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and repealed Ordinance No. 9500; and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.