Loading...
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.