HomeMy WebLinkAboutR-98-0979J-98-1017 (,
10/1/98 RESOLUTION NO. 9 8 — 979
A RESOLUTION ACCEPTING THE BID OF BAKER
EQUIPMENT ENGINEERING COMPANY FOR THE
PROVISION AND INSTALLATION OF ONE (1) AERIAL
TOWER (BUCKET TRUCK APPARATUS) FOR THE
DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION, AT A TOTAL COST NOT TO EXCEED
$27,694.12; ALLOCATING FUNDS THEREFOR FROM
THE CAPITAL IMPROVEMENT PROGRAM, "REPLACEMENT
OF CITY-WIDE FLEET", PROJECT NO. 311850.
WHEREAS, the aerial tower (bucket truck) is needed to
replace an accident damaged apparatus and will be used by the
Property Maintenance Division for electric line and lighting
repairs; and
WHEREAS, pursuant to public notice, sealed bids were
received August 26, 1998, for the purchase and installation of
one (1) aerial tower (bucket truck apparatus) for the Department
of General Services Administration; and
WHEREAS, pursuant to public notice, invitations for Bid No.
97-98-180 were mailed to 36 potential bidders for the provision
of this equipment; and
WHEREAS, one bid was received on August 26, 1998; and
WHEREAS, funds for this purchase are available from the
Capital Improvement Program, Replacement of City -Wide Fleet,"
cm c01o�naa�a�
STING of
OCT 13 IM
Resolution Z"
98- 9'r9
Project No. 3111850; and
WHEREAS, the City Manager and the Director of General
Services Administration recommend that the bid received from
Baker Equipment Engineering Company, be accepted as the only
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
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bid received on August 26, 1998, from
Baker Equipment Engineering Company for the provision and
installation of one (1) aerial tower (bucket truck apparatus),
for the Department of General Services Administration, at a total
cost not to exceed $27,694.12, is hereby accepted, with funds
therefor hereby allocated from the Capital Improvement Program,
"Replacement City-wide Fleet", Project No. 311850.
Section 3. This Resolution shall become effective
2 98- 979
immediately upon its adoption and signature of the Mayor11.
PASSED AND ADOPTED this 13th day of October ,
JOE CAROLLO, MAYOR
h) SOM"W" 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 legi ,;�cr
la ;o;,
fl�eeomes effective with the elapse often (10 d s fro a date of Cori) icn ,Lt;cn
regarding same, without the Mhvor a: nAvig.,at
ATTEST:
WALTER J,-1'OEMAN, ,eITY CLERK `4UWw-J• gDeman, City Clerk
AND CORRECTNESS:
I .11, ' i
• •
W2959:CSK
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
98-- 9 71 9
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO:
Honorable Mayor and
Members of the City Commission
/4"'M
FROM: tonald H. Warshaw
City Manager
RECOMMENDATION:
CA-2
DATE: OCT — 6 IM FILE:
SUBJECT: Resolution Authorizing the
Purchase and Installation of
an Aerial Tower (Bucket Truck)
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached
Resolution accepting the bid of Baker Equipment Engineering Co. for the purchase and
installation of one LAH-32-lS Lift -All Aerial Tower (Bucket Truck Apparatus only), as
per terms and conditions of Bid No. 97-98-180, for the Department of General Services
Administration. Apparatus to include OSHA and ANSI certifications, and two year
extended warranty. Further authorizing an award to Baker Equipment Engineering Co.
a non-minority/non-local vendor, located at 1716 Summit Avenue, Richmond, Virginia
23230, in an amount not to exceed $27,694.12. Funds are available in the FY '98
General Fund contributions to the "Replacement of City -Wide Fleet", Capital
Improvement Project, CIP Project No. 311850.
BACKGROUND:
The Department of General Services Administration has analyzed the bid received
pursuant to Bid No. 97-98-180. Thirty-six (36) invitations for bids were mailed and one
response was received. Baker Equipment Engineering Co. is the sole bidder. They are
the distributor for the manufacturer of the aerial tower, Lift -All, Inc. This bid is below the
original estimated cost of $30,000.
This aerial tower is to replace one which was damaged as a result of an accident.
The bucket truck would be used by the Property Maintenance Division in electric line and
lighting repairs. Several estimates were received to repair the existing unit. However,
due to extensive damage and labor cost, the purchase of a new unit is cost effective.
Additionally, the repair of the existing unit would not guarantee it's certification meeting
OSHA and ANSI standards. Therefore, a new replacement unit is the only viable
alternativ . \[��.
�i�
DHW JAP/eh
GSA/MeAerialTruck.doc
98- 979
BIDNUMBER: 97-98-180
COMMODITY / SERVICE: Purchase & Installation of One Aerial Tower
DEPARTMENTICONTACTPERSON: GSA - Alan Savarese
DIRECTIONS TO COMPLETE BID AWARD RECOh MENDATION FORM ON TIC; REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Department of Purchasing. The user department (s) is required to complete all remaining sections of
this form, including the finding source(s), contract value (if applicable), and all other required approvals
prior to forwarding to Purchasing.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the
resolution memo to Purchasing, ATTN.- Bid/Contract Section, at 416-1925. These forms will be utilized
by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for
Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
Purchasing immediately. Emergency procurements are exempt.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT
REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SummARY"
FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL
OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact Pame
any questions.
Section at 416-1905wv*4&19Mshould you have
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE:
Judy S. Carter
DATE:
SIDRSCOM.DOC 8/8/97 PADS 1 OF 2 9 979
BID AWARD RECOMMENDATION FORM
BID NUMBER: 97-9s-180 COMMODITY/SERVICE:Purchase and Installation of
DEPARTMENT / DIVISION: Department of. General services Administration
TERM OF CONTRACT: short Term Contract
NUMBER OF BIDS DISTRIBUTED: 36 NUMBER OF BIDS RECEIVED: 1
METHOD OF AWARD: To the lowest responsible and responsive bidder meptina
specifications.
RECOMMENDED VENDOR(S):
is - .M-. .. .-- ..
STATUS:
Non Local/Non Minority
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
ACCOUNT CODE(S):
BUDGET REVIEW APPROVAL:
G2L
Dipak M. Parekh
Director
CONTRACT VALUE:
TOTAL: �D l
PURCHASING APPROVAL:
44a—
Iy S. er
ctor
OTHER FUNDING APPROVALS, IF APPLICABLE:
PAGE 2 OF 2
TITLE:
98- 979
TO
Donald IT Warshaw
City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: September 9, 1998 FILE:
*eppaZrtmeunt
SUBJECT: Authorization to Purchase
and Install an Aerial
Tower (Bucket Truck)
FROM: Director REFERENCESf General Services Administration
ENCLOSURES:
The Department of General Services Administration has verified with the Office
of Budget and Management Analysis that funds are available in an amount not to exceed
$27,694.12 from the FY '98 General Fund contribution to the "Replacement of City -
Wide Fleet", Capital Improvement Project, CIP Project No. 311850.
CIP Project Review and Approval By:
i
Date:
Pi ar ae er, la Admi istrator
Budgetary Re 'ew and Approval By:
Date:
Dipak Parekh, Director
Office of Budget and Management Analysis
ae
DHW/RM/77
I AP/eh
GSA/MeAerial`rowerldoc
98 - 979
City of Miami, Florida
6.1 BID INFORMATION FORM
Bid No. 97-98-180
Mailing Date: August 10, 1998
Bid No.: 97-98-180
Buyer: Pamela Burns
Telephone:
305416-1905
Please quote on this forms) net prices for the item(s) attached. Return signed original and retain a copy for your
files. 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.
SHORT TERM CONTRACT
065-05: ONE (1) AERIAL TOWER
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.
90 number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
7 number of calendar days required before commencement of work.
f
Delivery will be made within 90 calendar days after receipt of purchase order.
Terms: 20/o-10 days Net 30 days X Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: GREG LIEN 804-342-8602, EXT. 716
Term of Warranty for equipment: ONE YEAR. PLEASE SEE ENCLOSED WARRANTY STATEMENT.
Term of Warranty for labor: ONE YEAR WITH 90 DAYS AT THE CUSTOMER LOCATION. THE REMAINDER
OF THE YEAR AT THE AUTHORIZED SERVICE CENTER LOCATION.
All exceptions to this bid have been documented in the section below.
EXCEPTIONS: NONE
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, equipment, or service, 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:
BAKER EQUIPMENT
Firm's Name: ENGINEERING COMPANY Telephone: 804-358-0481
Principal Business Address: 1716 SUMMIT AVE. Fax: 804-342-6888
RTCHMOND. VA 23230 Name: GREGORY N. LIEN
Mailing Address: P.O. BOX 25609 Title: MANAGER S4LES ADMIN ST N
RICHMOND, VA 23260-5609 Authorized Signature:
E-Mail Address: http://bakerrental.com Beeper:
98- 979
City of Miami, Florida Bid No. 97-98-180
6.5 ', .ODOR BACKGROUND INFORM ON
r
INSTRUCTIONS:
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: BAKER EQUIPMENT ENGINEERING COMPANY
COMPANY OFFICERS:
President ANTHONY M. ILL
NN= ANNE G. DODD
Controller:
COMPANY OWNERSHIP:
ViceRIM JOSEPH G. "SKIP" BAKER, JR.
airma .
arm _ J. GLEN BAKER
J•, GLEN BAKER 54 % of ownership
JOSEPH G. "SKIP" BAKER 22 % of ownership
FAMILY TRUST 24 % of ownership
% of ownership
LICENSES•
1. County or Municipal Occupational License No. 7816.0000(2)
(attach copy with bid)
2. Occupational License Classification PUBLIC. SERVICE — EQUIPMENT SERVICE & LEASING
3. Occupational License Expiration Date: 1 / 30 / 9 9 ?
4. Metro -Dade County Certificate of Competency No. N/A
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 54-0459054
EXPERIENCE:
6. Number of Years your organization has been in business: 79 YEARS
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: 79 YEARS
8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 79 YEARS
• 98- 9'79
City of Miami, Florida
Bid No. 97-98-180
2.0
GENERAL TERMS AND CONDITIONS FOR THE PURCHASE OF SERVICES
INTENT: The General Terms and Conditions described herein apply to the acquisition of general services
with an estimated aggregate cost of $4,500.00 or more.
2.1. _ACCEPTANCE OF OFFER - The signed bid response 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 or other
contractual document.
2.2. 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.
2.3. ANTITRUST PROVISION - At such times as may serve its best interest, the City 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 and/or services as may be available.
2.4. ASSIGNMENT OF CONTRACT - The contractor shall not assign, transfer or subcontract, at any time
during the term of the Contract, or any part of his/her 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.
2.5. AUDIT RIGHTS AND RECORDS RETENTION - The Contractor agrees to provide access to the City; or
to any of its duly authorized representatives, to any books, documents, papers, and records of the contractor
which are directly pertinent to this Contract, for the purpose of audit, examination, excerpts, and
transcriptions. The Contractor shall maintain and retain any and all 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 adhere to, or refusal to comply with, this condition shall result in the
immediate cancellation of this contract by the City.
2.6. AVAILABILITY OF CONTRACT TO OTHER GOVERNMENTAL AGENCIES - Any Governmental
Unit in Dade, Broward or Palm Beach Counties, Florida, may avail itself of this contract and purchase any
and all items specified herein from the successful bidder(s) at the contract price(s) established herein.
Each Governmental unit which uses a contract(s) resulting herefrom, will establish its own contract, place its
own orders, issue its own purchase orders, be invoiced therefrom and make its own payments and issue its
own exemption certificates as required by the bidder.
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. The 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 the 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 the Bidder and its bid bond or guarantee,
if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default.
Rev. 6/8/98 (A Q —
9 74
City of Miami, Florida
Bid No. 97-98-180
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder. These documents may either be a purchase order, notice of award and/or contract
award sheet. Where a conflict between two or more of the several documents exists, the contract award
sheet shall take precedence.
-E. The City reserves the right to automatically extend this contract for up to ninety (90) calendar days
beyond the stated contract term in order to provide City departments with continual service and supplies
while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City
shall notify the Bidder, in writing, of its intent to extend the contract at the same price, terms and
conditions for a specific number of days, not to exceed ninety (90) days, prior to the expiration of the
contract term.
F. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis or
such combinations as shall best serve the interest of the City unless otherwise specified.
2.8. BID SECURITY/ BID DEPOSIT - A cashier's or certified check, or a Bid Bond signed by a recognized
surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the
amount bid is required from all bidders, if applicable. This check or bond guarantees that a bidder will
accept the order or contract, as bid, if it is awarded to bidder. Bidder shall forfeit bid deposit to the City
should City award contract to Bidder and Bidder fails to accept the award. The City reserves the right to
reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders within ten
(10) days after the award and successful bidder's acceptance of award. If sixty (60) days have passed after
the date of the formal opening of the bids, and no contract has been awarded, all bid deposits will be returned
on demand.
Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program
by contacting the Minority/Women Business Affairs office.
2.9. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute a Contract and/or file an
acceptable Performance Bond, when required, as provided herein, within ten (10) days after written notice of
award has been given, shall be just cause for the annulment of the award and the forfeiture of the Bid
Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages
sustained. Award may then be made to the next lowest responsible Bidder or all bids may be rejected.
2.10. CANCELLATION - The City reserves the right to cancel all Invitations for Bid before bid opening. In the
event of bid cancellation, the Director of Purchasing shall notify all affected bidders and make available a
written explanation for the cancellation.
2.11. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or
prepares to make, in order to perform the services required by the City, is a business risk which the
contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital
expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup
its capital expenditures during the time it is rendering such services, it shall not have any claim upon the
City.
2.12. COLLUSION - The Bidder, by affixing a signature to their bid certifies that its bid is made without
previous understanding, agreement or connection either with any person, fum or corporation making a bid
for the same items or with the City Purchasing Department or initiating Department. The Bidder certifies
that its bid is fair, without control, collusion, fraud, or other illegal action. The Bidder certifies that it is in
compliance with Section 2.611, Conflict of Interest and Code of Ethics Laws. The City will investigate all
situations where collusion may have occurred and the City reserves the right to reject any and all bids where
collusion may have occurred.
2.13. COMPLIANCE WITH FEDERAL, STATE, AND LOCAL LAWS - Contractor understands that
contracts between private entities and local governments are subjects to certain laws and regulations,
including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor
Re 6/8/98 9 g - 9 F! 4
City of Miami, Florida
Bid No. 97-98-180
agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the
goods or equipment offered, including but not limited to:
2.13.1. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the
following: employment practices, rate of pay or other compensation methods, and training
selection.
2.13.2. Occupational, Safety and Health Act (OSHA), as applicable to this bid.
2.13.3. The State of Florida Statutes Section 287.133(3)(A) on Public Entity Crimes.
2.13 A. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272,
as amended, as applicable to this bid.
2.13.5. Environment Protection Agency (EPA), as applicable to this bid.
2.13.6. Uniform Commercial Code (Florida Statutes, Chapter 672), as applicable to this bid.
2.13.7. Americans with Disabilities Act of 1990, as amended.
2.13.8. First Source Hiring, Agreements, City Ordinance No. 10032, as amended, as applicable to this bid.
Implemented to foster the creation of new and permanent jobs for City of Miami residents.
2.13.9. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this bid.
2.13.10. National Forest Products Association (NFPA), as applicable to this bid.
2.13.11. City Local Preference Ordinance No. 11087, as applicable to this bid.
2.13.12. Conflict oflnterest, City Code Section 2-611; 612, as applicable to this bid.
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.
2.14. 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 is financially interested, directly
or indirectly, in the purchase of goods 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.
2.15. CONTRACT AND BONDS - The bidder whose bid is accepted may be required, within the time
established in the IFB, to enter into a written contract with the City, and if required, furnish performance and
payment bonds on City standard forms in the amounts indicated in the IFB.
2.16. DEFAULTIFAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall
include any failure on the part of the successful Bidder to accept the award, to furnish required documents,
and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder to meet any terms of this agreement, the City will notify the Bidder of
the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the
default. Failure on the contractor's part to correct the default within the required three (3) days shall result in
the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the
effective date of the termination. The following shall constitute default:
Rev. 6/8/98 9 8 _ 9 1! 9
City of Miami, Florida
Bid No. 97-98-180
A. Failure to perform the work required under the Contract and/or within the time required; or failing
to use the subcontractors, entities and personnel as identified and set forth, and to the degree
specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
E. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been
rejected as non conforming with the terns of the Contract.
E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency,
or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment
renders the successful Bidder incapable of performing the work in accordance with and as required
by the Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits
stated, together with the cost of completing the work, shall be deducted from any monies due or which may
become due on this Contract.
2.17. 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 deemed 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.
2.18. EVALUATION OF BIDS
A. Rejection of Bids
The City may reject for any of the following reasons:
(1) Bidder fails to acknowledge receipt of addenda
(2) Bidder misstates or conceals any material fact in the Bid
(3) Bid does not conform to the requirements of the Bid
(4) Bid requires a conditional award that conflicts with the method of award
(5) Bid does not include required samples, certificates, licenses as required
(6) Bid was not executed by the Bidder's authorized agent on the Bid Form
The foregoing is not the all inclusive list of reasons for which a Bid may be rejected. The City may reject
and re -advertise for all or any part of the IFB whenever it is deemed in the best interest of the City.
B. Elimination From Consideration
(1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any
debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City.
(2) A contract may not be awarded to any person or firm which has failed to perform under the
terms and conditions of any previous contract with the City or deliver on time contracts of a
similar nature.
(3) A contract may not be awarded to any person or firm which has been debarred by the City in
accordance with the City's Debartment and Suspension Ordinance.
C. Demonstration of Responsibility
Rev. 6/8/98
s, -- ��
City of Miami, Florida Bid No. 97-98-180
(1) Bids will only be considered from firms/sole proprietors who are regularly engaged in the
business of providing the services required by the Bid. Bidder's must be able to demonstrate a
satisfactory record of performance and integrity and have sufficient financial, material,
equipment, facility, personnel resources, and expertise to meet all contractual requirements.
The terms "equipment and organization" as used herein shall construed to mean a fully
equipped and well established firm/sole proprietorship in line with the best industry practices
in the industry as determined by the City.
(2) The City may consider any evidence available regarding the financial, technical and other
qualifications and abilities of a Bidder, including past performance (experience) with the City
or any other governmental entity in making the award.
(3) The City may require the Bidder's to show proof that they are designated as an authorized
representative of a manufacturer or supplier which is the actual source of supply, if required
by the Bid.
2.19. FIRM PRICES - The bidder warrants that prices, terms, and conditions quoted in his/her bid will be firm
throughout the duration of the contract unless otherwise specified in the IFB. Such prices will remain firm
for the period of performance or resulting purchase orders or contracts, which are to be performed or
supplied over the designated period of time.
2.20. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all the
City's agents, officers and employees from and against all charges or claims resulting from any bodily injury,
loss of life, or damage to property from any act, omission or neglect, by Bidder 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. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitations For Bid 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
request, and upon provision of a self addressed, stamped envelope by the bidder to receive the tabulation.
2.22. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall
furnish evidence of insurance to the Purchasing Department. 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 to
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 of 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 Office, at (305) 416-1700.
2.23. INVOICES - Invoices shall contain purchase order number of goods or equipment delivered (i.e. quantity,
unit price, extended price, etc.)
2.24. 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, 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 responsible and responsive bidder.
Rev. 6/8/98 ^ 8 _ 979
7A
City of Miami, Florida
Bid No. 97-98-180
2.25. MINORITY/ PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minority
and Women Business Affairs and Procurement Ordinance of the City, 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
of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a
basis for rejecting any and all bids.
Possible ways to include minority participation would involve:
1. Joint venture with a minority firm(s)
2. Utilizing minority firm(s) as subcontractor(s).
3. Utilizing minority firm(s) to supply goods and/or services.
4. Successful implementation of well defined affirmative action program.
5. Other forms of minority participation, if properly documented.
Successful bidder(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative
Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date of
implementation must be indicated on the policy.
A "Minority Status Information Sheet" in Section 6.7 is provided to assist bidders in presenting information
concerning minority participation.
Minority and women business firms are encouraged, but not required, to register with the City prior to
submitting bids. The Purchasing Department will provide the necessary forms and instructions upon
request. All bidders are urged to submit bids for any goods or services that they are able to supply,
regardless of minority classification. However, compliance with all requests for information regarding
Minority/Women Status or Participation is required. Bidder's cooperation is greatly needed to aid the City in
achieving its goal.
2.26. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS OR CONTRACTS
No agreement or understanding to modify this IFB and resultant purchase orders or contracts shall be
binding upon the City unless made in writing by the Director of Purchasing. Through the issuance of a
Change Order or Modification to the Contract Purchase Order or Award Sheet as appropriate.
2.27. NONDISCRIMINATION - Bidder agrees that it shall not discriminate as to race, sex, color, age, religion,
national origin, marital status, or disability in connection with its performance under this solicitation.
Furthermore, Bidder agrees that no otherwise qualified individual shall, solely by reason of his/her race, sex,
color, age, religion, national origin, marital status or disability, be excluded from the participation in, be
denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial
assistance.
In connection with the conduct of its business, including rendition of services and employment of personnel,
Bidder shall not discriminate against any person on the basis of race, color, religion, disability, age, sex,
marital status or national origin. All persons having appropriate qualifications shall be afforded equal
opportunity for employment
2.28. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in
the City and submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in
accordance with Chapter 31.1, Article I of the City Charter. Others with a location outside the City shall
meet their local Occupational License Tax requirements. A copy of the license must be submitted with the
Rev. 6/8/98
98 - 979
City of Miami, Florida
Bid No. 97-98-180
Bid; however, the City may, at its 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.
2.29. 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, 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.
2.30. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, such discounts
shall not be considered in determining the lowest net cost for bid evaluation.
Bidders are required to provide their prompt payment terms in the space provided on the Bid Information
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 is
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.
2.31. PUBLIC ENTITY CRIMES - A person or affiliate who has been place 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 a bid on a lease 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 of Florida Statutes for Category Two for a period of 36 months from
the date of being placed on the convicted vendor list.
2.32. 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 failure or refusal to comply with the
provision of this section shall result in the immediate cancellation of this Contract by the City.
2.33. QUALITY OF WORK - The work performed must be of the highest quality and workmanship. Materials
furnished to complete the service shall be new and of the highest quality except as otherwise specified in this
IFB.
2.34. RESOLUTION OF CONTRACT DISPUTES - Contractor understands and agrees that all disputes
between Contractor and the City based upon an alleged violation of the terms of this Contract by the City
shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek
judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds
$4,500.00, the City Manager's decision shall be approved or disapproved by the City Commission.
Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written
decision, approved the City Commission if the amount of compensation hereunder exceeds $4,500.00, (ii) a
period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the
dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City
Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by
written instruments, signed by the City Manager.
Rev. 6/8/98 O _ 9719
City of Miami, Florida
Bid No. 97-98-180
2.35. RESOLUTION OF PROTEST - Any actual or prospective contractual party who feels aggrieved in
connection with the solicitation or award of a contract may protest in writing to the Director of
Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the City
Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission.
Bidders are alerted to Ordinance No. 11072 describing the protest procedures. Protests failing to meet the
requirements for filing shall not be accepted. Failure of a party to timely file shall constitute a forfeiture of
such parry's right to file a protest. NO EXCEPTIONS.
2.36. SERVICE AND WARRANTY - Unless otherwise specified, the bidder shall define any warranty, service
and replacements that will be provided. Bidders must explain on the attached Price Sheet to what extent
warranty and service facilities are available.
2.37. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental
specification as to any detail or the omission from it of detailed description concerning any point shall be
regarded as meaning that only the best commercial practices are to prevail and that only materials of first
quality and correct type, size and design are to used. All workmanship is to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the
items on this bid, the bidder shall quote not more than the contract price; failure to comply with this request
will result in disqualification of bid.
2.38. TERMINATION - The City reserves the right to terminate this contract by written notice to the contractor
effective the date specified in the notice should any of the following apply:
The contractor is determined by the City to be in breach of any of the terms and conditions of the
contract and/or to have failed to perform his/her services in a manner satisfactory to the City. In the
event the contractor is found to be in default, the contractor will be paid for all labor and materials
provided as of the termination date. No consideration will be given for anticipated loss of revenue
or the canceled portions of the contract.
2. The City has determined that such termination will be in the best interest of the City to terminate the
contract for its own convenience.
Funds are not available to cover the cost of the services. The City's obligation is contingent upon
the availability of appropriate funds.
2.39. VARIATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate any
variances from bid specifications and/or conditions, no matter how slight. If variations are not stated on the
Price Sheet, it will be assumed that the service to be provided fully complies with the City's specifications.
Rev. 6/8/98 9 8 -- 9 1 e-1
3.0 SPECIAL CONDITIONS
3.1 SCOPE AND PURPOSE:
It is the intent of the City to establish a short-term contract for the acquisition and installation of one
complete aerial tower to replace an existing City of Miami LAH-32-15 Lift -All Aerial Tower (Bucket
Truck apparatus) for the Department of General Services Administration.
3.2 SITE VISIT AND INSPECTION OF EQUIPMENT:
All Bidders are strongly encouraged to contact Mr. Alan Savarese, Fleet Manager, at (305) 575-5171 to
schedule an appointment to view the existing chassis and aerial device.
Each Bidder is required, prior to submitting a bid, to acquaint himself / herself thoroughly, regarding any
and all conditions and/or requirements that may in any manner affect the work to be performed. No
allowances will be made because of lack of knowledge of these conditions.
3.3 METHOD OF AWARD
Award will be made to the lowest responsive and responsible bidder meeting specifications. Determining
responsiveness and responsibility will be based on the terms and conditions and the following criteria: (1)
bid price; (2) evaluation of the information required in the Special Conditions; (3) performance of the
equipment being quoted; (4) delivery; and (5) warranty and related information.
3.4 NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in
any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or
his assignee of such occurrence, shall have the unqualified right to terminate the contract without any
penalty or„expense to the City.
3.5 APPROVAL BY EMERGENCY FINANCIAL OVERSIGHT BOARD
The State of Florida has appointed an Emergency Financial Oversight Board ("Oversight Board") which
is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not
be binding on the City until such time as they have been approved by the Oversight Board. Issuance of a
Purchase Order shall constitute evidence of its approval by the Oversight Board.
3.6 BIDDER QUALIFICATIONS
In order to maintain the City's property at a high level, the City is seeking qualified contractors who have
experience and provides quality service. Bids shall be considered only from firms that are regularly
engaged in the business of providing the services as described herein. The Bidder shall:
a) Have been in the business for not less than five (5) years in the provision of similar services
requested herein.
b) Have no record of pending lawsuits or criminal activities and not have conflicts of interest which
may be of embarrassment to the City.
c) Not submit a bid should the contractor have any member, officer, or stockholder that is in arrears or
is in default of any debt or contract involving the City, is a defaulter or surety otherwise, upon any
obligation to the City, and/or has failed to perform faithfully any previous contract with the City.
98 -- 9719
('%I'}' OF ,AIL:l AIr FLORID; I SPI-X * :1L CONDITIONS (C ONT) RID ,%O, /?- 3-/80
d) Provide at least one (1) Letter of Reference on the reference's letterhead reflecting experience in
performing similar work in the past. This letter should contain the nature of the work performed by
bidder; the date the work was performed; value of contract if known; quality of work performed;
and the timeliness for the initiation and completion of this work. Reference may be verified by the
City -for authenticity and quality of work performed by the bidder. The Bidder should submit the
letter of reference with the bid response.
3.7 ASSIGNMENT
Neither the Bid nor the ensuing Contract shall be transferred, conveyed, assigned, or disposed of, in
whole or in part, without the prior written consent of the City, which may be withheld or conditioned, in
the City's sole discretion.
3.8 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 Office of Safety and Health Administration (OSHA), the
National Institute of Occupational Safety Hazards (NIOSH), and ANSI.
3.9 EMPLOYEES
All personnel of the successful bidder must be covered by Workmen's Compensation, unemployment
compensation and liability insurance, a copy of which is to be provided to the City. All persons employed
by the Contractor shall be considered to be at all times the sole employees of the Contractor under his
sole discretion and not an employee or agent of the City.
All the services required herein shall be performed by the successful Bidder, and all personnel engaged in
performing the services shall be fully qualified to perform such services.
3.10 LAWS, PERMITS AND LICENSES
The contractor shall obtain and pay for all licenses, permits and inspection fees as may be required for
this project. Damages, penalties, and/or fines imposed on the City for the Bidder for failure to obtain
required licenses, permits or fines shall be borne by the Bidder. Additionally, copies of all licenses
required to complete this work should be included with this bid.
3.11 PERFORMANCE
The contractor will be responsible for performing the work necessary to meet City standards in a safe,
neat, and good workmanlike manner, using only generally accepted methods in carrying out the work,
and complying with all federal and state laws, and all ordinances and codes of the City relating to such
work.
3.12 WORKMANSHIP AND MATERIALS
All equipment installed and used in performance of this contract shall be new (of current design or
manufacturer). Salvage materials will not be allowed. All materials and workmanship shall be of the
highest quality and shall conform to all applicable Building Codes so as to ensure safe and functional
operation. The City shall be the sole judge as to parts and workmanship.
3.13 DEFAULT OF CONTRACT
In case of default by the bidder or contractor, the City may procure the services from other sources and
hold the bidder or contractor responsible for any excess costs incurred.
2
98- 9"l9
(7/T O/ AII.L1F1. FLORIO.I SNA IL (Y)NOIT/ONS (COOT) BIO NO. 97-98-180
3.14 IN -PROCESS AND COMPLETED WORK
Inspections of in -process work shall be made as often as deemed necessary by the City. Work not
properly performed or at variance to the contract provisions -bid specifications shall be redone to the
City's satisfaction at no additional charge. Approval of any work prior to final acceptance shall not
preclude rejection of completed work that does not meet specifications or that is unsatisfactory.
3.15 INSTALLATION
The successful bidder will be required to provide all labor for the complete assembly and in -place
installation of the equipment. Bid prices should reflect the cost to bidders for same.
Installation shall be according to manufacturer's published instructions. All items shall be level, true, and
free from defects. All packing materials shall be removed from the site and disposed of by the successful
bidder, at least on a daily basis.
Bidders shall indicate on the Bid Sheet the number of calendar days required to complete installation after
delivery.
3.16 WARRANTY, FITNESS FOR PURPOSE
The vendor warrants items supplied under this contract conform to specifications herein, and are fit for
the purpose for which such goods 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 does not conform to specifications, the City
reserves the right to (1) cancel 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.
3.17 WARRANTY
Equipment hereinafter specified shall be fully guaranteed by the Contractor 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 Contractor without expense to the City of
Miami. Bidders shall indicate on the bid sheet the terms of the manufacturer's standard warranty, and any
specially offered optional warranty available.
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.
3.18 WARRANTY BY MANUFACTURER
A copy of the manufacturer's standard warranty must be submitted with bids. Failure to comply with this
provision may disqualify bid.
3.19 LABOR, MATERIALS, AND
The successful bidder shall furnish all lal
performance.
SHALL BE SUPPLIED BY BIDDER:
equipment necessary
contract
3.20 SUBCONTRACTING
The Contractor shall not enter into subcontracts for any of the work described herein without the advance
written approval by the City. Strict adherence to this condition is required.
98 - 97.9
CITYOFAUJA/l. FLOW). I S/'EC7:1L CONDITIONS(C'ONT RM NO 9--98-180
3.21 INDEMNIFICATION:
The successful Bidder shall defend, indemnify and save harmless the City of Miami and all its officers,
agents, and employees from all suits, actions, or other claims of any character, name and description
brought for or on account of any injuries or damages received or sustained by any person, persons, or
property on account of any negligent act or fault of the successful bidder, or of any agent, employee,
subcontractor or supplier in the execution of, or performance under, any contract which may result from
the award of bid. Successful bidder shall pay any judgments with cost which may be obtained against the
City of Miami growing out of such injury.
3.22 LIQUIDATED DAMAGES
The successful bidder shall at all times guard against damage to or loss of property of the City and of any
others, and shall replace or repair any loss or damage unless such be caused by the City, other vendor or
other Contractors.
The City may withhold payment or make such deductions as it might deem necessary to insure
reimbursement for loss or damage to property through negligence of the successful bidder or his -her
agent.
3.23 CONTRACT ADMINISTRATOR
Upon issuance of contract award, contractor shall report and work directly with Mr. Alan Savarese,
Contract Administrator, and who may be contacted at telephone number (305) 575-5171.
3.24 INQUIIUES
Questions regarding this bid should be directed to Ms. Pamela Burns, Sr. Procurement Contracts Officer,
at (305) 416-1905.
3.25 AS OR EQUAL
Manufacturer's name, brand name and/or model number when used in these specifications are for the
sole purpose of establishing minimum requirements of levels of quality, standards of performance and
design required. They are in no way intended to prohibit the bidding of other manufacturer's brands of
equal material, quality, design and standards of performance, unless the wording NO SUBSTITUTION is
used.
3.26 TECHNICAL DOCUMENTATION / DRAWINGS
The bidder will be required to furnish with their bid, descriptive literature, technical documentation, and
service information for items listed on the Invitation for Bid. All products bid must meet or exceed all
conditions and specifications of the Invitation for Bid. The purpose of the technical documentation is to
demonstrate compliance of the product bid with applicable technical requirements of the bid and to allow
an evaluation of the product. Failure to provide the required documentation may make the bidder
nonresponsive.
3.27 INSTRUCTION MANUALS
Contractors shall be required to furnish two (2) user's manual for each unit ordered up to three (3) units.
One manual for three (3) units ordered shall be supplied for orders in excess of three (3) units. Bulletins,
revisions and corrections shall be supplied for each manual as they are issued by the manufacturer. Each
manual shall contain definitions of equipment capabilities, technical descriptions of equipment operation,
descriptions of malfunction identification and trouble -shooting procedures, and detailed schematic,
installation, and use instructions.
98- 979
0 7TF OF 3/1AAll. FLORIDA ORIDA .SPE(Y: I/. CONDITIONS K'ONT) 811) .Vo). 97_ 9X- l XO
3.28 PARTS AND ACCESSORIES
It is mandatory for each bidder to state discounts applicable to parts and accessories, price lists, and the
minimum order for free delivery of parts and accessories. One copy of the parts and accessories price list
shall be submitted with the bid. Price lists, however, will not be used in determination of the low bidder.
3.29 PATENTS AND ROYALTIES
The bidder, without exception, shall indemnify and save harmless the City and its employees from
liability of any nature or kind, including cost and expenses for or on account of any copyrighted,
patented, or unpatented invention, process, or article manufactured by the bidder. The bidder has no
liability when such claim is solely and exclusively due to the combination, operation or use of any article
supplied hereunder with equipment or data not supplied by the contractor or if such claim is based solely
and exclusively upon the alteration of the article. The City will provide prompt written notification of a
claim of copyright or patent infringement.
Further, if such a claim is made or is pending, the contractor may, at his expense, procure for the City the
right to continue use of, replace or modify the article to render it non -infringing. (If none of the
alternatives are available, the City will agree to return the article on request to the contractor and receive
reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the bidder uses any
design, device, or materials covered by letters, patents or copyrights, it is mutually agreed and understood
without exception that the bid prices shall include all royalties or costs arising from the use of such
designs, devices, or materials in any way involved in the work.
3.30 DELIVERY
The bidder shall make deliveries within the calendar days and/or time stated in the bid. In cases where
delivery will be delayed due to acts of God, Strikes, or other causes beyond the control of the bidder, the
successful bidder shall notify the City of the delays in advance of the delivery date so that a revised
delivery schedule can be agree upon if scheduling permits it. Otherwise should the bidder(s) to whom the
order is awarded fail to deliver in the number of days as stated in its bid, the order may be canceled and
placed with the next low bidder.
3.31 ACCEPTANCE
Delivery of product to the City does not constitute acceptance for the purpose of payment. Final
acceptance and authorization for payment shall be given only after a thorough inspection indicates that
the product meets bid specifications and conditions. Should the delivered product differ in any respect
from the specifications, payment will be withheld until such time as the supplier takes necessary
corrective action. The Purchasing Department shall be notified of the deviation in writing within ten days
of 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 product, 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.
3.32 SERVICE
Manufacturers must submit a complete list of delivery and service centers or distributor locations in the
State of Florida by name and address. (Local centers listed must provide trained technicians.)
3.33 DEMONSTRATIONS
Bidders may be called upon to demonstrate the equipment offered. Such demonstration and inspection
shall be by arrangement with the Contract Administrator, Alan Savarese.
E
98- 97i9
CT}"Ol•'AffB/l. FLORI/):I SPEC1.1LCONINT/ONS(CON'T R!l) NO 9--IM-ISO
3.34 CERTIFICATIONS
The equipment specified must comply with Consumer Products Safety Commission (C.P.S.C.) safety
requirements or the American National Standards Institute (ANSI) safety standards. Bidders shall submit
certification that the equipment bid complies with these requirements and shall be required to provide
proof that -the equipment complies with the certification requirements. Failure to provide certifications
may result in the bidder's disqualification.
3.35 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. Additionally,
bidders must indicate any options requiring the addition of other options, as well as those which are
included as a part of another option. Failure of bidders to comply with these provisions will result in
bidders being held responsible for all costs required to bring the equipment in compliance with contract
specifications.
6
98- 979
ITEM: DESCRIPTION:
1 Replacement of one LAH-32-15
Aerial Tower (Bucket Truck
Apparatus)
Make / Model
Manufacturer
OPTIONAL:
Warranty option, beyond the
initial warranty period.
Approve bq
vci&
r
1.0
Date:
I
Prepared by: Pamela Burns, 8/28/98
BID TABULATION
PURCHASE AND INSTALLATION
OF ONE (1) AERIAL TOWER
BID NO. 97-98-180
Baker Equipment Engineering Co.
1716 Summit Ave.
Richmond, Va. 23230
Non -Local / Non -Minority
TOTAL COST
$ 26,794.12
LAH-32-1 S
Lift -All Manufacturing Co.
450.00 per year
Approved
�F�tor /Designee
Date:
CITY OF MIAMI OFFICE OF THE CIT . 'LERK
BID SECURITY LIST
BID ITEM:
BID NO.:
DATE BID(S) OPENED:
INSTALLATION ON ONE AERIAL TOWER
97-98-180
AUGUST 26, 1998 TIME 11:00 a.m.
BIDDER
'
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
ENGINEERING COMPANY
See attached bi
NO BID
HORIZON FLEET SERVICE
AERIAL LIFT,., INC.
LUVERNE FIRE APPARATUS
SNORKEL
FIRE FIGHTING INNOVATIONS
HOUSE OF LADDERS
�xre the an ,7
} nd
"Offers fraa� tla� � ��;c...s � laerQ?n
:... ..,� �.
other offers s ul i d s r
4.": .E,, if
y,
are h4Dreby re;e> t .
j D C3
//- /_ -,/' (�� received
Pe a ecerving bid(s)
PURCHASING DEPARTMENT
(City Department)
SIGNED:
eputy City Clerk
on P / 2 A
(Date)
envelopes on behalf of
CITY OF MIA I
ADVERTISEMENT FOI
Sealed bids will be received by the City of Miami c
3500 Pan American Drive, Miami, Fl. 33133 for the fc
BID NO.97-98-180 Acquisition and installation of
General Services Administratic
OPENING DATE: 11:00 A.M. Wednesday, Augu:
Detailed specifications for this bid are available upc
Department, 444 SW 2nd Avenue, Sixth Floor Miami,
Donald H. Warshaw
City Manager
AD NO.5328
CITY OF
LOGO
� y
BID
Clerk at his office located at City Hall,
one aerial tower for the Department of
26, 1998
request at the City of Miami, Purchasing
orida 33130, Telephone No. 416-1904.
�•�' �,
Y- o
° P j
o�.
City of Miami
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please ty6e
and attach a copy of the v rti m nt with this reauisition.
1. Department:
2. Divisign:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of advertisement:
❑ Legal ❑ Classified ❑
Display
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
c
1
�.1
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
J
Date
C GS/PC 503 Rev._12/89
1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
um i niou i iun: wnne - U.S.A.; canary - uepartment