HomeMy WebLinkAboutR-99-0130J-99-175
2/9/99
RESOLUTION NO.
99- 130
A RESOLUTION APPROVING THE FURNISHING AND
INSTALLATION OF SHELVING FROM ADAPTS STORAD
PRODUCTS, UNDER MIAMI-DADE COUNTY CONTRACT
NO. 0245-2/01-OTR-CW-SW, FOR THE DEPARTMENT
OF POLICE, AT A TOTAL COST NOT TO EXCEED
$24,265.13; ALLOCATING FUNDS THEREFOR FROM
THE CAPITAL IMPROVEMENT PROGRAM, ACCOUNT CODE
NO. 312015.299401.6.840.
AREAS, the Police Department, under the Capital
Improvement Program, converted the outdated range area into a
storage warehouse for the Property Unit; and
WHEREAS, shelving is required to categorize and maintain
confiscated property held at the area as evidence; and
WHEREAS, the purchase of shelving under Miami -Dade County
Contract No. 0245-2/01-OTR-CW-Sw is in the best interest of the
City; and
WHEREAS, funds are available from the Capital Improvement
Program, Account Code No. 312015.299401.6.840; and
WHEREAS, the Chief of Police recommends that the furnishing
and installation of shelving from Adapto Storage Products,
awarded under the cited contract, 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
AMETrNG 1OF ssZoN
FEB 2 3 1999
(� (16801utioa No. (�
WALTER J. FOEMAN, CITY CLERK
APPROVED
W3242
Preamble to this resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The furnishing and installation of shelving
from Adapto Storage Products, under Miami -Dade County Contract
No. 0245-2/01-OTR-CW-SW, for the Department of Police, is hereby
approved, at a total cost not to exceed $24,265.13, with funds
therefor hereby allocated from the Capital Improvement Program,
Account Code No. 312015.299401.6.840.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor,/.
PASSED AND ADOPTED this 23rd day of February
1999.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of
this legislation by signing it In the designated pl ce provided, said lcgialatirr no:�,
becomes effective with the elapse of ten (10) da rom the p1aft of ComAicn action
ATTEST: regarding same, without the Mayor eorci g eto.. ( ,
City Clerk
CTNESS:61
1� 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.
2
�1
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM AM3
TO: The Honorable Mayor and Members
of the City Commission
FROM: DLald H. Warshaw
City Manager
RECOMMENDATION
DATE: FEB 1 2 19290
SUBJECT: Proposed Resolution
REFERENCES:Purchase of Shelving
ENCLOSURES:
FILE:
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing the purchase of Adapto storage product shelving, under an existing Miami -Dade
County Bid No. 0245-2/01-OTR-SW, from Adapto Storage Products, a Non-minority/Dade
County vendor, located at 625 East 10 Avenue, Hialeah, FL 33010, at a total cost not to exceed
$24,265.13. Funding is to be from the Capital Improvement Program, Account Code
312015.299401.6.840.
BACKGROUND
The Police Department converted its outdated range area, as a capital improvement project, to a
much needed property warehouse storage. This conversion was necessary to accommodate the
lack of storage space in the area that currently serves as the Property Unit. The shelves will be
installed in this area to store incoming property held as evidence.
wSo
DHW: WEO:Imr
99- 130
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
11
TO: Donald H. Warshaw r E
City Manager DATE: �iAN 1 f Jk LEG 7-2 e
FILE: J,
SUBJECT: Purchase of Shelving
FROM: William E. O'Brien REFERENCES:
Chief of Police
ENCLOSURES:
This Police Department has verified that funds are available with the Department of Management
& Budget to purchase shelving, at a total cost of $24,265.13. Funding is available from the Capital
Improvement Program, Account Code 312015.299401.6.840.
BUDGETARY REVIEW & APPROVED BY:
Dip ak M. Parekh
Director
Office of Management & Budget
ADDITIONAL APPROVALS
(IF REQUIRED)
Pil^Adminni�strrator
C
Office of Management & Budget
WEO:Imr _
l.J
99- 130
SHELVES (METAL) RACKS, BIN STORAGE UNITS
CONTRACT PERIOD: 11/1/98 thru 10/31/99
COMMODITY CODE: 165-88 OTR YEARS: Two (2)
AWARD BASED ON MEASURES: Yes () No (X): () Set Aside ( ) Bid Preference ( ) Goal
( ) BBE ( ) HBE ( ) WBE owned firms
( ) Local Preference ( ) CSBE Level
PART #1: VENDORS AWARDED
F.E.I.N.:
592167018
VENDOR:
P.R.I.O.E. of Florida
STREET:
2720 Blair Stone Road, Suite G.
CITY/STATE/ZIP:
Tallahassee, Florida 32301
F.O.B. TERMS:
Destination
PAYMENT TERMS:
Net 30
DELIVERY:
As Needed
PHONE:
(850) 487-3774 or (800) 643-8459
FAX:
(850) 488-1299
CONTACT PERSON:
Ms. Carol Brantley
F.E.I.N.:
591441275
VENDOR:
Office Systems of Florida, Inc.
STREET:
P.O. Box 4910
CITY/STATE/ZIP:
Miami, Florida 33014
F.O.B. TERMS:
Destination
PAYMENT TERMS:
Net 30
DELIVERY:
As Needed
PHONE:
(305) 620-0654
FAX:
(305) 620-6097
CONTACT PERSON:
Mr. Les Galloway
F.E.I.N.:
590781697
VENDOR:
Adapto Storage Prod./S.T. Taylor Corp
STREET:.
P.O. Box 111660
CITY/STATE/ZIP:
Hialeah, Florida 33011-1660
F.O.B. TERMS:
Destination
PAYMENT TERMS:
Net 30
DELIVERY:
As Needed
PHONE:
(305) 887-9563 or (800) 923-2786
FAX:
(305) 885-8677
CONTACT PERSON:
Mr. Ron Rossiter
F.E.I.N.:
361150280
VENDOR:
Grainger
STREET:
P.O. Box 523010
CITY/STATE/ZIP:
Miami, Florida 33152
F.O.B. TERMS:
Destination
PAYMENT TERMS:
Net 30
DELIVERY:
As Needed
PHONE:
(305) 594-3036
FAX:
(305) 592-5611
CONTACT PERSON:
Mr. Joel Alonzo
11V130 KOIla1SIJ�,
em 9 z 330
®Bn9333
99- 130
PART #2: ITEMS AWARDED
LISTED
PART #3: AWARD INFORMATION
(X)BCC ()PMD AWARD DATE: 1016198
AGENDA
ITEMS #: 6F3A
BIDS $ CONTRACTS RELEASE DATE: 11/2/98 OTR
YEAR: N/A
ADDITIONAL ITEMS ALLOWED: Yes
SPECIAL CONDITIONS: Type I Insurance
required for installation
TOTAL CONTRACT VALUE: $1,853,287.70
MODIFIED
CONTRACT VALUE: $ N/A
USER
DOLLAR AMOUNT
DEPARTMENT
ALLOCATED
Aviation
$120,006.00
CAA
$ 20,000.00
Clerk Of Courts
$ 26,000.00
Corrections -
$ 39,151.00
Finance
$ 2,000.00
Fire
$170,000.00
GSA Maintenance Serices
$130,135.00
Dept. of Human Services
$ 5,000.00
ITO
$ 7,500.00
Library
Libr
$ 10,000.00
MDHA
$100,000.00
MOPD
$ 25,000.00
MDTA
$106,021.00
MDWASD
$731,000.00
Park
$140,000.00
Public Works
$ 23,000.00
Seaport
$ 20,000.00
Solid Waste
$ 10,000.00
GSA/Fleet
$ 90,135.00
99- 130
BD PROPOSAL FO
SHELVES (METAL), RACKS, BIN STORAGE UNITS, CABINETS AND RELATED SHOP ITEMS
FIRM NAME:
Item+ YManufacturer M Less Discount Price List No. Dated
ADAPTO STORAGE PRODUCTS
1.
Adapto Steel Products
Discount 46
%
Price
List
No. 125
Dated 9/30/95
2.
American Locker Security
Discount
%
Price
List
No.
Dated,
System
3.
Camex Equipment and
Discount
%
Price
List
No.
Dated
Supplies
4.
Hallowell (SPS
Discount
%
Price
List
No.
Dated
Technologies)
5.
Intermetro Industries
Discount
%
Price
List
No.
Dated
Corporation
6.
Isles Industries
Discount
%
Price
List
No.
Dated
7.
Par Steel Shelving Company
Discount
%
Price
List
No.
Dated_______
OFFICE
SYSTEMS
Snap Lock
4/1/98
8.
Kardex Systems, Inc.
Discount 15
%
Price
List
No. LT
Dated4/8/96
GRAINGER
9. Penco
10. Lyon Metal Products
11. Prest Storage Rack
12. Republic Storage Systems
Company
13. International Storage
Systems (ISS)
ADAPTO STORAGE PRODUCTS
14. Adapto products for
Industry
15. Pride
. f ,.
Grainger
Discount
47 %
Price
List
No. 389
Dated 1998
Discount
%
Price
List
No.
Dated.
Discount
%
Price
List
No.
Dated
Discount
%
Price
List
No.
Dated
Discount % Price List No.
Dated
Discount Catalog % Price List No. 1998 Dated 1998
Net Price
Freight Summer Metal Products
Discount 0 % Price List No. Fall Dated June 98
9J+ 1000
OPTION A
P.R. I.D.E.
Installation Charges
OFFICE SYSTEMS OF FLORIDA
$ 25.00 Per Hour
Installation Charges $ 55.00 Per Hour
ADAPTO STORAGE PRODUCTS/S.T. TAYLLR CORP
Installation Charges $ 25.00 Per Hour
NOTE: Type I Insurance will be required by the County
from vendors who perform installation.
WE
39- 13®
DID NO 245-?-,01-OTR-Cw-Sw
OPENING: 2:00 P.M. Wednesday
MEOAOE DATE: August 5, 1998
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
F = TITLE
4r
A
SHELVES (METAL) RACKS, BIN STORAGE UNITS, CABINETS AND RELATED
SHOP ITEMS, FURNISH AND/OR INSTALL FOR VARIOUS MIAMI DADE COUNTY
DEPARTMENTS FOR A PERIOD OF ONE (1) YEAR WITH COUNTY OPTION TO
RENEW FOR TWO (2) ADDITIONAL YEARS ON A YEAR BY YEAR BASIS.
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND•LISTS:
EQUIPMENT LIST:
INDEMNIFICATION/INSURANCE:
PRE -BID CONFERENCE/NALX-THRU
RACE -CONSCIOUSNESS MEASURE:
INFORMATION SHEETS:
SITE VISIT/AFFIDAVIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
FAIR SUBCONTRACTING PRACTICES:
LISTING OF SUBCONTRACTORS & SUPPLIERS
FOR INFORMATION CONTACT:
SENIOR PROCUREMENT AGENT
(305) 375-4260
N/A
N/A
N/A
SEE SECTION 2.6,' PARA. 2.11
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
EDGAR INNISS, C.P.P.B.
MIAMI-DADE COUNTY -
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
99- 130
f
METROPOLITAN DADE QbNTY BIL)"' 0. 0245-2/01-OTR-CW-SW
SECTION 2.0 - SPECIAL CONDITIONS
SHELVES (METAL) RACKS, BIN STORAGE UNIT, CABINETS AND
RELATED SHOP 1 ITEMS, FURNISH AND/OR INSTALL
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this Invitation To Bid is to establish a contract for
the purchase of Shelves (Metal Racks, Bin Storage Units, Cabinet and
_ Related Shop items 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: i FIXED PERIOD
This contract shall commence on the first calendar day of the month
succeeding approval of the contract by the Board of County.
Commissioners, unless otherwise stipulated in the Notice of Award
Letter which is distributed by the County's GSA Procurement Management
Division; 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 periods.
2.5 OPTION TO RENEW TWO (2) YEARS (Maintain Same Discounts)
FROM MFMG'SPUBLISHED PRICE (LISTS)
Dade County shall have the option to renew this contract for an
additional two (2) years on a year-to-year basis provided the bidder
will maintain the same discount(s) from manufacturer's published price
1ist(s).. Continuation of the contract beyond the initial period is a
County prerogative not a right 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: LOWEST PRICES BASED ON PERCENTAGE DISCOUNT OFFERED
Award of this contract will be made to the responsive,. responsible
bidder(s) who offers the lowest prices when the percentage discount
offered by the bidder is compared against prices listed in the
manufacturer's price lists for selected items. Accordingly, the
bidder must submit its manufacturer's price lists with the bid
proposal in order to be considered eligible for award. This
requirement supersedes any other Special Condition in this Bid
Solicitation which may allow the bidder to submit price lists during
the bid evaluation period. These price lists must be common to, and
accepted by, the industry in general.
Page 1
99- 130
If more than one bidder is awarded this contract, as stipulated in the
first paragraph of this section, the bidder who offers -the lowest
prices based on the percentage discount shall be designated as the'
primary vendor.
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.F
r
Revised PublishedlPrice Lists may be used as a means of price
adjustments. However, .all bids are to be firm for a period of one
hundred -twenty (120) 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
price 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 EQUAL PRODUCT CANNOT BE CONSIDERED• QUALIFIED PRODUCTS LIST
-Items listed are the only products that will be accepted on this Bid
because these items are represented on a
Bidders desiring to submit comparative Qualified Products List.
inclusion on an approved Products for these items for
uture bids
should submit samples to Edgarf�Inniss, GSA/Procurement cts List for f Management
Division, 111 NW 1st Street, Suite 2350, Miami, FL 33128, Phone (305)
375-4260. After testing, if the product is deemed acceptable, it will
be included in the specifications on the next available bid. All
samples for test purposes must be labeled with the bidder's name, bid
number, and item number. Samples not labeled will be considered
unidentifiable and will not be eligible for testing purposes'.-
2.10 Intentionally Omitted
2.11 INDEMNIFICATION AND INSURANCE - i GENERAL SERVICE AND MAINTENANCE
CONTRACT
NOTE: REQUIRED IF VENDOR CHOOSES TO PERFORM INSTALLATION
Page 2 J 9 — 130
-•r---
rt1J
x� � l
t
METROPOLITAN DADE COUNTY
BID NO. 0245-2/01-OTR-CW-SW
Provider shall indemnify and hold harmless the County, and its
officers, employees, agents and instrumentalities from any 'and all
liability, losses or damages, including attorneys' fees and' costs of
defense, which the County or its officers, employees, agents or
instrumentalities may incur as a result of claims, demands, suits,
causes of actions or proceedings of any kind or nature arising out of
, relating to or resulting from the performance of this Agreement by
the Provider or its employees, agents, servants, partners principals
or subcontractors. Provider shall pay all claims and losses in
connection therewith and shall investigate and defend all claims,
suits or actions of any kind or nature in the name of the County,
where applicable, including appellate proceedings, and shall pay all
costs, judgments, and attorney's fees which may issue thereon.
Provider expressly understands and agrees that any insurance
protection required by this Agreement or otherwise provided by
Provider shall in.no way limit the responsibility to indemnify, keep
and save harmles . and defend the County or its officers, employees;
agents and instrIntalities as herein provided.
The vendor shall furnish to Bid Section, Metropolitan Dade County, c/o
Procurement Management Division, 111 N.W. 1st Street, Suite 2350,
Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate
that insurance coverage has been obtained which meets the requirements
as outlined below:
A. Worker's Compensation Insurance for all employees of the vendor as
required by Florida Statute 440.
B. Public Liability Insurance on a comprehensive basis in an amount
not less than $300,000 combined single limit per occurrence for
bodily injury and property damage. Dade County must be shown as
an additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and
hired vehicles used in connection with the work, in an amount not
less than $300,000 combined single limit per occurrence for bodily
injury and property damage.
The insurance coverage required shall include those classifications,
as listed in standard liability insurance manuals, which most nearly
reflect the operations of the vendor.
All insurance policies required above shall be issued by companies
authorized to do business under the laws of the State of Florida, with
the following qualifications:
The company must be rated no less than "B" as to
management, and no less than "Class V" as to financial
strength, by the latest edition of Best's Insurance
Guide, published by A.M. Best Company, Oldwick, New
Jersey, or its equivalent, subject to the approval of
the County Risk Management Division.
or
J
Page 3 0
METROPOLITAN DADE dUNTY
BID NO. 0245-2/01-OTR-CW-SW
The company must hold a valid Florida Certificate of
Authority as shown in the latest "List of All Insurance
Companies Authorized or Approved to Do Business in
Florida", issued by the State of Florida Department of
Insurance and are members of the Florida Guaranty Fund.
Certificates will indicate no modification or change in insurance
shall be made without thirty (30) days written advance notice to the
certificate holder.
NOTE: DADE COUNTY BID NUMBER AND TITLE OF BID MUST APPEAR ON EACH
CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the
vendor of his liability and obligation under this section or under any
other section of this Agreement.
r
Issuance of a putchase order is contingent upon the receipt of the
insurance documents within fifteen (15) calendar days- after Board of
County Commission approval. If the insurance certificate is received
within the specified time frame but not in the manner prescribed in
this Invitation To Bid, the Bidder shall be verbally notified of such
deficiency and shall have an additional five (5) calendar days to
submit a corrected certificate to the County. If the Bidder fails to
submit the required insurance documents in the manner prescribed in
this. Invitation To Bid within twenty (20) calendar days after Board of
County Commission approval, the Bidder shall be in default of the
contractual terms and conditions 'and shall not be awarded the
contract. Under..such circumstances, the Bidder may bv-prohibited from
submitting future Proposal to the County in accordance. with Section
1.0, para 1.6 of the General Terms and Conditions.
The 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
k`
option years that may be granted to the Bidder in accordance withs`
Section 2.5 of the Special Conditions. 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 County at a minimum of thirty (30) 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 County shall suspend the contract until such time as the
new or renewed certificates are received by the County in the manner
prescribed in the Invitation To Bid; provided, however, that this
suspended period does not exceed thirty (30) calendar days. If such
suspension exceeds thirty (30) calendar days, the County may, at its
sole discretion, terminate this contract for cause and seek
re -procurement charges from the Bidder in conjunction with Section
1.10, of the General Terms and Conditions.
2.12 Intentionally Omitted
2.13 Intentionally Omitted
Page 4
99- 130
METROPOLITAN DADE COUNTY
2.14 Intentionally Omitted
0
BID No. 0245-2/01-OTR-CW-SW
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 personpel or delivered to the site by the vendor:
The invoices shall reference the appropriate purchase order number,
the delivery address, and the corresponding delivery ticket number or
packing slip number that was 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 Miami Dade County.
2.17 DELIVERY SHALL BE TEN (10) DAY AFTER ORDER IS PLACED BY THE COUNTY
2.18
2.19
2.20
2.21
The bidder shall make deliveries within ten (10) calendar days after
the date that the County department orders the items. 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, it 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.
Intentionally Omitted
Intentionally Omitted
CONTACT PERSONS
For any additional
requirements of this
information regarding the specifications and
contract, Contact: Edgar Inniss at (305) 375-4260.
COUNTY-WIDE/STATE-WIDE USAGE
Any Governmental, not -for -profit or quasi -governmental entity in the
State of Florida, may avail itself of this contract and purchase any
Page 5
99- i30
%.Vil ial.V priceks) established herein.
Each Governmental, not -for -profit or quasi -governmental entity 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, determine shipping terms
and issue its own exemption certificates as required by the bidder.
It is understood that unless specified in Section 2, paragraph 2.16,
entitled "Shipping Terms", all prices shall be quoted, "FOB
Destination." For entities other than those belonging to Miami -Dade
County 'or those located outside of the geographical boundaries of
Miami -Dade County, the successful vendor shall be entitled to ship
goods on an "FOB Destination, Prepaid and Charged Back" basis. This
allowance shall Eonly be made when expressly authorized by a
representative oft he entity, prior to shipping the goods.
It is also 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.
SURCHARGE FEE AND QUARTERLY SUMMARY REPORT
Per Miami -Dade County Surcharge Fee Ordinance, please be advised that
this contract is subject to a user surcharge fee in the amount of 2%
on all sales, other than to Miami -Dade County departments, resulting
from this contract or any contract resulting from this solicitation.
and the utilization of the County contract price and the terms and
conditions identified herein.
After receipt of payment from such purchases, all applicable surcharge
fees shall become payable to: Board of County Commissioners.
Vendors shall be required to furnish the attached Quarterly Surcharge
Payment Report in a timely manner. Quarterly reports and all
applicable payments must be submitted to GSA/Accounts Receivable, no
later than 15 days after the end of each quarter, regardless of the
value of sales during the preceding quarter.
By submission of these sales summary reports and corresponding
surcharge fees, the vendor is attesting to their correctness. All
such reports and fees shall be subject to audit by Miami -Dade County.
Failure to submit the following Quarterly Surcharge Payment Report and
make applicable payments in a timely manner, may result in -termination
or cancellation of contract with the non -conforming vendor and any and
all remedies relating to the collection of such fees shall be
enforceable. Additionally, any reprocurement charges may be charged
to the vendor in default. Willful failure or falsification of sales
reports or failing to make timely payments of the surcharge fee shall
constitute sufficient cause for terminating the contract for cause of
the non -conforming vendor.
J
Page 6 ` 0 0
a
METROPOLITAN DADE COUNTY BID NO. 0245-2/01-OTR-CW-SW
2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY
• i
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.
2.23 ACCIDENT PREVENTION AND REGULATIONS
Precautions shall be exercised at all times for the protection of
persons and property. All Contractors and Sub -Contractors shall
conform 'to all OSHA, State and County regulations while performing
under the Terms and Conditions of this contract. Any fines levied by
the above mentioned authorities because of inadequacies to comply with
these requirements;shall be borne solely by the bidder responsible for
same.
2.24 AUTHORIZATION TO PICK-UP MATERIALS
Dade County employees are authorized to pick-up materials against
purchase orders issued to the successful bidder(s). Such'
authorization is provided for the County employee through an7
"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.
2.25 CLEAN-UP
All unusable materials and debris shall be removed from the premises.
At completion, the successful bidder shall thoroughly clean up all
areas where work has been involved as mutually agreed with the
Department Project Manager.
2.26 COMPETENCY OF BIDDERS: SUB -CONTRACT WITH ANOTHER VENDOR ALLOWED
Pre -award inspection of the Bidder's facility may be made prior to
award of the Contract. Bids will be considered only from firms which
are regularly engaged in the business of providing or distributing the
goods and/or performing the services as described in the Bid
invitation, and who can produce evidence that they have an established
satisfactory record of performance for a reasonable period of time.
Bidders must demonstrate that they have sufficient financial support
and organization to insure that they can satisfactorily execute the
contract if awarded under the terms and conditions herein stated. In
the event that the bidder will sub -contract all or part of its work to
another vendor, or will obtain the goods required in conjunction with
the contract with another source of supply, the bidder may be required
to verify the competency of its sub -contractor or supplier; if so
specified in these Special Conditions. Metropolitan Dade County
reserves the right, before awarding the contract to require a bidder
to submit such evidence of its qualifications and the qualifications
of its sub -contractor as it may deem necessary, and may consider any
Page 17 9 9- 190 0
METROPOLITAN DADE COUNTY
BID NO. 0245-2/01-OTR-CW-SW
evidence available to it
qualifications and •abi1ities
(experience) with the County,
of the County.
of the financial, technical and other
of a bidder, including past performance
in making the award in the best interest
2.27 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 (NFPA).
2.28 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER
The bidder shall cbe• responsible for filing, processing and collecting
all damage claims against the shipper.
2.29 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER
The successful Bidder shall promptly correct all deficiencies and/or
defects in work and/or any work that fails to• conform to the Contract
Documents; whether or not fabricated, installed or completed. All cor-
rections shall be made within five (5) calendar days after such
rejected defects, deficiencies, and/or non -conformances are verbally
reported to the Bidder by the County's Project Administrator. The
Bidder shall bear all costs of correcting such rejected work. If the
Bidder fails to correct the work within the period specified, the
County may, at its discretion, notify the Bidder, in writing, that the
Bidder is subject to contractual default provisions if the corrections
.are not completed to the satisfaction of the County within ()
calendar days of receipt of the notice. If the Bidder fails to
correct the work within the period specified in the notice, the County
shall place the Bidder on default, obtain the services of another
vendor to correct the deficiencies, and charge the Bidder for these
costs; either through a deduction from the final payment owed to the
Bidder or through invoicing.
2.30 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS
The Bidder hereby acknowledges and agrees that all materials, except
where recycled content is specifically requested, supplied by the
Bidder in conjunction with this Bid shall be new, warranted for their
merchantability, and fit for a particular purpose. In the event any
of the materials 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 materials to the Bidder
at the Bidder's expense or (2) require the Bidder to replace the
materials at the Bidder's expense.
2.31 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
Page 18 9 9- 130
METROPOLITAN DADS COUNTY BID N0. 0245-2/01-OTR-CW-SW
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.
• F-
M
Page 19
99- 130
METROPOLITAN DADE COUNTY
8I0 N0. 0245-2/01-OTR-Cw-Sw
SECTION 3.0 TECHNICAL SPECIFICATIONS
SHELVES (METAL), RACKS, BIN STORAGE UNITS, CABINETS
AND RELATED SHOP ITEMS
3.1 SCOPE
Furnish and/or install various Shelves (Metal), Racks, Bin Storage
Units, Cabinets and Related Shop Items for various Dade County
Departments.
3.2 QUALIFIED PRODUCTS LIST
A. Adapto Steel products
r
B. American Locher Security System
C. Camex Equipment and Supplies
D. Hallowell (SPS Technologies)
E. Intermetro Industries Corporation.
F. Isles Industries
G. Par Steel Shelving Company
H. Kardex Systems, Inc.
'I. Penco
J. Lyon Metal Products
K. Prest Storage Rack
L. Republic Storage Systems Company
M. International Storage Systems (ISS)
N. Adapto Products for Industry
Page 20
99- 130
f
SMT BY: BL DGET L-N I T
Maw
TO: JAY POLLEN
CITY OF MIA MI
PROPERTY BUREAU
400 NW 2 AVE.
MIAMI FL. 33128
1-21-99 :12:23PAI :C1TY OF NLANI POLICE
A®APTO STORAGE PRODUCTS
RON ROSSITER
625 East 10 Avenue
Hialeah, FL 33010
305-887-9583 - Fax; 3D5-254-0880
Fax Number 305-579.3493
SHIP TO:
PROPERTY UNIT
PROCURENEW 1101T. ; = 21' 2
croc.cwr. 46 96
T*W 24 2g�' 13
99130
r11 «�
--
�k {jAt
TIME PERIOD
From: 1994 to Present
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: FURNISHING & INSTALLATION
OF SHELVING
AWARDED TO: Adapto Storage Products
Miami -Dade County Contract No. 0245-1/02-OTR-CW-SW
$24,265.13
NUMBER OF BIDS
None
PRIOR CONTRACT AWARD: None
SUMMARY OF CONTRACTS, DOC
DOLLAR AMOUNTS
99- 130
f
AWARD UNDER MIAMI-DADE COUNTY
CONTRACT NO. 0245-2/01-OTR-CW-SW
ITEM:
DEPARTMENT. -
TYPE OF PURCHASE:
REASON:
RECOMMENDATION:
7.
Award Under Dade County Contracts
Furnishing 8T Installation of Shelving
Police
Short Term
The Department of Police converted its outdated range area
to accommodate the lack of storage space in the area that
currently serves as the Property unit. This acquisition will be
installed in this area to store incoming property held as
evidence.
It is recommended that award be made to Adapto Storage
Products, awarded under Miami -Dade County Contract No.
0245-2/01-OTR-CW-SW, at a total cost not to exceed
$24,265.13. Allocating funds from Capital Improvement
Program, Account Code No. 312015.299401.6.840.
er 6
Director of Pu hasing
I0
Date
9-
99- 130