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