Loading...
HomeMy WebLinkAboutR-88-1093J-88-1001 11�07%�S h&30LUT IUi4 Nu. A kEOOLUT101q Ai'1'kJV1kii Tii*', OF WASTE PAPER UNDEii flu i"*i;I;,T k6 1iA1,r1 COUNTY i3I1) NO. 1218 Tu ALL t'LU1Z11)A WA:,TE' YAPLH COMPANY DUE TO ` iih lkil OF AlV INTEkOPeICr, PAPEt; PhU6RAi•1 BY ThE SOLID WASTE DEPARTMENT; AUTHURI�Ihu THE CITY MANAGER To ,SELL T:ih WA:)Tv, PAPER AT THE SAME PkICE AS QUOTED IN TiiE DADE COUNTY BID. WHEREAS, the Department of Solid Waste is implementing an Interoffice Paper Recycling Program using an existing Dade County Waste Paper Recycling Did No. 121b (attached) where this paper will be bought by All Florida Waste Paper Company at the same price as quoted to the County; and WHEREAS, the City i�ianager and the Director of the Department of Solid Waste recommend that the sale of waste paper to All Florida Waste Paper Company be approved for a period of authorized sale that shall continue for one year from the day hereof; 1�OW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The sale of waste paper in order to implement an Interoffice Paper Recycling Program conducted by the Department of Solid Waste using an existing Dade County Waste Paper Recycling Bid No. 1218 to All Florida Waste Paper Company is hereby approved. Section 2. The City Manager is hereby authorized to sell the waste paper at the same price as quoted in the Dade County Bid, said sale to continue for a period of one year from the date hereof. CITY COMMISSION MEETING OF NOV 17 19 8 R8--1093 RESOLUTION No. REMARKS: PASSED AND ADOPTED this 17th day of - No ATTES ri V ESL. a HEM, PREPARED AND APPROVED BY: TBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FOR14 AND CORRECTNESS: r I J GE F' ' NANDEZ CI Y ATTOR EY , 1988. - 2 - r-- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Honorable Mayor and Members of DATE # 11�► -!7 FILE of the City Commission ►�! 1988 SUBJECT Resale of Waste Paper under Metro -Dade County 1'111�lclelt/ Contract -Agenda Item: FROM Cesar H. Odio REFERENCES. Commission Meeting of City Manager November 3, 1988 ENCLOSURES: ( 1 ) Recommendation It is respectfully recommended that the City Commission adopt the attached resolution authorizing the execution of an agreement with All Florida Waste, Inc. for the resale of waste paper in accordance with the general technical specifications and condi- tions stipulated in an existing Dade County Bid No. 1218 for an annual period beginning on a date specified by the City Manager and the Director of Solid Waste. Background Section 11 of the recently enacted State Solid Waste Management Legislation Act 1192 mandates counties and municipalities to establish cooperative recycling programs by July 1, 1989. In order to fulfill this statutory requirement, the Department of Solid Waste recommends that an interoffice paper recycling program be initiated to introduce the practice of recycling to City employees thereby formulating phase I in a series of planned comprehensive recycling service required by the solid waste legislation. The Department of Solid Waste has analyzed the current contract utilized by Metropolitan -Dade County for the resale of waste paper and collection of recyclable office waste. The contract was analyzed because it contains a special provision which en- ables governmental units in Metro -Dade County to avail themselves of this contract. Based on the analysis of the terms and conditions of the existing Dade County contract, it is recommended that the City of Miami initiate phase I of the Department of Solid Waste's recycling project by entering into an annual agreement with the current county contractor which will include the provisions for contain- ers at designated locations, collection service, and monthly payment (based on the fixed price per county contract) for paper generated. 1 9 0 Honorable Mayor and Members -2- of the City Commission The interoffice program incurs no operating costs to the City of Miami and is estimated to generate annual net savings of $42,735 assuming that there will be 100% employee participation and includes avoided disposal costs. (See attached analysis.) More importantly the interoffice paper recycling program will demonstrate the City of Miami's commitment to expand recycling services city-wide thereby complying with the State mandate and contributing towards environmental preservation. 88 1093 LI OFFICE PAPER RECYCLING NET SAVINGS ANALYSIS: ( DESK TOP METHOD) V1'rAL STATISTICS: 1400 desk top employees paraprofessional, and clerical ) Administrative, professional, Average recyclable waste generated per person/per day= 2.2 lbs. Recyclable office waste generated per person/per year= 550 lbs. ( 2.2 lbs. x 250 working days ) Recyclable office waste generated by desk employees/year= 770,000 lbs. ( 550 lbs. x 1400 desk top employees ) = 385 tons Annual Revenue Estimate: Average price for recyclable paper based on current market prices (per County contract): $74/ton white ledger $76/ton computer print out Av(�t ztqr• price' per ton: $75/ton Assuming100% participation rate Revenue from sale of waste: 385 tons x $75 = $28,875 Disposal cost avoidance: 385 tons x $36 = $13,860 Estimated Annual Net Savings $42,735 operating costs $0 Assuming 80% participation rate Revenue: 30R tons x $75 = $23,100 Disposal cost avoidance: 308 tons x $36 = $11,088 Estimated Annual Net Savings 34,188 operating costs $0 Assuming 50% participation rate Revenue: 192.5 tons x $75=$14,437 Disposal. cost avoidance: 192.5 tons x $36 =$ 6,930 Estimated Annual Net Savings 21,367 operating costs $0 Assuming 30% participation rate Revenue: 115.5 tons x $75 Disposal. cost avoidance: 115.5 x $36 Estimated Annual Net Savings operating costs $0 =$8,662 =$4,158 12,820 3 88-109.3 * How average recyclable office waste per person, per day figure was obtained: a. Based on a study conducted by Kenneth J. Haselburger and Assoc., Inc. a resource recovery consulting and management firm (1982). Total recyclable waste per person per day according to findings = 2.37 lbs. (commonly used national average for office buildings). b. Week-long sample of office waste generation conducted at the City Manager's office. Total recyclable waste per person per day according to findings = 2.1 lbs. c. Average recyclable waste generated per person per day applied in this analysis 2.37 lbs. (national avg.) + 2.1 lbs. (sample from Manager's office)/2 = 2.2 lbs. rounded. NOTE: This analysis does not factor in central (non desktop) collection areas such as the computer center and other records disposal which will increase total volume. t�8-1093 A W A R D S It E E T Old No. 1218-17/87 Resale nr Wast.r, raper ror Office of the County Manager/Records Management and other County dFp.irtments. CONTRACT PURIOD: 1-ehruary 1, 1988 - ,January 31, 1989 Jefferson Smurflt d/h/i All rinridn Waste raper 6990 N.W. 371.h Court Miami, rla. 33147 1FRM: Nei. 30 DFI.V: As Requ irpd PTTONF ti3f 53;54 U 3rf - q 7d 1 CONTACT: ,lose Flores Vendor wilt pay Metropolitan Dade County for the purchase of waste paper and card stnc.k in accordance with the Bid Specifications and conditions, the sum of as follows: DESCRIPTION White Ledger 03.1/lh. Colored Ledger .07./lb. Manila Tab Cards .02/ib. Computer Printout: 03.8/lb. Mixed F 11c± Stnc:k .01/cwt Manila Folders .02/lb. Vll/rg-2/15/88 H8-1093 I E I r BID N01218-12/88 METnO 2OPENING: 2:00 P.M. Tuesday DATE -November 17, 1987 METROPOLITAN DADE COUNTY, FLORIDA NVITATION= TO I D Noy (S TITLE ANNUAL CONTRACT FOR RE -SALE OF WASTE PAPER & CARD STOCK, BY OFFICE OF THE COUNTY MANAGER/RECORDS MANAGEMENT FOR ONE YEAR (APPROX. JANUARY 1, 1988 - DECEMBER 31, 1988) BID DEPOSIT: N/A PERFORMANCE BOND: N/A IMPORTANT Bidders Receiving this Invitation Must Respond with a Bid Proposal or No -Bid letter in order to re- tain active slaliis on Metro -Dade Cotinty's Bidders List for the commodity or service solicited through this Invitation ISSUED BY: Virginia Howard METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION METRO-DADE CENTER, SUITE 2350 MIAMI, FLORIDA 33128.1989 (305) 375-5289 RICHARD L. GRIMM Director. Procurement Management ,AO 04 r. Aw 3A7 88-1os:3 9 9 m INSTRUCTIONS FOR MAILING A SEALED INVITATION TO BID Each Bid returned to Metropolitan Dade County Procurement Management must have the follow- ing information clearly marked on the face of the envelope: a. Bidder's Name 3 Return Address b. Sealed Bid Number c. Opening Date of the Old d. Title of the Bid THE ENCLOSED 810 RETURN ENVELOPE SHOULD BE USED WHENEVER POSSIBLE 2. The Bidder shall mail each bid (composed of one Procurement Director's Copy, one Clerk of the Board's Copy and review copies as may be required) In one envelope, properly signed and completed. 3. If more than one bid is being submitted make sure that each bid with a different number Is placed in separate envelopes and each envelope carries proper identification as outlined above. a. Where bid proposals are accompanied by lists of items to be bid, two complete priced and signed sets (the Procurement Director's copy, and the Clerk of the Board's copy) with any attachments (factory information sheets, brochures, etc.) are to be returned as two (2) distinctly separate sets to the Procurement Management Division. The Bidder should retain a copy of Its Bid Proposal and the Bid Conditions and Specifications for Its records. Review copies (when required) must also be submitted as complete sets. Bids not complying with the above Instructions may not be considered. 5. THE RESPONSIBILITY FOR RECEIVING THIS PROPOSAL AND SUBMITTING IT TO THE METROPOLITAN DADE COUNTY PROCUREMENT MANAGEMENT DIVISION ON OR BEFORE THE STATED TIME AND DATE WILL BE SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER. DADE COUNTY WILL IN NO WAY BE RESPONSIBLE FOR DELAYS CAUSED BY THE UNITED STATES MAIL DELIVERY OR CAUSED BY ANY OTHER OCCURRENCE. 1 88--10 ; 3 9 GENERAL TERMS AND CONDITIONS OF INVITATION TO BID CONTENTS OF BID A GENERAL CONDITIONS Rudder,, are required to submit their proposals in conjunction with the following express r ondi l Ions: (1) Bidders shall thoroughly examine the drawings. specifications, schedules, Instructions and all other contract documents. (2) Bidders shall make all investigations necessary to thoroughly inform themselves regard• ing plant and facilities for delivery of material and equipment as required by the bid con- ditions. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and Investigations, or failure to fulfill in every detail the requirements of the contract documents will be accepted as a basis for varying the requirements of the County or the compensation to the vendor. (3) Bidders are advised that all County contracts are subject to all legal requirements pro- - vided for in the Purchasing Ordinance and/or State and Federal Statutes. B. DESCRIPTION OF SUPPLIES (1) Any manufacturer's names, trade names, brand names, or catalog numbers used In these specifications are for the sole purpose of describing and establishing minimum requirements or level of quality, standards of performance, and design required, and is in no way intended to prohibit the bidding of other manufacturers' items of equal quality. (2) Bidders are required to state exactly what they Intend to furnish, otherwise they shall be required to furnish the items as specified. (3) when bidding an approved equal, bidders will submit, with their proposal, two complete sets of necessary data (factory Information sheets, specification, brochures, etc.) in order for Metropolitan Oade County to evaluate and determine the quality of the bid i lem(s). (4) Bidders must Indicate any variances to the Specifications, Terms and Conditions, no matter how slight. If variations are not stated in the proposal, It shall be construed that the bid fully complies with the Specifications, Terms and Conditions. (5) The County shall be the sole judge of equality and its decision shall be final. C. VARIANCES IN TERMS AND CONDITIONS Where there appears to be variances or conflicts between these General Terms and Condi- tions and the "Special Conditions" outlined in the Bid Package, Special Conditions In the Bid Package shall prevail. D. CLARIFICATION AND ADDENDA TO 810 SPECIFICATIONS If any person contemplating submitting a bid for this contract Is In doubt as to the true mean• ing of the specifications or other bid documents or any part thereof, the blddermay submit to the Director of Procurement on or before ten (10) days prior to scheduled bid opening, a request for clarification. All such requests for clarification shall be made In writing and the person submitting the request will be responsible for Its prompt delivery. Any Interpretation 2 NN-1093 0 9 of the bid, if made, will be made only by Addendum duly Issued by Metropolitan Dade County. A copy of such Addendum will be mailed to each bidder receiving an Invitation to Bid. The bidder, In turn, shall acknowledge receipt of the Addendum by signing the Addendum and including it in the Bid Proposal. The County will not be responsible for any other explanatlon or interpretation of the proposed bid made or given prior to the award of the contract. E PRICES CONTAINED IN BID (i ) Discounts a. Bidders may offer a cash discount for prompt payment, however, such discounts shall NOT be considered in determining the lowest net cost for bid evaluation pur- poses. Bidders are encouraged to reflect cash discounts In the unit prices quoted. b. In connection with any discount offered, time will be computed from the date of receipt of supplies or services or from the date a correct Invoice Is received, whichever is the later date. Payment Is deemed to be made on the date of mailing of the check. (2) Current Prices Bids indicating price in effect at time of shipment will be considered Invalid. (3) Collusion The Bidder, by affixing Its signature to this proposal, certifies that Its bid Is made without previous understanding, agreement, or connection with any person, firm, cor- poration, the Dade County Procurement Division or initiating department. making a bid for the same items and is In all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 2. SUBMISSION OF BID A. PREPARATION Bids will be prepared In accordance with the following: (1) Dade County's Bid Proposal Form Is to be used when the Bidder Is submitting Its bid. NO OTHER FORM WILL BE ACCEPTED. (2) All information required by the bid form shall be furnished. The bidder shall print or type its name on each continuation sheet (where Indicated) on which an entry Is made and shall manually sign the last page of the schedule. (3) Unit prices shall be shown. Where there Is an error In extension of price, the unit price shall prevail. (4) Alternate bids will not be considered unless authorized by the Special Conditions of the Invitation to Bid. (5) Proposed delivery time must be shown and shall Include Saturdays, Sundays and holidays. (6) Bidders will not Include federal taxes nor State of Florida sales, excise, and use taxes In bid prices as the County Is exempt from payment of such taxes. An exemption cer- tificate will be signed where applicable upon request. 3 9 ss-109, 9 101 B SUBMISSION 11) Bids and Addenda thereto shall be enclosed in sealed envelopes addressed to the Metropolitan Dade County Procurement Management Division. The names and address of the bidder. the bid number, the date of the bid opening and the title of the bid shall be placed on the rwlside of the envelope provided by Dade County. (2) 81ds must be submitted on the forms furnished. Telegraphic bids will not be considered. r: INCLUSION OF 810 DEPOSIT — (When required) (1) All bidders must submit a bid deposit if required in the Special Conditions of the invita- 11on to Bid. This deposit must accompany the bid proposal. (2) The bid deposit must be in the form of certified check, cashiers check, or surety bond payable to the Board of County Commissioners of Dade County, Florida. (3) Bid Deposits will be returned after award of contract. D INCLUSION OF PERFORMANCE BOND — (When required) 11) A Performance! Bond. if required in the Special Conditions of the Invitation to Bid must be submitted by the successful bidder(s) prior to executing the contract(s) in the amount specified. (2) Upon receipt of the Performance Bond, the Bid Deposit shalt be returned to the suc. cessful bidder(s). (1) The Performance and Payment Bond form shall be supplied by the County. (a) Failure or refusal of the low bidder to submit a satisfactory performance bond within fif- teen (15) days following notice of award will result In the forfeiture of the bid deposit as liquidated damages. VENDOR APPLICATIONS All vendors are required to have an up-lo-date completed vendor application on file with Metropolitan Dade County Procurement Management prior to award of any Bid. It shall be the vendor's responsibility to request, complete andiile_with Procurement Managementthe vendor application prior to any bid opening in which the bidder may have an interest. The vendor application submitted in conjunction with the vendor's first bid proposal with the County shall be applicable to all future bid proposals and does not require subsequent submissions. It is also the vendor's responsibility to update its application with new addresses, telephone numbers. contact person and existing commodities and services provided by the vendor. The bidder may contact the Minority Information Officer at (305) 375-5289 for assistance in completing this application. F. MAINTAINING 810 STATUS To be retained on the active bidders list for the commodity or service solicited through this Invitation, the bidder must respond to this Invitation to Bid. If a formal Bid Proposal will not be offered by the Bidder, the Bidder must protect Its status as an active bidder for the com- modity or service solicited through this Invitation by completing and returning the last page of the bid proposal form indicating reason for "No Bid" at this time. Failure to respond to bid invitations with a Bid Proposal or a No -Bid response shall result In automatic removal from the bidders list for the commodity or service solicited through this invitation. IO ti8-109: I 0 G. LATE BIDS OR MODIFICATIONS Bids and modifications received after the date and time set for the bid opening will not be considered. H MINORITY VENDORS The County is ?arnestly endeavoring to obtain the participation of minority businesses by soliciting bids for commodities and services. Minorities are encouraged to contact Metropolitan Dade County Procurement Management Division for assistance In bid prepara- tion. of desired. 3. MODIFICATION OR WITHDRAWAL OF BIDS A. MODIFICATIONS Bids may only be modified in the form of a written notice on company letterhead and must bP recetved prior to the time and date set for the bid opening (telegraphic modifications will not he considered). Each modification submitted to Metropolitan Dade County Procurement Management must have the following information clearly marked on the face of the envelope: a. Bidder's Name A Return Address d. Title of the Bid b. Sealed Bid Number e. This modification supercedes c. Opening Date of the Bid any bid previously submitted. If more than one modification Is submitted, the modificatlon bearing the latest data of receipt by the Metropolitan Dade County Procurement Management Division will be con- sidered the valid modification. B. WITHDRAWAL (I) Bids may not be withdrawn after the time and date set for the bid opening for a period of ninety (90) days). (2) The County may, at its discretion, permanently retain as liquidated damages the bid deposit furnished by any bidder who requests to withdraw a bid during that ninety (90) days period. (3) Bids may be withdrawn prior to the time and date set for the bid opening. Such request must be made in writing on company letterhssd:� a. EVALUATION OF BIDS A. REJECTION OF A PARTICULAR BIO (1) The County may reject a bid if: a. The bidder fails to acknowledge receipt of an addendum. or If, b. The bidder misstates or conceals any material fact In the bid. or If, C. The bid does not strictly conform to the taw or requirements of the bid, or if, d. The bid Is conditional, except that the bidder may qualify his bid for acceptance by the County on an "all or none" basis, group basis, or a "tow Item" basis. An "all or none" basis bid must Include all Items upon which bids are Invited. (2) The County may reject any part of a bid unless the bid has been Qualified as provided In Paragraph a(a) Id above. 5 /I L] ID 8 REJECTION OF ALL BIDS Thn County may rniert all bids or re -advertise for all or any part of bids whenever it is deemed in thn best interest of the County. r; WAIVER OF INFORMALITIES Dane County reserves the right to waive any informalities or irregularities in any or all bids. D ELIMINATION FROM CONSIDERATION (1) A proposal may not be accepted from, nor any Contract be awarded to, any person or firm which is in arrears to Dade County upon any debt or Contract or which is a defaulter as surety or otherwise upon any obligation to Dade County or who has failed to perform faithfully any previous Contract with County, State or Federal Governments. (2) A proposal will not be accepted from, nor any Contract be awarded to, any person or firm which has been debarred by Dade County in accordance with, and during the period of time established by, Dade County's debarment procedures. DEMONSTRATION OF COMPETENCY (1) Pre award inspection of the Bidder's facility may be made prior to the award of contract unless specified in the Special Conditions of the Invitation to Bid. Bids will be con- sidered from firms which are regularly engaged in the business of providing the goods and/or services as described In this Bid with a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services If awarded a con- tract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the proper authorities of Metropolitan Dade County, Florida. (2) Metropolitan Dade County may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the County in making the award in the best interest of the County. COPY OF 810 TABULATIONS For tabulation of bids. the bidder shall enclose a self-addressed, stamped envelope when submitting its hid proposal. AWARD OF CONTRACT A The contract will be awarded to the lowest responsible bidder(s) whose bid(s), conforming to IhP invitation to Bid. is most advantageous to Dade County, price and other factors consid- a_rp<f Time for completed delivery may be a factor in determining the successful bidder. Tie bids will be decided by the Director of Procurement. R The County reserves the right to accept and award item by item, and/or by group, or in the aggregate. unless the bidder qualities his bid by specified limitations as provided for in paragrah 4(a)ld. C. The County reserves the right to make multiple awards if it is deemed to be In the best interest of the County. D A written award of acceptance (Purchase Order), mailed or otherwise furnished to the suc. cpssful bidder, shall result in a binding contract without further action by either party. E. Thp General Terms and Conditions of the Invitation to Bid, the Special Conditions of the Invitation to Bid, the Bidder's Proposal and the Purchase Order are collectively an integral part of the contract between Metropolitan Dade County and the successful Bidder. /C�L NS-1093 0 It APPEAL OF AWARD A All Bidders who submit Bid Proposal shall receive written notification of Dade County's intent to award a contract prior to the official award being approved by Dade County's Board of County Commissioners, B. Bidders who are notified that their proposal will not be recommended for award may appeal this recommendation by submitting. In writing, a request for appeal to the Metropolitan Dade County Procurement Director. This request, which outlines the reasons for Appeal, must be rareivs!d by the Procurement Director within five (5) calendar days after submission of Dade County's notification to the Bidder. If said Appeal is not satisfied, the Bidder may appeal to the Board of County Commissioners for final disposition. C. All costs accruing from a bid challenged as to quality (tests etc.) shall be assumed by the challenger. CONTRACTUAL OBLIGATIONS LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS Contractors shall comply with all local, state, and federal directives, orders and laws as ap- plicable to this contract and subsequent contract(s) Including but not limited to: (1) Equal Employment Opportunity (EEO), In compliance with Executive Order 11246 as amended and appUcable to this contract. (2) Minority Business Enterprise (MBE), as applicable to this contract. (3) Occupational Safety and Health Act (OSHA), as applicable to this contract. (a) Metropolitan Dade County Code, Chapter 1tA. Article 3. All contractors and subcon- tractors performing work in connection with this project shall provide equal opportunity for employment and shall agree not to discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, or place of birth. The aforesaid provision shall Include, but not be limited to, the following: Employ ment, upgrading, demotion or transfer, recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Including ap• prenticeshio. The contractors agree to post In conspicuous places available for employees and applicants for employment, such notices as may be required by the Dade County Fair Housing•anct Employment - Comm taston;•or.•att►Mr7t arlty-having- jurisdiction over the work setting forth the provisions utthd non41serlminatlon laws.- B. CONDITIONS OF PURCHASE Any order placed as a result of this contract will be subject to "Conditions of Purchase" on reverse and face of the Dade County Purchase Order Form. It Is agreed that contractual items shall comply with all Federal. State or local laws relative thereto, and that the contrac- tor shall defend actions or claims brought and save harmless the County from loss, cost or damage by reason of actual or alleged Infringements of letters patent. C. CONDITIONS OF MATERIALS AND PACKAGING (1) All items furnished must be new, unless otherwise specified In the Special Conditions, and free from defects. No others will be accepted under the terms and Intent of this contract. All containers shall be new and suitable for storage or shipment, and contract price shall include standard commercial packaging. (2) All materials hereinafter specified shall be fully guaranteed by the Contractor against factory defects. Any defects which may occur as the result of either faulty material or workmanship within the period of the manufacturer's standard warranty or damaged in shipment will be corrected by the Contractor at no expense to Dade County. 7 13 ?48-10.g 1 10 D DISPOSITION the fontractor shall not assign, transfer, convey, sublet or otherwise dispose of this con- (ract, or of any or all of its right, title or interest therein, or his or its power to execute such .-nnlr.ir,t to any per :on, company or corporation without prior written consent of the County. E EMPLOYEES All emnloyees of the Contractors shall be considered to be at all times the sole employees of lha ronlractor under ni5 Solo direction and not an employee or agent of Dade County. The Contractor shall suoply competent and physically capable employees. Dade County may re- rluire this Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Dade County property is not in the best interest of the County. Each employee shall have and wear proper identifica- tion F DELIVERY Prices quoted and deliveries are to be FOS Destination unless otherwise specified In the Special Conditions of the Invitation to 81d and made during regular business hours. Title and risk of loss shall pass to this County upon inspection and acceptance at the delivery point anrllor as may be otherwise provided for. G CLAIMS The Contractor will be responsible for making any and all claims against carriers for missing or damaged items. H DEFAULT In rasp of default of the awarded bid. Dade County may procure the articles or services from other sources and charge the contractor any excess cost or damages occasioned thereby as liquidated damages. 8. TERMINATION OF CONTRACT A The County may, by written notice to the Contractor, terminate the Contract it the Contractor has been found to have failed to perform his services in a manner satisfactory to the County as per specifications: including delivery as specified. The date of termination shall be stated in the notice. County shall be sole judge of non-performance. B. The County may cancel the Contract upon 30 days written notice for reasons other than cause. 9. FURTHER INFORMATION RPgtiPsI for further information except as specified In Section 1 D of the General Terms and Condi- tions should be addressed to the Procurement Specialist listed on the front page of this Invitation. The Specialist can be reached at Metropolitan Dade Procurement Management, Suite 2350, 111 N.W. 1st Street. Miami, Florida 33128.1989. Telephone (305) 375.5289. RICHARD L GRIMM Director of Procurement Management Metropolitan Dade County, Florida 8 88- I■1A• I () V a. � J V 10 METROPOLITAN DADE COUNTY 810 NO. 1218-12188 SECTION - 2 SPECIAL CONDITIONS AND SPECIFICATIONS FOR RESALE OF WASTE PAPER b CARD STOCK 2.1 PURPOSE: TO CONTRACT FOR SERVICES The purpose of this Invitation to Bid is to enter into an annual contract for the Resale of Waste Paper & Card Stock as specified herein. 2.2 RACE CONSCIOUSNESS MEASURES: Not applicable 2.3 PRE -DID CONFERENCE: Not applicable 2.4 TERM OF CONTRACT: FIXED PERIOD This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division. The contract shall remain in effect for twelve (12) months. 2.5 OPTION TO RENEW: Not applicable 2.6 METHOD OF AWARD: (In the Aggregate) Award of this contract will be made to the highest responsive, responsible bidder whose bid offers the highest price when all items are added in the aggregate and whose bid will be most advantageous to the County. 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT If the bidder is awarded a contract under this bid solicitation, the prices proposed by the bidder shall remain fixed and firm during the term of contract. 2.8 EXAMINATION OF SITE (RECOMMENDED Prior to submitting its proposal it 1s advisable that the bidder visit the site of the proposed work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and tabor required. No additional allowances will be made because of lack of knowledge of these conditions. For site visitation appointment and for any Additional information required regarding the specifications and requirements of this bid contact: V4rginis Howe d-at 375-5289 for appointment. Page 1 l093 METROPOLITAN DADE COUNTY 810 NO. 1218-12/88 2.9 EQUAL PRODUCT! Not applicable 2.10 LIQUIDATED DAMAGES: Not applicable 2.11 INDEMNIFICATION AND INSURANCE -(2)- SMALL PROPERTY MAINTENANCE CONTRACTS the Successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o Procurement Management Division, 111 N.W. 1st Street, Suite 2350, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workmen's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Public Liability Insurance, on a comprehensive basis,, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in amounts not less than S10,000 per person and $20,000 per occurrence for bodily injury and $5,000 per occurrence for property damage. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest (1986 or later) edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent subject to the approval of the County Risk Management Division. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. Page 2 /6 88--109; 3 44 10 METROPOLITAN DADE COUNTY 810 NO. 1218-12/88 Note: Dade County Bid number and Title of Bid must appear on each certificate. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this Agreement. Note: Modification or waiver of any of the aforementioned requirements is subject to approval of the Risk Management Division, G.S.A. Issuance of a purchase order is contingent on receipt of the insurance documents within ten (10) calendar days after Board of County Commission approval. If the insurance certificate is not received in the manner prescribed in this Invitation to Bid, the bidder shall be considered in default and will not be awarded the contract. 2.12 Not applicable 2.13 PERFORMANCE BOND: Not applicable 2.14 CERTIFICATIONS: Not applicable 2.15 METHOD OF PAYMENT: Not applicable 2.16 SHIPPING TERMS: Not applicable 2.17 COUNTY -WIDE: j Not applicable i 2.18 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: Virginia Howard at 375-5289. 2.19 AFFIDAVIT ON INVESTMENTS IN SOUTH AFRICA AND NAMIBIA: _ In accordance with Dade County Resolution Number 383-87 which was adopted by the Board of County Commissioners on March 17, 1987, all Bidders submitting Proposal in conjunction with this Invitation to Bid must complete the Affidavit Attesting to Bidder Investments in South Africa and Namibia. An authorized representative of the Bidder must identify whether the Bidder has investments in South Africa or Namibia, must list such investments if applicable, and agree to terminate these investments by no later than March 16, 1989. The authorized representative must also sign the Affidavit. Failure to complete and submit the Affidavit with the Bid Proposal will render the Bid non -responsive. Page 3 s9-109:3 % 7 1 .Is METROPOLITAN DADE COUNTY BID NO. 1218-12/88 2.20 COMPETENCY OF BIDDERS: Pre -award inspection of the Bidder's facility may be made prior to award of Contract. Rids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in the Bid invitation, and who can produce evidence that they have an established satisfactory record of performance for a reasonable period of time; 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. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the proper authorities of Metro -Dade County. Metropolitan Dade County reserves the right, before awarding the contract to require a bidder to submit such evidence of its qualifications as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a bidder, including past performance (experience) with the County in making the award in the best interest of the County. 2.21 COMPLETE INFORMATION REQUIRED ON 810 PROPOSAL FORM While the Bidder is required to offer a unit price for each item Bid, some or All items on this Bid Proposal Form may also identify additional information that 1s required regarding the specific product offered by the Bidder. The Bidder shall provide complete information required on the Bid Proposal Form for each item, where applicable, in order to be considered for award. Failure to supply this information shall render the Bid item non -responsive. 2.22 DEFAULT OF CONTRACT: A. Metropolitan Dade County reserves the right to cancel the contract if the County is not called and given the opportunity to inspect any container that is to be subjected to downgrading by the bidder's recycling plant. B. Metropolitan Dade County reserves the right to cancel the contract if the weight does not correlate with the minimum price per container and the number of containers picked up. The receipts given at the time of pick-up will be computed with the listing on payment check stubs. C. The County may by written notice to the contractor terminate the contract If the contractor has been found to have failed to perform his services in a manner satisfactory to the County as per specifications. The date of termination shall be stated in the notice. County shall be sole judge of non-performance. 2.23 EMPLOYEES ARE RESPONSIBILITY OF BIDDER: All employees of the bidder shall be considered to be at all time the sole employees of the bidder under its sole direction and not an employee or agent of Dade County. The bidder shall supply competent and physically capable employees. Dade County may require the bidder to remove an employee it deems careless. incompetent, insubordinate or otherwise objectionable and whose continued employment on Dade County property is not in the best interest of the County. Each employee shall have and wear proper identification. Page 4 SS--109:3 / b 4 10 METROPOLITAN DADE COUNTY 810 NO. 1218-12188 3.1 TFCIINICAL SPELIFICATIONS: The Comprehensive Records Management Program is committed to the paper recycling method of disposal. Approximately two hundred (200) tons of records (paper) is disposed of yearly in accordance with the State approved Retention OPstruction Schedules. In most cases the recycling method is the most cost efficient means of disposal. The program has thirteen (13) designated locations where recycling is taking place. The program continues to grow to include other Metro Dade Buildings. 3.2 CONTAINERS: Containers shall be provided by the Contractor. The containers shall be full when picked up. At a pre -award meeting, an agreement on the overall weight of a container will be made in writing as part of this contract. This agreement will determine the standard measurement tool for accounting purposes. 3.3 CONTAINER DELIVERY b PICK-UP: Containers shall be delivered to specific locations within 48 hours of notification. Containers will be picked up within 48 hours of the request. At the time of pick-up, a receipt showing the type of paper picked up, the location and date and the weight of each container shall be provided to a designated County Representative. 3.4 PAPER AVAILABILITY: Types of paper to be collected are as follows: A. White Ledger: Consists of printed or unprinted sheets, shavings, guillotined books, quire waste ledger, bond, writing paper. R. Color Ledger: Consists of printed or unprinted sheets, shavings, and cuttings of colored or white sulphite ledger, bond, writing and other papers which have a similar fiber and filler contents. C. Computer Printout: 18 lbs. of bond paper, continuous form pin feed. (80 percent mineral from chemical wood pulp). Continuous form pin feed 20 lbs. bond. D. Manila Folders: Standard manila folders without any labels. E. Mixed File Stock: Consists of a mixture of various qualities of paper and folders, not limited as to type of packing or fiber content. Page 5 /9 He-109;3 V METROPOLITAN DADE COUNTY BID NO. 1218-12/88 F. Manila Tab Cards: Printed manila cards. 3.5 METHOD OF PAYMENT: A check will be issued in the first week of each month, made payable to Metropolitan Dade County and sent to Records Service Center, 211 West Flagier, 2nd level, Miami, Florida 33128. Price per ton will be the actual price paid to Metropolitan Dade County. This price should be calculated by deducting all other cost involved (transporting containers) associated with providing and picking up containers. A receipt indicating the number of containers, weight of each container, location and the types of paper picked up will be provided with each check. 3.6 DESIGNATED COLLECTION LOCATIONS: A. Metro Dade Center, 111 N.W. 1st Street_ Type of Paper: Separate container for computer printout and white ledger. Location: Containers to be placed in vestibule of freight elevator on specified floors. Specifications: Pickup will be weekly. The dockmaster will verify amount picked up and collect receipt from the contractor. Paper will be separated as follows: Amount: 85.000 lbs. CPO/WL B. Records Service Center. 211 West Flagler, 2nd level. Type of Paper: Computer printout, white ledger, mixed file stock, cardboard, manila folders, manila tab cards. Specifications: Provision and pick-up of containers upon notification. Amount: 8,000 lbs. of mixed file stock (four bins) and 400 lbs. of computer paper. C. Record Center, 980 West 84th Street, Hialeah, Ana Portuondo._ Type of Paper: Computer printout, mixed file stock, carboard. Specifications: Provision and pick-up of containers upon notification. Amount: Undetermined at this time. In the near future the majority of paper will be mixed file stock. D. Metro Transit Information _Center, 3300 N.W. 32nd Avenue, Computer Room, Marian Hallenbeck. i Type of Paper: Computer printout. Page 6 � O tiE�--109; 3 K 1b 4 METROPOLITAN DADE COUNTY BID NO. 1218-12/88 Specifications: Provision and pick-up of containers upon notification. Amount: 3000 lbs. E. Miami Seaport: Type of Paper: White Ledger. Specifications: Provision and pick-up of containers upon notification. Amount: 500 lbs. F. Public Works, Traffic Control Center, 7100 N.W. 36th Street, Bob Williams Type of Paper: Computer printout. Specifications: Provision and pick-up of containers upon notification. Amount: 2,000 lbs. G. Housing and Urban Development, 1401 N.W. 7th Street, Bldg. 0, Richard Miller. Type of Paper: Computer Paper/White Ledger. Specifications: Provision and pick-up of containers upon notification. Amount: 5,000 lbs. CPO/3,000 lbs. WL H. Water & Sewer Authority, 3575 South LeJeune Road, Joe Silas. Location: First Floor and Records Center (rear of building). Type of Paper: Computer paper/white Ledger. Specifications: Provision and pick-up of containers upon notification. Amount: 1,100 lbs. CPO/6,000 lbs. WL I. Clerk of the Courts, 1351 N.W. 12th Street, Linda Ortiz. Location: First floor, Room 124, Second Floor, Room 245. Type of Paper: Computer paper and white ledger. Specifications: Bi-monthly pick-up. Amounts: 5,000 Computer printout and 3,500 mixed. J. Revitco Bldg. 140 West Flagler Type of Paper: White Ledger Specifications: Provision & pick up of containers upon notification. Page 7 88-109 3 C;) ( I lJ METROPOLITAN DADE COUNTY BID NO. 1218-12/88 Amount: 4,000 lbs. White Ledger K. OCSIS S.W. 87th Ave. & 56 St. Type of Paper: Computer Printout Specifications: Weekly pick-up Amount: 104,000 lbs. L. Library - Cultural Center 101 West Flagler St.' Type of Paper - White Ledger. Specifications: Provision & pick-up of containers upon notification. Amount: 4,000 lbs. M. Metro Dade Transit - N.W. 74th Ave. & 66 St. Type of Paper: Computer Printout & Mixed. Specifications: Provision & pick-up of containers upon notification. Amount: 1,500 lbs. computer printout & 10,000 lbs. mixed. Page 8 /'� o� L - -. 0 i METROPOLITAN DADE COUNTY WV) % t `1`� INVITATION TO `x (BID PROPOSAL FORMS) 810 NO. 1218-12/88 OPENING: 2:00 P.M. Tue. DATE: Nov. 17, 1987 GENERAL SERVICES ADMIN. Procurement Division Metro Dade Center B 1 D Suite 2350 Ill N.W. 1st Street Miami, Florida 33128-1989 (305)375-5289 PLEASE QUOTE PRICES LESS TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA NOTE: Dade County is Exempt From All Taxes (Federal, State, Local). Bid Price Should Be Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request =====ssvcaa-c=====----------=-=====v-----vvosssasxasse.ass::axssaasns=seseesasysa:ave_va_s Issued By: RICHARD L. GRIMM Date Issued: 10/27/87 This Bid Proposal Consists Director of Procurement Management, Dade County Florida. of Pages 9 thru 11 szseaa:ass a c=ce=caeca==non_sa_ r_s=vvvecaosaasssa sa:asaaaasasaasasaassaaa:assesaas====sass Sealed bids, subject to the Terms and Conditions of this invitation to Bid and the accompanying Bid Proposal, such other contract provisions, Specifications, drawings or other data as are attached or incorporated by reference in the Bid Proposal will be received at the office of the Director of Purchasing at the auiress shown above on behalf of the Dade County Board of County Commissioners until the abc•,^ stated time and date, and at that time publicly opened for furnishing the supplies c. services described in the accompanying Bid Proposal Requirement. ANNUAL CONTRACT FOR RE -SALE OF WASTE PAPER & CARD STOCK BY OFFICE OF COUNTY MANAGER/RECORDS MANAGEMENT FOR ONE YEAR (APPROX. JANUARY 1. 1968 - December 31, 1988) A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids. Re: Par. 2.0 of General erms and Conditions. A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the Contract by the successful bidder and Dade County. RE: Par. 2.0 of General Terms and Conditions. If you are not bidding, please refer to instruction of proposal form. (Information and instructions to bidders are contained in the General Terms and Conditions herein.) 00 NOT WRITE IN THIS SPACE I 4CCEPTED _ REJECTED 1 )ATE B.C.C. I _ I ITEM NOS. ACCEPTED I I :OMMODITY CODE: 77480 I I 'ROCUREMENT SPECIALISTS: VH/rg I FIRM NAME STREET ADDR CITY STATE & ZIP CODE TELEPHONE NUMBER AUTHORIZED AGENT TITLE OF OFFICER Bidder Certificate: It is hereby affirmed that the above bid has been made in accord- ance with the terms and conditions set forth and that the bidder will accept any awards made to him as a result of this bid. Page 9 SH-109:3 r r METROPOLITAN DADE COUNTY BID NO. 1218-12/88 010 PROPOSAL FOR: RE -SALE OF WASTE PAPER b CARD STOCK sessaaxxxe--===-=c=e=-==s=ss-=sse v = - ssxsxaaaaa::saxzsxxaxxxazzaasaz:zazzazaxzasazzx Item Quantity Description Unit Price Total ssssxaaxsse=err_eeveo=ec-=-cvssso==--c-=-==nssssxaasa:aaxxesxxsxsaasazazxxaasx:xxxxazxaaxaz We propose to pay Metropolitan Dade County for the purchase of waste paper and card stock in accordance with the Bid Specifications and conditions, the sum as follows: Approx. Description Volume White Ledger 18 Tons Colored Ledger Unknown Manila Tab Cards Unknown Computer Printout 6 Tons Mixed File Stock 20 Tons Manila Folders Unknown Price per Ton S S S i S S Contact Person: Telephone No. Attachments Required: The following documents shall be attached to the bid proposal. Proposal lacking these documents will be considered non -responsive. 1. Affidavit on Investments in South Africa and Namibia. Page 10 s8-109d i r METROPOLITAN DADE COUNTY 810 NO. 1218-12/88 010 PROPOSAL FOR: RE -SALE OF WASTE PAPER & CARD STOCK aaassaaaaaaaxxassssyssssss=azzaazassax=axssssazaasaaaaaaaaaaazaaasaaaasazaaaaazasaaaaaaaas IF NO BID PLEASE INDICATE REASON: (Ref. Para. 24, Page 5, General Conditions) asazssaaaasa=xsxxs=s===ss=ss=xsxasx=s=s====sxsaaaaaaaasaaaaaaaaaassaaaaaaaaasaaassaasasass Prompt Payment Terms: % days net day aaaaazaaasaaass=====s===as=xszaaaax=ssssxs=x=saaaasaaaaaaaaszasazasasaaaazasaasszaasasaasa E.I. NO. Of Bidder: Bidders Federal Social Security Identification Number Federal Tax Return. Form 941. If none Bidders Social Security No. sarisasasaas=s==sys===ssssaasaaazz=xsx=xossxzazaaaaaasaaaaaaaasaaaasazasasssasaaasaasaaaaa The undersigned Bidder certifies that this Bid Proposal is submitted in accordance with the Bid Specifications and Conditions governing this Bid, and that the Bidder will accept any awards made to him as a result of this bid. FIRM NAME iTREET ADDRESS :ITY,STATE,b ZIP CODE ELEPHONE NUMBER %UTHORIZED SIGNATURE 'ITLE OF OFFICER state below mailing address (if other than above): .0. BOX city state zip code Page 11 SN-109:3 w AFFIDAVIT ATTESTING TO BIDDER INVESTMENTS IN SOUTH AFRICA AND NAMIBIA In consideration of, and in compliance with, Resolution Number 383-87 which was adopted by the Board of County Commissioners of Metropolitan Dade County, Florida on March 17, 1987. 1, as a lawfully authorized representative of the Bidder listed below, do hereby affirm that the bidder: (Check one of the following) does not hold any financial or material investments in South Africa or Namibia. By: Signature of Representative Printed Name of Representative/Title Printed Name of Bidder holds financial or material investments in South Africa or Namibia as follows: I further certify, as A lawfully authorized representative of the Bidder listed below, that the Bidder shall terminate those investments by no later than March 16, 1989. I fully understand that failure to divest within this period of time may render the Bidder in default of any and all contracts issued to it by Metropolitan Dade County, Florida. By: Signature of Representative Printed Name of Representative/Title Printed Name of Bidder Metropolitan Dade County will reject any and all Bids where the Bidder misstates or conceals any material fact in accordance with Item d.A.l.b of the General Terms and conditions. FAILURE OF THE BIDDER TO COMPLETE AND SUBMIT THIS AFFIDAVIT WITH THE 810 PROPOSAL WILL RENDER 8i0 AS NON -RESPONSIVE IN ACCORDANCE WITH SECTION 2 OF DADE COUNTY RESOLUTION NUMBER 383-87. S/38 AFFIDAVIT 05/11/87 • -a2b