDER'S SIGNATURE: DATE:
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR BID.
9 Y r 547
Vont, City of Miami
PRIMARY OFFICE LOCATION
Flo r� ° Affidavit
Please type or print clearly. This Affidavit must be completed in full, signed and notarized for local preference consideration.
Legal Name of i-i m:
Entity Type: (aka one box only) ❑ Partnership
C7 Sole Proprietorship ❑ Corporation
Corporation Doc. No:
Date Established:
Occupational License No:
Dale of Issuance:
Primary Office Location (Principal establishment of the bidder1proposer):;
r-
Street Address:
z
w
LU
cc
City:
State:
How long at this location:
0.
Street Address:
a
0
City:
State:
How long at this location:
a_
According to the City of Miami's Charter 29-A as amended:
"All contracts...shall be awarded by the commission to the lowest responsible bidder,... provided, however, that if the amount of a bid or proposal
submitted by a vendor whose primary office is located in the City of Miami is not more than ... 10% in excess of the lowest other responsible bidder or
proposer, such local vendor may be awarded the contract..."
The intention of this section is to benefit local bona fide vendors/proposers to promote economic development within the City of Miami.
I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the so!e purpose of obtaining the
advantage granted bona fide local vendors/proposers by this section.
Authorize Signature
Print Name
Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all
partners of a joint venture.)
STATE OF FLORIDA, COUNTY OF DADE
❑ Personally known to me; or
Subscribed and Sworn before me that this is a true statement this day of 199 Q Produced identification:
Notary Public, State of Florida
Printed Name of Notary Public My Commission Expires 9 4 - 547
Please submit with your bid, copies of occupational License, professional and/or trade License to verify local status. The City of Miami,
also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other document(s) to verify
the location of the firm's primary office.
CITY OF MIAMI -
MinoritylHomen Business Affairs Registration Affidavit
Please Check One Box Only [ ] Hispanic [ ] Woman [ ] Black
I (We), the undersigned agree to the following conditions:
1) that we have read City of Miami's Ordinance No. 10062 as amended and meet the
fifty-one percent (51%) ownership and management requirement for
minority/women registration status and will abide by all of the policies and
regulations governing the City of Miami Minority and Women Business Enterprise
Procedures;
2) that if at any time information submitted by the undersigned applicant in
his/her Vendor Application should prove to be false, inaccurate, or
misleading, applicant's name will be struck from the City of Miami's Master
Vendor list with no further consideration given to this applicant;
3) that the City of Miami maintains the right, through award of bid/contract, to
revoke the award, should it be found that false, inaccurate or misleading
information or a change in the original information have occurred;
4) to notify the City of Miami within thirty (30) days of any change in the
firm's ownership, control, management or status as an ongoing minority/women
business concern as indicated on the Vendor Application, and that the City of
Miami, upon a finding to the contrary, may render a firm's registration with
the City null and void and cease to include that firm in its registered list
of minority and women -owned businesses;
5) that the City of Miami has a right to diligently verify all information
submitted by applicant in his/her Vendor Application to monitor the status of
the Minority/Women Business Enterprise, once registered;
6) that the City of Miami may share a firm's registration information, concerning
its minority/women status and its capability, with other municipal or state
agencies for the sole purpose of accessing the firm to their procurement
opportunities, unless otherwise specified by the firm in writing.
I (We) certify under the penalties of perjury that the information contained in any and all
application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as
amended.
Firm Name:
(If signing as a corporate officer, kindly affix corporate seal)
(Name, Title & Date) (Name, Title & Date)
This application must be signed by at least one general partner of a partnership or the
proprietor of a sole proprietorship or all partners of a joint venture.
NOTARIZATION
COUNTY, SS
COUNTY OF DADE
Date:
That personally appeared before me and
acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced
as identification. 9 4_ 547
NOTARY PUBLIC:
SWORN STATEMENT PURSUANT TO S=, ION
FLDRI A STATMS. ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTIiER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
[print name of the public entity]
by
[print Individual's name and title]
for
[print name of entity submitting sworn statement]
whose business address is
and (if applicable) its Federal Employer Identification, Number (FEIN) is -
(If the entity has no FEIN, include the SocW, Security Number of the Individual signing this
sworn statement: )
2, I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, meatis a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including, but not limited to, any bid or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States and involving antitnrst,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), I�odida Statutes, means
a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any
federal or state trial court of record relating to charges brought by indictment or information after July 1,
1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or polo contenders,
4. I understand that an 'affiliate" as defined in Paragraph 287.133(i)(a), florida Statutes, means:
1. A predecessor or successor of a persoa WuvictW of a public entry crime; or
I An entity under the control of any natural person who is active in the management of the entity and
who has been convicted of a public entity crime. The terra "affiliate" Includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in the management of
an affiliate. The ownership by one person of shares constituting a controlling interest in another person,
or a pooling of equipment or income among persons when not for fair market value under an arm's length
agreement, shall be a prima facie case that one person controls another person. A person who Imowingly
enters into a joint venture with a person who has been convicted of a public entity crime in Florida. during
the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Flodidn Statutes means any natural
person or entity organized under the laws of any state or of the United States with the legal power to enter
into a binding contract and which bids or applies to bid on contracts for the provision of goods or senioes
let by a public entity, or which otherwise transacts or applies to transact business with a public entity. T' e
term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in management of an entity.
94- 547
6. Based on information and belief, the statement which I have marked below is true in relatida to the egtity
submitting this sworn statement. [indicate which statement applies.] � :
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, nor
any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida,
Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that
it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor
list. [attach a copy of the final order]
I UNDERSTAND TILT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE
PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC EN'ITIY ONLY AND,
THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WATCH IT IS FILE, D.
I ALSO UNDERSTAND TIiAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING
INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FJ�ORDJA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE, INFORMATION CONTAINED IN THIS FORM.
Sworn to and subscribed before me this
Personally known
OR Produced identification
(Type of identification)
Form PUR 7068 (Rev. 06/11/92)
day of
[signature]
Notary Public - State of
My commission expires
(Printed typed or stamped
commissioned name of notary public)
APPENDIX #1
AFFIRMATIVE ACTION POLICY
for
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION/
EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT
It is the policy of (Company Name) to base its hiring and
promotions on merit, qualifications and competency and that its
personnel practices will not be influenced by an applicant's or
employee's race, color, place of birth, religion, national origin, -
sex, age, marital status, veteran and handicapped status.
One of the management duties of all principals at (Company Name) is
to ensure that the following personnel practices are being
satisfied:
1. Take every necessary affirmative action to attract and
retain qualified employees, regardless of race, color,
place of birth, religion, national origin, sex, age,
marital status, veteran and handicapped status.
2. Maintain equitable principles in the recruitment, hiring,
training, compensation and promotion of employees.
3. Monitor and review personnel practices to guarantee that
equal opportunities are being provided to all employees,
regardless of race, color, place. of birth, religion,
national origin, sex, age, marital status, veteran and
handicapped status.
(Company Name) is committed to take affirmative action and
aggressively pursue activities that will serve to enable all
employees and.applicants opportunities available throughout this
organization.
Clearly, the above actions cannot be accomplished as. a secondary
duty for any individual, despite the full support of management.
And so, to monitor our efforts, (Company Name) has assigned one of
its principals as the Affirmative Action Director to monitor all
activities of this program.
Employees may contact (Name of assigned principal) at (telephone
number) regarding this Affirmative Action Policy.
DATE:
(Signature/Title) 9 4 - ` 4 7
DEBARMENT AND SUSPENSION
Citv of Miami Code Sec. 18-56.4
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual or prospective contractual party, and after reasonable
opportunity to such party to be heard, the city manager, after consultation with the chief
procurement officer and the city attorney, shall have the authority to debar a contractual
party for the causes listed below from consideration for award of city contracts. The
debarment shall be for a period of not fewer than three (3) years. The city manager shall
also have the authority to suspend a contractor from consideration for award of city
contracts if there is probable cause for debarment, pending the debarment determination, the
authority to debar and suspend contractors shall be exercised in accordance with regulations
which shall be issued by the chief procurement officer after approval by the city manager,
the city attorney, and the city commaission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to obtaining or attempting to
obtain a public or private contract or subcontract, or incident to the performance of such
contract or subcontract;
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery,
falsification or destruction of records, receiving stolen property, or any other offense
indicating a lack of business integrity or business honesty;
3. Conviction under state or federal antitrust statutes arising out of the submission of bids
or proposals;
4. Violation of contract provisions, which is regarded by the chief procurement officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to
perform in accordance with the terms and conditions of a contract or to perform within the
time limits provided in a contract, provided that failure to perform caused by acts beyond
the control of a party shall not be considered a basis for debarment or suspension;
5. Debarment or suspension of the contractual party by any federal, state or other
governmental entity;
6. False certification pursuant to paragraph (c) below; or
1. Any other cause judged by the city manager to be so serious and compelling as to affect
the responsibility of the contractual party performing city contracts.
(c) Certification:
All contracts for goods and services, sales, and leases by the city shall contain a
certification that neither the contractual party nor any of its principal owners or personnel
have been convicted of any of the violations set forth above or debarred or suspended as set
forth in paragraph (b)(5).
The undersigned hereby certifies that neither the contractual party nor any of its principal
owners or personnel have been convicted of any of the violations set forth above, or debarred or
suspended as set forth in paragraph (b)(5).
Company name:
Signature:
Date:
---•• ... .. .. ... nriwr er.r TI/iC.Aill
J4- 541
J-85-944
10/11/85
ORDINANCE NO.1 O O b 2
AN ORDINANCE REPEALING ORDINANCE NO. 9775.
THE MINORITY PROCUREMENT PROGRAM ORDINANCE OF
THE CITY OF MIAMI, FLORIDA AND SUBSTITUTING
THEREFOR A NEW MINORITY PROCUREMENT PROGRAM
ORDINANCE TO BE KNOWN AND CITED AS "THE
MINORITY AND WOMEN BUSINESS AFFAIRS AND
PROCUREMENT ORDINANCE OF THE CITY OF MIAMI.
FLORIDA.- ESTABLISHING A MINORITY AND WOMEN
BUSINESS AFFAIRS PROCUREMENT PROGRAM AND
COMMITTEE; PROVIDING FOR THE CREATION BY THE
CITY MANAGER OF AN OFFICE OF MINORITY AND
WOMEN BUSINESS AFFAIRS AND PROCUREMENT
FURTHER SETTING FORTH A GOAL OF AWARDING AT
LEAST 51 PERCENT OF THE CITY'S TOTAL ANNUAL
DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES
TO BUSINESSES OWNED BY BLACKS (17:),
HISPANICS (17%). AND WOMEN (17t); AUTHORIZING
THE CITY MANAGER TO PROVIDE FOR MINORITY AND
WOMEN -OWNED BUSINESS ENTERPRISE PROCUREMENT
SET -ASIDES AND CONTRACT PROVISIONS; PROVIDING
FOR THE DEVELOPMENT OF PROCEDURES. MEASURES
AND RESOURCES TO IMPLEMENT SAID PROGRAM,
GOALS AND OBJECTIVES, AND CONTAINING A
SEVERABILITY CLAUSE.
WHEREAS, Ordinance No. 9775 dealing with m1norit
procurement has been found to be in need of revision and
modification to strengthen the effectiveness of the City c
Miami's Minority Procurement Policy and Program; and
.WHEREAS. the City Commission, i-n repealing Ordinance No.
9775 and in adopting and substituting therefor the herein
Minority and Women Business Affairs and Procurement Ordinance is
authorized pursuant to the Charter of the City of Miami.
Sections 52 and 53; and the Municipal Home Rule Powers Act of
1973. Chapter 166 401 et seq., Florida Statutes, as amended; and
WHEREAS. the U.S. Supreme Court has upheld Dade County
Ordinance No. 82-67. adopted July 20. 1984, restricting bidding
on construction projects to Black -owned firms when prior
unwarranted discrimination has been proven; and
WHEREAS, findings of a City of Miami Minority Procurement
Disparity Study indicated a substantial exclusion of minority
and women -owned businesses from the City's procurement process
for the fiscal years between I971 and 1981; and
WHEREAS. this Ordinance will prevent the perpetuation of
the effects Of prior unwarranted discrimination which has
I
Y
f
i
r
i
i
r
k
f
93 547
93 547
heretofore imp a''-qtd. limited or foreclosed pro cvreno0r a n a
Contracting 0pp�.tunItIe5 for businesses ownef )y BIark-"
Hispanics and Women with the City of Miami; and
WHEREAS, the City of Miami has established a policy of
constructive affirmative action to eliminate substantially the
effects of prior discrimination; and t
WHEREAS. the proposed Minority and Women Business Affairs
and Procurement Program and Policy contains requirements: (a)
that those who contract with the City of Miami in the areas of
procurement shall not discriminate against any business,
employee or applicant for employment because of age, ethnicity,
race, creed, Color, religion, sex, national origin, handicap, or
marital status; and (b) that such city contractors have and
implement an Affirmative Action or Equal Employment Opportunity
polity to ensure that such businesses, employees or applicants
for employment are treated equally without regard to age,
ethnicity, race, creed, color, religion, sex, national origin,
handicap or marital status, and
WHEREAS, implementation of this ordinance will serve the
best interest of the City and will maximize the opportunity for
f
small business ;oncerns owned and controlled by Blacks.
Hispanics and Women to procure or contract with the City -of
Miami in the area of procurement; and
r
WHEREAS, to be effective it is necessary and desirable to
establish for the City of Miami a Minority and Women Business
i
i
Affairs Procurement Program with the appropriate goals,
z
objectives, administrative procedure and resources; .and adopt
legislation remedying the affected Hispanic. Black and Women -
owned businesses;
NOW, THEREFORE. BE IT ORDAINED BY THE COMMISSION OF THE
CITY OF MIAMI. FLORIDA:
Section 1. This Ordinance shall be known and may be cited
i
AS 'The Minority and Women Business Affairs and Procurement
Program Ordinance of the City of Miami. -
Section 2. For the purpose of this Ordinance, the
following terms phrases. words, and their derivations shalt have
the following meanings:
2
62-4
94- 54'7
f
A. 1us1ness Enterprise means any orporation,
partnership, individual, sole pr prietorship, joint stock
Company, joint venture,' professional association or any other
legal entity that is properly licensed to do business with the
City of Miami and/or Dade County and/or the State of Florida.
B. Minority and Women -owned Business Enterprise means
a business enterprise in which at least 51 percent of said
enterprise is owned by Blacks, Hispanics or Women whose
management and daily business operations are controlled by one
or more Blacks, Hispanics or 'Women.
C. Contract means agreements for the procurement of
goods, services or construction of facilities for the City of
Miami.
0. Facilities means all total or partial oublicly
financed projects including, but without. limitation, unified
development projects, municipal public works and municipal
improvements to the extent they are financed with City money,
utilize City property, or require City services.
E. Goods and services include, without limitation,
public works, improvements, facilities, professional services.
commodities, supplies. materials and equipment.
F. Goal means the percentages of the annual dollar
volume of procurement expenditures determined by this ordinance
to be offered for Minority and Women business participation.
G. Set -aside is the term which will be used to
designate a given purchase or contract or a portion of a given
purchase or contract award for Black. Hispanic and/or Women -
owned businesses. Set -asides may only be utilized where it is
determined, prior to the invitation to bid or request for
proposals. that there are a sufficient number of certified
Black, Hispanic and/or Women -owned businesses to afford
effective competition for the purchase.
N. Joint Venture shall mean an association of persons
or legal entities with the intent to engage in and carry out a
single business enterprise for profit.
3
R
1, Procurement Expenditures shaII mean a purchase.
payment, distribut loan or advance for the pose of
aCquiring or providing goods and services.
J. . Affirmative Action Plan shall include the
projected annuai goals and the timetables which will be used to
employ and/or procure with women and ®5norities a non-
ditcrimination policy statement and any other actions which will
be used to ensure equity in employment and the utilization of
minority and female -owned businesses.
Section J. A Minority and Women Business Affairs and
Procurement Program for the City of Miami is hereby established.
The City Manager's Office shall be held accountable for the full
and forceful implementation of the Minority and Women Business
Affairs and Procurement Program by providing appropriate
recommendations for action by the City Commission.
A. For the purpose of assisting the City Manager in
the implementation of said program, a Minority and Women
Business Affairs and Procurement Committee is hereby
established, consisting of an appropriate number of members, to
be appointed by the City Manager. with 'full representation of
Hispanics, Blacks and Women to be responsible for monitoring the
•implementation of the program and making recommendations for
achieving the requirements of this Ordinance. The Committee
shall be responsiblt for generating yearly progress reports to
the City Conitssian and the community at large.
B. The City Manager shall, utilizing existing
resources, create an office of Minority and Women Business
Affairs and Procurement; and shall provide the appropriate staff
and resources necessary for the performance of all such
administrative duties; authorize and impiement the
administrative guidelines and procedures required; and ensure
compliance with the functions required to promote the
achievement of the program's goals and objectives of increasing
the volume of City procurement ans contracts with Black.
Hispanic and Women -owned businesses.
4 1 co
94— 547
Section d, The objective of the City is to achieve a goal
of awarding a isir o of 511. of the total annual do r volume `
of all procurement expenditures to Blacks, Hispanics and Women -
owned business enterprises to be apportioned as follows:
seventeen percent (170.) to Blacks, seventeen percent (19S) to
Hispanics and seventeen percent (17t) to Women.l
A. To further the goal of increasing the total annual
volume of ail procurement expenditures to minority and women.
owned business enterprises, authority for a minority and women.
owned business enterprise procurement set -aside is hereby
established for use by the City Manager as he or she may deem
advisaale or necessary to increase the participation of Black,
Hispanic and Women -awned businesses in City procurement
contracts.
B. It shall be mandatory for all City of Miami
contracts and/or procurement award documents to contain the
following:
(1.) A specific reference to the applicability
of the Minority and women Business Affairs and Procurement
Program established by this Ordinance;
(2.) A provision stating the right of the City
to terminate and cancel any contract or contractual agreement
entered into. including elimination of the individuals) and/or
business enterprise(s) from consideration and participation in
future City contracts. on the basis of having submitted
deliberate and willful. false or misleading information as to
his, her or its status as a Black, Hispanic and/or Women -owned
business enterprise and/or the quantity and/or type of minority
and women -owned business participation;
(3.) A requirement that each successful bidder
or offeror agree to provide a sworn statement of compliance with
the provisioes of this Ordinance and its specific applicability
to the purchase or contract award under consideration; such
statement shall certify that the bidder or offeror, during the
1 Women. depending upon their own annual self-selection, shall be
listed in only one (1) of the categories: race, ethnicity.
gender.
5 ,GQF:, _
94- 547
i
f
i
ti
course of tinvolved in the performance the contract
sought by such bidder or offeror, shall not discriminate against
any business. employee or applicant for employment because of
. age, ethnicity, race, creed, color, religion, sex, national
origin, handicap or marital status;
(4.) A statement of the extent to which the
business enterprise has as one or more of its partners or
principals persons who are Black. Hispanic or Women, or is a
joint venture comprised of a non -minority and minority business
and/or women -owned enterprise.
(S.) A requirement that each bidder submit along
with the bid or proposal an Affirmative Action Plan (AAP), any
significant equity participants, Joint venture participants,
sub -contractors. suppliers or other parties to the bid or
i
proposal shall also be required to submit such plans.
(6.) A provision specifying the requirements for
continued bidder or offeror eligibility including minority and
female involvement.
Section S. Bidders or offerors shall be required to
demonstrate a reasonable and good faith effort to solicit and
obtain the participation of qualified minority and women -owned
businesses in all bid and proposal documents.
Section 6. Except where federal or state law or
regulations mandate to the contrary, the provisions of this
section will be applicable to all City of Miami. prebid, bid,
contract or other agreements negotiated by the City;
Section 7. The Minority and Worsen Business Affairs and
Procurement Program established herein shall be in effect only
until such tine as the effects of prior unwarranted
discrimination against Blacks, Hispanics and Women have been
compensated for. at which time the goals and set -asides provided
for herein shall no longer be observed. Such need shall be
reviewed every two years by the City Commission, upon the
f
recommendation of the City Manager.
Section S. Ordinance No. 9775, the Minority procurement
Program Ordinance of the City of Miami. Florida, is hereby s
repealed.
5 1006 •
94^ 547
t
i
Section 5 Should any part or provision of s Ordinance
be declared by a Court of competent jurisdictlon to be invalid,
same shall not affect the validity of the Ordinance as a whole.
PASSED ON FIRST READING BY TITLE .ONLY this .cth day of
November 1985.
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE
ONLY this =9th day of December 1985.
ATTEST:
I ayor
City Clerk
PREPARED AND APPROVED BY;
A. QUIYU JW�V, III
dhG>y,, ii r
Deputy City —Attorney
APPROVED AS TO FORM �AND CORRECTNESS:
1l_
City Attorney
AOJ/wpc/pb/Ab/B1S6 '
i
i
.,j
J-68-1153
1/12/99
ORDINANCE NO. 5.
AN ORDINANCE AMENDING CHAPTER 18, ENTITLED
"FINANCE", OF THE CODE OF THE CITY OF MIAMI,
FLORIDA, AS AMENDED, BY REDEFINING THE TERM
"MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE
AND DEFINING THE TERM "VENDOR" IN
SECTION 18-60; REQUIRING IN SECTION 18-72
THAT THE GOAL OF AWARDING AT LEAST FIFTY-ONE
PERCENT (51%) OF THE CITY'S TOTAL ANNUAL
DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES
TO MINORITY/WOMEN SMALI, BUSINESSES BE APPLIED
TO ALL CITY OF MIAMI BIDS AND CONTRACTS;
REVISING SECTION 16-73 TO PROVIDE THAT ALL
CITY OF MIAMI INVITATIONS, REQUESTS AND/OR
ADVERTISEMENTS FOR BIDS, PROPOSALS, QUOTES,
LETTERS OF INTEREST AND/OR QUALIFICATION
STATEMENTS CONTAIN THE APPROVED
MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE)
PARTICIPATION REQUIREMENTS PURSUANT TO CITY
OF MIAMI ORDINANCE NO. 10062 - MINORITY/WOMEN
BUSINESS AFFAIRS AND PROCUREMENT PROGRAM;
REQUIRING THAT ALL RESULTING AWARD AND/OR
CONTRACT DOCUMENTS CONTAIN THE REQUIRED
COMPLIANCE FORMS RELATIVE THERETO; REVISING
SECTION 18-73(5) TO EXPAND UPON THE
AFFIRMATIVE ACTION REQUIREMENTS FOR ALL CITY
BIDS AND CONTRACTS; ADDING SECTION I8-76
AUTHORIZING ADMINISTRATIVE DEPARTMENTS TO
ESTABLISH THE. REQUIRED ADMINISTRATIVE
PROCEDURES TO INSURE COMPLIANCE WITH THE
CODE; FURTHER, PROVIDING FOR RESOLUTION OF
DISPUTES REGARDING WITHHELD PAYMENTS OF
CONTRACTORS AND SUBCONTRACTORS AND FURTHER
ADDING SECTION 18-77 DESIGNATING THE DIRECTOR
OF THE OFFICE OF M/WBE AFFAIRS AS THE CITY
OFFICIAL RESPONSIBLE FOR ESTABLISHING AND
IMPLEMENTING M/WBE BID AND CONTRACT
PARTICIPATION REQUIREMENTS, COMPLIANCE
GUIDELINES, AND MONITORING AND REPORTING
PROCEDURES; CONTAINING A REPEALER PROVISION
AND A SEVERABILITY CLAUSE.
WHEREAS, Ordinance No. 10062 dealing with Minority/Women
Business Affairs and Procurement established the annual goal of
procuring/contracting fifty-one percent (51a) with minority/women
owned and managed business enterprises; and
WHEREAS, Administrative Policy Manual 4-86 (APM 4-86),
issued October 1, 1986, provides for the administrative
implementation of Ordinance No. 10062; and
WHEREAS, it has been determined that there is further need
for legislative relief to obtain said goals, particularly as it
A4536
. 94- 547
relates to the C' '~*'s bid, proposal and contract p• -esn and the
resulting documents an a bid/contract by bid/connect basis to
achieve the annual goals;
NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. Section 18-68, is hereby amended in the
following particulars.l
"Sec. 18-68. Definitions.
For the purpose of this article, the following
terms, phrases, words, and their derivations shall have
the following meanings:
Minority and women -owned smalj, business enterprise
means a business enterprise in which at least fifty-one
percent (51%) of said enterprise is owned by Blacks,
Hispanics or Women whose management and daily business
operations are controlled by one or more Blacks,
Hispanics or women maximum of twenty
five (251 emplovees or have a n9 t worth not in exEess
Qf two million dollau."
Vendor means any business entity providing goods,
services or equipment to the City of Miami through a
purchase, field or blanket order or contract."
Section 2. Section 18-72(a), is hereby amended by adding
the following language:
"(a) The objective of the City is to achieve a goal of
awarding a minimum of fifty-one percent (51%) of
the total annual dollar volume of all procurement
expenditures to Black, Hispanic and Women -owned
small business enterprises to be apportioned as
follows:
Seventeen percent (17%) to Blacks, seventeen
percent (17%) to Hispanics and seventeen percent
(17%) to women; such goal shall be applied to all
Qj ty bids and contra=- -
Section 3. Section 16-73 is hereby amended by adding the
following language:
"SeQ,_ 18-73. Reguirpd stektpments for solicitations or
notices: required statements on contracts
and awards.
a. It shall be mandatory for all City, solicitations
1 words and/or figures stricken through shall be deleted.
Underscored words and/or figures shall be added. The
remaining provisions are now in effect and remain
unchanged. Asterisks indicate omitted and unchanged
material.
-2- 1-u"PIP8 5 4 7
the x:egoM ended goal(s) or �l3St-asides to be
included. and chin prior the d 9n o�
resultiIl�ontracts/hid awards for the pilrpose of
v�rf f vi,aq �omp,� trance the�.Lo .
It shall be mandatory for all City contracts
and/or procurement award documents to contain the
following:
a a a
(5) A requirement that each bidder, pryposer, or
vendor, submit along with the bid or proposal an
affirmative action plan (AAP). Any significant
equity participants, joint venture participants,
subcontractors, suppliers or other parties to the
bid or proposal shall also be required to submit
such plans.
The objective of the, City is to require that
bidders, proposers. and vendors doing business.
with the City oMiami bake qg]"t.ain actions
designed to assure equitable participation of
Blacks. Hispanictiand Women in their hiring and
promotion activities. in view of this obb ectivei
ti~) All City vendortt5�cont.,rll�ctors shy
iml21ement *Ve_Q is of mat ve gp-ion plans
s api2rQved by the DizeQtor of the Offipa
M/WBE affairs and shall demonstrate a good
faith effort to ensure eguaI employment
ppportunities for Blacks. Hispanics and Women
Rn each pure ase or contract, vendors anti
von tractQu shall document_ -these egforts
�ii lly and sha7�l--12r,Zyide reports as may bg
required by the City
(III vendors and cQntractors shalt permit access
to their books. re9 and accounts by the
Qfiige of M/W � cordaffe ra or her designee for
the purpQse of investiQatlon to ascertain
C m_pliance with the foregoing requirements.
( ii) In the ?,vent of v ndors' or conUactors'
noncompliance with th- affi�,mative action
requirements of this section the City
Manager may suspend in whole or par cancel
SU terminate the bider contract award and/or
impose other sanctions as may be. determines
to be apvrQvriat_v,
Section 4. The following new Section 18-76 is added in its
entirety:
"Sec. 18-76. Administrative Procedures.
The Departments of Finance, _Public Works and General
Services Administration are authorized to establish the
required administrative procedures to insure compliance
with the provisions as set forth herein.
9 4 - 547
The Finance DF--•rtment is mandated to institute nAyment
procedures V i will insure, in those inste a in
! which the M/wry., bid or contract requirements re....it in
contracts, subcontracts or joint ventures for M/WBEs,
that compensation provided pursuant thereto shall be in
the form of a check made payable to the primary
contractor, bidder or proposer, and (if appropriated
jointly) to the minority/woman business enterprise
subcontractor or joint venture partner in an amount not
to exceed the subcontracted or joint venture amount,
based upon approved invoices submitted by the prime
contractor, proposer or joint venture, to the City.
In the event a dispute should arise as to ttre
performance or payment of the primary contractor or
bidder/proposer or the M/WBE, under the terms and
conditions of the City contract or procurement award
document, compensation shall be withheld until such
time as the dispute is resolved in accordance with the
procedures set forth in this Chapter for resolving such
disputes.
All Administrative Directors shall amend their existing
policies and procedures or to create such new ones as
may be required to insure and report on compliance with
all aspects of this article."
Section 5. The following new Section 18-17 is added in its
entirety:
"Sec. 18-77. Designation of the Director of the Office
of Minority/Women Business Affairs.
1 The Director of the Office of Minority/Women Business
j Affairs is designated as the official responsible for
establishing M/WBE bid and contract/award requirements,
creating and implementing compliance guidelines,
monitoring compliance, resolving disputes, and•
reporting on all of the above to the City Manager."
{ Section 6. All ordinances or parts of ordinances in
1
conflict with the provisions of this ordinance insofar as they
i
are inconsistent or in conflict with the provisions of this
1
1 ordinance are hereby repealed.
Section 7. If any section, part of section, paragraph,
11 clause, phrase, or word of this ordinance is declared invalid,
the remaining provisions of this ordinance shall not be affected.
PASSED ON FIRST READING BY TITLE ONLY this 15th day of
t December , 19 86.
i
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY
j this 12th day of January 19 89.
A
XAVIER L. EZ, Mayor
MA Y HIRAI
i City Clerk
_4 1os3e 9 4- 5 4 7
r
J-85-380
ORDINANCE NO. 1 0 0 3 2'
AN ORDINANCE IMPLEMENTING THE "FIRST SOURCE
HIRING4AGREEMENT" AND SETTING AS A CONDITION
PRECEDENT TO THE EXECUTION OF CONTRACTS
RESULTING IN THE CREATION OF NEW PERMANENT
JOBS, .THE SUCCESSFUL NEGOTIATION OF A "FIRST
SOURCE HIRING AGREEMENT" BETWEEN THE PRIVATE
INDUSTRY COUNCIL OF SOUTH FLORIDA/SOUTH
FLORIDA EMPLOYMENT AND TRAINING CONSORTIUM,
AUTHORIZED REPRESENTATIVE OF THE CITY OF
MIAMI, AIJD THE ORGANIZATION OR INDIVIDUAL
RECEIVING SAID CONTRACT, UNLESS SUCH AN -
AGREEMENT IS FOUND TO BE INFEASIBLE BY THE
CITY MANAGER, AND SUCH FINDING IS APPROVED BY
THE CITY COMMISSION OF THE CITY OF MIAMI,
WITH THE PRIMARY BENEFICIARIES OF THIS
AGREEMENT BEING THE PARTICIPANTS OF THE CITY
OF MIAMI, TRAINING AND EMPLOYMENT PROGRAMS
AND OTHER RESIDENTS OF THE CITY OF MIAMI;
CONTAINING A REPEALER PROVISION AND
SEVERABILITY CLAUSE.
WHEREAS, the City Commission has declared its intent
"that public projects that are financed by public funds, CETA
participants, who are eligible are to be given priority" (Motion
83-1018, November 16, 1983), and;
WHEREAS, the City Commission is desirous of supporting
the concept of "First Source Hiring Agreement", which would give
priority employment to City of Miami training and employment
participants i hiring situations resulting from the support of
public funds, from or through the City and/or special privileges
granted by the City of Miami, and;
WHEREAS, the City Commission passed a Resolution
"establishing an advisory committee to recommend a "First Source
Hiring Agreement" policy for implementation by the City of Miami
and appointing certain individuals to serve on that committee"
(Resolution No. 84-898, July 31, 1984), and;
WHEREAS, the City Commission of the City of Miami
wishes to assure continuing employment opportunities of residents
of the City of Miami, and;
WHEREAS, the authorized representative shall negotiate
the terms of the "First Source Hiring Agreements" on a project by �]
94- 547
1
' a
project basis with the recipient of contracts for facilities,
services and/or grants and loans from or through the City of
Miami, and;
WHEREAS, those organizations and individuals receiving
i
contracts for facilities, services and/or grants and loans from
or through the City of Miami should participate in the "First
Source Hiring Agreement" as it is in the best interest of said
parties and City of Miami residents, and;
WHEREAS, for the purpose of this resolution, contracts
for facilities, services and/or grants and loans with the City of
Miami are defined in Section 2 of this Ordinance, and;
WHEREAS, those organizations or individuals receiving
the identified public funds, by the receipt of contracts for
facilities, services and/or grants and loans would be required,
precedent to the execution of said contracts to enter into
negotiations with the authorized representative, as defined in
Section 2. of the Ordinance, and to arrive at a "First Source
Hiring Agreement" which is satisfactory to both parties, and;
WHEREAS, the special duties and responsibilities of the
authorized representative necessary to implement "First Source
Hiring Agreements" are spelled out in the provisions of
a Resolution being considered for adoption by the City Commission
on June 13, 1985; and
WHEREAS, a model "First Source Hiring Agreement" is
attached herewith, for illustrative purposes only;
NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION
OF THE CITY OF MIAMI, FLORIDA:
r
Section 1. That this Commission hereby approves i
implementation of the "First Source Hiring Agreement" policy and
requires as a condition precedent to the execution of service
contracts for facilities, services, and/or receipt of grants and i
loans, for projects of a nature that create new jobs, the
successful negotiation of "First Source Hiring Agreements"
between the organization or individual receiving said contract
and the authorized representative unless such an agreement is
found infeasible by the City Mana er, and such finding ap
proved by
the City Commission of the City of Miami at a public hearing.
94- 547
10032
W
Section 2. Definitions. For the purpose of the
Ordinance, the following terms, phrases, words and their
derivations shall have the following meanings:
A. Service Contracts means contracts for the
4
procurement of services by the City of Miami which include
professional services.
B. Facilities means all publicly financed projects,
including but without limitation, unified development projects,
municipal public works, and municipal improvements to the extent
i
they are financed through public money services or the use of
publicly owned property.
C. Services includes, without limitation, public
works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
D. Grants and Loans means, without limitation, Urban
Development Action Grants (UDAG), Economic Development Agency
construction loans, loans from Miami Capital Development,
Incorporated, and all federal and State grants administered by i
i
the City of Miami.
E. Authorized Representative means the Private
Industry Council of South Florida/South Florida Employment and
Training Consortium, or its successor as local recipient of
federal and State training and employment funds.
Section 3. The authorized representative shall l
negotiate each "First Source Hiring Agreement".
Section 4. The primary beneficiaries of the "First
Source Hiring Agreement" shall be participants of the City of
Miami training and employment programs, and other residents of
the City of Miami.
i
Section 5. , All ordinances, or parts thereof, in S
i
conflict herewith are hereby repealed.
Section 6. Should any part of or provision of the
Ordinance be declared by a court of competent jurisdiction to be
invalid, same shall not affect the validity of the Ordinance as a l;
whole. �:
PASSED ON FIRST READING BY TITLE ONLY THIS 18th
f
day of July 1985.
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE
t
ONLY this 12th day of September , 1985.
Maurice A. Ferre
MAURICE A. FERRE, MAYOR
AT ES
CITY CLERK
PREPA D AND APPROVED BY:
ROBERT F. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROV FORM AND CORRECTNESS:
LUCIA A. DOUGHERTY
CITY ATTORNEY
f Clcrk of the City of Minini, Florida',
ficrbtcr�tily that ua thc.�� clay nf..
A, D. 198"% a iluti, flue :u+-1 c,"sect c%lfy 0 tfic rb.;ve
ii+rogain•: w•.iin:mce +ca, nost:d m the So:rth Door
+It file U't L-.'�+.:+fl_ C•.+utt li.;v-- ul the pl:.cc pru';ded
for notic > auJ pub ica Ions by attaching +aid coj:y to
the ! ia, . , r -viJcd iherciur.
Wl7'NESS my hand and the ficiat scat of spa
City thisst�l•.. day uf._... A D, 19.....,
City, Clerk
1 t
94- 547
10032 .
i
ro
ZONE 1
cn
z
I
CITY OF MIAMI BOUNDARIES
co
EST. 14,300 HOUSEHOLDS
> j
W W
.> r- W
Ax �% Z
ca
W cn
< 'm m.. N.E. 87 ST.
NW 79 ST
NW
71 ST.
7
NW 62 ST
NW 54 ST
9
/77
A
`:ay
Point;
NW 36
ST
.-JULIA TUTTLE
>
CAUSE -WAY
27
Av
W3
> z
NW
2.0
ST
1
enetian
Cswy.
\1L
L
co
z
NW
7 ST
z
4
fl�
E-
KEST
FLAGLER
ST I
I i
�USe
Sw Js
f
7
W
>
>
C13 1-4
Dodge 9 -4),
7
t
t" rn
1
Island
A
>
L; 1-4
V
<
CORAL WAY
cn
Richenbache
Causeway
BIRD AVE
51/
Grove Is
------ --
S.
Bayshore Drive
GRAND AVE
VIRGINIA KEY
4
DINNER
KEY
2
A
ii
v
North
94- 547
ZONE 2
Z
CITY OF
MIAMI BOUNDARIES
t°
�
EST. 14,500 HOUSEHOLDS
v J
D•
� U Q
> `j' N.E.
87 ST.
a co_•_
r- z
.
z
NW 79 ST
NW 71 ST. i•
�
f
7
I
�
NW 62 ST
i
NW 54 ST
1
Point
g
i ay
A.
' JULIA TUTTLE
NW 36
ST e�
-- --- .. 4�'X-=:
CAUSEWAY
W
.
`
27
AV r� ��
# a s `. I j
is
enetian ,.
W
Cswy. .
a�
f
CD
3
z
NW 7
ST
ti
'•�
3
'z
I
�C
r
`t
WEST
FLAGLER ST
p
N
w�•�4*4
SW
t3 ST
n Im
Dodge .......
w
a
H
Island
7
a
N F-
—
A
•.�
V
CORAL WAY
;
M
(n
i
`n
Richenbache
Causeway '
BIRD AVE
Grove Is
S. Bayshore Drive --,.,._.,
VIRGINIA KEY
GRAND AVE
O �
4 DINNER KEY
2 '
v_. ------------------ _._.---
N
orth Prospec•
'tl
ZONE 3
CITY OF MIAMI BOUNDARIES c`cu
EST. 14,600 HOUSEHOLDS cc
a
w ar
a
m
w
r
w a
a
N.E. 87 ST.
-
h- 2
z
—•— -
�
NW 79 ST
i
NW 71 ST.
1
1
7
I
I
i
NW 62 ST
—
;
i
w
i y
NW 54 ST
1
9
N
;
i
ay Point
w NW 36 ST A
�
-_`
_
! JULIA TUTTL£
"- CAUSEWAY
a
3 27 Av
i+ z
w
c 2
NW
20
ST
enetian ii >
Cswy.
i <
•i
t~D Z
3 , N W'�i
•�y
3mb
r'.uiis
§ d
4 m. `
h
s
S
Iii
F
4e4o
WEST
FLAGLER
ST
7
w
w
�i
rmtya` '%
't
4
m Dodge
7
w
>
a
>
a
r
t
co .-1 ,
Island
A
y
a
N
M
r
r
V
CORAL WAY
•
M
Jtn
s u
c=fq
r ::y Richenbache
..
' Causeway
BIRD AVE
Grove Is
i `•' "
9 S. Bayshore Drive
'
GRAND AVE
r
`
`
......
VtRGtN1A KEY
4
'.d DINNER KEY r
2
A
v i
North
94- 547
5A
f
b
ZONE 4
z
CITY OF MIAMI BOUNDARIES �
EST. 14,700 HOUSEHOLDS c ?
.J
w 0 m
Q � Z
U
Q
a w Q N V
a w m.. N.E. 87 ST.
NW 79 ST Z,
Nw 71 ST.
1
7 1
NW 62 ST
> I _
NW 54 ST I '
1 N
A i �ay Point
w NW 36 ST _ !JULIA TUTTLE
> 3' 1 _' CAUSEWAY
N Z
w 3 27 Av
�a> z NW 20 ST 1 enetian i
w Cswy.
z > 1 c
a
.:N N}r 7 ST
H,r y LL. AA r. 1 °QC 4o , vR
,� Cq
4 a "•r+r1�'.n3. ri�iu, / n.0 .b •.\U.SE'.
J 7
v oo c
Dodge
A wii j Yt :fat' `H Island '
Q
v CORAL WAY
M B:: cn
N °
Richenbache. °
%
Causeway ! %
BIRD AVE
Grove Is
D S. Bayshore Drive
GRAND AVE VIRGINIA KEY
4
DINNER KEY
2 i
A
v
North Prosuect'ita'.-'-'- "'_._--- _.
a,
b
ZONE 5
z
CITY OF MIA -MI BOUNDARIES
'
EST. 14,000 HOUSEHOLDS
G
J
W W
LO
C �
Z
?-
a
U
W. Q
a i i
U
m.. N.E. 87 ST.
z
NW
79 ST
NW
71 ST.
1
I
7
1
1
NW 62 ST
>
i
' •,
NW 54 ST
1
1
Aj
I
�
�ay Point
NW 36 ST
-
--
---{� ;�---`
° JULIA TUTTLE
>
_ — �, '-CAUSEWAY
I
i •-
N
z
i
W 3 27 Av
,a
> z
NW
20
ST
I
enetian i
i
d
z
1
Cswy• i c
a
�
NW
7 ST
z
Mqc
E-
WEST
FLAGLER
ST
1
;�RTti
G
ST
I
}
-
o vR
`j 1
SW
6
f
C7 00 G , s �,
L
W
>
W
>
a cn Dodge ._._._...
cJ '-1
7
c
;
�' (0 Island
A
>3
V
a
CORAL WAY
1
,'
,;4..
T
f
`
t
Richenbache
Causeway
BIRD AVE
Grove
Is
`.�'� -•- -
9 S.
Bayshore Drive
GRAND AVE
3.
'- _ _ VIRGINIA KEY
4
s` DINNER
KEY
i
2
3ii
A
T'
V
North Prospect 12d- •--`•-.-.-.-.-.__.__.
9 4 " 547
5A
i
CITY OF MIAMI, FLORIDA
INTER -OFFICE N1EMGIRANDUIVI
2
Honorable Mayor and Members JUL 19 i
To : of the City Commission DATE : FILE
Resolution Authorizing
SUBJECT: Issuance of Request For
Proposal (RFP) Re: Solid
Waste Services
FROM : Cesa O REFERENCES
City ger
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the
attached resolution authorizing issuance of a Request For
Proposals (RFP), in a final form acceptable to the City Attorney.
The scope of the RFP includes provision of residential
(single/duplex residences) garbage, trash, and recycling
services, the collection and disposal of illegally dumped
materials from City streets, rights -of -way and property, the
cleanup after approximately ninety-seven (97) special events.
BACKGROUND
The Department of General Services Administration and Solid Waste
(GSA/SW), in an endeavor to provide the citizens of the City of
Miami with an economically sound solid waste system, is
interested in soliciting proposals from private firms for certain
solid waste collection and disposal services. It is the City's
intent to determine whether it is feasible and in the City's best
interest to privatize the referenced solid waste services.
At its June 30, 1994 meeting, the City Commission directed that
GSA/SW solicit input from private firms regarding the preparation
of the Request For Proposals and subsequently to prepare a draft
Request For Proposals for the Commission's consideration at its
July 26, 1994 meeting.
A general meeting was held with several representatives of the
private industry in the waste management field, on July 8, 1994,
to obtain their initial input.
The presentation of the attached draft RFP reflects the results
of,this process to date.