HomeMy WebLinkAboutR-99-0524J-99-606
7/15/99
RF...gnT,TTTTnT\T T\Tn 9 9` 524
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING THE PURCHASE OF A TWO -HORSE TRAILER
FROM C & S TRAILER SALES, INC., FOR THE
DEPARTMENT OF GENERAL SERVICES ADMINISTRATION
TO BE USED BY THE DEPARTMENT OF POLICE
MOUNTED PATROL UNIT, PURSUANT TO INVITATION
FOR BID NO. 97-98-200, IN AN AMOUNT NOT TO
EXCEED $12,466.12; WITH FUNDS THEREFOR HEREBY
ALLOCATED FROM LAW ENFORCEMENT BLOCK GRANT
II, ACCOUNT CODE NO. 001000.290307.6.840.
WHEREAS, the Department of General Services Administration
seeks to purchase a two -horse trailer for the Department of
Police Mounted Patrol Unit, to remedy a shortage of horse
trailers and to replace old and inadequate trailers which fail to
meet the needs of the unit; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 97-98-200 were mailed to eight potential bidders; and
WHEREAS, two responses were received; and
WHEREAS, the City Manager and the Director of General
Services Administration recommend that the bid of C & S Trailer
Sales, Inc., be accepted'as the lowest responsive and responsible
bid; and
WHEREAS, funds are available from the Law Enforcement Block
Off SION
BEEEMNG
OF
J U L 2 7
1999
Rasclution
No.
9u
524
Grant II, Account Code No. 001000.290307.6.840; and
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 purchase of a two -horse trailer from
C & S Trailer Sales, Inc., for the Department of General Services
Administration to be utilized by the Department of Police Mounted
Patrol Unit, in an amount not to exceed $12,446.12, pursuant to
Invitation for Bid No. 97-98-200, is hereby approved; with funds
therefor hereby allocated from Law Enforcement Block Grant,
Account Code No. 001000.290307,.6.840.
Section 3. This Resolution shall become effective
2 -
�9- 524
•
•
immediately upon its adoption and signature of the Mayor'/.
PASSED AND ADOPTED this 27th day of July , 1999.
JOE CAROLLO, MAYOR
IMaccordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
Ah
t legislation by signing it in the designated place provided, said legislation; no,,
Ncomes effective with the elapse of ten (101) day rom the ate of issicn action,
riling same, without the Mayor exerci t
ATTEST:
ylla er oeman, City Clerk
WALTER J. FOEMAN
CITY CLERK
APPROES,YORM,AD 'CORRECTNESS:
Al "/
VILARELLO
NEY.
W3ff9 7 : RCL
�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.
- 3 -
99- 524
CITY OF MIAMI, FLORIDA *CA=10
INTER -OFFICE MEMORANDUM
To : Honorable Mayor and DATE: JULI1�� FILE
Members of the City Commission
SUBJECT: Resolution Authorizing
the Purchase of a Two -
Horse Trailer
FROM: /H.
REFERENCES:Bid No. 97-98-200
D narshaw ENCLOSURES:
City Manager
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution
accepting the bid of C & S Trailer Sales, Inc., for the purchase of a two -horse trailer for
the Police Department's mounted patrol, as per terms and conditions of Bid No. 97-98-
200, for the Department of General Services Administration. Further authorizing an
award to C & S Trailer Sales, Inc., Female/non-local vendor, located at 526 Gary Road,
Lakeland, Florida 33801, in an amount not to exceed $12,466.12. Funds are available in
the "Law Enforcement Block Grant II", Account Code No. 001000.290307.6.840.
BACKGROUND:
The Department of General Services Administration has analyzed the bids received to
Bid No. 97-98-200. Eight (8) invitations for bids were mailed and two (2) responses
were received. C & S Trailer Sales, Inc., is the lowest most responsible and .responsive
bidder, and is recommended for award. The two -horse trailer shall be used by the
Mounted Patrol Unit of the Police Department. Currently there is a shortage of horse
trailers, and some of those in use are old and do not adequately meet the needs of the unit.
C & S Trailer Sales, Inc., was previously awarded a contract for the purchase of two (2)
two -horse trailers under this bid in October 1998, and they have agreed to honor the bid
price for this acquisition.
DHW/RMMWP/om
GSA/MeHorseTrailer.doc
99- 524
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members
ro . of the City Commis:' n
Donald H. Warshaw
FROM: City Manager
DATE- SFP FlLE:
7�
SUBJECT : 8.200
Local Vendor Participation
REFERENCES:
ENCLOSURES:
Please be advised that Purchasing is issuing an Invitation for Bid to procure
Two -Horse Trailers. The following local vendors have been identified and have
been sent the bid package:
Name of Vendor Contact Person
None Available
The bid is scheduled to open 11:00 AM, September 18,1998. If you
are aware of any local vendors who may be available to provide the above -listed
commodity, please contact Judy S. Carter at x1910 or forward the appropriate
vendor (referencing the appropriate Bid Number) to Purchasing to obtain a bid
package.
Please remember that time is of the essence. It is important that any additional
vendors identified have ample opportunity to respond to the IFB.
DHW/CMC/JSC/nbd
c: Purchasing Dept.
99- 524
0
0
a
1. Department G.S.A.
Budgetary Impact Analysis
Division Police- Law Enforcement Grant II
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance/resolution:
Purchase of two -horse trailer for Police mounted patrol.
4. - Is this item related to revenue? NO: X YES (If yes, skip to item #7.)
5. Are there sufficient funds in Line Item?
YES: X Index Code 0 010 0 0- 2 9 0 3 0 7 Minor Obj. Code 840 Amount $ s 2, 4 6 6. 12
NO: — Complete the following questions.
6. Source of funds: Amount budgeted in the Line Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
ACTION
ACCOUNT NUMBER
ACCOUNT NAME
TOTAL
Index/Minor Ob'ectlPro'ect No.
From
$
To
$
7. Any additional comments?
Law Enforcement Block Grant II Funds (Non General Fund)
8.
Appr
e tment Director/Designee Date
FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY
Verified by: Verified by: AV*1LA ttrQ�w✓eE r�y�, 8"33
� "' + tL
Department of Management and Budget'Designee Budget Analyst
Date
Date 1 _ M
99- 524
ity of Miami, Florida �h Bid No. 97-98-200
-40
6.1 BID INFORMATION F��t'
ailing Date: September 2, 1998 Buyer: Maritza Fresno
d No.:97-98-200 Telephone: 305416-1907
ease quote' on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
es. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be firm for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
070-75: TWO -HORSE TRAILERS
We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
60 -,-'0 7S number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
141 number of calendar days required before commencement of work.
Delivery will be made within 7S� calendar days after receipt of purchase order.
Terms: 2°/.-10 days Net 30 days v Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: S., IhL,6 �(7'7
Term of Warranty and/or guarantee for the trailers �Syeersc..�e �T7�i4c74-�� . /vc, �- �Ll,^S
Term of Warranty and/or guarantee for labor. N/A 11 `
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all
terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the
following and sign your name:
Firm's Name: C ¢-S T2; /-,- S..ler ,_;. C
Principal Business Address: S`d 6— ar, Xo.ct
Mailing Address: sw_7" 2
E-Mail Address:
Telephone: %> ,
Fax: c-
Name:
Title: Q Gi►o
Authorized Signature:
Beeper:
99- 524
6TVENLIUK 15AL&(jKvut,4u iv rvnc.u��«,.
INSTRUCTIONS: is
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME:
COMPANY OFFICERS:
President TA; e-/,e F. 1164, IX
Secretary An n Zh1 W-e_
COMPANY OWNERSHIP:
WMI-SWram• a
SO
a; Ze,-T, /eJr, .Lv c- .
Vice Presidenty,t ).. A 4CI_=A
Treasurer
Jb-% of ownership
�c7 % of ownership
% of ownership
% of ownership
LICENSES: oopa77o ,�al•���,.�f�
1. County or Municipal Occupational License No.
(attach copy with bid) l07.S �/�6 ACC57WE
2. Occupational License Classification
3. Occupational License Expiration Date: cI'P,oT. ��� /9
4. Metro -Dade County Certificate -of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. rf !� 7 (P /1 AS' —
EXPERIENCE:
6. Number of Years your organization has been in business:
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: ,/ F % Y
8. Number of Yeah experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: /fj�7y
09- 524
City of Miami, Florida
2.0 GENERAL
Bid No. 97-98-200
CONDITIONS FOR THE PURCH* OF GOODS OR EO
IPNIENT
INTENT. The General Terms and Conditions described herein apply to the acquisition of goods or equipment with
an estimated aggregate cost of $4,500.00 or more.
2.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this bid
-shall remain the property of the seller until a physical inspection and actual usage of the good is made, and
thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in
accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the
City are found to be defective or does not conform to specifications, the City reserves the right to cancel the
order upon written notice to the Contractor and return the product to the Contractor at the Contractor's
expense.
2.2. ACCEPTANCE OF OFFER - The signed bid shall be considered an offer on the part of the bidder; such
offer shall be deemed accepted upon issuance by the City of a purchase order.
23. ACCEPTANCE/REJECTION -The City reserves the right to accept or reject any or all bids or parts of
bids after bid opening and request rebid on the items described in the IFB. In the event of such rejection, the
Director of Purchasing shall notify all affected bidders and make available a written explanation for the
rejection. The City also reserves the right to waive any irregularities or minor informalities or technicalities
in any or all bids and may, at its discretion, re -bid.
2.4 ANTITRUST PROVISION - At such times as may serve its best interest, the City of Miami reserves the
right to advertise for, receive, and award additional bids for these herein items, and to make use of other
competitively bid (governmental) contracts, SNAPS Agreements, or other similar sources for the purchase of..
these goods or equipment as may be available.
2.5. ASSIGNMENT OF CONTRACT - Contractor shall not assign, transfer or subcontract at any time during.:-....:.
the term of the Contract, or any part of its operations, or assign any portion or part of the Contract, except
under and by virtue of written permission granted by the City through the proper officials, which may. be.
withheld or conditioned, in the City's sole discretion.
2.6. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, documents,
papers, and records of Contractor which are. directly pertinent to this Bid, for the purpose of audit,
examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the
books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final
payment and all other pending matters are closed_ Contractor's failure to or refusal to comply with, this
condition shall result in the immediate cancellation of this contract by the City.
2.7. AWARD OF CONTRACT:
A. The IFB, Bidder's response, any addenda issued, and the purchase order shall constitute the entire
contract, unless modified in accordance with any ensuing contract.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or
designee.
C. The award of this Bid may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. Bidder shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form
required by the City. Where Bidder is in default of these contractual requirements, the City, through
action taken by the Purchasing Department, will void its acceptance of the Bidder's Response and
may accept the Bid from the next lowest responsive, responsible Bidder or re -solicit the City's
requirements. The City, at its sole discretion, may seek monetary restitution from Bidder and its bid
bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the
Bidder's default.
Rev. 6/8/98
�9- 524
City of Miami, Florida Bid No. 97-98-200
2.11.4. Minor � /Women Business Affairs Enterprise (iWWBJ*tty Ordinances No. 10062, 10538, 11272,
as amended, as applicable to this IFB.
2A 1.5. Environment Protection Agency (EPA), as applicable to this IFB.
2.11.6. Uniform Commercial Code (Florida Statutes, Chapter 672).
2.11.7. Americans with Disabilities Act of 1990, as amended.
2.11.8. First Source Hiring, Agreements, City Ordinance No. 10032, as amended, as applicable to this IFB.
Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires
as a condition precedent to the execution of service contracts including professional services.
2.11.9. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this IFB.
2.11.10. National Forest Products Association (NFPA), as applicable to this IFB.
2.11.11. City Local Preference Ordinance No. 11087, as applicable to this IFB.
2.11.12. Conflict oflnterest, City Code Section 2-611; 61.
Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. Non-compliance .. -
with all local, state, and federal directives, orders, and laws may be considered grounds for. termination -of _
contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
2.12. CONFLICT OF INTEREST - Bidders, by responding to this IFB, certify that to the best of their
knowledge or belief; no elected/appointed official or employee of the City of Miami is financially. interested,..-,`!-:.:
directly or indirectly, in the purchase of goods or equipment specified in this IFB. Any such interests on the
part of the Bidder or its employees must be disclosed in writing to the City. Further, you must disclose the -
name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the
total assets of capital stock in the your firm.
2.13. COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or
patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of this IFB, and
bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such
violation.
2.14. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the Bid shall be
fixed after the award by the Commission unless otherwise specified in the Special Terms and Conditions.
Price discounts off the original prices quoted in the Bid will be accepted from successful Bidder(s) during the
term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the
City Commission Any discounts offered by a manufacturer to Bidder will be passed on to the City.
2.15. EMERGENCY/DISASTER PERFORMANCE - In the event of a hurricane or other emergency or
disaster situation, the successful vendor shall provide the City with the commodities/services defined within
the scope of this bid at the price contained within vendor's bid. Further, successful vendor shall
- deliver/perform for the city on a priority basis during such times of emergency.
2.16. ESTIMATED QUANTITIES - Estimated quantities or estimated dollars are provided for your guidance
only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period.
The City is not obligated to place an order for any given amount subsequent to the award of this bid. Said
estimates may be used by the City for purposes of determining the low bidder meeting specifications. The
City reserves the right to acquire additional quantities at the prices bid or at lower prices, in this IFB.
Rev. 6/8/98
99- �f.0-1
City of Miami, Florida Bid No. 97-98-200
loss of life, Damage to property from any act, omission or neglect, by itself or its employees; the
Contractor shall become defendant in every suit brought for any of such causes of action against the City or
the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs,
attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting
investigation.
2.21. -INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities
and perform such tests, as the City deems reasonably necessary, to determine whether the goods or
equipment required to be provided by the Contractor under this Contract conform to the terns of the IFB.
Contractor shall make available to the City all reasonable facilities and assistance to facilitate the
performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and
made in accordance with, the provisions of Section 18-96 of the Code of the City of Miami, Florida, as same
may be amended or supplemented from time to time.
2.22. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitation For Bids will not be made
available until such time as the City provides notice of a decision or intended decision or within 10 days after
bid opening, whichever is earlier. Bid Tabulations will be furnished, after a recommendation for the award
is made to the City Commission by the Purchasing Department in concurrence with the user department, and
upon provision of a self addressed, stamped envelope by the bidder.
:: _..... 2.23. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall
furnish Evidence of Insurance to the Purchasing Department,- if applicable.. Submitted evidence of coverage
shall demonstrate strict compliance to all requirements listed on the attached form entitled "Insurance
Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance
certificate is received within the specified time frame but not in the manner prescribed in this Invitation for =- -
Bid, the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar
days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance
documents in the manner prescribed in this IFB within fifteen _(15) calendar days after receipt Notice- of -
Award, the contractor may be in default of the contractual terms and conditions and may not be awarded the
contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City.
Information regarding any insurance requirements shall be directed to the Risk Administrator, Risk
Management Division, at (305) 416-1700.
2.24. INVOICES - Invoices shall contain purchase order number and details of goods or equipment delivered
(i.e. quantity, unit price, extended price, etc).
2.25. LOCAL PREFERENCE - City Ordinance 11087 states that the City Commission may offer to a
responsible and responsive local bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local
vendor does not exceed 110 percent of the lowest other responsible and responsive bidder.
2.26. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders a separate
Manufacturer's Certification of all statements made in the bid. Failure to provide such certification may
result in the rejection of bid or termination of contract, for which the bidder must bear full liability.
2.27. MINORITY/ PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minori
and Women Business Affairs and Procurement Ordinance of the City of Miami Florida, sets forth "...a goal
of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and
services to Black, Hispanic and Women minority business enterprises on an equal basis." A minority
business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by
Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or
more Blacks, Hispanics or Women."
To achieve the goal established by these Ordinances, participation in providing goods and services to the
City by minorities is being encouraged in a number of. ways. All bidders doing business with the City are
encouraged to include the participation of minority firms in their bids. In evaluating bids for determination
Rev. 6/8/98
99- 524
City of Miami,.Florida 0 Bid'No. 97-98-200
license must be'submitted with the Bid; however, the City mayfts sole option and in its best interest allow
the Bidder to supply the license to the City during the evaluation period, but prior to award.
2.32. PRICE ADJUSTMENTS - Any price decrease effectuated during the contract period either by reason of
market change or on the part of the contractor to other customers shall be passed on to the City of Miami.
2.33. _PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product
becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the
City's authorized representative(s) to supply a substitute product at the bid price or lower, provided that a
sample is approved in advance of delivery and that the new product meets or exceeds all quality
requirements.
2.34. PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any
person or company employed by the City to solicit or secure this Contract and that it has not offered to pay,
paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind
contingent upon or in connection with, the award of this Contract.
235. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall
not be considered in determining the lowest net cost for bid evaluation purposes.
Bidders are required to provide their prompt payment termsin the space provided on the Bid. Response
Form. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage .
discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the- -
terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever_ is :.
later.
When the City is entitled to a cash discount, the period of computation will commence on the date- of
delivery, or receipt .of a correctly completed invoice, whichever is later. If an adjustment in payment
necessary due to damage; the: cash. discount period shall commence. -on the date final approval for payment is.
authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash .
discount, the City is entitled to a cash discount with the period commencing on the date it is determined by -
the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders
during the term of the contract.
2.36. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or
services to a public entity, may not submit a bid on a contract with a public entity for the construction or
repair of a public building or public work, may not submit bids on leases of real property to a public entity,
may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract
with any public entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list.
237 PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to
all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida
Statutes, and Sec. 18-104 of the City Code, and agrees to allow access by the City and the public to all
documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the
provision of this section shall result in the immediate cancellation of this Contract by the City.
238. QUALITY - All materials used in the manufacturing or construction of supplies, materials, or equipment
covered by this bid shall be new. The items bid must be of the latest make or model, of the best quality, and
of the highest grade of workmanship, unless as otherwise specified in this IFB.
2.39. RESOLUTION OF PROTEST - Any actual
connection with the solicitation or award of
Purchasing/Chief Procurement Officer who shal
or prospective contractual party who feels aggrieved in
a contract may protest in writing to the Director of
I have the authority, subject to the approval of the City
Rev. 6/8/98
99- 524
City of Miami, Florida Bid No. 97-98-200
3.0. SPECIAL CONDARS
3.1. SCOPE AND PURPOSE
It is the intention of the City of Miami to purchase at the earliest possible time and lowest possible cost
approximately two (2) two -horse trailers for the Department of General Services Administration to be
utilized by the Miami Police Department Mounted Patrol.
3.2. METHOD OF AWARD
-Award of this contract will be made to the lowest responsive and responsible bidder meeting Specifications.
3.3. BIDDER QUALIFICATIONS
a) Bids will be considered only from firms that are regularly engaged in the business of providing goods
and/or services as described in this Bid; that have a record of performance for at least one (1) year; and that
have sufficient financial support, equipment and organization to insure that they can satisfactory execute the
services if awarded a Contract under the terms and conditions herein stated.
The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well
established industry as determined by the proper authorities of the City of Miami, Florida.
` 3.4. DELIVERY
Point: All items will be priced and delivered F.O.B. Miami, to the following location:
City of Miami, Department of General Services Administration
Attn: Allan Savarese
Fleet Management Division
1390 NW 20 Street
Miami, Florida 33142
3.5. WARRANTY
Equipment hereinafter specified shall be fully guaranteed by the vendor against factory defects. Any defects
may occur as the result of either faulty material or workmanship within the period of the manufacturer's
standard warranty will be corrected by the vendor without expense to the City of Miami. A copy of the
manufacturer's standard warranty must be submitted with bids. Failure to comply with this provision may
disqualify bids.
The manufacturers warranties on items covered by this contract shall be considered, whereas successful
bidder shall obtain warranty schedules and call upon manufacture for warranty claims. Bidders are requested
to bid credits for those months where warranties are in effect reducing the scope of contract.
3.6. BACK ORDERS
It the successful bidder experiences a back order of.items from its distributor, the vendor shall insure that
such back orders are filled within thirty (30) calendar days from the date of the initial delivery. The vendor
shall not invoice the City for back ordered items until such back orders are delivered and accepted by the
City's authorized representative.
3.7. WARRANTY, FITNESS FOR PURPOSE
The vendor warrants equipment supplied under this contract conform to specifications herein, and are fit for
the purpose for which such equipment are ordinarily employed; except if stated in a Special Condition, the
material must then fit that particular purpose. The vendor and the City agrees that orders under this contract
does not exclude, or in any way limit, other warranties, provided in this agreement or by law.
In the event the equipment supplied to the City by the Bidder do not conform to specifications, the City
reserves the right to (1) canceI the order'and return such equipment to the Bidder at the Bidder's expense or
(2) require the Bidder to replace the equipment at the Bidder's expense.
99- 524
City of Miami, Florida Special Conditions (Continued) ® Bid No. 97-98-200
delivery. If the proposed corrective action is not acceptable to the City, the Purchasing Department may
authorize the using department to refuse final acceptance of the equipment, in which case the product shall
remain the property of the supplier; and the City shall not be liable for payment for any portion thereof.
3.15. ORDERING INSTRUCTION
Manufacturers are encouraged to bid direct, naming dealers who accept orders and complete deliveries.
Bidders must include complete and detailed ordering instructions.
3.16. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Bidder shall notify the City of Miami
Purchasing Department in writing, no less than ten (10) days prior to a bid opening, of any change in the
manufacturers' specifications which conflict with the bid specifications. Bidders must also explain any
deviation from the bid specifications in writing as a footnote on the applicable bid page and enclose a copy of
the manufacturer's specifications data detailing the changed item(s) with his bid. Failure of bidders to
comply with these provisions will result in bidders being held responsible for all costs required to bring the
vehicle in compliance with contract specifications.
3.17. TECHNICAL DRAWINGS
Bidders shall supply technical drawings/manufacturer's literature of equipment offered so that the City can
review them before making an award.
3.18. YEAR 2000 COMPLIANCE WARRANTY
The contractor warrants that each item delivered, developed or modified under this contract shall be able to
accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from,
into, and between the twentieth and twenty-first centuries, including leap year calculation, when used in
accordance with the item documentation provided by the contractor, provided that all items used in
combination with other designated items properly exchange date data with it. The duration of this warranty
and the remedies available to the City for breach of this warranty shall be as defined in, and subject to, the
terms and limitation of any general warranty provisions of this contract, provided that notwithstanding any ---
provision to the contrary in such warranty provision(s), or in the absence of any such warranty provision(s),
the remedies available to the City under this warranty shall include repair or replacement of any item whose: -.
warranty shall include repair or replacement of any item whose non-compliance is discovered and made - -'
known to the contractor in writing within ninety (90) days of discovery. Nothing in this warranty shall be
construed to limit any rights or remedies the City may otherwise have under this contract with respect to
defects other than year 2000 performance.
3.19. YEAR 2000 REMEDY CLAUSE
In the event of any decrease in equipment functionality related to time and date related codes and internal
subroutines that impede the equipment from operating beyond the Millennium Date Change, Licensors and
Vendors of Licensors products, agree to immediately make required corrections to restore equipment to the
same level of functionality as warranted herein at 'no charge to the licensee, and without interruption to the
ongoing business of the licensee, time being to the essence.
Page 3 of 3 o b r,24
Jun-28-99 10:18A GSA 30'- 5-545-5016 P.02
--. _ ..mow-�' ,— • e�[ . _- - Ti.
W_nr � wKa-aaaao*�cul-waver-BM tA�nnmss
i
- — _..__. --- - ---- ---- PRICE QUOTATION
�& C & E TRAILER SALES PLEA,& i»;.-CAI 1101V 072458
526 GARY ROAD »u�rrrr,r.a,.ortoc,,,.c
LAMLAND, FLORIDA 33807
(941) 683-7438 OR (941) 682-6021
_,. /►+.wani Q .Ce e�oar . !l1.�c .sfta{ i`/a�y/ T5 vK---- -M a CALL
Here is our gopWon on the goods named, subject to Ike conditions noted,
t:OPiDrnbms: The A'pea arw ivom on v& are n0f gutgeci ro re tlyl dunyta cr etr tr d/arig-o ar pU�gv ODr4arrler� inT�s epy��w7imig !y file Nw.,r CJ- Mw of '
the SNIaI. All 4Uatationa Ind sgrCOmonir ar7 can depinnt upon sthkee. accldemm, (ire&, avrilah; ty ne matefnh Ind oft omer Lwse.r aey ofte out roeie . Prices
are based on caeb and "M%*imu wt &f M dm'o of quawir- aneafe swam m ctanre by me Shccr aefbre lbdamr;"nee.
7ypographteef ene aMnagraphlc errere aubj-cf to carrRcrlen. Purchaser agrees to 3GCCyi stater overage ar shorsayo r:o' in a�C9ia o! ;er. Do �,:E
chvrged for oro-rata. Purchaser a5sttme4 llaORify for patvrrt cnd eopyrlphl Lrlrbvv0Lwagr when gaadXv Are Mode to Pyni esnr's spKeil u.^orr.:V.Sor. ti.o 'Jr,
ayecMes rnah:rial to to furnishwd by The pvrcbest , ample alrowwve mttsr be mada for rzeaonebftt tipori ve mr rra;e ial mus- so
etf 1pitm produClitLL
Coodklons net epeeib621fp mated beyrn 0.aH de pnWrrtedOyeeta&<ed ft4V custom. Terms inaorrw&fta; with ttlosr Slwed i:efe77 4.1;= MZy Sap-ar o.
Prrtir/aeer's kYMLII A'{YGr M'� Abf t7B D:rrtbiey m. Ehv $aYer,
. . — _. ... .....tee:—
CUANTITt p OESGRi r r cvx P� r'c As, 0 J1=
_... r(J_ 1 er iA 4 S tE3�ei �%� CAI_--'-
17'�i� !�!f .,•erL %T!`JrtoP . Yir�t- by .riGr� , 6aF4.ff�• !�!/..� j _.__.�
c
'.I ... 1.
OWTE VALID FOR �OAYS, d c . (/ By 0u-1 ��
r--
c: 2 4
Prepared by Maritza Suarez
09/23/98
TABULATION OF 1310
TWO -HORSE TRAILERS
97-98-200
C & S Trailer Sales, Inc.
526 Gary Road
Lakeland FL 33801
Female/Non-Local
Est Unit Extended
Qom. Price Price
i
2 $ 12,466.12 lea. S.. 24,932.24
i
� I
Hart Smooth Skin Wor Phenomenon
2-Horse T.B. wldress area, bumpter
pull trailer
Page 1
Nelson's
4131 NW Blitchton Road
Ocala FL 34482
Non-Minority/Non-Local
Est Unit Extended
Price Price
2 $13,943.55 lea $27,887.10.�
SS #920
L�part'ment Director/Designee
99- 524
i
J-98-1046
10/5/98
RESOLUTION N0.
9i�)
A RESOLUTION ACCEPTING THE BID OF C & S
TRAILER SALES, INC., FOR THE PURCHASE OF TWO
EACH TWO -HORSE TRAILERS, FOR THE DEPARTMENT
OF GENERAL SERVICES ADMINISTRATION TO BE
UTILIZED BY THE MIAMI POLICE DEPARTMENT
MOUNTED PATROL, AT A TOTAL COST NOT TO EXCEED
$24,932.24; ALLOCATING FUNDS THEREFOR FROM
ACCOUNT CODE NO. 001000.290306.6.840.
WHEREAS, the City of Miami Police Mounted Patrol requires
new horse trailers, as the present ones are dated and do not meet
the need of the unit;
WHEREAS, pursuant to public notice, invitations for Bid No.
97-98-200,were mailed to eight (8) potential suppliers of said
trailers; and
WHEREAS, two (2) bids were received by the Department of
General Services Administration on September 23, 1998; and
WHEREAS, funding for this purchase is available from Account
Code No. 001000.290306.6.840; and
WHEREAS, the City Manager and the Director of General
Services Administration recommend that the 'bid received from
4
C & S Trailer Sales, Inc., be accepted as the lowest responsive
and responsible bid;
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
0 CT 1 3 1998
99 524 .9 s Resolution No.
9��
0 . 0
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bid received on September 23, 1998, from
C & S Trailer Sales, Inc., for the provision of two each
two -horse trailers, for the Department of General Services
Administration to be utilized by the Miami Police Department
Mounted Patrol, at a total cost not to exceed $24,932.24, is
hereby accepted, with funds therefor hereby allocated from
Account Code No. 001000.290306.6.840.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.1/
PASSED AND ADOPTED this 13th day of October 1998.
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 place provided, said legislati,�-_
becomes effective with the elapse of ten (10) days from the date of Commissicri
regarding same, without the Mayor exercisi a v o.
ATTEST:
Wetter Cleric
WALTER J. FOEMAN
CITY CLERK
APPROVED -'AS TO FORM Ab CORRECTNESS:
0)1/ TTORNEY
W2982:CSK:kc
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.
�d- r2 4
- 2
ITEM:
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
RECOMMENDATION:
CITY OF MIAMI
AWARD SHEET
BID NO. 97-98-200
Two -Horse Trailer
General Services Administration
Single Purchase
Currently there is a shortage of horse trailers,
and some of those in use are old and do not
adequately meet the needs of the unit.
It is recommended that award be made to C 8Z
S Trailer Sales, Inc., in an amount not to
exceed $12,466.12. Funds are allocated from
Law Enforcement Block Grant, Account Code
Mn MIOr)r) 900'Z()7 A Stan
AwardSheet
99- 524