Loading...
HomeMy WebLinkAboutR-91-0018an L_49 Muro/91 P RESOLUTION NO. y 18 A RESOLUTION, WITH ATTACHMENT, AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH THE MUNICIPAL CODE CORPORATION FOR PROFESSIONAL SERVICES IN THE REPUBLISHING AND CODIFICATION OF THE CHARTER AND CODE OF THE CITY OF MIAMI, FLORIDA, AND IN SEPARATELY BOUND LOOSE-LEAF- FORM, ORDINANCE NO. 11000, THE CITY'S NEW COMPREHENSIVE ZONING ORDINANCE, IN AN AMOUNT NOT TO EXCEED $40,562; ALLOCATING FUNDS THEREFOR FROM THE FISCAL YEAR 1989-90 BUDGETED FUNDS OF THE OFFICE OF THE CITY CLERK ($10,562), AND FROM FISCAL YEAR 1990-91 BUDGETED FUNDS OF THE PLANNING, BUILDING AND ZONING DEPARTMENT, SPECIAL REVENUE FUNDS ($20,000), AND SPECIAL PROGRAMS AND ACCOUNTS ($10,000). WHEREAS, the last major republication and supplementation of the Charter and City Code was printed in 1980; and WHEREAS, there are now thirty-seven separately printed supplements which have been issued to update the Charter and Code since the previous replication in 1980; and WHEREAS, it is now necessary that these supplements be codified and that the Charter and code be republished in its completed form; and WHEREAS, Zoning Ordinance No. 9500 was published separately in bound loose-leaf form in 1983 and six separately printed supplements were subsequently issued; and WHEREAS, by Ordinance No. 11000, March 8, 1990, the Commission adopted a new Comprehensive Zoning Ordinance for the City of Miami, which became effective September 4, 1990, and repealed Ordinance No. 9500; and WHEREAS, it is also now necessary to publish new Zoning Ordinance No. 11000 separately in bound loose-leaf form, and to provide for periodic supplements; 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 City Manager is hereby authorized to execute 1 ATTACHMENT CONT HND CITY COMMISSION ME -MG OF JAN 10 10 gi- s an agreement, in substantially the attached form,l/ with the Municipal Code Corporation for professional services in the printing and codification of the Charter and Code of the City of Miami, Florida, and in separately bound loose-leaf form, Ordinance No. 11000, the City`s new Comprehensive Zoning Ordinance, with funds therefor, in an amount not to exceed $40,562, being hereby allocated from the Fiscal Year 1989-90 budgeted funds of the Office of the City Clerk ($10,562), and from Fiscal Year 1990-91 budgeted funds of the Planning, Building and Zoning Department, Special Revenue Funds ($20,000), and Special Programs and Accounts ($10,000). Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this loth day of J ary , 1. XAVIER L. 'UAREZ MAYOR ATTEST• MATTY HIRAI, CITY CLERK BUDGETARY REVIEW AND APPROVAL: MANOHAR S. SU DIRECTOR DEPARTMENT OF T FINANCIAL REVIEW AND APPROVAL: CARWMENT GARCIA, DIRECTOR DEP OF FINANCE PREPARE AND APP OVE BY: HUMBERTO HERNANDEZ ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: JOVGE L. CITY AT�I M1948 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. -2- 18 �1- CONTRACT for the PRINTING and CODIFICATION of the CODE OF THE CITY OF MIAMI, FLORIDA by the MUNICIPAL CODE CORPORATION Tallahassee, Florida WHEN RETURI41NO FOR FURTI A REVIEW, PLEASE IDENTIFY AS THIS AGREEMENT made and entered into this day of 19 , by and between the MUNICIPAL CODE CORPORATION, a corporation duly organized and existing under the laws of the State of Florida (hereinafter referred to as "CORPORATION"), and the CITY OF MIAMI, a municipal corporation duly organized and existing under the laws of the State of Florida (hereinafter referred to as "MUNICIPALITY"). WITNESSETH: That the CORPORATION shall print and codify a Code of Ordinances for the MUNICIPALITY in accord with the terms and conditions of the MUNICIPALITY's Specifications of October 18, 1990 and Bid No. 90-91-015, a copy of which is attached hereto and made a part hereof. IN TESTIMONY WHEREOF, the CORPORATION has caused this Agreement to be executed by the signing of its authorized officers and the affixing of its corporate seal, and the MUNICIPALITY has caused this Agreement to be executed by the signing of its authorized officers and the affixing of its corporate seal, this day and year first written above. ATTEST: MATTY HIRAI City Clerk ATTEST: Corporate Secretary APPROVED AS TO FORM AND CITY OF MIAMI, a municipal corporation of the State of Florida By. .CESAR H. ODIO City Manager MUNICIPAL CODE CORPORATION By: Executive Vice President JO GE,L. FE ANDEZ 14.0 Ci y A me HH:yv:M243 91- 18 M DID_DECIIAITT_IIET A DID ITEM: Codification and Printing of Cit,Y of Miami Charter Code t' B-iC@ 121 i0. s an-a1-ni5 DATE AID(s) OPINIDe No =e SX A1,990 2y3Q,g.m. OTAL PIP -PREP of I� r DSDDER DID �M6VNT CA58IDANt_CHICK� Ilk RECEI '` 1 LD LEGAL ADVERTISEMENT '=^0 C�J REP NO, 90-91-015 Sealed proposals will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida 33133 not later tha : p.m., ovem er , IV. The purpose of this proposal is for the services of codification and printing of the updated City of Miami Charter, Code of Ordinances, the Zoning Code and their respective supplements. Which will include distribution to subscribers as needed for a period of ten (10) years. The codifier shall maintain a company office with a representation in Dade County, Florida. Proposals submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10538 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting {: proposals and who are not registered with the City as minority or women vendors are advised to contact the City of Miami Minority/Women Business Office, 1390 NW 20 Street, Telephone 575- 5174. Detailed specifications for the proposals are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. (Ad *o. 8005 ) Cesar H. Odio City Manager 91-- 18 1 � °t.�lIUUV ' i RECEIVED i number must appear REQUISITION FOR ADVERTISEMENT ;ggp OCT I gTin h1� al8velti�ement. DEPT/DIV Procurements (for Planning Bldg. i Zoning) 14TTY ` C. ACCOUNTCOOE 360259=287-110042 F'`r'K CITY CLrn; DATE 10/4/90 ' PHONE 575-5174 AP EDb�J(('r f •-'� ;,• PREPARED BY Maritz a ! Pacles DIRkCTOR OF ISSUING DEPARTMENT Publish the attached advertisement one (1) tames. • -+ (number of th,e ) Type of advertisement legal i $ classified display ; (Check One) Stm: Legal Starting date 10 / 19 / 9 0 First four words of advertisement: l F.FP No. 90-91-015: Sealed proposals will bc- -_ Remarks: Printing, and Codification of the -Cit) s Charter & _Code (open 11/5/90 - 2:30 p.ra.) DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. ' LINE I PUBLICATION ; DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 Miami Review f B•2 C-3 D-4 1 , E-5 i r IF3 F4 FS I F7 F8 F9 F10 Fit F12 UNE TRANS VOUCHER f DUE DATE YY MM 00 Adv. Do c Reference VENDOR INDEX CODE OBJECIIPROJEC 11 13 1 11718 1 2534 39 42 50 51 56 57 62 63 65 68 0 1 2 4 1 VIPJ I I I I I I I 1 1 1210121- 2 8 7 1 21314 7 8 V P 12 314 15 DESCRIPTION 36 64 DISCOUNT SM 72 AMOUNT 5 2 0 0 2 0 1 White — Purchasing Yellow copy: Pink copy: i I s Yellow - Finanoe Silvia Mendoza, City Maritza, Procurement i Approved for Payment Pink — Department i Clerk's Office 18 Management n Professional Services Proposal for Miami, Florida November 2, 1990 Municipal Code Corporation 91- f� TABLE OF CONTENTS (1) General Conditions (2) Proposal Sheet (3) Bid Sheets (4) Debarment Form (5) Minority Classification (6) Public Entity Crimes Form (7) City's RFP Special Conditions (8) City's Specifications (9) Ord. No. 10538 (10) MCC's Qualifications • THREE COPIES OF tS r SET .OF FORMS MUST "F�'� SJSMIT PROPOSALS To: U, RETURNER OR YOUR B:r, CITY OF MIAMI, FLORIDA Office of the City Clerk MAY BE DISQUALIFIED. Re uest or Pro osal 3500 Part American Drive TERM CNTRACTp P.O. Box Proposer Acknowledgment Miami, Floridaorida 33133 Page t of TELEPHONE NUMBER -_ per' 575-5174 Proposals will be opened: November 5r 1990 at 2:30 P.M. and may not be withdrawn within ninety days after such date and time. Ali awards made ass ►esutt of this"` Shall conform to applicable sections of the charter and code of the City of Miami. MAILING DATE ICltyl 10/18/90 RFP NO. 90-91-015 RFP TITLE Printing and Codification of City's Charter & Code Reason for "no proposal" NAME OF VENDOR A CORPORATION OF THE AREA CODE TELEPHONE NUMBER VENDOR NO. Municipal Code Corp. I STATE OF'Florida Boo 1 342-261. 1-N/A MAILING ADDRESS VENDOR MAILING DATE: P. 0. Box 2235 November 2, 1990 CITY -STATE -ZIP CERTIFIED OR CASHIERS CHECK IS ATTACHED, Tallahassee, Florida 32 316 WHEN REQUIRED. IN THE AMOUNT OF S III - -- VOTE: ALL REFERENCES TO THE TERMS '%ID" OR 'iB OR "PROPOSER" AS APPLICABLE. I re,pfy that mix bid is mafk wthout prior undwsunding. agreer►lerrt, of connection with any corporation, hnn, or person submitting a bid nor the Yore maler,als. supplier. Or epu,pntenr. and its ,n all respecr; fair ark/ n+thour :ollur•o„ or Iraur/ i agree to awrk by all co(htif,ons of MU bid and certify Mar I am aurtwoml to s,g+l this bid for the bidder. DD " S NEI AUTI RIZED SIGN A. 1witon Lgford AUTHORIZED SIGN GENERAL CONDITIONS BIDDER: To insure acceptance Of the bid, follow }hest instructions. SEALED BIDS: All bid sheets and this form must be executed and submitted in a sealed envelope. The face of the envelope shall Contain, in addition to the above address, the dale and time of the bid opening and the bid number. Bids not submitted on attached bid form may be rejected. AJI bids are subject to the conditions specified hereon and on the attached streets. 1. EXECUTION OF 810: Bid must contain a manual signature of an authorized representative in the space provided above. The company na - must also appear on each page of the bid as required. ) 1 NO BID: If not submitting a bid, respond by returning this form, marking It "NO BID", and explain the reason In the space provided above. Repeated failure to quote wlthcvA sufficient justification shall be cause for removal of the supplier's name from the bid mailing list. NOTE: To quality a a respondent, bidder must submit a "NO BI D', and it must be received no later than the stated bid opening date and hour. i BID OPENING: Shall be public, on the data and at the time specified on the bid form. It is the bidder's responsibility to assure that his bid Is delivered at the proper time and plact of the bid opening. Bids which for any reason are not so delivered, will be returned unopened. Offers by telegram or telephone are not acceptable. a. PRICES, TERMS and PAYMENT: Firth prices shall be quoted; typed or printed in ink and Ineh+dt elf packing, handling, fhiOPWq charges and delivery to any loW within Dade County. Bidder is requested to offer cash discwtt for prompt kwWcg payment. Discount time will be computed from the date of satisfsCtWY delivery of piste Of acceptance Or from receipt of correct invoice at the Office specified, wthicrntver is later. O TAXES: Do not include State or Federal taxes not cep• plicable to municipalities. The applicable Tax ExelnPlion number is shown on the Purchase Order. W MISTAKES: Bidders are expected to examine few speCificatiom delivery schedule, bid prlces, and all In- TO *AN ' L President (Typed) TITLE Wulctions pertaining to supplies and servlc:es. FaUure to do so will be at bidder's risk. e) CONDITION AND PACKAGING: it Is understood and agreed that any item offered or shipped as a result Of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard Coih- mtarcial packaging. d)SAFETY STANDARDS: Unless oMerwise stipulated in the bid, all manufactured items and fabricated awmblits shall comply with applicable requirements Of OC- apatlonal Safety and Health Act and any standards therrsrncler. 0.INVOICINO AND PAYMENT: The contractor shall be paid upon submission of properly certified invoices to the city of Miami at the prices stipulated on the purchase carder, less deductions if any, as provided. All invoices shall bear the purchase order. Invoicing at variance with this provision may subject the contract to cancellation. S. MANUFACTURER'S NAMES AND APPROVED EQUIVALENTS: Any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are for information, not to limit competition. The bidder may offer any brand for which he is an authorized representative, which meets or excceds the specification for any Item(%). It bids are based on equivalent products. In - draft on the bid form the manufacturers name and number and Indicate any deviation from the specifications. YOUR BID, LACKING ANY WRITTEN INDICATION OF INTENT TO QUOTE AN ALTERNATE BRAND, WILL BE RECEIVED AND CONSIDERED AS A QUOTATION IN COMPLETE COMPLIANCE WITH THE SPECIFICATIONS AS LISTED ON THE BID FORM. The Division of Purchasing Is to be notified of any proposed changes in (a) materials used, (b) manufacturing process, or (c) construction. However, changes shall not be binding upon the City unless evidenced by a Change Notice issued and "rod by she Purchasing Agent. AUIL: ALL !cl1-hKLNCE7STO THE TERMS 7BID" AND/OR 'BIDDER" SHALL BE REDEFINED TO MEAN "PROPOS OR "PROPOSER" AS APPLICABLE. , t INFORMATION AND DESC'TIVE LITERATURE. - Bidders must furnish all inforrm� requested in the spaces provided On the bid form. Fu, as may be specified elsewhere, each bidder must Submit with his proposal cuts, sketches, and descriptive literature and complete specifications covering the products offered. Reference to literature submitted with a p►evio'IS bid will not Satisfy this Provision. Bias which do not Comply with these requirements are subject t0 rejection. 7. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed in writing to the pur• Biasing agent for inquiirt no later then three ries must reference (the date at bid prior to the bid opening. Opening and bid number. L CONFLICT OF INTEREST: The award hereunder is subject to all confIiciof interest ProvisIons cot the City of Miami, Dade County, and the State of Florida. 9. AWARDS: As the best Interest of the city may require, the right is reserved to make awards) by individual item, group of items, sit or none, or a combination thereof, and on a city wide basis with One Or more svpplim: to reject any and all bids or waive any minor informality or technicality in bids received. M SERVICE AND WARRANTY: Unless otherwise Specified, the bidder shall define any warranty service and replacements that will be provided during and subsequent to this contract. Bidders must explain on an attached sheet to What extent warranty and service facilities are provided. 11. SAMPLES: Samples of items. when Called for, must be tumished free of expense, and if not destroyed may, upon reduest, be returned at the bidder's expense. Request for the return of samples must be made within ten (10) days following opening of bids. Each individual SAmple must be labeled with bidder's name, manufacturer's braihd name and number, bid number and item reference. Samples of suc• crssful bidder may remain on file with the Division of Pur• chasing for the term of the contract. tL NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or by other appropriate testing laboratories. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, Florida Statures, 1971. 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 or purchase order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defaulting contractor. Any violation of these stipulations may also result in: a) Svpplier's name being removed from the City of Mlami"S venow mailing list. 11 INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance will be of destination unless otherwise provided. Title and risk of loss or damage to all items shalt be the responsibility of the contract supplier until accepted by the ordering agency, unless loss or damage results from negligence by the ordering agency. W. DiS/UTES. In use of any doubt or difference of opinion as to the items to be furnished herunder, the decision of the city mhanagershall be final and binding on both parties. IL GOVERNMENTAL RESTRICTIONS: In the evert any glovemmental rssfrictions may be imposed which would. necessitate all r Lion Of the material, quality, workmhanship m or perforenpS the items offered On this proposal prior to their delivery, ,all be the responsibility of the successful bidder to motif y tme purchasing agent at once. indicating in his letter the Specific regutatiom which required am alteration. The city reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel the comiract at no expense to the city. 16. LEGAL REQUIREMENTS: Federal, State, county, and city laws, ordinance. rules, and regulations that in any manner affect the items covered herein aopby. Lack of knowledge by the bidder will In no way be a cause for relief from reason. sibility. 17. PATENTS AND ROYALTIES: Thebidder,without exception, Shall indemnify and save harrnle%S the City Of Miami Its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the city of Miami the bidder uses any design, device, or materials covered by letters, patent or copyright, it,is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. III. PRICE ADJUSTMENTS: Any price decrease effectuated during the contract period 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. 19. CANCELLATION: All contract obligations shall prevail for at least 180 days otter effective date of the contract. For the protection of both parties, this contract may be cancellod in whole Orin part upon the mutual assent of the parties. 20. 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. 21. ABNORMAL QUANTITIES: While It is not anticipated, Should any unusual or abnormal quantity requirements arise, the city reserves the right t0 call for separate proposals thereon. 2L ADVERTISING: In submitting a proposal, bidder agrees not to use the results therefrom as a part of any commercial advertising. 27. ASSIGNMENT: Any Purchase Oroer issued pursuant to this bid invitation and the monies which may become due hereunder are not assignable except with the prior written approval of the authorized representative of the city of Miami. 24. SUMMARY OF TOTAL SALES: The bidder agrees to furnish the purchasing agent a summary of sales made under the Contract at the end of each quarter, or as stipulated In the attached special conditions. If this requirement cannot be met written justification must be submitted with this bid. 25. LIABILITY: The supplier shall hold and save the city, its officers, agents, and employees harmless from liability of any kind In the performance of this contract. NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CON. DITIONS SHALL HAVE PRECEDENCE NOTE: THIS SHEET AND THE ACCOMPANYING 810 CONSTITUTE AN OFFER FROM THE BIDDER. IF ANY OR ALL PARTS OF THE BID ARE ACCEPTED BY THE CITY OF MIAMI, AN AUTHORIZED REPRESENTATIVE OF THE CITY SHALL AFFIX HIS SIGNATURE HERETO, AND THIS SHALL THEN CONSTITUTE THE WRITTEN AGREEMENT BETWEEN THE PARTIES. THE CONDITIONS OF THIS FORM BECOME A PART OF THE WRITTEN AGREEMENT BETWEEN THE PARTIES, 'AND THE CITY HEREBY RELIES UPON ANY REPRESENTATIONS BY THE BIDDER AS ARE CONTAINED HEREIN. CITY OF MIAMI �w William J. Schaut Procurement Supervisor. tooe) Contract/Purchep Order NuR}ber, Effective CITY OF MIAMI, ._.GRID) PROCUREMENT MANAGEMENT DIVISION P.O. SOX 330708 Miami, FL 33233•-009 TELISPHONE NO. 575-5174 PROPOSAL NO. -90-91-015 IMPORTANT: PROPOSAL SHEET AND PROPOSAL ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY PROPOSAL NUMBER, TIME AND DATE OF PROPOSAL OPENING. IF SECURITY IS REQUIRED, A PROPOSAL WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms:net (Include cash discount for prompt payment, if any) Additional discount of n/a % if awarded all items. Warranty and/or guarantee: MCC guarantees editorial & typographical correctness. State any variances to specifications (use separate sheet if necessary): delivery for each item on pages 1 of 3 and 2 of 3. Delivery: See calendar days required upon receipt of Purchase Order. Delivery Point(s):_ City of Miami City Hall _ City Clerk's Office _ 3500 Pan American Drive Miami, Florida 33133 _ In accordance with the Invitation to Proposal, the Specifications, General Conditions, Special Conditions, and General Information to Proposal, we agree to furnish the Items) at Prices indicated on the attached proposal sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: George R. Langford A. Lawton LangforA - UrAciAPnt Bill Carrol i , Vi rA PrAc _ -rnAP napt Robert Laslie, Vice Pres.-Sully. Dept. (Please use the back of this page if more space is necessary) Name of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned proposal acknowledges that it has received a copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City o iMiami, and agrees to comply with all applicable substantive and procedural provi ons therlin, including •a;y amendments thereto. • BIDDER: Municipal Code Corporation_ Signature x (company name) Print Name: A. Law t n L Qf rd Indicate if Minority Business: Date: November 2, 1990 [ ] Black [ ] Hispanic [ ] Women FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS PROPOSAL OVER NAMES OF COMPANY OFFICERS: Dale Barstow - Vice Pres. - Sales Jim Mast - Vice Pres. Operations Gloria Jacobs - Secretary Sara Matthews - Treasurer George R. Langford - Chairman of Board _.. 91 - 18 W CITY OF MIAMI, FLORIDA REP NO, 90-91-015: BID SHEET ITEM I (Delivery: eight (8) months) Cost for editorially preparing the Charter and Code of Ordinances and printing approximately 550 copies of each. *a. Cost per page $.24.00 b. Additional 50 copies, per page $ •75 100 copies, per page $ 1.50� c. Binders/Tabs: (State if minimum order required) (i) Three -post expandable binders, $18.50 cost per binder (minimum of 50) (ii) Special order divider tabs, cost per set $18.00 ( 77 tabs per set) (minimum of 50 sets) (iii) Major title divider tabs, cost per set $ 1.50 ( 6 tabs per set) ITEM II (Delivery: four (4) months) Cost for editorially preparing the Zoning Ordinance and printing approximately 800 copies of the Zoning Code. **a. Cost per page $29.00 b. Additional 100 copies, per page $ 1.50 c. Binders/Tabs: (State if minimum order required) (i) Three -post expandable binders, $ 18.50 cost per binder (minimum of 100, per specs) (ii) Three-ring vinyl binders, cost per binder $ 4.50 (minimum of 700, per specs) (iii) Special order divider tabs, cost per set $ 7.00 (29_ tabs per set) (minimum of 100, per specs) (iv) Major title divider tabs, cost per set $ 1.50 ( 6 tabs per set) (minimum of 700, per specs) Republication may be postponed until a later date in view of the frequency the Code is updated through the Looseleaf Supplement Service. ** Tabular matter will be Ten Dollars ($10.00) per page additional to the per page cost set out in Item II above. pp�age 1 of 3 BIDDER: MUNICIPAL CODE CORPORATION J1 8 ITEM III (Delivery: sixty (60) days) Charter and Code of Ordinances. Prepare the ordinances editorially and print approximately 550 copies of each Supplement a. Supplements: Annual charge Cost per page (550'- 600 copies) b. Reprints: First 50 copies, per page Each additional 50 copies, per page Cordwain paper covers, each c. Binders/Tabs: (State if minimum order required Cost per binder (minimum of 50) Divider tabs ( 6 tabs per set), cost per set -minimum of 50) . d. State Law Report ITEM IV (Delivery: sixty (60) days) Zoning Code. Prepare the ordinance editorially and print 800 copies of each Supplement. a. Supplements: Annual charge Cost per page b. Additional 100 copies, cost per page MOIST- 11 c. Reprints: First 50 copies, per page $ a_Sn Each additional 50 copies, per page $ _7r, Cordwain paper covers, each $ i nn c. Binders/Tabs: (State if minimum order required (i) Three -post expandable binders, $9i_nn cost per binder (minimum of 25) of 50) (ii) Three-ring binders, cost per binder (min./ $10.50 (minimum of 100) $ 7.50 (iii) Special order divider tabs, cost per set $ 9.00 (minimum o7 ( 29 tabs per set) (minimum of 100) $ 7.50 50) (iv) Major title divider tabs, cost per set $ 1.50 ( 6 tabs per set) (minimum of 50) EIDDER: MUNICIPAIL CODE CORPORATION page 2 of 3 9 i __ -18 ITEM V COST FOR ADDITIONAL SERVICES a. Analyzation of Code of General Ordinances (i) Legal Review and submission of editorial memorandum $65.00 Per hour b. Distribution and Storage Services (i) Solicitation assistance and printing order cards $ no charcre * (ii) Mailing of Codes and Supplements, per mailing, plus postage $ 1.00 • (iii) Billing of subscribers for Code and/or Looseleaf Supplement Service per subscriber $ 3.50 (iv) Storage of Codes and Supplements $500.00 (Includes Zoning Publication) Annually BIDDER: Municipal Code Corporation SIGNA (Company name) FAILURE TO COMPLETE, SIGN, AND RETURN THIS BID. * These costs are passed on to the subscribers in the charges for the Code and/or Zoning publication. 3 page 3 of 3 L` DEBARMENT AND'SUSPENSI '. City of Miami Code Sec. 18-56.4 (a) Authority and Ceouirement to debar and suspend: f 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 commission. (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 7. 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: 91 ... 18 FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISOUALIFY THIS BID. a CITY or al#Ai sit"WIty/Maas betfs.ss Affairs Ileglefreflen Allldwi/ Mast Cheek One 007 t t Mlslonlc t l Ilp�aa —__--- t 1 blseM I (ns), too unde►st/had ag►w to "0 fellaelml comilllfensr ll that to hwo read City of Mlurttt ordtaowee tb. tl)97e std meet the lllty.erre se►eent 17111 ewmerahly errd raagrmutt reewlrr sont for slemrftvrown m P"Wrofsen states sued 'All sblde Isy WI of the yslfef" (teed r"VIeflana Q"Wvtlue/ the City of Illswi Yfimrlfy owl a' lbaeo ftstwMs Otterlrrtss Reesdorosl 11 that It at any *to@ ImfoPmgtI a SobaWfed N the tawlarslgwed .pplleamt to life/for rowdttr Appi lestlem should ►e" to to (else. Iseacewate. or sisls"Img, oapiteent+/ *am will be straw tree /ha City of Inwlrt Mteter lremder list with nee further aaatlderHlsm blwos !r Iftls 3) that the City of $goal aelatolat the right. through oserd of blot eenfreet. to roves• the sword. should It be fewrd fAat felt*. Insees- rate or tileloMtal tnferestlem or a them/• Is the orlgleai tafersefltw hire oeewr.d t • Al /a softly the City of ghat withta thirty 1301 days of any coon" In the tire,$ *~shot. etmttr.l. management or status as see eagelaq elaorfty/femele business e"ewra of IMlealed am "A Womb" A"Ileo- flea• sad fhsf The City of elteel. $sea a Ilr.dlev to the eewtrery. say render a firs4 raglsireffta with the City *oil sued void ewd emete to faelude that tiro In its registered flat of alnerlty, and resese�mwad bee f at1Nf t 4 91 Mat the City of Most has o right fe diligently wordy sit lafereo- Item submitted by evellesof to his/her fender Aaftteaflew to nenlfor the states .f the lctvwlfy/tam.en buslasts Enfwpr lsa. sseca rollsteredt $I Mot the City of Ill Pot may the►s, a first% roglptrat lon Iofoi net fem. eencwselrg Its etserily/womew states and Its capability. with other municipal or state agewetoo for the sale suroeta of neeesstag the fire to Met♦ reewremMt seperftm.lflos. "less otherwise emitted by the form to srMho. I toot cartlfy umf*r the penalties rtf perjury Met the taforwatlom tonfalowl In shy and all Mpl(cstlon doctresets submitted to the City of Offset to everect as par trdlmewce eh. KMS1. dire "meet (If stgnlal es a Corporate officer. alndty offl■ earparefe feet.) (%me. tftto a a►of (Now. title A ate) This ssptlestlon ""f be sighed by of loeef nne dewwef portaw of a pertaarship or Ma pr.pt. seer .f a sate rorietorship or ail parlseerf of a feted weueluro. II O T A a 1 R A T l O a COUNY, u cmwv or "a . a►a - That _ persoasI I appeared be fare go and ocknowledged the two"ln/ lastrumewt of hts/tle► of sad Hold. j NOTARY PULMi lee► ometestem Eglrest E RFP NO. 90-91-015: INFORMATION SHEET 1 . MINORITY CLASSIFICATION AND PARTICIPATION 1. Indicate MINORITY/WOMEN CLASSIFICATION of Business Enterprise (PROPOSER): L ] BLACK i 3 HISPANIC [ ] WOMEN (X I NON -MINORITY 2. If OTHER, detail MINORITY/WOMEN PARTICIPATION within your firm, or as as 'it may apply to this proposal, if awarded: A. JOINT VENTURE: Provide Information regarding Minority/ Women firm participating as such, and the extend of participation I of Dollar Firm Name Business Address Proposal Amount B. SUBCONTRACTORS: Provide Information regarding Minority/ Women firms participating as such, and the extend of the work I of Dollar Firm Name Business Address Proposal Amount No subcontractors C. SUPPLIERS: Firm Name Provide detail Women firms that goods or services, Business Address regarding minority/ will supply you with and the extend % of Dollar V,-^r%n0A1 Amount D. AFFIRMATIVE ACTION PROGRAM If existing, Date Implemented: October 30 1989 If planned, Date of Proposed Implementation: Proposer: .Signature:. FAILURE TO THIS BID. CIPAL CODE CORPORA' LETS. $IGN, ANC IR$TURN 'THIS FORM MAY DISQUALIFY Sjw 1e S*OR.N STATEMENT UNDER SECTION 287. aT"MA11= ON PUBLIC ENTITY �JMS • THIS FORM MUST BE SIGNED M THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. ij L This mm statement is submitted with Bid, Proposal or Contract No. 9 0 — 91— 015 1br Printina and modification of the City's Charter & Code 2. This sworn statement is submitted by-- Municitial Code Corporation (name of entity submidW& sworn statement) whose business address is __ 1700 Canital Circle. SW, Tallahassee_, FL 32304 (P.O. Box 2235, Tallahassee, FL 32316) (if applicable) its Federal Employer Identification Number OMIN) h 5 9 — 0 6 4 9 0 2 6 , (If the entity has no F N, iadnde the Social Security Number of the individual signing this sworn statement: •) 3. My name h A. Lawton Langford and my relationship to the (please print name of individual signing] entity named above is President 4. 1 understand that a 'public entity crime' as defined in Paragraph 287.133(1)(g), f1orida Statvte,3 means 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 with 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 antitrust, fraud, then, bribery, collusion, racketeering, conspiracy, or material misrepresentation. S. I understand that 'convicted* or'conviction' as defined in Paragraph 287.133(1)(b),-Ronda 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 nolo contendere. & I understand that an 'affiliate as defined in Paragraph 287.133(1)(a), 1oorid9 Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or 2 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 term 'affiliate' includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an aiTiliate. 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 fade case that one person controls another person. A person who knowingly 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 a hate. 7. I understand that a -person- as definer! in Paragraph 287.133(i)(e), Florida 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 services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. 'The term 'person' includes those officers, directors, c=tives, partners, shareholders, employees, members, and agents who are active in management of an entity. L Based on information and beilef, the statement which I have marked below is true in relation to the entity submitting this sworn statement, (Please indicate which statement applleQ 91 -- 18 '& _ Neither the eq submitting this sworn statement, nor of icem directors, eaecativea, partners, shareholdet,� `� ployees, members, or agents who are a%ln management of the entity, nor any affiliate of t.... entity. have been charged with and con...xed of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or mom of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active In 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, A= [Please indicate which additional statem at appiles.) There has been a proceeding concerning the conviction before a bearing oMcer of thetate of Florida, Division of Administrative Hearings. The banal order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. [Please attach a copy of the Ma[ order.) The person or atfiliste was placed on the convicted vendor list. There has been a subsequent proceeding before a bearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. [Please attach a copy of the naal order.) The person or affiliate has not been placed on the convicted vendor list. (PIOM describe any action Wren by or pending Idth the Department of General Services.) November 2, 19 STATE OF Florida COUNTY OF T.Pnn PERSONALLY APPEARED BEFORE ME, the undersigned authority, la C'-4r n ,,--) r -?- -J�, rv/ who, after first being sworn by me, affnted Uwter signature [name of individual signingl in the space provided above on this 2nd day of Nov. . 19 2,0 _. L(. % / /C NOTARY PUBLIC My commission expires: -- - NOTARY PUBLIC. "ATS or rt oriog; MY COmMIbSiON EXF1RES: SEPT. A. 1999. WONOCO TNRN NOTARY IUaWC LNOR RWRITLRt. Form PUR 7068 (Rev. 11/89) CITY OF MIAMI, FLORIDA R P NO. 90-91-015: SPECIAL CONDITIONS 1. SCOPE AND P RU POSE It is the intention of the City of Miami to establish a contract for the codification and printing of the updated City of Miami 1980 Code of Ordinances and the Zoning Code and Supplements as specified. 2. TERM OF CONTRACT The contract shall be effective for a minimum period of ten (10) years with the option to extend for two additional five (5) year increments. At the beginning of the sixth (6) year of the agreement, cost may be subject to increase or decrease to reflect any change in the U.S. Consumer Price Index, the cost established for the sixth year should be effective through the end of the tenth year. The City of Miami reserves the right to require the Contractor to submit evidence substantiating any proposed price increase. This contract may be renewed after ten years provided that the following requirements are met: a. Adherence to the original terms and conditions of the contract as stated herein. b. Attainment.of mutual written agreement. c. Availability of funds. d. Continued satisfactory performance of the Contractor as determined by the City. e. Acceptance of the Contractor's proposed pricing. In the event the Contractor is unable to extend the contract, advance written notice and explanation must be submitted to the City not later than sixty (60) days prior to annual expiration date. The City reserves the right, in the event of non -renewal for whatever reason, to extend the contract for an additional period, or on a month -to -month basis until a new contract is effected upon mutual written consent. 3. PERFORMANCE GUARANTEE Within ten (10) days after notification of award of proposal, the successful proposer shall furnish to the Chief Procurement Officer a Performance Bond in the amount of One Hundred per cent (100%) of the total first year cost of the contract. page 1 of 6 91 is RFP NO. 90-91-01-4' SPECIAL•CONDITIONAAontinued) The Performance Bond or Guarantee shall be accompanied by an affidavit of a qualified officer or attorney -in -fact of the Surety Company or of the entity tendering such guarantee, setting forth the amount of capital and the amount of surplus held by such entity as of its last published report, and the date of such report. The limit of surety acceptable from any other risk shall not exceed ten per tent (10%) of the combined capital and•surplus . shown by such affidavit. No Performance Bond or Guarantee will be accepted by the City of Miami unless it is signed by a licensed agent of the state as attorney -in -fact for the entity writing the same and unless the same is written by a properly licensed insurance agent located in Metropolitan Dade County. The cost of the above bond may be included in the proposal price. A certified or cashier's check, cash, or an irrevocable (local) bank letter of credit, in the amount of One Hundred per cent (100%) of total first year cost of the contract, and made payable to the City of Miami, Florida, may be provided in lieu of the Performance Bond. 4. QUALIFICATIONS Request for proposals will be considered only from firms that are regularly engaged in the business of providing the services as described in this proposal; that have a record of performance for a reasonable period of time; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a Contract under the terms and conditions herein stated. An inspection of the vendor's facilities and/or equipment may be made prior to award. The vendor shall submit a staff resume indicating, but not limited to, the following criteria: a. The vendor shall be a Florida based company. b. The vendor shall have a minimum of 10 years' experience in the codification and supplementation of Florida municipal Codes. - (i) Number of years in business. (ii) Size and experience of the firm. c. The vendor shall be familiar with Florida laws. (i) Names and contact persons of at least five cities or counties within the State of Florida wherein similar projects have been completed. page 2 of 6 91 •- -18 RF'P NO. 90-91+-01.1�SPECIAL CONDITION. ,.ontinued ) d. The vendor shall maintain a company office with a representative in Dade County, Florida. (i) Name of Regional Representative. j; (ii) Address and telephone number of company office. e. The vendor shall maintain a full time law editorial staff. - (i) Law editorial staff make-up: (i.e. number of years of experience, educational background, State Bar membership, etc.) (ii) Dame of at least two law editors on staff that are members of the Florida Bar Association. (iii) Name of at least two law editors on staff that have a minimum of 10 years' experience each in Florida City and county codification. f. Support staff make-up (i.e. editors, indexers, proofreaders, etc.). g. Clearly identify persons assigned to the project and project j contact person. h. Degree of work, if any, that is to be subcontracted (i.e. attorneys, printing, etc.). 5. AWARD OF CONTRACT a) The contract will be awarded to the lowest responsive, responsible proposer(s) whose proposal(s), conforming to the Solicitation, is most advantageous to the City. b) The City shall award a contract to a proposer through action taken by the City Commissioners at a duly authorized meeting. This action shall be administratively supported by a written agreement executed by both parties. c) The General Terms and Conditions, the Special Conditions, the Technical specifications, the proposer's Proposal and the Purchase Order are collectively an integral part of the contract between the City and the successful proposer. d) While the City Commissioners may determine to award .a contract to a proposer(s) under this solicitation, said award may be conditional on the subsequent submission of other documents as specified in the Special Conditions. page 3 of 6 91- 18 w RFP NO. 90-91-01!, SPECIAL.CONDITIONS&' ':ontinued) The proposer shall be in default of the contractual obligation if any of these documents are not submitted in a timely manner and in the form required by the City. If the proposer is in default, the City Commission will void its acceptance of the proposer's offer and may determine to accept the offer from , the second lowest responsive, responsible proposer or re -solicit proposals. The City may, at its sole option, seek monetary restitution from the proposer as a result of damages or excess costs sustained and/or may prohibit the proposer from submitting future proposals for a period of not fewer than three (3) years. b. DEFAULT The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful proposers to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated or within thirty (30) days, whichever is earlier/applicable. The City may, by written notice to the Contractor, terminate the proposal/contract if the contractor has been found to have failed to perform his services in a manner satisfactory to the City. In the event the contractor is found to be in default, any and all reprocurement costs may be charged against the Contractor, and may also result in the supplier being debarred or suspended from future City Request for proposals. 7 MINORITY PROCUREMENT PROGRAM Ordinance No. 10538 entitled the Minority 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 Ordinance No. 10538, 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 request for proposals. In evaluating request for proposals 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 request for proposals. Possible ways to include minority participation would involves a. Joint venture with a minority firm(s) b. Utilizing minority firm(s) as msubcontractor(s). C. Utilizing minority firm(s) to supply goods and/or services. page 4 of 6 V, RFP NO. 90-91-01! SPECIAL CONDITIONc�ontinued) d. Successful implementation of well defined affirmative action program. e. Other forms of minority participation, if properly documented. Included in this package is, a copy of Ordinance No. 10538 Additionally, a special Information Sheet has been provided to assist Proposers in presenting information concerning minority participation. Minority business firms are encouraged, but not required, to register with the City prior to submitting proposals. The Procurement Office will provide the necessary forms and instructions upon request. ALL VENDORS ARE URGED TO SUBMIT PROPOSALS 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. Proposers cooperation is greatly needed to aid the City in achieving its goal. i 8 RESOLUTION OF PROTESTS Proposers attention is directed to the attached Section 18.56-1 of the City Code. In the event of protests, compliance to the procedures described therein is mandatory. 9. INQUIRIES Questions regarding this proposal should be directed to Ms. Sara Gonzalez at 575-5174. NO CHANGES IN THIS REQUEST FOR PROPOSAL SHALL BE VALID UNLESS IN AUTHORIZED WRITTEN ADDENDUM FORM AND SENT TO ALL POTENTIAL PROPOSERS. Request for proposal responses will be available for inspection at the Procurement Office, 1390 N.W. 20th Street - Second Floor, ten (10) days after the proposal Opening. REQUEST FOR PROPOSALS RESULTS WILL NOT BE FURNISHED BY TELEPHONE- 10, 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 request for proposals for these herein items, and to make use of other competitively proposal (governmental) contracts for the purchase of these items as may be available. 11. DEBARMENT AND SUSPENSION Proposers attention is directed to the attached Section 18-56.4 of the City Code and certification which must be executed and returned with the Proposal Sheets. page 5 of 6 RFP NO. 90r-91-015: SPECIAL CONDITIONS (Continued) RESOLUTION OF PROTESTS (City Code Section 18-56.1.) (a) Right to Protest. Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest to the chief procurement officer. The protest shall be submitted in writing within fourteen (14) days after such aggrieved party knows or should have known the facts giving rise to the action complained of. (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 protest of an aggrieved actual or prospective contractual party concerning the solicitation or award of the contract in question. Provided that in cases involving more than four thousand five hundred dollars ($4,500.00), the decisions of the chief procurement officer must be approved by the city commission after a recommendation by the city attorney and city manager. The chief procurement officer shall obtain the requisite approvals and communicate to the protesting contractual party; or alternatively if the amount involved is greater than four thousand five hundred dollars ($4,500.00), submit a decision to the city commission within thirty (30) days after he receives the protest. (c) Compliance with time requirements. Failure of an aggrieved party to submit a protest within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to complain and shall bar any legal action therefor by such party. Failure by the city officials to comply with the time requirements provided in subsection (b) shall entitle the aggrieved party, at its option, to bypass the provisions of this section and to institute legal action immediately. (Ord. No. 9572, & 1,2-20-83). page 6 of 6 91•-- 18 SPECIFICATIONS AFP No. 90-91-015 i The CITY OF MIAMI, FLORIDA is requesting proposals for the followings Updating and reprinting the City's 1980 Code of Ordinances and Charter as supplemented through Supplement No. 38. The page size is 8-1/2 x 11 inches, dougle column format (sample text, table and index pages attached). Five hundred fifty (550) copies of the Code of Ordinances, Charter and each Supplement will be required. Publishing and updating the City's Zoning Code. The page size is 8-1/2 x it inches, single column format (sample text, table and index pages attached). Eight hundred (800) copies will be required (estimated 600 pages). LMSELEAF SUPPLEMENT SERVICE CODE OF GENERAL ORDINANCES AND ZOJjIK CODE i SCOPE OF SERVICES 1. SCHEDULE. The vendor shall keep the Codes up-to-date by the publication of Looseleaf Supplements which will contain the new ordinances of a general and permanent nature enacted by the governing body. The Supplements will be published on a schedule to meet the requirements of the City. (City to specify Supplement schedule.) { 2. ORDINANCES TO BE FURNISHED BY CITY. The City shall forward to the vendor the ordinances to be used in the supplement service. 3. EDITORIAL SCRUTINY. A member of the vendor's editorial staff will review the new ordinances in conjunction with the existing provisions of the Code. Pages containing provisions that are repealed, amended or superseded shall be reprinted to insert the new ordinances. 4. EDITORIAL NOTES. Appropriate editorial notes will be prepared and appended to the new sections as deemed necessary by the vendor. 5. INDEX AND TABLES. The vendor will update the Index and all Tables to reflect the new ordinances. lA page is hereby defined as the area on one (1) side of a sheet of paper. A sheet contains two (2) pages. page I of 7 9 1 -- IS RFP H0. 90-91-015,0'� SPECIFICATIONS (Conti'�d) 6. INSTRUCTION SHEET. The vendor will furnish with each Supplement a page of instructions for removal of the obsolete pages and insertion of the new pages. 7. CHECKLIST. The vendor will furnish a checklist of up-to-date pages with each Supplement. S. REPRINTS. The vendor will furnish Supplements for reprint pamphlets at the same time the Code volume is supplemented. The City of Miami reserves the right to reprint, upon request, any other specific portion of the Charter/Code for use by Administrative Departments of the City or for distribution to City employees. 9. BINDERS/TABS. The vendor shall bind the copies of the completed Charter/Code in mechanical, loose-leaf, post -type binders, each with slide -lock fasteners and in dark blue imitation leather covers stamped in gold -leaf on the front cover and spine. If difference in quality of binders exists which materially affect cost, the vendor is invited to send not more than two (2) different sample binders. The vendor shall supply any additional binders and Chapter divider tabs as required. 10. ANNUAL STATE LAW REPORT. (Code of General Ordinances only.) The vendor will review annually the state law changes and submit a report to the City Attorney of any changes which may affect local government Codes generally. SPECIFICATIONS FOR PUBL•TC_ATTON ZONING CODE SCOPE OF SERVICES 1. EDITORIAL PREPARATION. The vendor will incorporate any new amendments to the desired provisions and append the applicable history notes for future reference. 2. INDEX. The vendor will prepare a comprehensive general word Index for, the entire volume. 3. PAGE SIZE/FORMAT. The Zoning Code will be printed in the 8- 1/2 x 11 inch page size, single column format. 4. BINDING/TABS. The vendor will furnish 100 dark blue three - post expandable binders with slide -lock fasteners and imitation leather covers stamped in gold leaf, with. the City's seal on the front cover and spine. The vendor will also furnish 700 navy three-ring vinyl binders of sufficient width to accommodate printed material easily. page 2 of 7 RFP N0. 90-91-olrr" SPECIFICATIONS (Conti,- d) s { One hundred (100) sets of special order divider tabs will be ! furnished by the vendor for housing in the three -post binders, as well as 700 sets of major title divider tabs for i. housing in the three-ring binders. S. QUANTITY. The vendor will editorially prepare the Zoning Ordinance and print 800 copies. ' SPE IZICATIONS FOR ADDITIONAL SERVICES SCOPE 1. OF SERVICES ANALYZATION OF CODE OF GENERAL ORDINANCES WITH STATE LAWS. The vendor will, upon request of the City Clerk, review the entire Code of General Ordinances against current state statutes. The law editor will submit an editorial memorandum to the City Clerk outlining all recommendations for amending the Code to eliminate duplications, inconsistencies and obsolete provisions. The vendor will work with the City Clerk and City Attorney upon request, in drafting proposed legislation, as deemed necessary. 2. DISTRIBUTION AND STORAGE OF CODES AND SUPPLEMENTS. The vendor shall provide assistance in soliciting orders for the Code of General Ordinances, Zoning Code, and future Supplements for both Codes, and to distribute and store the Codes and Supplements as follows: a. Order Forms. The vendor will prepare and print an order form which may be mailed to all potential subscribers of the Codes and Supplement Service. b. Mailing Service. The vendor will mail copies of the Codes and future Supplements to those persons subscribing to the Codes and Looseleaf Supplement Service. The copies required for use by the City will be shipped as requested by the City. c. Billing Subscribers. The vendor will bill subscribers to the Looseleaf Supplement Service on an annual basis. All moneys received will be credited to the City's account for publication of the Supplements or reimbursed to the City quarterly at the City's option. A listing of all current subscribers will be furnished as requested. d. Storage. All undistributed copies of the Codes and future Supplements will be stored by the vendor. All risk of loss or damage -to the Codes and. Supplements so stored will be assumed by the vendor. page 3 of 7 91-r 18 RFP NO. 9 0-91-015 ^'* ; SPECIFICATIONS ( Conti. `d ) GENERAL SPECIFICATIONS 1. CROSS REFERENCE. The vendor shall prepare general cross references throughout the Code, which will relate portions of the Code dealing with the same subject matter as it appears in different sections of the Code and as the quoted portions relate to State Law and to City Charter Sections. 2. PREPARATION FOR PRINTING. The manuscript shall be prepared for printing in the style and format as designated herein. No editorial changes will be made in the material supplied by the City of Miami. In the event of any departure from the text of any official ordinance, such departure shall be the subject matter of a footnote calling attention to the reader to such editorialized change. . 3. PROOFS. After the entire Code of Ordinances, Charter and Zoning Code is set in type, one (1) full set of proofs will be provided to the City Clerk of the City of Miami for review. The vendor assumes the responsibility of proofreading for completeness and typographical correctness. The City of Miami may make word changes on the proofs without charge. However, should the City of Miami delete entire sections, articles or chapters constituting more than one (1) page of type, through no fault of the vendor, the City agrees to be charged for such deleted type at the rate of Ten Dollars ($10.00) per deleted page. The City shall return the proofs, with any changes indicated thereon, within thirty (30) days from the date of their receipt from the vendor. 4. LETTERING a. Text shall be ten -point type with boldface catchlines; b. Index shall be eight -point type with main headings in light -face capitals; c. Editorial notes, cross references, Charter/Code references and State law references shall be eight -point type with boldface headings. Each of these notes and references shall be,located immediately following the section to which it applies. d. Stock shall be 50 lbs. English Finish Book Paper, or its equivalent; page 4 of 7 9 1 --- 18 \l RFP NO. 90-91-01 SPECIFICATIONS (Conti, ed) e. Page size shall be 8-1/2' x 111, including double column format with printing on both sides of the sheet. (Sample double column format page marked "Attachment A" enclosed herein). 5. PAYMENT. The City shall make payment to the vendor for the work herein specified as follows: a. The submitted proposals shall be on the basis of updating and republishing the Charter and Codes as per specifications; with the provision that the vendor shall have the right to act as the City's exclusive sales agent in the sale of the City's Charter/Codes sets, and shall do so at a price to be set by the City Clerk. In no event, shall the vendor be authorized to republish any portion of the Charter/Codes without the approval of the City Clerk. All monies received by the vendor when acting as the City's agent for the sale of Charter/Codes and/or future Supplements shall be placed in a special City of Miami account, such monies to be used by the City to partially defray its cost for being furnished loose- leaf Supplements by the vendor for its internal distribution. b. Payment for future Supplements. All monies due to the vendor for the publication of the loose-leaf Supplements will be due and payable within thirty (30) days after date of delivery of such Supplements and shall be payable without interest. 6. DISTRIBUTION AND STORAGE OF CODES AND SUPPLEMENTS. The vendor shall prepare and print a sales order form which shall be mailed by the City Clerk to all potential subscribers of the new Charter and Code. The names and addresses of all persons subscribing to the new Charter and Codes shall be furnished to the vendor by the City Clerk. The vendor shall bill all such persons subscribing to the Charter and Codes and all future Supplements at a price to be set by the City Clerk. The vendor shall ship to the City Clerk as many copies of the Charter/Codes and Supplements as are requested for use within the City government. All undistributed copies of the Charter/Codes and future Supplements remaining after shipment to the City Clerk of those to be used internally, and after sale to subscribers, shall be stored by the vendor. All risk of loss and/or damage to the remaining Charter/Codes sets and Supplements so stored, shall be borne by the vendor. page 5 of 7 RFP NO. 90-91-01f.��.. SPECIFICATIONS (Conti- 'ed) 7. METHOD OF BILLING. The vendor shall ship subscribers to the Supplement Service on an annual basis after the initial order is received from the City.. A list of all current subscribers will be issued to the City within ninety (90) days after the billing date. The vendor shall include the cost of mailing sets of the City's Charter/Codes and/or Supplements on the Annual Statement to subscribers. Any agreed upon costs to the City by the vendor shall be billed annually. S. FAILURE TO COMPLETE WORK ON TIME. Should the vendor fail to complete the work on or before the date agreed on, it is agreed that for each calendar day that any portion of the work shall remain incomplete, the sum of twenty-five dollars ($25.00) per day shall be deducted from the monies due the vendor, not as a penalty but as liquidated damages. The period of time for completion shall be extended in amounts equal to time lost due to causes which could not have been foreseen or causes beyond the control of the vendor, and which were not the result of the vendor's fault, negligence or deliberate act. Extension of time for completion of work shall also be allowed for delays in the -progress of the work caused by any act or omission on the part of the City or its officers which, in the opinion on the City Clerk, entitles the vendor to an extension of time. The vendor shall notify the City Clerk within five (5) days of any occurrence which may entitle the vendor to an extension of time for completion. Such notice shall be in writing and subject to the approval of the City Clerk. 9. PATENTS. It is mutually understood and agreed that, without exception, contract prices are to include all royalties and costs arising from patents, trademarks and copyrights, in any way involved in the work. It is the intent that whenever the vendor is required or desires to use any design, device, material or process covered by letters, patent or copyright, the right for such use shall be provided for by suitable legal agreements with the patentee or owner, and a copy of this agreement shall be filed with the City Clerk; however, whether or not such agreement is make, or filed as noted, the vendor and the surety, in all cases, shall indemnify and render the City of Miami not liable for any and all claims for infringement by reason of the use of any such patented design, device, material, or process, to be performed under the contract, and shall indemnify the said City from any costs, expenses, and damages which it may be obliged to pay, by reason of any such infringement, at any time 'during the prosecution or after the completion of the work. page 6 of 7 18 RFP NO. 90-91-01! SPECIFICATIONS (Conti d) 10. LOOSE-LEAF SUPPLEMENTS - PROCEDURE. After shipment of the Charter and Codes, as herein specified, the vendor shall maintain the same up-to-date by the publication of loose-leaf Supplements containing all new ordinances. (The new ordinances will be studied by a member of the law editorial staff of the vendor in conjunction with the existing provisions of the Charter and Codes for the purpose of determining if any provision of the basic Charter and Code are repealed, amended or obsolete provisions, and the new provisions will be included. Explanatory notes shall be appended by the vendor when necessary to explain any amendments or changes. The vendor shall also maintain the indices up-to-date as the new provisions are included, and each Supplement shall contain a page of instructions for the removal of the old pages and the insertion of the new pages. The Supplement Service shall include a continuing check of the provisions of the Charter and Codes, as amended, against the State law, the Metropolitan Dade County Charter and Code, including the most recent Supplement thereto, and the decisions of State Courts. The Supplements to the City Code and Charter shall be published quarterly, and not less than forty-five (45) days from the date of submission of the amendatory ordinances by the City. The Supplements to the Zoning Code shall be published twice yearly and not less than forty-five (45) days from the date of submission of the amendatory ordinances by the City. Copies of ordinances shall be forwarded to the vendor as soon as legally effective for recording and processing. 11. EDITORIAL NOTES. Appropriate editorial notes will be prepared and appended to the new sections as deemed necessary by the vendor. Said notes shall contain a historical note for each section of the Charter and Codes which note will include reference to the ordinance from which the section is derived. page 7 of 7 91._ IS 1/12/89 ORDINANCE NO. 10538 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 18-68; REQUIRING IN SECTION 18-72 THAT THE GOAL OF AWARDING AT LEAST FIFTY-ONE PERCENT (511) OF THE CITY'S TOTAL ANNUAL DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES TO MINORITY/WOMEN SMALL BUSINESSES BE APPLIED TO ALL CITT OF MIAMI BIDS AND CONTRACTS; REVISING SECTION 18-73 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/WOKEN 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 18-76 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 (51t) with minority/women owned and managed business enterprises; and WHEREAS, Administrative Policy Manuel 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 y1 10536 18 relates to th. City,* bid, proposal and contra` process and the resulting documents on a bid/contract by bid/contract basis to achieve the annual goals NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAM1, FWRIDAs Section 1. Section 19-69, is hereby amended in the following particulars.) 'Sec. 19-69. Definitions. For the purpose of this article, the following terns, phrases. words, and their derivations shall have tha following meanings: Minority and women -owned small business enterprise means a business enterprise in which at least fifty-one percent (511) of said enterprise is owned by Blacks, Hispanics or women whose management and daily business operations are controlled by one or mare Blacks, Hispanics or women and who e_meley a maximum of twenty- 1ive_t251 _emnlovees or have a net worth not in excess of twa million _dollars., • • 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 19-72(a), is hereby amended by adding the following languages '(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 followsi Seventeen percent (171) to Blacks, seventeen percent (171) to Hispanics and seventeen percent (17%) to women; such goal shall be anol pd to all city bids and contracts., Section 3. Section 19-73 is hereby amended by adding the following languages 'Sec. 16-79. Reouired statements for solicitations or notices: required statements on contracts and awards. 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. 91— '�• 1US38 18 ' AN It shall be mandatory for all City contracts and/or procurement award documents to contain the following: ♦ a • (S) A requirement that each bidder, proogser. or yens, 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. • rIT oil I r . r ,• it r •, , r- •e r• ,• , • Section 4. The following new -Section 18-76 is added in its entiret7: 'Sec. 18-76. Administrative Procedures. The Departments of Finance, Public Works and General Services Administration are authorised to establish the required administrative procedures to insure compliance with the provisions as set forth herein. -a- 1U53A 1- 8 The Finance Department is Mandated to inetituLe payment procedures which will insure, in those instances- in which the X/wBE bid or contract requirements result in contracts, subcontracts or joint ventures for q/KBEs, 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 oLnority/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 the performance or payment of the primary contractor or bidder/proposer or the M/NBC, under the terms and conditions of the City contract or procurement award document, compensation shall be withhold 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 S. The following new Section 18-17 is added in its entiretys *Sec. 18-77. Designation of the Director of the Office of Minority/women Business Affairs. The Director of the Office of Minority/women Business 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 conflict with the provisions of this ordinance insofar as they are inconsistent or in conflict with the provisions of this ordinance are hereby repealed. Section 7. 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. PASSED ON FIRST READING BY TITLE ONLY this 1Sth day of December , 19-U. PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 12th day of January ,• I9j. o XAVIER L. SUkREZ, Mayor MAZTY HIRA1 City Clerk �.' -4- ILOS38 PREPARED AND APPROVED Byt . LINDA K. KEARSp AsSistent City Attorney APPROVED AS TO !ORM AND CORRECTNESS: E QUAIMCATIONS L BACKGROUND For the last 39 years Municipal Code Corporation has engaged endusively in editing and publishing Codes for cities and counties of all sizes throughout the United States. MCC has published and supplemented more Codes which are in current use than any other codi6er in the Country. This experience enables us to offer you the finest services available. (1) Business location: 1700 Capital Clircle, SW Tallahassee, FL 32304 1-800-262-2633 or 904-576-3171 (2) Regional Office: 7480 Fairway Dr., #209 Miami Lakes, FL 33014 305-821-5229 Russ Marchner, Representative (3) Incorporation Date: March 1951 (4) Current Code accounts serviced: 2,000 (5) Florida accounts: 289 (6) Project contact persons: Bill Carroll, Vice President - Codes Attorney -editor. Roger Merriam Florida accounts: 30 cities and counties Attorney -editor. Alyce Whitson Florida accounts: 63 cities and counties Robert L Laslie, Vice President - Supplements Supplement Editor. Anne Wilson (7) Specific Florida references: Fort Lauderdale Ocala Kris Mills Deborah Bullock City Clerk Deputy City Clerk 305-761.5006 904-629-8504 Palm Beach County Tampa John W. Dame Frances Henriquez Chief Deputy Oerk City Clerk 40740b-2959 813-223-3396 Orange County A. Bryant Applegate Asst. County Attorney 4074B&7320 (New Coded scheduled to ship January 1991) y1 18 D. LAW EDITORIAL STAFF CQeorpe R. Langford, LLB., University of Virginia; 39 years' experience in editing and publishing city and county Codes; Chairman of the Board. A Lawton Lan ord B.A., Vanderbilt University; M.B.A., J.D., Florida State University; Member of Florida Bar, President. Robert L Laslie, AB., J.D., University of Georgia; 22 years' experience in editing city and county Codes; Vice President of Supplement Department. William James Carroll Jr., B.S., Penn State University; J.D., Florida State University; 16 years' experience in editing city and county Codes; Member of Florida Bar, Vice President of Code Department. R. Meade White J.D., University of Miami (Florida); 26 years' experience in editing city and county Codes; Member of Florida Bar. Milt Lefkoff, A.B., Stanford University; J.D. University of Georgia; 20 years' experience in legal editing; Member of Georgia Bar. James S. Vau¢ht, B.A., J.D., Florida State University; 19 years' experience in editing city and county Codes; Member of Florida Bar. Roger D. Merriam, B.A., Mercer University; J.D., Emory University; 16 years' experience in editing city and county Codes; Member of Florida Bar. Alyce A. Whitson, B.A., University of South Florida; J.D., University of Florida; S years' experience in editing city and county Codes; Member of Florida Bar. Jan N. Sheldtka, B.A., Wofford College; J.D., University of Miami (Florida); 6 years' experience in editing city and county Codes. H. Palmer Carr, B.A., J.D., Mercer University; 10 years' legal experience in private practice and public service; 2 years' experience in editing city and county Codes; Member of Georgia Bar. Allen Zachall Paul, B.A., University of Oklahoma; M.S., Ph.D., J.D., Florida State University; over S years' experience in general, civil and administrative law; 2 years' experience in editing city and county Codes; Member of Florida Bar and American Bar Association. NI---.---,--- . i nL SUPPORT PERSONNEL MCC's law editorial staff is supported by a full complement of assistants, clerks, etc. In addition, MCC maintains a full-time proofreading department with a captive printing plant j which prints Codes and Supplements to meet the contractual requirements of MCC. AU facilities are located on our premises, which enables us to control each project from beginning to end with no part being subcontracted. Key personnel are available to answer any questions during any phase of the project and to assure quality control in all aspects of publication. The entire stall~ including the printing operation, consists of approximately 140 employees, including 12 attorneys, 14 editors, and 40,000 square feet of floor space. 03-90 - Codification and Printin of Cit of Miami 'Charter Code DID ITEM: ------------- ---------j--------X--------- -� - S�e Q-tUe----------------------------------- DID BO . z _.�Q:_91..=Q-1------------------------------------- DATE BID(S) OPENED: _ November 5 L 19 9 0 _ 2 _3 0 NLm L_________________________ TOTAL SID DOND Sort, BIDDER DID AMOUNT CASHIER'S CHECK trerson receiving olds) GSA - Procurement Division on----------_--_---_--_-- (City Department)— SIGNED: _ 6=�_ ---� ( puty City Clerk)' 4, or W 19 LEGAL ADVERTISEMENT Sealed proposals will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive Miami, Florida 33133 not later tha : p.m., ove er0., The purpose of this proposal is for the services of codification and printing of the updated City of Miami Charter, Code of Ordinances, the Zoning Code and their respective supplements. Which will include distribution to subscribers as needed for a period of ten (10) years. The codifier shall maintain a company office with a representation in Dade County, Florida. Proposals submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10538 established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting proposals and who are not registered with the City as minority or women vendors are advised to contact the City of Miami Minority/Women Business Office, 1390 NW 20 Street, Telephone 575- 5174. Detailed specifications for the proposals are available upon request at the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. (Ad No. D ) Cesar H. Odio City Manager r RECEIVED REQUISITION FOR ADVERTISEMENT 10Thi number must appear 90 OCT f 1"in; j&e0@9ment. DEPT/Div. Procurement # ( for Planning B14q. & Zoning) 00 380259--287�-11004z ACCOUNT CODE DATE 10/4/90 PHONE 575--5174 APP EDBY�T' PREPARED BY Maritza i Pages " DIR CTOR OF ISSUING DEPARTMENT (1) ii Publish the attached advertisement one times. (number of times) i• Type of.advertisement: legal 1 x classified display (. (Check One) ! s Size: Legal Starting date 10 / 19/ 90 f First four words of advertisement:) RFP No. 90--91-015: Sealed proposals will be.... Remarks: Yri.n£inq + and Codification of the City' s Charter & Code 5 (open 11/5/90 - 2:30 p.m.) DO NOt TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT 0 Miand Review AA 13-2 i C-3 D-4 r E-5 F3 F4 F5 I F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DO Adv. Doc. Reference VENDOR INDEX CODE OBJECt PROJECT 11 13 1 17 18 1 25.34 39 42 45 50 51 56 57 .62 63 65 66 71 0 1 2 4 1 V P 2 0121 L 218171 1 21314 7 8 V P 121314 15 DESCRIPTION 36 64 DISCOUNI 69 72 AMOUNT 80 5 21010121011 I Approved for Payment White — Purchasing Yellow - Finance Pink — Department Yellow copy: S;.lvia 14endoza, City Clerk's Office Pink copy: Marit:za, Procurement Management NEW- r TO: HONORABLE MEMBERS JOH, E CITY COMMISSION • • FROM: l MATTY HIRAI City Clerk CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=22 DATE : December 27, 1990 FILE SU6JECT : Contract for Republication and Codification of the City Charter/Code REFERENCES: ENCLOSURES: Attached hereto please find a resolution, with attachment, authorizing the City Manager to execute an agreement with Municipal Code Corporation for the republishing and codification of the City's Charter and Code. The City, traditionally, republishes its Charter/Code every ten years. The City last republished its Charter and Code in 1980. Municipal Code Corporation was the only bidder, and is also the company we have been doing business with for the last ten years. It pleases me to inform you that the terms contained in the request for professional services were the same terms contained in the City contract ten years ago. The contract is a 10-year contract which means we were able to lock into the same ten -year -old contract terms over a 20-year span. There are four or five companies in the business but none of them, except for Municipal Code Corporation, is based in Florida and/or maintains an office in Dade County. This contract will also serve as the umbrella contract for the republishing and ongoing codification of the Zoning Ordinance. It is now in order for the City Commission to adopt the herein resolution at its meeting presently scheduled for January 10, 1991. MH:vg Enc. a/s cc: Cesar H. Odio, City Manager Jorge L. Fernandez, City Attorney Sergio Rodriquez, Director, Planning Building & Zoning Dept. Joseph W. McManus, Assistant Director, Planning Building & Zoning Dept.