Loading...
HomeMy WebLinkAboutR-00-0477J-00-477 5/22/00 RESOLUTION NO. - 477 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), APPROVING THE PROCUREMENT OF TURF AND IRRIGATION SUPPLIES FROM VARIOUS VENDORS, AWARDED PURSUANT TO EXISTING MIAMI-DADE COUNTY BID NO. 0476-2/99-2, ON AN AS -NEEDED CONTRACT BASIS THROUGH JUNE 30, 2000, SUBJECT TO FURTHER EXTENSIONS BY MIAMI-DADE COUNTY, FOR THE BAYFRONT PARK MANAGEMENT TRUST, AT A PROPOSED ANNUAL AMOUNT NOT TO EXCEED $12,000; ALLOCATING FUNDS THEREFOR FROM ITS OPERATING BUDGET. WHEREAS, the Bayfront Park Management Trust ("Trust") manages Bayfront and Bicentennial Parks; and WHEREAS, the Trust requires turf and irrigation supplies for lawn and garden maintenance at the parks; and WHEREAS, the services are available utilizing Miami -Dade County Bid No. 0476-2/99-2 on an as -needed contract basis through June 30, 2000, subject to further extensions by Miami -Dade County,; and WHEREAS, funds are available from the Trust's Operating Budget; and ' TY � � CITY M T JUW- �. Resolution iYo. ® 47"` WHEREAS, the City Manager and the Executive Director of the Trust recommend the procurement of turf and irrigation supplies from various vendors, awarded pursuant to existing Miami -Dade County Bid No. 0476-2/99-2, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The procurement of turf and irrigation supplies from various vendors, awarded pursuant to existing Miami -Dade County Bid No. 0476-2/99-2, on an as -needed contract basis through June 30, 2000, subject to further extensions by Miami -Dade County; for the Bayfront Park Management Trust, at a proposed annual amount not to exceed $12,000, is hereby approved; with funds therefor hereby allocated from the Trust's Operating Budget. Page 2 of 3? Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 8th ATTEST: day of June JOE CAROLLO, MAYOR . 2000. In accordance with Miami Code Sec. 2-36, since the Mayor dad rift h.4104W @,09fo of @'f this legislation by signing it in the designated pla provided, Od fig€�f�ft#�� new becomes effective with the elapse o t (10 y r m �'ate of iffot# `t=regarding same. without the Mayor terci;Va t WALTER J. FOEMAN CITY CLERK--% APPRO, DAA0140 CORRECTNESS: City Clerk �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. ' �.. 477 Page 3 of 3 • LIST OF VENDORS TURF & IRRIGATION SUPPLIES MIAMI-DADE COUNTY BID NO. 0476-2/99-2 Tesco South, Inc. d/b/a Hector Turf, Inc. 1301 NW 3'd Street Deerfield Beach, FL 33442 Lane Supply Company 23919 So. Dixie Highway Princeton, FL 33032-1551 Hughes Supply, Inc P.O. Box 523610 Miami, FL 33152, (v0- 477 • TO: Honorable Mayor and Members of the City Commission FROM: (`Jay 40� stantz Executive Director RECOMMENDATION: CITY OF MIAMI, FLORIDA CA=3 INTER -OFFICE MEMORANDUM DATE : May 15, 2000 FILE : SUBJECT: REFERENCES: Resolution Authorizing Procurement of Turf ENCLOSURES: and Irrigation Supplies It is respectfully recommended that the City Commission adopt the attached Resolution, with attachments, authorizing the Bayfront Park Management Trust to purchase turf and irrigation supplies from various vendors, awarded under an existing Miami -Dade County Bid No. 0476- 2/99-2, on an as -needed contract basis, through June 30, 2000, subject to further extensions by Miami -Dade County, at a total proposed annual amount not to exceed $12,000. Funds are available from the Trust's Operating Budget at time of need. BACKGROUND: The Bayfront Park Management Trust is responsible for the upkeep and maintenance of Bayfront and Bicentennial Parks. The Bayfront Park Management Trust has a need to procure turf and irrigation supplies. The Trust anticipates substantial cost savings and improved service levels by utilizing the Miami -Dade County contract. JCC/TS/mt ResoMemo • Judy S. Carter, Director May 15, 2000 Purchasing Department Funding for the procurement of turf and / irrigation supplies from various vendors C onstan Dade County Contract No. 0476-2/99-2 Exe tive Director The Bayfront Park Management Trust has funds available to cover the cost of the above- mentioned subject, in the amount not to exceed $12,000, from the Bayfront Park Management Trust Operating Account. 0-- 477 • o��s�A� wU�K//fJ� (�f' � AWARD SHEET ADDENDUM NO.1 TO: , ALL USER DEPARTMENTS/ DATE: 2/17/00 FROM: Jose A. Sanchez, CPPB BID NO.: 0476-2/99-2 Departmenmt of Procur went rgmt. TITLE: Turf And Irrigation Supplies Please note the following change(s): Contract has been extended through: 6/30/00 Previous Value of Contract: $ 690,250.00 Three (3) Month Proration: $ 69,707.00 Revised Contract Value: $ 759,957.00 DEPARTMENT ALLOCATION + CGE. ORDER + PRORATION AVIATION 54,030.00 13,507.00 FIRE 13,530.00 3,382.00 LIBRARY .4,8802.50 1,220.50 MDTA 3,015.00 760.00 PARKS 501,530.00 41,794.00 SEAPORT 16,647.50 4,161.50 WASD 19,530.00 4,882.00 ALL OTHER INFORMATION REMAINS THE SAME CURRENT 67,537.00 16,912.00 6,103.00 3,775.00 543,324.00.: . 20,809.00 24,412:00 AWARD sHEEr ADDENDUM I Rev. 4/12/99 u _ 477 C O N T R A C T BID NO.: 0476-2/990 TURF AND IRRIGATION SUPPLIES CONTRACT PERIOD: 4/1/99 thru 3/31/00 COMMODITY CODE: 515-82 PART 41• VENDORS AWARDED A w a x U J n a Z F.I.D. NO.: 59-2199514 VENDOR: Tesco South, Inc. F.O.B. TERMS: d/b/a Hector Turf, Inc. STREET: 1301 N.W. 3rd. Street CITY/STATE/ZIP: Deerfield Beach, FL 33442 F.O.B. TERMS: Destination TERMS: Net 30 Days DELIVERY: As Required PHONE: 954/429-3200 FAX: 954/360-7657 CONTACT: Joseph Limberg F.I.D. NO.: 59-1588888 VENDOR: Lane Supply Company STREET:. 23919 So. Dixie Hwy. CITY/STATE/ZIP: Princeton, FL 33032-1551 F.O.B. TERMS: Destination TERMS: Net 30 Days DELIVERY: As Required PHONE: 305/258-5263 FAX: 305/258-0830 CONTACT: Arthur Lane F.I.D. NO.: 59-0559446E VENDOR: Hughes Supply, Inc. STREET: P.O. Box 523610 CITY/STATE/ZIP: Miami, FL 33152 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: 305/597-8300 FAX: 305/470-2477 CONTACT: Richard Kelly AEVIOUS BID NO. 0476-2/99-1) OTR YEARS: TWO (2) YEARS 36-1150280 W.W. Grainger P.O. Box 523010 Miami, FL 33152 Destination Net 30 Days As Required 305/594-3036 305/592-5611 Randy Kolsen 59-0576183 Lehman Pipe & Plumbing Supply, Inc. 230 N.W. 29th Street Miami, Florida 33127 Destination 2% Net 30 Days ` As Required 305/576-3054 305/576-3066 Julian Lehman i U 0— 14 PART #2• ITEMS AW 1. COASTAL WHOLESALE, INC. WAS PURCHASED BY HUGHES SUPPLY, INC, * COASTAL WHOLESALE ITEMS ARE TO BE PURCHASED FROM HUGHES SUPPLY, INC. AT THE SAME SCHEDULED PRICE. SCHEDULE ATTACHED PART #3: AWARD INFORMATION BCC AWARD DATE: 3/18/97 BIDS & CONTRACTS RELEASE DATE: 2/1/99 ADDITIONAL ITEMS ALLOWED: YES SPECIAL CONDITIONS: NONE TOTAL CONTRACT VALUE: $690,500.00 USER DEPARTMENT Of" AVIATION Off' FIRE MDTA LIBRARIES PARK & RECREATION PUBLIC WORKS SEAPORT WASAD 0 AGENDA ITEM #: 7F2A (970496) OTR YEAR: TWO (2) of TWO (2) MODIFIED CONTRACT VALUE: N/A DOLLAR AMOUNT ALLOCATED :A 91 : .. ::: iv --- 2,000.00 i•0••• rte• •• ira ... .. SENIOR PROCUREMENT AGENT: JOSE A. SANCHEZ, CPPB t 60- 477 BID NO. 0476-2199 TURF IRRIGATION SUPPW Part #2: Items Awarded Paye 1 of 31 U 41 Manufacturer's Name Vendor's (Listed in order of award. 1st, 2nd & 3rd.) Current Catalogue # and Date Current Price List # and Color Discount Off Mfgr Price List 1 Bermad 1. Hector Turf General Products 910-P 1990 -Green General Products May 1996 Blue/White -200, 2. Coastal Wholesale General Products May 1996 -60/ 2 Buckner NO AWARD NO AWARD NO AWARD NO AWAR[ 3 Champion Irrigation Products 1. Coastal Wholesale Dec. 1, 1995 -400i 1. Lehman Pipe 1996 1211/95 1995 White -401D/, 4 Charlotte Pipe 1. Lehman Pipe 6/25/96 6/25/96 White +150/ 5 Colonial Engineering Fittings 1. Hughes Supply P40 -61-P513: 6/1/9 P80-61-13513: 6/1/9 P40 -61-P513: Whit P80 -61-P513: Blu -910i -890, 2. Lane Supply P4061PS13 6/1/96 Blue/White -89°/- 89°i2. 2.Lehman Supply PWS Cent Black/White -89°- 6 Dura 1. Coastal Wholesale SCH-40-0596 5/28/96 2. Lehman Pipe SH -40-0596 5128/96 5/28/1996 White -30% '7 Electro NO AWARD NO AWARD NO AWARD NO AWARE 8 FIMCO 1. Coastal Wholesale -450/ 9 Global NO AWARD NO AWARD NO AWARD NO AWARE 10 Goulds 1. Coastal Wholesale 1/2/96 -400i 1. Hughes Supply PWSCENT 1-96 Black/White -400r 11 Hardie 1. Coastal Wholesale TL -1132 3/1/96 -506/ 2. Hughes Supply Blue/White 3/1/96 -370r 12 Hays 1. Coastal Wholesale 1/1/96 -400Y 13 Hunter 1. Coastal Wholesale LIT -060 1011/95 -550i 14 K -Rain 1. Coastal Wholesale 12/1/95 -520r 2. Hughes Supply 12/1/95 Black/White/Blue -350r 3. Lane Supply 1L06 Blue/White 12/1/95 -340/ 15 Lasco 1. Lehman Pioe -40P -15M 5/28/9 L06 -80P -20M 5/28/9 L06 -40P -15M Blu L06 -80P -20M Gra -910 -890 2. Coastal Wholesale 5/28/96 -884 3. Hughes Supply L06 -40P -20M 5/98 Rn!p -800 Paye 1 of 31 U 41 AWARD SHEET BID NO. 0476-2/99 0 TURF IRRIGATION SUPPLE Page 2 of 3 U"" ` Manufacturer's Name Vendor's (Listed in order of award: 1st, 2nd & 3rd.) Current Catalogue # and Date Current Price List # and Color Discount Off Mfgr Price List 16 Moody NO AWARD NO AWARD NO AWARD NO AWARD 17 Motorola 1. Hector Turf oro Irrigation Products 1996-97, #490-1809 Toro Motorola MIR 5000 White 4/22/96 List Price 18 Netafim 1. Hector Turf Drip Irrigation Products 199495 Irrigation Landscape 1996 -Blue -50% Coastal Wholesale 1/1/96 -40% 2. Hughes Supply 4/1/94 BlackNWite -40% 19 Nelson 1. Coastal Wholesale 10/2/95 -45% Hughes Supply -40% 2. Lehman Pipe 1996 10/2/95 1996 White -40% 20 NCC Intermabc 1. Coastal Wholesale TS -89 -45% . Hughes Supply -35% 21 Patalynx NO AWARD NO AWARD NO AWARD NO AWARD 22 Progressive Electronic 1. Coastal Wholesale 10M April 94 2/5/96 -10% 2. Hughes Supply 10M April 94 List Price 23 Quickrain NO AWARD NO AWARD NO AWARD NO AWARD 24 Rainbird 1. Coastal Wholesale 1995-96; D48301 T-95; 9/24/95 -52% 2. Hughes Supply -40% 2. Lehman Pipe T-95; 9/24/95 T-95 Blue -40% 25 River City 1. Coastal Wholesale CWI UST 10/28/96 -75% 26 Roberts 1. Lehman Pipe FV395 3195 FV395 White/Blue -10% 27 Safe -T -Lawn 1. Coastal Wholesale WACAT95-01 1111195 -45% 28 Spears PVC Nipples 1. Lane Supply Coastal Wholesale 40-1-0596 BWE/White 5/28/96 40-1-0596; 5/28196 -89% -87% 3. Lehman Pipe NPL -1-0596 5/1/96 NPL -1-0596 White -50% 29 oro Residential/ Commercial 1. Coastal Wholesale 490-2843; 1995-96 -50% 2. Hughes Supply -40% 3. Hector Turf v.v •...yy.v.♦ .JV urJ 1996-97; #490-1809 #490-2844 Whit -25% 8. Page 2 of 3 U"" ` AWARD SHEET BID NO. 0476-2199 9 TURF IRRIGATION SUPPLE Page 3 of 3 C U - 4 77 Manufacturer's Name Vendor's (Listed in order of award: 1st, 2nd a 3rd'.) Current Catalogue # Current Price List # and Date and Color Discount Off Mfgr Price List 30 U -Flow 1. Coastal Wholesale PL201; 2/95 -4576 Lane Supply PL201 Blue/White 7/96 -40% 3. Hughes Supply PL200 4/93 Blue/White/Red -35% 31 orld of Plastics 1. Coastal Wholesale CW1-List; 10/28/96 -75% Hughes Supply Ne 32 oro Golf Products 1. Hector Turf 1996-97 #490-1809 #490-2844 White -25% 33 Rain Bird Franchise Turf Items 1. Lehman Pipe T-95; 9/24/95 T-95; White Net + 18% 14 Slip Fix Repair Couplings 1. Lehman Pipe SF -5; 3/20/95 SF -White -30% 35 Flo Control PVC Comp Cplg. 1. Lehman Pipe 11/1/95 11/1/95 White -41% 36 Simmons 1. Lehman Pipe 4/1/95 4/1/96; White -300 37 Oatey PVC Cement 1. Lehman Pipe 4/1/96 4/1/96; White +30% 38 acts Regulator 1. Lehman Pipe WP -961; 1/5/96 WP -961; Green -20% 39 alts Backflow Repair Kits 1. Lehman Pipe PL -RP -BPD 10/1/95 PL -RP -BPD, Blue +22% 40 Hayward PVC Valves I. Lehman Pipe PVC -39; 4/1/96 PVC -39 White -40% 41 Hayward PVC Butterfly Valves 1. Lehman Pipe PVC -39; 4/1/96 PVC -39 White -10% 42 Hunter Large Turf 1. Coastal Wholesale LIT -060 lit -0/8; 10/95 -40% 43 Teel 1. Grainger 388-1/97 Catalog 388 -40% 44 PVC Valve Boxes 1. Lehman Pipe 2/10/94 2/10/94 White +30% 45 Strataflo 1. Lehman Pipe 789; 7/1/89 789; White -36% 46 ekmor Garden Hoses 11. { Lehman Pipe 1997 1997 White +30% Page 3 of 3 C U - 4 77 METRO•DAOE BID NO: 0476-ok-OT R OPENING: 1:00 P.M., WEDNESDAY DATE: OCTOBER 30, 1996 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE TURF AND IRRIGATION SUPPLIES FOR VARIOUS METRO DADE COUNTY DEPARTMENTS FOR A ONE (1) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR TWO (2) YEARS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: DID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE-BID CONFERENCE/WALK-THRU RACE -CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY.: N/A SEE SECTION 2.0, PARA. 2.24 N/A N/A N/A N/A N/A N/A N/A -NIA N/A FOR INFORMATION CONTACT: JOSE A. SANCHEZ, CPPB (305) 375-4265 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION ' Printed on Rec W Piper6, 0" 47 METROPOLITAN DADE OTY ®BID N0. 0476 -2/99 -OTR SECTION 2.0 SPECIAL CONDITIONS TURF AND IRRIGATION SUPPLIES 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish a contract for various Metropolitan Dade County Departments for the purchase of Turf and Irrigation Supplies in conjunction with the County's needs on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE (12) MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for twelve (12) months and upon completion of the expressed and/or implied warranty period. 2.5- OPTION TO RENEW (2) TWO YEARS (Maintain Same Prices) The prices quoted shall prevail for a one year period from effective date, at which time Dade County shall have the option to.renew for an additional two (2) years on a year to year basis provided the bidder will maintain the same prices, etc., as in the current one year contract. Continuation of the contract beyond the initial period is a County prerogative not a rig -ht of the bidder. This prerogative may be exercised only when such continuation'Is clearly in the best interest of the County. NOTE:. SHOULD.THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. 2..6 METHOD OF AWARD: To Three (3) Bidders By Item Award of -- this contract will be made to the lowest three (3) responsive, responsible bidders on an item by item basis. While the award will be made to multiple Bidders by item to assure availability, the lowest Bidder by item will be given the first opportunity to perform under the Terms and Conditions of the Contract. 2.7 PRICES SHALL BE BASED ON DISCOUNTS FROM PUBLISHED PRICE LISTS Bids shall be submitted on the basis of a discount from a manufacturer's Published Price List(s). Such Published Price List(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, and dated as to issuance and effectiveness. Page 1 G U 4 7 r'� METROPOLITAN DADE COUNTY BID NO. 0476 -2/99 -OTR. Revised Publishes Price Lists may be used as®a means of price adjustments. However, all bids are to be firm for a period of calendar days after award and Revised Price Lists will not be accepted by the County until after that date. Revised Published Price Lists will be accepted only in the event of an industry -wide price change, as evidenced by the issuance of revised pricR lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the County's Procurement Management Division under the bidder's cover letter identifying the applicable contract agreement number and approved by the County through -the issuance of a Memorandum of Understanding to the bidder. 2.8 Intentionally Omitted 2.9 Intentionally Omitted 2.10 Intentionally Omitted 2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER The successful bidder shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the -fulfillment of the contract. The bidder shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay -all costs and judgments which may issue thereon. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after purchase has been completed, whether picked up by authorized County. personnel or delivered to the site by the vendor. Theinvoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that wa-s signed by an authorized representative of the County department when the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at Various Locations within Dade County. Page 2' METROPOLITAN DADE JWTY ®BID NO. 0476 -2/99 -OTR 2.17' DELIVERY SHALL BE FIFTEEN (15) DAYS AFTER DATE OF PURCHASE ORDER The bidder shall make deliveries within fifteen (15) calendar days after the date of the purchase order. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder. shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, i•t is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. 2.18 BACK ORDERS MUST BE FILLED WITHIN FIVE.(5) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, the bidder shall insure that such back orders are filled within five (5) calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back"orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 Intentionally Omitted 2.20 CONTACT PERSONS For any additional information regarding the specifications and requirements of this contract, Contact: Jose A. Sanchez, CPPB at (305) 375-4265. 2.21 ACCEPTANCE -OF PRODUCT BY THE COUNTY The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2.22 ADDITIONAL BRANDS MAY BE ADDED Although this solicitation identifies specific brands to be purchased, it is hereby understood and agreed that additional brands may be added to this contract at the option of the County. Successful bidder(s) under this contract shall be invited to submit a percentage (%) discount off the lowest column of.the latest manufacturer's price Page 3 Go-- 47raj METROPOLITAN DADE COUP nD N0. 0476 -2/99 -OTR list(s) and/or catalog(s) for these additional brands. If these discounts are comparable with discounts. offered for other brands, the award(s) shall be made to the lowest responsive, responsible bidder(s) meeting specifications in the best interest of the County. Award of these brand(s) shall be confirmed through the issuance of an addendum to the award sheet. These items shall become an integral part of the contract. Notwithstanding, the successful bidder(s) does- not have an exclusive right to these additional brand(s). The County may determine to obtain a percentage (%) discount off the lowest column of the latest manufacturer's price lists) and/or catalog(s) for the additional brand(s) comparable from other bidders in the event the County does not find the discounts through a separate bid solicitation. 2.23 AUTHORIZATION TO PICK-UP MATERIALS: Dade County employees are .authorized to pick-up materials against s purchase orderissued to the successful bidder(s). Such authorization is provided for the County employee through an "Authorization to Pick -Up Materials" (Dade County Form No. 160.04.17) who shall surrender the form to the bidder during each purchase. If the bidder is in doubt about the authenticity of the person picking up the material, the bidder shall contact Procurement Management for assistance at 375-5289. 2.24 CATALOGS AND PRICE LISTS SHOULD BE SUBMITTED WITH BID The bidder shall submit two (2) copy(ies) of the current manufacturer's price list(s) and catalog(s) with the bid; provided, however, the bidder may be given the opportunity to submit these documents to the County during the bid evaluation period. At such time the bidder shall be given fifteen (15) days to' submit the information. Failure to meet this requirement may result in your bid being rejected. These documents shall be -in effect at the commencement of the contract and shall remain in effect for the life of the contract; unless price escalations are specifically allowable in accordance with Section 2.7 of this Invitation to Bid. Discounts offered will be evaluated against these price lists and catalogs in order to determine the lowest responsive, responsible bidder. Upon request, the bidder shall provide additional sets of the manufacturer's product catalogs. and price lists at no cost to the County. 2.25 COMPLIANCE WITH FEDERAL STANDARDS: All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA),the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NEPA). 2.26 COUNTY WIDE: Any Governmental Unit in Dade, Broward and Palm Beach Counties, Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. 7 Page 4 METROPOLITAN DADE CITY 0BID NO. 0476 -2/99 -OTR Each Governmental unit which uses a contract(s) resulting herefrom, will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its own exemption certificates as required by the bidder. It is understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. 2.27 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting All damage claims against the shipper.. 2.28 DELIVERY TIMES SPECIFIED The Bidder shall only be authorized- to deliver items between the hours of 8:00 a.m. and 3:00 p.m. 2.29 DEMURRAGE CHARGES WILL NOT BE ALLOWED The County shall not incur separate demurrage charges from bidders who supply containers on an interim basis to the. County in conjunction with this bid. Any rental or demurrage costs for such containers that are normally charged by the bidder must be reflected in the unit pr--ces offered by the bidder. 2.30 ENVIRONMENTALLY ACCEPTABLE PACKAGING Effective June 16, 1992, all contracts in excess of .ten thousand ($10,000) dollars will be affected by Resolution Number R738-92 amending Metropolitan Dade County Administrative Order 3-2 (relating to the procurement of goods and services). As a waste management alternative, and as an additional means of reducing the volume and toxicity of waste and by-products entering Florida's so lid waste stream, Metropolitan Dade County has instituted the following policy with regard to source reduction. In order to discourage excessive packaging of a product solely for marketing purposes and to encourage packaging for purposes of ensuring. durability, re -usability and recyclability. No goods shall be purchased --if the goods constitute less than 90 percent (by volume) of the item being purchased or if the goods contains more than 10 percent package and packing material (by volume). No packaging shall be purchased which is not environmentally acceptable packaging. For purposes of meeting the requirements of this resolution, "Environmentally Acceptable" shall be defined as; any item that is returnable for reuse or recycling, or which is recyclable. In order to insure compliance with this resolution, bidders shall indicate in the space provided on the bid proposal page, the method to be used for returning packaging materials to the distributor in conjunction with this solicitation and/or by completing the General Services Certification of Recycled Product Content Form indicating the Page 5 4 77 METROPOLITAN DADE COUP �D NO. 0476 -2/99 -OTR ability of the materials to be recycled through existing recycling collection programs. Appeals for waiver of these requirements may be made in writing to the County Manager through the Director of Procurement Management. No waiver shall be effective unless approved by a majority vote of the Board of County Commissioners. Proposals failing to provide this information may result in being declared non-responsive; however the Bidder shall be given the opportunity to provide the information during the bid .evaluation period.. At such time, the Bidder shall be given fifteen (15) calendar days to submit this information. Vendors wishing to obtain a copy of the complete resolution should contact The Office of Vendor Assistance at (305) 375-5289. 2.31 TURF & IRRIGATION SUPPLIES -SHALL BE NEW AND WARRANTED AGAINST'DEFECTS The Bidder hereby acknowledges and agrees that all turf & irrigation supplies supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. Inthe event any of the turf & irrigation supplies supplied to. the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right to (1) cancel the order and return such turf & irrigation supplies to the Bidder at the Bidder's expense or (2) 'require the Bidder to replace the turf & irrigation supplies at the Bidder's expense. 2.32 OMISSION FROM THE SPECIFICATIONS: The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail,. and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be made upon the basis of this agreement. 2.33 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip- or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.34 PRICE LISTS) FURNISHED SUBSEQUENT TO BID AWARD The successful bidder shall be required to furnish price lists (printed or microfiche) upon request from any County department at no charge. This price list shall provide descriptive literature, technical data and service information for items awarded. Time of delivery for these lists shall be mutually agreed upon by the successful vendor and the County. Page 6 U w �� METROPOLITAN DADE COTY �ID N0. 0476 -2/99 -OTR 2.35 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON _n t -- While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. For this reason', bidders are requested to quote the percentage discount that will be offered to the County for items which do not appear on this bid solicitation. This discount shall be offered for- all items listed in nationally established annual retail supply catalogs. - The most recently published catalog shall serve as the basis for establishing the retail price to be discounted. 2.36 PRIMARY VENDOR DESIGNATION. While the method of award identified in Section 2.6 of the Special Terms and Conditions prescribes the method for determining the lowest responsive, responsible bidder, the County reserves the right to award this contract to the designated lowest bidder as the primary vendor and to award this contract to the designated second lowest bidder as the secondary vendor. If the County exercises this right, the primary vendor shall be given the first opportunity to perform the service or deliver the goods identified in this contract. If the primary vendor declines this opportunity, the County shall seek the identified goods or services from the secondary, vendor. It should be noted that price adjustments, if allowed under the terms and conditions of this bid, may affect the order of designation. 2.37 RISK OF LOSS The vendor assumes the risk of loss of damage to the County's property during possession by the vendor and until delivery and acceptance to the County. The vendor shall immediately repair, replace or make good on the loss or damage without cost to the County, whether the loss or damage results from acts or omissions (negligent or not) of: the vendor or a third party. The successful bidder/vendor shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the Agreement. The vendor shall pay all claims 'and losses of any nature whatever in connection- therewith,. and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. 2.38 SHELF LIFE OF STOCK: The successful bidder(s) shall supply. the County with fresh stock only and shall insure that items with a limited shelf life are inspected and certified fresh by the bidder prior to shipment to the County. 2.39 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER: The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to assure the County of prompt delivery. If the delivery terms specified in the Solicitation Page 7 G o_ 4 77 METROPOLITAN DADE COUNT NO. 0476 -2/99 -OTR are not fulfille by the Bidder, the County reserves the right to cancel the order, purchase the goods elsewhere, and charge the Bidder for any reprocurement costs incurred by the County. Page 8 V. U METROPOLITAN DADE CTY 3.1 SCOPE �ID NO. 0476 -2/99 -OTR SECTION 3.0 TECHNICAL SPECIFICATIONS Furnish and Deliver various Turf and Irrigation Supplies per W discount off Manufacturer's Price List listed in the Bid Proposal Forms. 3.2 PRODUCT LINES The prospective Bidder(s) shall bid on the complete product line per. Manufacturers listed based on discounts off the. -latest on the Proposal Form Published Price Lists. If there are more than one category, line or level of products backed up by different catalogues and price lists, these shall be listed by catalogue number and date or by price list number, color and -date. Additional spaces are provided for other Manufacturers of, related items. Page 9 4 77