HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA
TO :
FROM :
INTER -OFFICE MEMORANDUM
Emilio T. Gonzalez, Ph.D.
City Manager
Ann,e''Perez, CPPO
Director of Procurement
RECOMMENDATION:
DATE :
SUBJECT:
October 17, 2018
FILE :
Recommendation of Award for
Pre -Qualified Pool for Latent Print
Examiner Services
REFERENCES :I nvitation for Bid (IFB) No. 854384
ENCLOSURES:
Based on the findings below, the Procurement Department ("Procurement") hereby recommends
award of IFB No. 854384 to multiple bidders for the provision of latent print examiner services for the
Police Department ("Police"), by group, on an as needed basis as follows: Group I, Certified Latent
Print Examiner to Jason G. Jardine, and Group II, Non -Certified Latent Print Examiner to Phillip
Womack, the responsive and responsible bidders who have met the requirements, per bid
specifications. The awarded vendors, contract terms, and amount are shown below.
Contract Number/Title: IFB No. 854384, Pre -Qualified Pool for Latent Print Examiner
Services.
Contract Amount: $150,000 annually, (Approximately, $1,350,000 for a total of nine (9)
years in the aggregate).
Contract Term: Initial term of three (3) years, with the option to renew for two (2)
additional three (3) year periods.
Recommended Vendors: Group I, Certified Latent Print Examiner to Jason G. Jardine and
Group II, Non -Certified Latent Print Examiner to Phillip Womack.
BACKGROUND:
On August 14, 2018 Procurement issued IFB No. 854384, under full and open competition. As
required by the Procurement Code, the IFB was advertised and issued online. On September 5, 2018
at bid closing two (2) bids were received. The bids were evaluated following the guidelines published
in the bid. Jason G. Jardine for Group I, Certified Latent Print Examiner, and Phillip Womack for
Group II, Non -Certified Latent Print Examiner, were the apparent responsive and responsible bidders.
Consequently, approval of this recommendation to award is requested. Your signature below will
indicate approva.of'Nii tecommeplation
Approved:
Emil T. Gonzalez, Pbf°,D., City Manager
cc: Joseph F. Napoli, Deputy City Manager,
Sandra Bridgeman, Assistant City Manager, Chief Financial Officer
Jorge R. Colina, Chief of Police, Police Department
Yadissa A. Calderon CPPB, Assistant Director, Procurement
Date: /
PR18155
IFB 854384
Pre -Qualified Pool for Latent Print Examiner Services
REQUIREMENTS
Group I- Certified Latent Print Examiner
Group II -Non -Certified Latent Print Examiner
Bidders
Jason G. Jardine
Phillip Womack
Completed Certification Statement
Yes
Yes
Completed Certifications Form
Yes
Yes
Current Business Tax Receipt / Occupational License
N/A
N/A
Performed Services for at least 5 years
Yes
N/A
Performed Services for at least 7 years
N/A
Yes
Has Latent Print Examiner Certification from the
International Association of Identification
Yes
N/A
Has two (2) recommendation letters
Yes
Yes
Hasa Resume
Yes
Yes
References
Yes
Yes
Acknowledged Addendums
Yes
Yes
Local Office Form Completed
No
No
Local Office Confirmed
N/A
N/A
Cure Items
Responsive and Responsible
Cure items
Responsive and Reponsible
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 180 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (I) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
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, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph and
section).
EXCEPTIONS:
We (I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and
conditions of this solicitation and certify that I am authorized to sign this submission for the submitter.
Please print the following and sign your name:
PROPOSER NAME \\\ % C7 k,
ADDRESS:Vbt 'SLAD q,?j
PHONE: 3(DS3., ta.00
EMAIL :CA St)vhtAc
FAX
AA .tit e j CELL(Optional):
SIGNED BY. 1_
TITLE: L 'e�
DATE. S 1-S'
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS
RESPONSE.
Page 2 of 35
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Federal Employer Identification Number (FEIN)
Office Location: City of Miami, Miami -Dade County, or Other
Business Tax Receipt/ Occupational License Number:
Business Tax Receipt/ Occupational License Issuing Agency:
Business Tax Receipt/ Occupational License Expiration Date:
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and
date of receipt (i.e. Addendum No. 1, 7/1/17). If no addendum/addenda was/were issued, please insert
N/A.
Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
R.12(Ac >-2ac,\.)
Reference No. 1: Address, City, State, and Zip for above referenced company/agency listed:
i G �. 12 �. !J , l rku6v' i l l . ?a r'
Reference No. 1: Name of Contact Person and Telephone Number for above referenced no. 1
Reference No. 1: Date of Contract or Sale for above referenced no. 1
Page 3 of 35
Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
oknost.c 5ev.u'\.5)If C.
Reference No. 2: Address, City, State, and Zip for above referenced company/agency listed:
[O tbo (,� .( Pe (2(9 e 1 tqes . 3 30
Reference No. 2: Name of Contact Person and Telephone Number for above referenced no. 2
1.1•R 6 6e.1es-463~cl--0(4o
Reference No. 2: Date of Contract or Sale for above referenced no. 2
Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
+ots s ; \-\
Reference No. 3: Address, City, State, and Zip for above referenced c mpany/agency listed:
\lem•ue. V A.AeA \-\ 33o5
Reference No. 3: Name of Contact Person and Telephone Number for above referenced no. 3
Reference No. 3: Date of Contract or Sale for above referenced no. 3
Page 4 of 35
Line: 1
Description: Should Bidder wish to submit their response online, please enter $0.001 in the unit
price of this line item.
Line: 1.1
Description: Latent Print Examiner
Category: 99041-00
Unit of Measure: Each
Unit Price: $ ,3D
Number of Units: 1 Total: $ CYO
Page 5 of 35
ELZNER (ACE) tROWN
Fingerprint Consultant
717 Baytree Dr.
Titusville, FL 32780
TeL (320 268-9119
CeiIL (321) 69S-6912
August, 2018
To whom it may concern:
Reference letter regarding Phillip Womack:
I. have kneywn and worked with Mr. Womack tbr over 'nventy years (20) as an .Employee and
Supervisor. b each of positions M.L. Womack has always displayed. an outstanding and
professional attitude, with employees and supervisors. His 'work ethics have always been above
par and always ready and willing to assist others. It has, been a. honor and pleasure tbo be.
associated with Mr. Womack in the Late.nt and Fingerprint Idelitification Field. I also took
fOrward to keeping this respectful relationship with Mr. Womack in the fliture.
rown.
From: James Del Valle James@jdvforensics.com
Subject letter of recommendation
James Del Valle
August 22, 2018
JDVForensic Services inc.
(855) 453 8466
To Whom it my concern:
I am writing this letter on the behalf of Mr. Phillip Womack and the
purpose of this letter is to recommend Mr. Womack for the position of,
Contractual Latent Print Examiner for the City of Miami.
I have known Mr. Womack for approximately ten years. I know him to be a
honest and respected colleague. Phil's work ethic is beyond reproach. He is
knowledgable and understands the tasks at hand.
4 He successfully completes assignments in a
professional manner with positive results. Mr. Womack is a team player and
leader and gets along with his coworkers .
It is my pleasure to recommend and endorse Mr. Womack
eipfrop-5/21,4,
ectfully,
James Del Valle
Preident/CEO
August 23rd, 201E
Re: Recommendation
TO WHOM IT MAY CONCERN:
By this means I am informing you that I personally know LPE Philip Womack for more than twenty years.
He is a person of good character, honest, hard-working and most of all of Christian belief.
I have no doubt in my mind that if giving the opportunity, LPE Womack will fulfill his duties with the
highest of integrity and great professionalism.
Thanking you for your time and attention to the above, i remain,
itus M. Smith
Lead Latent Print Examiner
Hialeah Police Department
Mobile tel. # (305) 469-1711
MIAM BEACH
CRIMINAL INVESTIGATIONS UNIT
JC Pedroso Crime Scene, Unit Supervisor
1100 Washington Avenue
Miami Beach, FL 33139
To Whom It May Concern,
August 24, 2018
I am writing this letter of recommendation on the behalf of Phillip A. Womack. I have supervised
Mr. Womack for the past 10 years as the Senior Latent Print Examiner for the Department. I
credit the success of the Unit to Mr. Womack's training, experience and professionalism.
As his supervisor I have observed Mr. Womack daily work ethic that consistently leads to
identifications and successful adjudications. Mr. Womack embodies the definition of a great
Latent Print Examiner practitioner and is a true asset to the Miami Beach Police Department, our
Latent Unit, and forensic science community.
It is my pleasure to recommend and endorse Mr. Womack's opportunity to join your
organization.
JC Pedroso
Crime Scene/Unit, upervisor
Miami Beach Polic Department
Phone: (30)335-6681
JuanPedroso@miaiiibeachfl.gov
MIAMIBEACH
CRIMINAL INVESTIGATIONS UNIT
Lenett Y. Holbrook C.L.P.E.
1100 Washington Avenue
Miami Beach, FL 33139
To Whom it may concern,
August 17, 2018
I am writing this letter of recommendation on the behalf of Senior Latent Print Examiner Phillip
A. Womack. I have known Mr. Womack for the past 10 years and was extremely fortunate to
have him train me in all aspects of Latent Print Examination and oversee my 3 years
apprenticeship. I credit all my knowledge and success as a Latent Print Examiner to Mr.
Womack's training program, guidance and experience.
While being trained, and working alongside Mr. Womack, I can attest to his professionalism,
integrity and dedication to not only his job, but to the science of Latent Print Examination. Mr.
Womack is a highly valued member of the Miami Beach Police Department and its Latent Print
Unit and is highly regarded for his work product, experience, knowledge and attention to detail in
all aspects of his job.
I am confident that Mr. Womack will be a great asset to any institution or organization he joins.
� v
Le sett Y. Holbrook C.L.P.E.
Certified Latent Print Examiner
Miami Beach Police Department
Phone: (305)987-6500
LenettHolbrook@miamibeachfl.gov
®
Form
(City of Miami substituew-9Form)
for Tax a er
RequestTaxpayer
identification Number and Certification
Completed form should
be sent to:
Purchasing@miamigoi
Print or type
See Specific Instructions on page 2.
TIN on page 3.
Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for
guidelines on whose number to enter.
or
Employer identification number
`Pa t.g. Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the
instructions on page 3.
.com
Sign
Here
Signature of
U.S. person rr Iu �/
General instructions
Section references are to the Internal Revenue Code unless otherwise noted.
Future developments. Information about developments affecting Form W-9 (such
as legislation enacted after we release it) is at www.irs.gov/fw9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an information
return with the IRS must obtain your correct taxpayer identification number (TIN)
which may be your social security number (SSN), individual taxpayer identification
number (ITIN), adoption taxpayer identification number (ATIN), or employer
identification number (EIN), to report on an information return the amount paid to
you, or other amount reportable on an information return. Examples of information
returns include, but are not limited to, the following:
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, including those from stocks or mutual funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)
• Form 1099-B (stock or mutual fund sales and certain other transactions by
brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
Date ► 5 -�j
• Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T
(tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident alien), to
provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might be subject
to backup withholding. See What is backup withholding? on page 2.
By signing the filled -out form, you:
1. Certify that the TIN you are giving is correct (or you are waiting for a number
to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S. exempt payee. If
applicable, you are also certifying that as a U.S. person, your allocable share of
any partnership income from a U.S. trade or business is not subject to the
withholding tax on foreign partners' share of effectively connected income, and
4. Certify that FATCA code(s) entered on this form (if any) indicating that you are
exempt from the FATCA reporting, is correct. See What is FATCA reporting? on
page 2 for further information.
Cat. No. 10231X Form W-9 (Rev. 12-2014)
Phillip A. Womack
Latent Print Examiner/AFIS Consultant
631 SW 93rd Avenue
Pembroke Pines, Florida 33025
Cell (305-333-1200)
Email: capswomack@att.net
Summary of Qualifications
I have more than forty one years of experience in the field of Fingerprint Identification with four
major Law Enforcement Agencies.
PROFESSIONAL EXPERIENCE
Miami Beach Police Department Latent Print Examiner
October 6, 2008 — Present Crime Scene Unit
Supervisor: Jua Pedroso 305-673-5090 JuanPedroso@miamibeachfl.gov
Currently a Latent Print Examiner with the Department. Major responsibilities include ensuring
that all latent fingerprint crime scene evidence received are analyzed, compared, evaluated, and
verified (ACE-V) in a timely manner. Training of current Latent Print Examiners. Provide
training of the MorphoTrak AFIS System to latent examiners. Prepare and compile various
statistical reports for the Unit. Testify in local and state courts of law as required by subpoena
regarding fingerprint identification matters.
City of Miami Police Department Latent Print Examiner
March 17, 2014 — February 17, 2017
Latent Print Examiner with the Department. Major responsibilities included ensuring that all
latent fingerprint crime scene evidence received are analyzed, compared, evaluated, and verified
(ACE-V) in a timely manner. Testify in local and state courts of law as required by subpoena
regarding fingerprint identification matters.
Miami -Dade Police Department Fingerprint Supervisor (honorably retired)
October 11, 2002 — September 19, 2008 Latent Print Unit
Supervised the Latent Unit of the Fingerprint Identification Section, which consisted of fourteen
Latent Print Examiners. Major responsibilities included ensuring that latent finger print evidence
received were analyzed, compared, evaluated, and verified (ACE-V) in a timely manner.
Prepared and manage staff schedules, special assignments, training of new examiners, and
compiled various statistical reports for the Unit. Communicated with MDPD Homicide, Robbery,
Sexual Battery, District Stations, Dade County Municipalities, Broward County Sheriff Office
and Municipalities, Florida Department of Law Enforcement, Federal Government Agencies, and
Motorola, regarding latent print evidence and workflow procedures. Provided training of the
1
Bioretric Identification System (BIS) to MDPD latent examiners, City of Miami Police, Hialeah
Police, and Miami Beach Police Latent Print examiners. Tracking of latent evidence received
through the Property and Evidence Tracking System (PETS). Rated the performance of
employees by preparing annual evaluations. Testified in local and state courts of law as required
by subpoena regarding fingerprint identification matters.
Miami -Dade Police Department Fingerprint Supervisor
June 2, 1998 — October 10, 2002 Master File and AFIS Unit
Supervised the Master File/AFIS Unit of the Fingerprint Identification Section, which consisted
of twenty-nine Fingerprint Analyst 1 positions, four Fingerprint Analyst 2 positions, and three
clerical positions. Major responsibilities included monitoring the quantity and quality of work
for the Fingerprint Identification Section and ensuring the efficiency and accuracy of work
received in the Section. Prepared and managed staff schedules, special assignments and
compiled various statistical reports for the Section. Monitored the overall operation of the AFIS
2000 System. Communicated with Central Records Bureau, Florida Department of Law
Enforcement, Printrak International, and the Juvenile Assessment Center regarding workflow
procedures. Rated the performance of employees by preparing annual evaluations.
Miami -Dade Police Department Fingerprint Analyst 2
August 1996 - June 1, 1998 Master File Unit
Supervised the day shift Fingerprint Analyst 1 position. Major responsibilities
included monitoring the quantity and quality of work product for day shift, and ensured the
efficiency and accuracy of work received in the Fingerprint Identification Section. Prepared and
managed staff schedules and special assignments; evaluated latent prints and compile various
statistical reports for section. Coordinated staff activities and overall operation of the AFIS 2000
System for the day shift. Communicated with Central Records Bureau and Juvenile Assessment
Center regarding workflow procedures. Rated the performance of employees by preparing annual
evaluations. In addition, received training to become a Latent Print Examiner.
Miami -Dade Police Department Fingerprint Analyst 1
May 1981 - August 1996 Master File Unit
Responsible for the accurate and detailed processing of the finger and palmprints of adult and
juvenile prisoners, cadavers, and victims. Classified fingerprints and record data according to
prescribe formulas and standard fingerprint classification. Performed file searches to find specific
fingerprints and conduct comparisons. Cooperated and interacted with other law enforcement
agencies, in exchanging identification information. Perform computer data entries from the
Criminal Justice Information System. Processed vehicles for physical evidence. Assisted in the
recovery and positive identification of person's fallen victim to man made or natural disasters.
Maintained accuracy of files using AFIS System. Processed fingerprint and other tenprint cards
through AFIS for prior fingerprint records.
2
Federal Bureau of Investigation (FBI) Fingerprint Examiner
August 1977 - May 1981 Fingerprint Technical Section
Performed procedures involved in the identification of all fingerprints received within the
Federal Bureau Investigation Fingerprint Technical Section. These fingerprints were received
from all state and local police municipalities. Duties included; classifying and searching of all
fingerprints received using a prescribed formula.
United States Army
November 1974 - November 1976 Infantry - Machine Gunner
Education
Associate of Arts Degree (Criminal Justice) Miami -Dade College
Professional Memberships
International Association for Identification (IAI)
Florida Division of the International Association for Identification (FDIAI)
Training
Federal Bureau of Investigations (FBI) Basic and Advanced Fingerprint Training Class
Basic and Advanced Latent Fingerprint Techniques
Evaluation & Comparison of Latent Prints
Complex Latent Print Workshop
Palm Print Techniques
Courtroom Testimony
AFIS 2000 System Administrator Training
Crime Scene Investigations 1 & 2
Mass Disaster Crime Scenes
Managing Property & Evidence
Numerous MorphoTrak System Training and Educational Conferences
ACE-V Documentation and NAS Report Round Table Discussion
Florida Division FDIAI Conference (2011)
Preparing for the IAI Latent Print Certification Workshop
Advanced Palm Print Training
Florida Division FDIAI Conference (2016)
Commendations
Letter of Commendation from Miami Beach Police (January through February 2018)
Letter of Commendation from Miami Beach Police (April 2017)
Letter of Commendation from Florida Department of Law Enforcement (FDLE) 2016
Letter of Commendation from Miami Beach Police (February through May 2014)
3
Letter of Commendation from Miami Beach Police (November 2012)
Letter of Commendation from Florida Department of Law Enforcement (FDLE) (June 2016)
Miami Beach Civilian Employee of the Month (May 2011)
Letter of Commendation from Surfside Police Department (July 2011)
Letter of Commendation from Surfside Police Department (October 2010)
Letter of Commendation from Miami Beach Police (March 2009)
Letter of Commendation from Miami Beach Police (March 2009)
Numerous Letters of Commendation from Miami -Dade Police Department
4
SOureirig
Navig@tor Favorites
Home Logout Pmhaen000 Help OiagnmaUou
rRaqubiti~-.l� 7
.°.Negotiations".Intelligence.
Negotiations > AdvonoedSaamh / Quote History (RFOB54384) `
Quote: 248%384(RFC\8S4%8/U
Time Left
Quote Style
Quote Currency
Contact
Suppliers' Quote Number
Quote Status
Note to Buyer
Name
Jason Jardine
Jason Jardine
Attachments
�Requirements
Actions k]nineDiaoussions
Invitation for Bid Pre
WUa|ificaUon Pool for Latent
Print Examiner Services
Osecmnds
Blind
USD
Jardine, Jason
N/A
Active
N/A
ITitle Update Delete
DQCerti0cadnn
------------'
Close Date
Ranking
Supplier
Supplier Site
Quote Valid Until
Purchase Order
Short|istStatua
I
2O18AocomodabonAward
Bachelor ofScience - Jason Jardine
Jardine CV
05'Sep'301814:00.�00
Price Only
Jason G. Jardine
30-Sepr2019
Included
`Gm
Show All Details I HideAUDet |b
Details Section Maximum Score Score
Hide General
Requirements
Target 'Maximum
Value Quote Value Score Score
Legal Name ofFirm: Jason Gabriel Jardine �
� _-- .-^-'_^.- ~'"^^'-. _-.- -^_~'^'_^.-
Entity Type: Partnership, Ind��dua|,3o�Propr�tord�i�
�Sole Proprietorship, |
/
.Corporation etc
� .Year Established: I016
� Federal Employer N/A
Identification Number (FEIN)
Office Location: City of City ofMiami Police Department
Miami, Miami -Dade County,
or Other
--'
Business Tax Receipt/ N/A
Occupational License
Number;
'------
Business Tax Receipt/ N/A
6Un }.rh/oroide.00zgov.uet:8003/(]A sp?(lAFuoc=P(}NRESEW.. 9/5/2018
Quote: 2492364 (RFQ 854384) Page 3 of 3
City, State, and Zip for
above referenced
company/agency listed:
Reference No. 3: Name of
Contact Person and
Telephone Number for
above referenced no. 3
Reference No. 3: Date of
Contract or Sale for above
referenced no. 3
Total
Contract Terms
Variables
N/A
N/A
Details Section Clause Variable Description Value
No variables found.
Deliverables
Deliverable Name
No deliverables found.
Lines
Due Date
TIP All prices are in USD.
Quote Total (USD) 0.00
Show All Details I Hide All Details
Status
Alert Update
Need
Start Target Quote Target Quote By Promised Line Active
Details Line Ship -To Price Price Price Unit Quantity Quantity Date Date Total Quotes
LE Show 1r--4 Should 261000 - 0,00 1
Bidder wish to Purchasing
submit their
response
online, please
enter $0.001 in
the unit price
of this line
item.
Show 1.1 Latent 261000 -
Print Examiner Purchasing
Return to Quote History (RFQ 854384)
0.001 Each 1 1 01-Oct- 0.001
2018
09:47:03
Actions 'Online Discussions
v
Requisitions Negotiations Intelligence Horne Logout Preferences Help Diagnostics
About this Page Privacy Staternent Copyright (c) 2006. Oracle. AN rights reserved.
http://imapl.riverside.cmgov.net:8003/0A_HTML/OA.jsp?0AFune----PONRESENQ_VIEW... 9/5/2018
International Association for Identification
This cetiVies that
Jason G,Jardine
is declared qualified by th'e Latei
International Assf:4a
Certified
And is entitled to all the14,1gIit andpriv
a ,614(k O"betow.
ecretary of the Board
lat Certification Board of the
dcntification as a
Examiner
• !!_k,-T, ;-•f4:
ithin the power of this
04/30/2020
Certification Number Expiration Date
CURRICULUM VITAE
Name of Laboratory: Broward County Sheriffs Office
Crime Laboratory
Name: Jason Gabriel Jardine
Discipline(s): Latent Fingerprints, Firearms (Operability Testing)
Education:
Updated: 29 August 2018
Job Title: Criminalist III — Latent Prints
Institution Graduated Major Degree Completed
-a; Michigan State University 1995 Forensic Science Bachelor of Science
Forensic Training:
• Impression, Pattern, and Trace Evidence Symposium, Arlington, VA, 1/22 — 1/25/2018, 32 hours.
o Foundations of the Interpretation of Pattern and Trace Evidence (Source and Activity level) Workshop, 8 hours.
o Probabilities and Likelihood Ratios in Pattern Evidence Evaluation Workshop, 8 hours.
• Digital Image Enhancement — Extending Your Reach, Cooper City, FL 12/5 — 12/8/2017, 32 hours.
• Finding Latent Print Evidence with Chemistry and Light, Davie, FL 12/12 — 12/15/2017, 32 hours.
• 58th Florida Division of International Association for Identification Annual Training Conference, Panama City, FL
10/23 - 10/26/2017, 32 hours.
• ANAB [SO/IEC 17025 Forensic Assessor Training Course, Ft. Lauderdale, FL 9/25 - 9/29/2017, 40 hours.
• l02'th International Association for Identification International Educational Conference, Atlanta, GA 8/6/17 — 8/12/17, 40 hours.
o Orientation Clues: Search Easy Before You Search Hard, 2.5 hours.
o Making Optimal Decisions in Identifications and Exclusions — A Scientific Approach, 4 hours.
o Creating Composite Images with Adobe Photoshop and Bridge, 2 hours.
o Latent Print Training Programs — Building Your Lab's Future, 4 hours.
• Fingerprint Evidence Processing for Examiners, Davie, FL, 7/17-7/21/2017, 40 hours.
• Forensic Photography and IAI Certification Course, West Palm Beach, FL, 9/26-9/30/2016, 40 hours.
• BSO Latent Print Examiner Refresher Course, Ft. Lauderdale, FL, 8/29-9/2/2016, 40 hours.
• An Introduction to Statistical Thinking for Forensic Practioners, PBSO, West Palm Beach, FL 3/3/2016, 8 hours.
• 100th International Association for Identification International Educational Conference, Sacramento, CA 8/2/15 — 8/8/15, 40 hours.
o Latent Print Testimony Workshop: How to be Transparent without Feeling Naked. 4 hours
o Fingerprint Comparison Workshop: Is there anything wrong with the probabilistic approach? 2.5 hours
o Photoshop Workshop: Level III. 2 hours
• Digital Processing of Evidentiary Photography, WVU, Morgantown, WV, July 13-16, 2015, 32 hours.
• Certificate of Training: AFIS Calibration, Entry, Search, and Verification, Broward Sheriffs Office 6/12/2015
• Morphotrak Latent Workstation Training , Ft. Lauderdale, FL, 5/15/15 & 5/18/15, 16 hours.
• ASCLD/LAB — International Internal Auditor Training Course, Ft. Lauderdale, FL, 3/16/15 — 3/19/15, 32 hours.
• The Emperor's New Clothes: A Guide to Latent Print Testimony, RTI International/Online, 9/9/14, 1 hour.
• 99th International Association for Identification International Educational Conference, Minneapolis, MN 8/10/14 — 8/16/14, 40 hours.
o Crease and Third Level Ridge Details Workshop, 4 hours
o The Fundamentals of Processing of Digital Evidentiary Photography, 4 hours
Understanding Exclusion and Sufficiency Decisions, Ft. Lauderdale, FL, 6/26/14 - 6/29/14, 32 hours.
• 2014 Morphotrak User's Conference, Costa Mesa, CA, 5/4/14 - 5/8/14, 32 hours.
• Detection of Forged and Fabricated Latent Prints Workshop, Ft. Lauderdale, FL, 4/10/14-4/11/14, 16 hours.
• Conflict Management, Broward County Sheriff's Office Training Unit, Ft. Lauderdale, FL, 3/27/14, 4 hours.
• Making the Transition: A Supervisor's Perspective, Broward County Sheriff's Office Training Unit, Ft. Lauderdale, FL, 3/20/14, 8 hours.
• Team Leadership, Broward County Sheriff's Office Training Unit, Ft. Lauderdale, FL, 3/14/14, 4 hours.
• Comparison of Plantar Friction Ridge Impressions, Fort Lauderdale, FL 12/2/13 - 12/3/13, 16 hours.
• Leaders without Titles, Broward County Sheriff's Office Training Unit, 10/23/13, 4 hours.
• 98th International Association for Identification International Educational Conference, Providence, RI 8/4/13 — 8/9/13, 40 hours.
o Investigating the Concept of Sufficiency in Latent Print Examination Workshop, 4 hours
• Advanced ACE-V Applications for Fingerprint Examiners, Fort Lauderdale, FL 12/3/12 - 12/7/12, 40 hours.
• 2012 Fall Continuing Education for Forensic Professionals Program, Nashville, TN.
o Bloodstain Pattern Analysis, 10/8/12-10/12/12, 40 hours.
• NIJ Impression and Pattern Evidence Symposium, 8/6/12 — 8/9/12, Clearwater Beach, FL, 32 hours.
• 2012 Spring Continuing Education for Forensic Professionals Program, Savannah, GA, 40 hours.
o Scientific Analysis: Applying ACE-V and Daubert to Testimony, 6/4/12 — 6/6/12, 24 hours.
Page 2 of 4
o Universal Latent Workstation (ULW) Software, 6/7/12 - 6/8/12, 16 hours
• Joint -Annual FDIAI/GDIAI Education Conference, Panama City, FL, 10/24/11-10/27/11, 32 hours.
• Analysis of Distortion in Latent Prints, Fort Lauderdale, FL, 6/2/11 - 6/3/11, 16 hours.
• Working Ethics for BSO Civilians, 12/7/10, Online Training, 1 hour.
• NIJ Impression and Pattern Evidence Symposium, 7/2/10 - 7/5/10, Clearwater Beach, FL, 32 hours.
• 94'" International Association for Identification International Education Conference, Tampa, FL 8/16/09 - 8/22/09, 40 hours.
o Analysis of Distortion in Latent Prints Workshop, 2 hours
o Latent Print Daubert Testimony Workshop, 8 hours.
• Complex Latent Print Examination, Tamarac, FL, 4/20/09 - 4/24/09, 40 hours.
• Broward County Sheriffs Office Training in Latent Print Examination, Ft. Lauderdale, completed 4/3/2009.
• Broward County Sheriff's Office Training in AFIS Entry, Search, & Verification, Ft. Lauderdale, completed 2/20/2009.
• Time Managetent & Organizational Skills, Coral Springs, FL, 7/24/08, 8 hours.
• Digital Asset Management, Gold Coast Forensic Assoc., W. Palm Beach, FL, 2/19/08, 2 hours.
• Annual FDIAI Educational Conference, Ft. Lauderdale, FL, 10/23/07 -10/24/07, 16 hours.
• Lockerbie Scotland Air Disaster, Gold Coast Forensic Assoc., W. Palm Beach, FL, 7/10/07, 2 hours.
• FBI Fingerprint Classification, W. Palm Beach, FL, 1/23/06-1/27/06, 40 hours.
• Joint -Annual FDIAI/GDIAI Education Conference, Panama City, FL, 11/6/05 - 11/11/05, 40 hours.
• What the Investigator Needs to Know About Prescription Drugs, Gold Coast Forensic Assoc., W.
Palm Beach, FL 9/20/05, 2 hours.
• Mastering the Basics of Microsoft Excel, Coral Springs, FL, 7/19/05, 8 hours.
• Sexual Predators and Offenders, Gold Coast Forensic Assoc., W. Palm Beach, FL, 5/24/05, 2 hours.
• Forensic Odontology, Gold Coast Forensic Assoc., W. Palm Beach, FL, 3/1/05, 2 hours.
• Ridgeology Science Workshop, W. Palm Beach, FL, W. Palm Beach, FL, 1/31/05 - 2/4/05, 40 hours.
• Demystifying Palmprints, Coral Springs, FL, 11/30/04 - 12/4/04, 24 hours.
• Nikon School of Photography, Dearborn, MI, 8 hours.
• Advanced Homicide Investigation, Minneapolis, MN, 9/12/99 - 9/16/99, 40 hours.
• FBI Police Photography School, Quantico, VA, 7/21/99 - 8/2/99, 80 hours.
• Forensic Imaging (Intermediate Level), St. Paul, MN, 3/18/99 - 3/18/99, 16 hours.
• Hennepin County Medical Examiner's Forensic Science Seminar, 10/1/98 - 10/2/98, 16 hours.
• MDIAI Fall Educational Conference, Bloomington, MN, 9/24/98 - 9/25/98, 16 hours.
• Advanced Forensic Fingerprint Identifications and Testimony Course, Duluth, MN, 5/4/98 - 5/8/98.
• Northwestern University Crime Scene Technology Workshop II, Evanston, IL, 4/27/98 - 5/1/98.
• Kodak Three -Day Crime Scene Imaging Workshop, Milwaukee, WI, 11/4/97 - 11/6/97.
Firearms Training
• BSO Certificate of Training: NIBIN Correlation Training - December 2017
• Beretta Armorer's Course, Fort Lauderdale, FL 4/12/2017, 8 hours.
• Dept. of Justice ATF Basic Correlation Review Training, Huntsville, AL 3/7/2017 - 3/16/2017 - 64 hours.
• 47'r' Association of Firearm and Toolmark Examiners Annual Training Seminar, New Orleans, LA 5/29/16 - 6/3/2016, 40 hours.
o Handgun Function and Repair Workshop, 6/3/2016, 8 hours
• Glock Armorer's Course, Lake Worth, FL 9/22/15, 8 hours.
• BSO Certificate of Training: Firearms Operability Testing & NIBIN - April 2015
• 6t1' Annual S. Florida Firearm & Toolmark Discipline Meeting, Cooper City, FL, 3/5/15, 8 hours.
• IBIS BrassTrax Cartridge Case Acquisition, 10/6/14 - 10/8/14, 24 hours.
Safety Training:
• Hands Only CPR, re -certification, BSO Training Division, Fort Lauderdale, FL 3/2/2018, 3 hours.
• Bloodborne Pathogen Awareness on WebNetTraining.com, Fort Lauderdale, FL, 11/15/2017, I hour.
• Bloodborne Pathogen Awareness on WebNetTraining.com, Fort Lauderdale, FL, 12/2/2016, 1 hour.
• CPR/AED, Adult/Infant CPR re -certification, BSO Training Division, Fort Lauderdale, FL 3/4/2016, 3 hours.
Page 3 of 4
• Bloodborne Pathogen Awareness on WebNetTraining.com, Fort Lauderdale, FL, 1 1/3/2015, 1 hour.
• BSO Laboratory Safety Refresher and Respiratory Protection Workshop, Ft. Lauderdale, FL, 9/14/2015, 8 hours.
• FEMA — IS-00100.b Introduction to Incident Command System, online, 4/9/2015, 3 hours.
• FEMA — IS-00700.a National Incident Management System (NIMS) an Introduction, online, 4/10/2015, 3 hours.
• FEMA — IS-00800.b National Response Framework, online, 4/13/15, 3 hours.
• 2013 Airborne and Bloodborne Pathogens In -Service, BSO Training Unit, 9/13/13, 2 hours.
• 2012 DOD In -Service Air & Bloodborne Pathogens Training, online, 10/24/2012, 1 hour.
• FEMA — IS-00546.12 Continuity of Operations Awareness Course, online, 6/12/12, 2 hours.
• CPR/AED, Adult/Infant CPR re -certification, BSO Training Division, Fort Lauderdale, FL 2/21/12 3 hours.
• Bloodborne Pathogens for Civilians, 12/13/2010, Online Training, 2 hours.
• BSO CPR/AED & Bloodborne Pathogens Certification, Ft. Lauderdale, 11/10/09, 4 hours.
• BSO Crime Laboratory Staff New -Hire Safety Seminar (Midwest Chemical Safety), Fort Lauderdale, FL 3/13/09, 2 hours.
• FEMA — IS00200 ICS for Single Resources and Initial Action Incidents, online, 6/29/06, 2 hours.
• FEMA — IS-00700 National Incident Management System (NIMS) an Introduction, online, 5/31/05, 2 hours.
Clandestine Methamphetamine Laboratory Training, Eagan, MN, 4/14/99, 8 hours.
Courtroom Experience:
• Qualified as an expert witness in the area of latent prints in the Circuit Courts of Fort Lauderdale, Florida.
• Qualified as an expert witness in the area of latent prints in the Circuit Courts of Miami, Florida.
• Qualified as an expert witness in the area of crime scene investigation in the District Courts of
Hennepin County, Minnesota.
Professional Affiliations:
• International Association for Identification (IAI) - Member
• Florida Division International Association for Identification (FDIAI) - Member
Certifications:
Certified Latent Print Examiner, International Association for Identification (#09-90), 4/30/2010
Certified Latent Print Examiner, International Association for Identification (Recertified on 4/30/2015)
• FCIC/NCIC Limited Access Certification/Recertification, online, 8/19/2016, 2 hours. (G)
• FCIC/NCIC Limited Access Certification/Recertification, online, 8/7/2014, 2 hours. (G)
• FCIC/NCIC Limited Access Certification/Recertification, online, 6/2/2012, 2 hours. (G)
• FCIC/NCIC Certification/Recertification, online, 6/24/2009, 2 hours. (G)
Law Enforcement Employment History:
Job Title: Criminalist III (09/2017 — present) Employer: Broward County Sheriffs Office
Principal Duties: Responsible for the analysis, comparison and identification of latent print evidence, independent
verification of other examiner analysis, operation of Automated Fingerprint and Palmprint Identification Systems (AFIS),
and provide expert court testimony in all areas of latent print identification. Contemporaneously document analyses in
Starlims, generate accurate written reports describing analytical findings, and participate in training new Criminalists in
Latent Prints.
Job Title: Senior Latent Print Examiner (09/2012 — 09/2017) Employer: Broward County Sheriffs Office
Principal Duties: Responsible for the analysis, comparison and identification of latent print evidence, independent
verification of other examiner analysis, operation of Automated Fingerprint and Palmprint Identification Systems (AFIS),
and provide expert court testimony in all areas of latent print identification. Generate written reports describing analytical
findings and participate in training new Latent Print Examiners.
Job Title: Latent Print Examiner (01/2009 — 09/2012) Employer: Broward County Sheriffs Office
Principal Duties: Responsible for the analysis, comparison and identification of latent print evidence, independent
verification of other examiner analysis, operation of Automated Fingerprint and Palmprint Identification Systems (AFIS),
and provide expert court testimony in all areas of latent print identification. Generate written reports describing analytical
findings and participate in training new Latent Print Examiners.
Page 4 of 4
Job Title: Contract Latent Print Examiner (3/2015 — present) Employer: City of Miami Police Department
Principal Duties: Responsible for the operation of Automated Fingerprint and Palmprint Identification Systems (AFIS)
and analysis, comparison and identification of latent print evidence. Provide digital imaging assistance as needed.
Job Title: Independent Contractor (4/2010 — 7/2012) Employer: Ron Smith and Associates, Inc.
Principal Duties: Participate in a study conducted by the National Institute for Standards and Technology and the Federal
Bureau of Investigation to determine optimal compression ratios for the next generation of the International Automated
Fingerprint Identification System.
Job Title: Latent Print Examiner (10/2003 — 12/2008) Employer: Coral Springs Police Department
Principal Duties: Responsible for the analysis, comparison and identification of latent print evidence; operation of AFIS.
Generate written reports describing analysis results. Provide expert court testimony in all areas of latent print
identification. Provide technical support and training to Crime Scene Technicians and Police Officers. Obtained rolled
impressions from victims and suspects as required.
Job Title: Forensic Scientist II/I (7/1997-1/2001) Employer: Minneapolis Police Department
Principal Duties: Responsible for crime scene examination, documentation and investigation, evidence recognition,
collection, and preservation, fingerprinting of live and deceased persons, autopsy photography, processing of evidence,
analysis, comparison and identification of latent prints and operation of AFIS. Provide expert court testimony in all areas
of crime scene processing, latent print identification and bloodstain pattern analysis.
Achievements/Awards:
• Broward County Sheriffs Office Exceptional Service Award, October 2015
• Broward County Sheriff's Office Exceptional Service Award, March 2012
• City of Coral Springs Police Department Employee of the Month, August 2008
• City of Coral Springs Unit Citation (Unit of the Year), May 2008
having compfied with and successfuiV completed
requltaments and tests as set forth by tire
tad rtut olterttitrattou tie ri)
of the
3Juttruutiouttl Aosortation for 3btntiftrutton
is hereby declared quaff/foci es a
rtift b Catgut 1 rtnt xn�t
.1 ernattunal. • .00uttttttnn fur Ntentiftration
Cato Print C eeftfteafituu is d
®fftrE of )*.errttttrg
Chair
STEPHEN HOWARD
Ontario Provincial Police
777 Memorial Avenue
0rillia, ON L3V 7V3 CANADA
Office (705) 320-6976
E-mail Steve.HowardOontario.ca
Secretary
JAMES E. BUSH
Mississippi Crime Laboratory
PO Box4450
Meridian, MS 30304
Office (601) 403-5273
Fax (601)483.5278
Email jbush@mcistate.ms.us
Board Members
ANTHONY L, CLAY
United Slates Secret Service
Forensic Services Division
950 H Street, N.W. Suite 4200
Washington, DC 20223
Office (202) 406-9205
E-mail anthonv.claveriusss.dhs.aov
MA-r 7W T. SCHWARZ
Sc i'orenslc Enterprises, Inc,
23 . Dalaware Ave., Suite G, #233
Ankeny, IA 50021
Office (877) 733.0770
E-ma l mattl schwarZftxonsi0.com
THOMAS L. SKINNER
Dept of Treasury — IRS
National Forensic Laboratory
525 W. Von Buren, 4a Floor
Chicago, IL 60607
Office (312)553-7016
E•mall thomas.skinner5lici.irs.00v
KELLY A SPECKELS
Mesa Police Department
P. 0. Box 1466
Mesa, AZ 85211-1466
Work (480) 644.4007
E-mail kelly soec)cels@mesaaz.eov
ANNE E. STEINMETZ
Steinmetz Forensic Services
P.O. Box 5371
Perorfa, AZ 85385-5371
Office (823) 451.0623
E-mail
anne on ithandassoclates.cgL,
March 23, 2015
To: Jason G. Jardine
Re: CLPE Recertification
Dear Jason,
# 09-90
Congratulations on passing your proficiency examination for recertification, Your
current certification card is enclosed that bears your next expiration date being
April 30, 2020. Carry this card proudly, as you are one of approximately 1020
certified Latent Print Examiners in the world.
In planning for your next recertification, please visit the organization's website at
www. , th e•i a i .0 rg where you can file your next recertification application on-line.
Certified Latent Print Examiners must acquire a minimum of 80 points during the
five-year period prior to expiration of their certification. There are no grace
periods for submitting applications; therefore, be sure to apply again before your
expiration date. If you have any questions, please feel free to contact me or any
member of the Latent Print Certification Board.
Please keep us informed if you move or change employment status in the future,
Best of luck in the future.
Sincerely,
Jamie Bush
3Juttrnatttu tl . .,, nrtatt. n for ? ii nti
C ttttit Print Ttrttftcittnn Aluari
(Mitt in of tilt ttrretarg
Chair
LYLA A. THOMPSON
Johnson County Crime Laboratory
6000 Lamar
Mission, KS 66202
Home (816) 734.9062
Office (913) 626-3294
E-mail lyla.lhompsonaioc000v.orq
Secretary
JAMES E. BUSH
Mississippi Crime Laboratory
PO Box 4450
Meridian, MS 39304
Office (601) 463-5273
Fax (601)463.5278
E-mail (bush((dmcl.state.ms.us
Board Members
DEBBIE BENNINGFIELD
Houston Police Dept(relired)
14090 FM 2920 Ste G-186
Tomball, TX 77377
E- lbennino8eld2(0biun,00m
AN IY L. CLAY
Uniteu States Secret Servfm
Forensic Services Division
950 H Street, M.W. Suite 4200
Washington, DC 20223
Office (202) 406-9206
E-mail enthonv,clav(tiusss.dhs.49v
THOMAS L. SKINNER
Dept of Treasury— IRS
National Forensic Laboratory
29 N. Wacker Drive, Suite 300
Chicago, IL 60606
Office (312)553-7016
Email thomas.skinner(dicl.irs nov
KELLY SPECKE;S
Mesa Police Dept
130 N. Robson
Mesa, AZ 85201
Once (480) 641 4007
E-mail kellv.soeckels6Jimesaaz.gov
KASEY WERTHEIM
Complete Consultants Worldwide
P. 0. Box 87
Bridgeport, WV 26330
Office (304) 933-3162
E-mail kaseywerlheim(thaol.com
April 30, 2010
Jason G. Jardine
Broward Co. Sheriffs Lab — Latent Unit
201 SE 6th Street, Rm 1799
Fort Lauderdale, FL 33301
Dear Mr. Jardine,
ttnon
It is with great pleasure that I inform you of your successful completion of the
testing for certification. As you are aware, this is not an insignificant accomplishment.
Currently, approximately 70% of those who apply for certification have been able to pass
all of the requirements for certification. You now have the privilege and responsibility of
being an I.A,I, Certified Latent Print Examiner.
The Board urges you to be active in the program and to encourage qualified latent
print examiners to apply for certification. Also, please discuss the merits of the
certification with the legal and judicial fields when possible.
Your certification number is # 09-90 with an effective date of April 30, 2010, I
have enclosed your certificate and certification card with this letter. Your name, agency,
city and state will appear in an upcoming issue of "Identification News." Your certification
is due to expire five years from that date. The requirements for re -certification are posted
under the "Certifications" tab of the I.A.I. web site, www.theiai,org.
Again, congratulations on this accomplishment. Please keep this office up-to-date
with any change in employment or residence that may occur in the future. If you have any
questions about this program or if I may assist you in any manner, do not hesitate to
contact me.
Sincerely,
!�J
Jamie Bush
cc: Applicant File
Division Certification Committee
Editor
) 3( you are interrattil In Scientific 3benitflcnttan, you ghoul?) be a(ftltatsb mitt! the 3ateenatinnal Anea(lattan far 3bentlftcattvu,
Macmillan a0 appltcattane niap ubtatneb by rnnlacttug the (fffflre at toe (Mlle( (Operations Milker
BSO Training Summary
Name:
Title:
Department:
Manager
Email:
Jason Jardine
Criminalist III
Crime Lab
Claudine Carter
Jason Jardine@sheriff.org
Healthy Living Tips: Nutrition
Hands -Only CPR/AED
Emerging Leader: The Unified Team
CPR/AED Renewal
Wackos, Weirdo's and Wirnps
Details of Investment Planning
Conflict Management
Making the Transition: A Super
Team Leadership
Leaders without Titles
CPR/AED:Adult/Infant CPR
Bloodborne Pathogens:Civi Onli
Working Ethics for BSO Civilia
/1 r,, ."
Welcome Jardine, Jason l
Course Start Date Course Completion Date Status
6/5/2018
3/2/2018
3/30/2016
3/4/2016
7/17/2014
4/2/2014
3/27/2014
3/20/2014
3/11/2014
10/23/2013
2/21/2012
12/13/2010
12/7/2010
6/5/2018
3/2/2018
3/30/2016
3/4/2016
7/17/2014
4/2/2014
3/27/2014
3/20/2014
3/11/2014
10/23/2013
2/21/2012
12/13/2010
12/7/2010
Sessn Wait
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
BSO Training Summary
Name:
Title:
Department:
Manager
Email:
Jason Jardine
Criminalist III
Crime Lab
Claudine Carter
Jason Jardine@sheriff.org
sheriff.org
Healthy Living Tips: Nutrition
Hands -Only CPR/AED
Emerging Leader: The Unified Tearn
CPR/AED Renewal
WackosWeirdo's and Wimps
Details of Investment Planning
Conflict Management
Making the Transition: A Super
Team Leadership
Leaders without Titles
CPR/AED:Adult/infant CPR
Bloodborne Pathogens:Civi Onli
Working Ethics for BSO Civiiia
Welcome .Jardine, Jason l
Course Start Date Course Completion Date Status
6/5/2018
3/2/2018
3/30/2016
3/4/2016
7/17/2014
4/2/2014
3/27/2014
3/20/2014
3/11/2014
10/23/2013
2/21/2012
12/13/2010
12/7/2010
6/5/2018
3/2/2018
3/30/2016
3/4/2016
7/17/2014
4/2/2014
3/27/2014
3/20/2014
3/11/2014
10/23/2013
2/21/2012
12/13/2010
12/7/2010
Sessn Wait
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
(J)-tA rig ,c ' Li1.t
Sheriff Scott Israel
INTERNAL MEMO
Date: August 7, 2018
Via: Captain Edward Sileo, CCN 6546 �t
Criminal Investigations Division
From: Sergeant Jonathan Brown, CCN 11100
Criminal Investigations Division / Homicide Unit
Subject. EMPLOYEE OF THE MONTH OF NOMINATION FOR AUGUST 2018
DETECTIVE WALTER FOSTER, CCN 11485 / DETECTIVE JOHN CURCIO, CCN 16048
It is a pleasure for me to bring attention to the investigative actions of Detectives Walter
Foster and John Curcio during the homicide investigation into the death of Jahseh Onfroy on
June 18, 2018, On this day at around 3:30 PM, the victim Onfroy was shot to death as he
exited the Riva Motorsports business at 3671 N. Dixie Hwy, Deerfield Beach. This incident
generated National Media Attention due to the fact Onfroy was a well-known musician known
as "XXX-Tentacion". Initially, the investigation involved a blue Dodge Journey vehicle and four
unknown suspects. On June 19, 2018, Detectives Foster and Curcio obtained video
surveillance from the Riva Motor Sports business that depicted the image of two of the four
suspects involved with the murder. The identity of these two suspects was not known at this
time. Through persistence and dedication, they were able to identify all four subjects involved.
Several residential and conveyance search warrants were conducted while under time
constraints that resulted in the recovery of crucial evidence in the case. Within twenty four
hours, an arrest warrant was obtained and for one of the four subjects. The remaining three
subjects were identified shortly. The BSO Crime Scene Unit Detectives Marshall Wolcott and
Clint Williams collected evidence that was analyzed by Lab Criminalists Nicole Ihnat and
Jennifer Rodriguez that confirmed the identity of two of the suspects. On July 18th, 2018, all
four suspects were indicted before a grand jury for first degree murder. This particular case
involved coordination with many outside agencies and cooperation with media outlets.
Detectives Foster and Curcio displayed a level of persistence and passion for solving the case
that was needed in bringing justice for the victim's family. On behalf of the homicide unit, I
commend Detective Foster and Detective Curcio for their accomplishment. I further nominate
them for Employees of the Month,
Cc: HR, Employee File
Detective Walt Foster
Detective John Curcio
COMMENDATION
in Appreciation for
Your Dedication and Professionalism
To the
Criminal Investigations Division
Broward Sheriff's Office
Captain Edward Sileo
Given this123. August 2018
of flit
r
ciente
tunf rrreb upon
Jan JtriiinE
#LTA PEgrEE of
7finclidor of tuna
l
3`
fn
nr2n3ait ,$ci11.c2
4_
1 n Pr file scat af f r z nth r ifs of 1st if tr ing in 11-T
tale of z it -li ,an on f4;i fifth bau of ; u in tile
uEar:Nineteen rjAirrtarto and Ninety -fir_
Qi1Orpemon, h` i C? Istmi
-4<e,"/„.„
uesi? c.ri of :Ile ? 11Tiver its
City of Miami
Procurement Department
Miami Riverside Center
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Web Site Address: www.miamigov_com/procurement
Number:
Title:
Issue Date/Time:
Closing Date/Time:
Pre-Bid/Pre-Proposal Conference:
Pre-Bid/Pre-Proposal Date/Time:
Pre-Bid/Pre-Proposal Location:
Deadline for Request for Clarification:
Contracting Officer:
Hard Copy Submittal Location:
Contracting Officer E-Mail Address:
Contracting Officer Facsimile:
854384
Invitation for Bid Pre -Qualification Pool
for Latent Print Examiner Services
14-AUG-2018
09/05/2018 @ 14:00:00
None
Monday, August 27, 2018 2:00 pm
Giraldo, Victoria
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
VictoriaGiraldo@miamigov.com
305-400-5361
Page 1 of 35
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 180 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (I) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
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, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph and
section).
EXCEPTIONS:
We (I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and
conditions of this solicitation and certify that I am authorized to sign this submission for the subrnitter.
Please print the following and sign your name:
PROPOSER NAME.
ADDRESS.
PHONE: FAX
EMAIL: CELL(Optional)
SIGNED BY.
TITLE: DATE.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS
RESPONSE.
Page 2 of 35
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Federal Employer Identification Number (FEIN)
Office Location: City of Miami, Miami -Dade County, or Other
Business Tax Receipt/ Occupational License Number:
Business Tax Receipt/ Occupational License Issuing Agency:
Business Tax Receipt/ Occupational License Expiration Date:
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and
date of receipt (i.e. Addendum No. 1, 7/1/17). If no addendum/addenda was/were issued, please insert
N/A.
Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 1: Address, City, State, and Zip for above referenced company/agency listed:
Reference No. 1: Name of Contact Person and Telephone Number for above referenced no. 1
Reference No. 1: Date of Contract or Sale for above referenced no. 1
Page 3 of 35
Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 2: Address, City, State, and Zip for above referenced company/agency listed:
Reference No. 2: Name of Contact Person and Telephone Number for above referenced no. 2
Reference No. 2: Date of Contract or Sale for above referenced no. 2
Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 3: Address, City, State, and Zip for above referenced company/agency listed:
Reference No. 3: Name of Contact Person and Telephone Number for above referenced no. 3
Reference No. 3: Date of Contract or Sale for above referenced no. 3
Page 4 of 35
Line: 1
Description: Should Bidder wish to submit their response online, please enter $0.001 in the unit
price of this line item.
Line: 1.1
Description: Latent Print Examiner
Category: 99041-00
Unit of Measure: Each
Unit Price: $
Number of Units: 1 Total: $
Page 5 of 35
854384
Table of Contents
Terms and Conditions 7
1. General Conditions 7
1.1. GENERAL TERMS AND CONDITIONS 7
2. Special Conditions 27
2.1. PURPOSE 27
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 27
2.3. PRE-BID/PRE-PROPOSAL CONFERENCE 27
2.4, MINIMUM QUALIFICATIONS 27
2.5. TERM OF CONTRACT 28
2.6. CONDITIONS FOR RENEWAL 29
2.7. METHOD OF AWARD 29
2.8. GROUPS 29
2.9. LIVING WAGE ORDINANCE 29
2.10. WORK DISTRIBUTION 30
2.11. COMPENSATION 30
2.12. INDEPENDENT CONTRACTOR 30
2.13. INSURANCE REQUIREMENTS ( INDIVIDUAL BIDDERS) 30
2,14. INSURANCE REQUIREMENTS (ENTITY BIDDERS) 30
2.15. CONFIDENTIALITY 33
2.16. METHOD OF PAYMENT 33
2.17. NON -APPROPRIATION OF FUNDS 33
2.18. FAILURE TO PERFORM 33
2.19. PROJECT MANAGER 33
2.20. HOURLY RATE ADJUSTMENT 33
2.21. ADDITIONS/DELETIONS OF LATENT PRINT EXAMINERS 33
2.22. TERMINATION 34
2.23. ADDITIONAL TERMS AND CONDITIONS 34
3. Specifications 35
3.1. SPECIFICATIONS/SCOPE OF WORK 35
Page 6 of 35
854384
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services
with an estimated aggregate cost of $25,000.00 or more.
Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for
Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida
Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein,
1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal
solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the
good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be
fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the
City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order
upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be
considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the
City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of
after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the
event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a
written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer
who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time
contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal
solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in
any or all responses and may, at its discretion, re -issue this formal solicitation.
1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available
at the City's website at: http://www.ci.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of
the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent.
1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract,
each party shall bear their own attorney's fees through and including appellate litigation and any post judgment
proceedings.
1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access
at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers,
and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit,
examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of
Page 7 of 35
854384
the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final
payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition
shall result in the immediate cancellation of this contract by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein,
when permissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid
contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders,
be invoiced there from and make its own payments, determine shipping terms and issue its own exemption
certificates as required by the successful bidder(s)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or
addenda.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the
instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with
Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified
in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual
obligation if such documents are not submitted in a timely manner and in the form required by the City. Where
Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing
Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the
next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's
requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its
bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the
Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the successful
Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet,
E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar
days beyond the stated contract term in order to provide City departments with continual service and supplies while
a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the
Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific
number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City
and the Successful Bidder/Proposer are in mutual agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon
completion of the expressed or implied warranty periods.
G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such
combination as shall best serve the interests of the City unless otherwise specified.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the
minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the
right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the
Page 8 of 35
854384
City's best interests, Such agreement will be furnished by the City, will contain certain terms as are in the City's
best interests, and will be subject to approval as to legal form by the City Attorney.
1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety
company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is
required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees
that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to
bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to
Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all
surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after
the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the
formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand.
1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted
accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file
an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the
award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in
mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or
Proposal most advantageous to the City or all responses may be rejected.
1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any
manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing
the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not
wish to vile out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an
approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory
information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the
item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final, Unless otherwise
specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the
City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If
samples should be requested, such samples must be received by the City no later than seven (7) calendar days after
a formal request is made.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing.
In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers
and make available a written explanation for the cancellation.
1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or
prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the
contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures,
or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures
during the time it is rendering such goods/services, it shall not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shalt the City be liable
for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for,
or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable
proceedings or on account of any delay for any cause over which the City has no control.
1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a response
Page 9 of 35
854384
for the same items/services or with the City of Miami's Purchasing Department or initiating department. The
Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action.
Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City
will investigate all potential situations where collusion may have occurred and the City reserves the right to reject
any and all bids/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts
between private entities and local governments are subject to certain laws and regulations, including laws pertaining
to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all
applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but
not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of
race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment
practices, rate of pay or other compensation methods, and training selection.
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation.
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes.
D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
E. Uniform Commercial Code (Florida Statutes, Chapter 672).
F. Americans with Disabilities Act of 1990, as amended.
G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
I. City Procurement Ordinance City Code Section 18, Article III.
J. Conflict of Interest, City Code Section 2-611;61.
K. Cone of Silence, City Code Section 18-74.
L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance
with all local, state, and federal directives, orders, and laws may be considered grounds for termination of
contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office,
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed
upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written
recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the
provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of
Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but
not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective
staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
Page 10 of 35
854384
Oral communications with the City purchasing staff, provided the communication is limited strictly to matters of
process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do
not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral
presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting,
or public presentations made to the Miami City Commission during a duly noticed public meeting; or
communications in writing or by email at any time with any City employee, official or member of the City
Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section
2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the
performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall
be made available to any person upon request. The City shall respond in writing and file a copy with the Office of
the City Clerk (clerks@miamigov.com), which shall be made available to any person upon request. Written
communications may be in the form of e-mail, with a copy to the Office of the City Clerk.
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall
render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or
consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal
knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a
complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami
Code for further clarification.
This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code
Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at
305-250-5360, to obtain a copy of same.
1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act
and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application
when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to
the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially
interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such
interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you
must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or
more of the total assets of capital stock in your firm.
A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may
be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for
himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of
the general public and gained by reason of his/her/its position, except for information relating exclusively to
governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person
or business entity.
B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the
City or any person or agency acting for the City, and has not appeared in representation of any third party before any
board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it
is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission;
(ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City.
C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional
services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law.
Page 11 of 35
854384
Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on
Ethics.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of
copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services
provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and
all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDERIPROPOSER - All expenses involved with the preparation and submission
of Responses to the City, or any work performed in connection therewith shall be borne by the
Bidder(s)/Proposer(s).
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107)
(a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual
Party, and after reasonable opportunity for 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 years. The City Manager shall also have the authority to suspend a Contractual Party 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. 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 govermnental
entity.
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which
the violation remains noncompliant.
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a
civil penalty or fine is due and owing to the city.
(9) Any other cause judged by the City Manager to be so serious and compelling as to affect the
Page 12 of 35
854384
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).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a
written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided
promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida
debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public
entity, may not submit a response on a contract with a public entity for the construction or repair of a public building
or public work, may not submit response on leases of real property to a public entity, may not award or perform
work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not
transact business with any public entity.
1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall
include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents,
and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the
Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to
remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall
result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the
effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time
required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree
specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely
completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract.
E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an
assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful
Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated,
together with the cost of completing the work, shall be deducted from any monies due or which may become due on
this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is
responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which
follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in
the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure
Page 13 of 35
854384
to comply with these requirements may deem a Response non -responsive.
A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/prposal and who has the capability,
as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and
the integrity and reliability of which give reasonable assurance of good faith and performance.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response
shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions.
Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s)
during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by
the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City.
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal
Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be
found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the
purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications,
or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the
following documents, the first of such list being the governing documents.
1) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terms and Conditions
1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster
situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this
formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform
for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of
Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written
agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and
represents the entire understanding and agreement between the parties with respect to the subject matter hereof and
supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the
extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the
Formal Solicitation and/or Response, the Fomial Solicitation and then the Response shall control. This Contract may
be modified only by a written agreement signed by the City of Miami and Contractor.
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance
only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The
City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates
may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting
specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower
prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
A.Rejection of Responses
The City may reject a Response for any of the following reasons:
Page 14 of 35
854384
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and
re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the
City.
B. Elimination From Consideration
1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or
which is a defaulter as surety or otherwise upon any obligation to the City.
2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions
of any previous contract with the City or deliver on time contracts of a similar nature.
3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with
the City's Debarment and Suspension Ordinance.
C. Determination of Responsibility
1) Responses will only be considered from entities who are regularly engaged in the business of providing the
goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a
satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility,
personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as
used herein shall be constnied to mean a fully equipped and well established entity in line with the best industry
practices in the industry as determined by the City.
2) The City may consider any evidence available regarding the financial, technical and other qualifications and
abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental
entity in making the award.
3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized
representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal
Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to
the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be
cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and
conditions of the resulting agreement it may lead to terminating negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by
the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in
the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for
rejection of bid/proposal.
1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will
be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices
will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed
Page 15 of 35
854384
or supplied over a period of time.
1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that
employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly,
it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional
minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is
subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and
clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each
adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on
September 30th of each year and take effect on the following January lst.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to
determine whether any of its employees may be impacted by this Florida Law at any given point in time during the
term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s),
and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful
bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its
prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the
right to request and successful bidder/proposer must provide for any and all information to make a wage and
contractual price increase(s) determination.
1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws
of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall
take place in Miami -Dade County, Florida, In any action or proceeding each party shall bear their own respective
attorney's fees.
1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for
convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way
the expressed terms and provisions hereof.
1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or
entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of
"individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the
Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards.
IIIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the
Bidder/Proposer and reasonable assurances that IIIII/PHI will be held confidential;
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested
by the customer;
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits.
PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or
electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information
Page 16 of 35
854384
practices including specifically, a description of the types of uses and disclosures that would be made with protected
health information.
1.42 INDEMNIFICATION - Contractor shall indemnify, hold/save harmless and defend at its own costs and
expense the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs,
including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or
intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance
of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and
employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the
permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These
indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought
against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and
defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees
that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and
instrumentalities as herein provided.
The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate,
supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of
liability and all suits and actions of every name and description which may be brought against City whether
performed by Contractor, or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under
the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06
and/or §725.08, Fla. Statues, as amended from time to time as applicable.
Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City.
The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may
result from any actions or omissions of the Contractor in which the City participated either through review or
concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or
other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or
Sub -Contractor, under this Agreement.
1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information
requested in the spaces provided in the Formal Solicitation, Further, as may be specified elsewhere, each
Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and
Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted
with a previous response or on file with the Buyer will not satisfy this provision.
1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and
perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services
required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal
Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the
performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in
accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be
amended or supplemented from time to time.
1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not
be made available until such time as the City provides notice of a decision or intended decision or within 30 days
after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via
fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's
Page 17 of 35
854384
Web Site following recommendation for award.
1,46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish
Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall
demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance
Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance
certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the
Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit
a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner
prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be
in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances,
the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any
insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW
2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this
Section remain in effect for the duration of the contractual period; including any and all option terms that may be
granted to the Bidder/Proposer.
1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered
(i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt
Payment Act).
1.48. LOCAL PREFERENCE
A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid
price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as
defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that
non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to
.submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local
bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and
final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award
shall be made to the local bidder."
B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable
professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer,
include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in
Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local
office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply.
1.49. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a
separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such
certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the
bidder/proposer must bear full liability.
1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or
understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be
binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through
the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet
Page 18 of 35
854384
as appropriate.
1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or
construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other
similar relationship between the parties.
1.52. 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 as determined by the City. The data derived from any test for compliance with
specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes.
Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense.
These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in
bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the
defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from
the City of Miami's Supplier's list.
1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age,
religion, national origin, marital status, or disability in connection with its performance under this formal
solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of
his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation
in, be denied benefits of, or be subjected to, discrimination under any program or activity.
In connection with the conduct of its business, including performance of services and employment of personnel,
Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex,
marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity
for employment.
1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best
interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein
goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other
similar sources for the purchase of these goods and/or services as may be available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the
successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this
Formal Solicitation.
In addition, any and all commodities, equipment, and services required by the City in conjunction with construction
projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms,
conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best
interest of the City.
1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in
the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational
License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a
location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the
license must be submitted with the response; however, the City may at its sole option and in its best interest allow
the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award.
1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture
will be considered in response to this Formal Solicitation.
Page 19 of 35
854384
1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records,
files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this
formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for
any other purposes whatsoever without the written consent of the City.
1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or
circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such
provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and
each provision of this Contract shall be valid and enforced to the fullest extent permitted by law.
1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment
Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract
price.
1.60. PREPARATION OF RESPONSES (I-IARDCOPY FORMAT) —Bidders/Proposers are expected to
examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed
amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be
at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer
shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on
the face page and on each continuation sheet thereof on which he/she makes an entry, where required.
B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging,
handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer
shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits
normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit
Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended
Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit
price will be presumed correct.
C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or
services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with
the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature.
Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the
response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful
Bidder's/Proposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS
OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY
OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. •
1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of
Page 20 of 35
854384
market change or on the part of the contractor to other customers shall be passed on to the City of Miami.
1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product
becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's
authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is
approved in advance of delivery and that the new product meets or exceeds all quality requirements.
1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS -
Contractor represents and warrants to the City that it has not employed or retained any person or company employed
by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any
fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of
this Contract.
1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in determining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal
Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the
percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and
agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City,
whichever is later.
When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or
receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to
damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount
is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash
discount with the period commencing on the date it is determined by the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers
during the term of the contract.
1,65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property
furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami.
Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the
Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the
Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible
for replacement value of the property at the current market value, less depreciation of the property, if any.
1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants,
conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties
hereto and their respective heirs, legal representatives, successors and assigns.
1.67. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a response on a contract to provide any goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction or repair
of a public building or public work, may not submit responses on leases of real property to a public entity, may not
be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold amount provided in Section
287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor
list.
Page 21 of 35
854384
1,68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all
documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes,
and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all
documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of
Section 119,0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refiisal to comply
with the provision of this section shall result in the immediate cancellation of this Contract by the City.
1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials
used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be
new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of
workmanship, unless as otherwise specified in this Solicitation.
1.70. QUALITY OF WORK/SERVICES - The work/services performed nnist be of the highest quality and
workmanship. Materials furnished to complete the service shall be new and of the highest quality except as
otherwise specified in this Solicitation,
1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal
solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by
the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to
comply with the law.
1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall
have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue
of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City
Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies
based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by
a Contractual Party by submission of a protest to the City Manager.
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly
render a written report stating the reasons for the action taken by the City Commission or the City Manager which
shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along
with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to
such judicial relief without first having followed the procedure set forth in this section.
1,73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104)
(a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards
except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed
$25,000.
Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing.
1.Protest of Solicitation.
i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief
Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for
Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered
filed when received by the Chief Procurement Officer; or
Page 22 of 35
854384
ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the
Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement
Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent
to file a protest is considered filed when received by the Chief Procurement Officer.
2. Protest of Award.
i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after
receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be
posted on the City of Miami Purchasing Department website, in the Supplier Comer, Current Solicitations and
Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by
selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and
Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the
Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the
responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to
receive the notice; or
ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may
protest to the Chief Procurement Officer, A written notice of intent to file a protest shall be filed with the Chief
Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non
responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile
or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when
received by the Chief Procurement Officer.
iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five
(5) days after the date the notice of protest was filed. A written protest is considered filed when received by the
Chief Procurement Officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning
points in making an award determination.
The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation
or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the
required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no
facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement
Officer at the time of filing the protest shall be permitted in the consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed
by this section, the day of the act, event or default from which the designated period of time begins to run shall not
be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday
in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday.
Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing.
(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 any written protest. The Chief Procurement Officer
shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said
decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than
$25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the
City Commission after a favorable recommendation by the city attorney and the City Manager.
(c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or
Page 23 of 35
854384
the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement
Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a
protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having
followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this
section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is
resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the
City Manager makes a written determination that the solicitation process or the Contract award must be continued
without delay in order to avoid an immediate and serious danger to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's
check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or
$5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against
the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer
and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed
under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of
costs for the administrative proceedings as prescribed by subsection (e) above.
1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to
the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense,
within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of
the City.
1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign,
transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion
of the performance required by this contract, except under and by virtue of written permission granted by the City
through the proper officials, which may be withheld or conditioned, in the City's sole discretion.
1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and
replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and
service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your
response.
1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental
specification as to any detail or the omission from it of detailed description concerning any point shall be regarded
as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct
type, size and design are to be used. All workmanship and services is to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on
this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request
will result in disqualification of bid/proposal.
1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the
Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American
Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP,
RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no
Page 24 of 35
854384
award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package, The face of the envelope, box or
package must show the hour and date specified for receipt of responses, the solicitation number and title, and the
name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response
Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed
non -responsive.
Directions to City Hall:
FROM TIIE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US 1. US 1 SOUTH TO 27TH AVE., TURN LEFT,
PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT
ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: US I NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGI-IT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR.
CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the
responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail
delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be
returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions
are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the time and
date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in
writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent
submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed
in a separate envelope, box, or package and each envelope, box or package must contain the information previously
stated in 1.82.A.
1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government.
Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the
fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is
subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all
amendments thereto and shall be paid solely by the Bidder/Proposer.
1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this
contract by written notice to the contractor effective the date specified in the notice should any of the following
apply:
A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract,
B. The City has determined that such termination will be in the best interest of the City to terminate the contract for
Page 25 of 35
854384
its own convenience;
C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon
the availability of appropriate finds.
1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a
Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or
defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and
acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law,
1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The
City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within
the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless
otherwise specified in the Special Conditions.
1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the
goods/equipment or used the goods, whichever comes first.
1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to
the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for
"trade secrets."
If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from
Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION,"
with your firm's name and the Solicitation number and title marked on the outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person.
By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the
City for any award to a plaintiff for damages, costs or attomey's fees and for costs and attorney's fees incurred by
the City by reason of any legal action challenging your claim.
1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor
any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is
issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed
or goods delivered outside the scope of the contract or any work performed by an employee not otherwise
previously authorized.
1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity
purposes. No advertising, sales promotion or other publicity materials containing information obtained from this
Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City
Manager or the City Commission.
1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must
indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are
not stated on their Response, it will be assumed that the product fully complies with the City's specifications.
Page 26 of 35
854384
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for a Pre -Qualification Pool for Latent Print Examination
Services, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the
solicitation.
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Procurement Department, Attn: Victoria Giraldo; fax: (305) 400-5361 or email: VictoriaGiraldo@miamigov.com,
and a copy filed with the Office of the City Clerk, pursuant to Section 1.20. Cone of Silence. The solicitation title
and number shall be referenced on all correspondence. All questions must be received no later than Monday,
August 27, 2018 2:00 pm. All responses to questions will be sent to all prospective bidders/proposers in the form of
an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.3. PRE-BID/PRE-PROPOSAL CONFERENCE
None
2.4. MINIMUM QUALIFICATIONS
Bids will be considered only from firms that are regularly engaged in the business of providing the services as
described in this Bid; that have a record of performance for a minimum of five (5) years; and that have a sufficient
organization to insure that they can satisfactorily provide the services if awarded a Contract under the terms and
conditions herein stated.
Bidder shall:
(1) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving
the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on
any previous contract with the City.
(2) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt.
(3) Provide three (3) references (located in the Certifications Section) from governmental entities you have
provided Latent Print Examiner Services, where you or your firm has established a business relationship regarding
these services for within the past five (5) years.
(4) All Bidders must Submit two (2) letters of recommendation from Governmental entities for whom services have
been provided within the past five (5) years.
Page 27 of 35
854384
In addition to the aforementioned, Bidders shall also provide the documentation requested for each group.
Group I- Certified Latent Print Examiner
Bidder shall submit: current resume along with a copy of their Certification as a Latent Print Examiner from the
International Association of Identification ("I.A.I,").
1) Current resume shall include the following information:
o Contact information of current and/or past employer(s) (including name, telephone number, and email).
o Length of time examiner provided said services for that particular employer.
o Experience which reflects examiners familiarization with standard search methods (e.g., Area Search,
Major File Search, and Recidivist Suspects)
o Experience which reflects the Bidder's knowledge of and ability to work with, the computerized
Automated Fingerprint Identification System (A.F.I.S,) which is required above, stating no less than 5 years'
experience.
2) Provide Certification from the I.A.I.
Group II- Non- Certified Latent Print Examiner
Bidder shall submit: a current resume.
Current resume shall include the following information:
o Contact information of current and/ or past employer(s) (including name, telephone number, and email).
o Length of time examiner provided said services for that particular employer.
o Experience which reflects examiners familiarization with standard search methods (e.g., Area Search, Major
File Search, and Recidivist Suspects)
o Experience which reflects the Bidder's knowledge of and ability to work with, the computerized Automated
Fingerprint Identification System (A.F.I.S.) which is required above, stating no less than seven (7) years' experience.
Note: Bidders that do not meet all requirements may be considered non -responsive and eliminated from the
selection process.
2.5. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the
option to renew for two (2) additional three (3) years period, subject to the availability of fiords for succeeding fiscal
years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the Bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of the City.
Page 28 of 35
854384
2.6. CONDITIONS FOR RENEWAL
Each renewal of this contract is subject to the following:
(1) Continued satisfactory performance compliance with the specifications, terms and conditions established
herein.
(2) Availability of funds
2.7. METHOD OF AWARD
The Pre -Qualified Pool will be awarded based on minimum qualification requirements on a group by group basis.
2.8. GROUPS
Group I- Certified Latent Print Examiner
(Certification from International Association of Identification and at Least 5 years work experience)
Group II- Non- Certified Latent Print Examiner
(At least 7 years work experience)
2.9. LIVING WAGE ORDINANCE
The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total Contract value
exceeding $100,000.00 annually, and that have been competitively solicited and awarded on, or after January I,
2017 by the City.
"Service Contract" means a Contract to provide services to the City, excluding, however, professional services as
defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City
Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557, City of Miami
Living Wage Ordinance, is attached as Attachment A. Please see provisions in Attachment A.
If a solicitation requires services, effective on January 1, 2017, Successful Bidder's must pay to all its employees,
who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less
than $13.19 an hour, with health benefits.
This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review
Attachment A, attached hereto, for a complete and thorough description of the City of Miami Living Wage
Ordinance.
Page 29 of 35
854384
2.10. WORK DISTRIBUTION
The Project Manager shall assign work based on the needs of the project. Pre -qualified Bidders will be placed on an
alphabetical rotation schedule as needed by the Project Manager. Pre -qualified Bidders, who are in Group I, are
required to maintain their certification in an active status throughout the duration of the contract including any
renewals and extensions thereof in order to continue to be qualified in their selective group.
For Pre -qualified Bidders in both groups, when called upon if there is no response within 24 hours, the Project
Manager will then go to the next Pre -qualified Bidder in the group, and the Non- Responsive person will forfeit their
position in the rotation.
The City reserves the right to verify the information submitted by the Successful Bidder and to obtain and evaluate
additional information, as it deems necessary, to ascertain the Successful Bidder's conformance to the minimum
requirements.
Note: All work assignments during the Contract period will be on an as needed basis, complying with notification
requirements. The City offers no guarantee as to the number or frequency of work assignments.
2.11. COMPENSATION
Group I- Certified Latent Print Examiner: $52.50 per hour.
Group II- Non -Certified Latent Print Examiner: $42.00 per hour.
2.12. INDEPENDENT CONTRACTOR
The Successful Bidder(s) is considered an independent contractor, and neither the Successful Bidder(s) nor any of its
agents, representatives or employees shall be considered an employee of the City.
2.13. INSURANCE REQUIREMENTS ( INDIVIDUAL BIDDERS)
If the Successful Bidder(s) is an individual they shall be exempt from the regularly required insurance of the City.
The Administration Division of the City of Miami Police Department will accept responsibility for monitoring all
activities as they relate to the services rendered by each Successful Bidder.
Successful Bidder(s) shall defend, indemnify, save and hold harmless the City, its officers, agents and employees,
from any claims, suits, or actions that may be brought by third parties on account of the performance of the services
required under the Contract by the Successful Bidder(s).
2.14. INSURANCE REQUIREMENTS (ENTITY BIDDERS)
If the Successful Bidder is an entity they shall submit the following City insurance requirements:
INDEMNIFICATION
Successful Bidder shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its
Page 30 of 35
854384
officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including,
but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or
omission, or intentional wrongful misconduct of Successful Bidder and persons employed or utilized by Successful
Bidder in the performance of this Contract. Successful Bidder shall further, hold the City, its officials and
employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or
employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the
permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that
any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder
shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the
City. The Successful Bidder expressly understands and agrees that any insurance protection required by this
Contract or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify, keep
and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate the Successful Bidder to defend, at its own expense, to and
through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at
the City's option, any and all claims of liability and all suits and actions of every name and description which may be
brought against the City, whether performed by the Successful Bidder, or persons employed or utilized by
Successful Bidder.
These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the
laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of
Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended.
Successful Bidder shall require all sub -contractor agreements to include a provision that each sub -contractor will
indemnify the City in substantially the same language as this Section. The Successful Bidder agrees and recognizes
that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of
the Successful Bidder in which the City participated either through review or concurrence of the Successful Bidder's
actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the
Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder or
sub -Contractor under this Contract.
Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for
the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly
acknowledged by the Successful Bidder.
Please see attachment B- Insurance Addendum for insurance definitions, requirements, and conditions.
The Successful Bidder shall furnish to City of Miami, Procurement Department, 444 SW 2nd Avenue, 6th Floor,
Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which
meets the requirements as outlined below:
(1) Worker's Compensation
A. Limits of Liability - Statutory - State of Florida
(2) Commercial General Liability (Primary and Non -Contributory):
Page 31 of 35
854384
A. Limits of Liability
Bodily Injury and Property Damage Liability - Each Occurrence: $1,000,000
General Aggregate Limit: $2,000,000
Personal and Adv. Injury. Products and Completed Operations and Fire Damage: $1,000,000.
B. Endorsements Required:
City of Miami included as an Additional insured. Employees included as insured. Contractual Liability.
(3) BusinessAutomobile Liability
A. Limits of Liability
Bodily injury and property damage liability combined single limits. Any Auto, including hired, borrowed
or owned, or non -owned autos used in connection with the work - $300,000
B. Endorsements Required:
City of Miami included as an Additional Insured
BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals,
which most nearly reflect the operations of the bidder.
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 "A" as to management, and no less than "Class V" as to financial strength,
by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its
equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management
prior to insurance approval.
Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written
advance notice to the certificate holder.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this
section or under any other section of this Agreement.
--If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible
for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance
of such expiration.
--In the event that expired certificates are not replaced with new or renewed certificates which cover the
contractual period, the City shall:
(4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner
prescribed in the Invitation To Bid.
(5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from
the Bidder in conjunction with the General and Special Terms and Conditions of the Bid.
The Successful Bidder shall be responsible for assuring that the insurance certificates required in conjunction with
this Section remain in force for the duration of the contractual period; including any and all option terms that may be
granted to the Successful Bidder.
Page 32 of 35
854384
2.15. CONFIDENTIALITY
The Latent Print Examiner agrees to keep confidential all information and data, whether written or oral, obtained
from the City or pursuant to the performance of services on the City's behalf.
2.16. METHOD OF PAYMENT
Full payment will be made upon receipt and acceptance of a complete Project(s). No down or partial down payments
will be made.
2.17. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal
period for payments due under this contract, then the City, upon written notice to the Successful Bidder(s) or his
assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or
expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any
firm(s).
2.18. FAILURE TO PERFORM
Should it not be possible to reach the Successful Bidder or Supervisor and/or should remedial action not be taken
within forty-eight (48) hours of any failure to perform according to specifications, the City reserves the right to
declare Successful Bidder in default of the contract or make appropriate reductions in the contract payment.
2.19. PROJECT MANAGER
Upon award, Successful Bidder shall report and work directly with Rupert Butcher, Latent Print Examiner
Supervisor or Designee, who shall be designated as the Project Manager(s) for the City.
2.20. HOURLY RATE ADJUSTMENT
The City may, an its sole discretion, make an adjustment in the contract terms and/or pricing if hourly rate is
affected by extreme or unforeseen volatility in the marketplace. The City will then perform market research studying
local municipalities to compare rates for Latent Print Examiner services.
The hourly rate will remain firm and fixed for the initial term of the Contract, and will be re-evaluated at the time of
exercising the option to renew or extension periods. When re-evaluating the hourly rate, increases will not exceed
three percent (3%).
2.21. ADDITIONS/DELETIONS OF LATENT PRINT EXAMINERS
The City, at its sole discretion, may periodically add Latent Print Examiners to the contract on an as needed basis.
When adding additional Latent Print Examiners to this Pre -qualified pool, the minimum qualifications for either
group must be met,
Page 33 of 35
854384
2.22. TERMINATION
A. FOR DEFAULT
If Successful Bidder defaults in its performance under this Contract and does not cure the default within 30 days
after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice
without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the
excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the
Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without his or his
Subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience
of the City of Miami.
B. FOR CONVENIENCE
The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in
the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so
terminated for the convenience by the City of Miami the Successful Bidder will be compensated in accordance with
an agreed upon adjustment of cost. To the extent that this Successful Bidder is for services and so terminated, the
City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those
services rendered prior to termination.
2.23. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included as part of your solicitation response shall be evaluated or considered,
and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in
transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General
Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that
the Bidder's authorized signature affixed to the Bidder's acknowledgment form attests to this. If a Professional
Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this
solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or
conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered.
Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or
Agreement.
Page 34 of 35
854384
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
It is the intention of the City of Miami ("City") to establish a Pre -Qualification Pool of Certified and Non -Certified
Latent Print Examiners capable of providing latent print services, on an as needed basis, The City uses these services
to process fingerprints under the following guidelines:
Group I- Certified Latent Print Examiner:
The Successful Bidder shall:
1. Successfully complete a familiarization program designed by the Project Manager and/or designee of the
latent print detail, not to exceed sixteen (16) hours.
2. Examine and evaluate fingerprints recovered from crime scenes by personnel from the Crime Scene
Investigation unit. Those fingerprints that are found to be of value by the Successful Bidder and with the
concurrence of the Latent Print Examiner Project Manager and/or designee that are in compliance with
ACE-V Methodology, of the latent print detail, will be further evaluated.
3. Search all fingerprints evaluated to be of value. A Successful Bidder in this classification must be familiar
with standard search methods, such as Area Search, Automated Fingerprint Identification System
(A.F.I.S.), minutiae input, pattern interpretation and finger/ palm orientation.
4. Maintain a certificate as Latent Print Examiner from the International Association of Identification
throughout the duration of the contract including any renewals and extensions thereof.
5. Be required to represent the City in court either with testimony or deposition.
Group II- Non -Certified Latent Print Examiner:
The Successful Bidder shall:
1. Successfully complete a familiarization program designed by the Project Manager and/or designee of the
latent print detail, not to exceed sixteen (16) hours.
2. Examine and evaluate fingerprints recovered from crime scenes by personnel from the Crime Scene
Investigation unit. Those fingerprints that are found to be of value by the Successful Bidder and with the
concurrence of the Latent Print Examiner Project Manager and/or designee that are in compliance with
ACE-V Methodology, of the latent print detail, will be further evaluated.
3. Search all fingerprints evaluated to be of value. A Successful Bidder in this classification must be familiar
with standard search methods, such as Area Search, A.F.I.S., minutiae input, pattern interpretation and
finger/ palm orientation.
Page 35 of 35