Loading...
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 AREAS, the Police Department, under the Capital Improvement Program, converted the outdated range area into a storage warehouse for the Property Unit; and WHEREAS, shelving is required to categorize and maintain confiscated property held at the area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