Loading...
HomeMy WebLinkAboutR-98-0988J-98-998 9/22/98 RESOLUTION NO. - 9 8 8 A RESOLUTION APPROVING THE PURCHASE OF WHELEN EMERGENCY WARNING DEVICES AND LIGHTING FOR POLICE TRAFFIC ENFORCEMENT MOTORCYCLES FROM CENTRAL PUBLIC SAFETY EQUIPMENT CO. UNDER EXISTING MIAMI-DADE COUNTY CONTRACT NO. IB5794-1, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, AT A TOTAL COST NOT TO EXCEED $27,397.60; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, "REPLACEMENT OF CITY-WIDE FLEET", PROJECT NO. 311850. WHEREAS, the Department of General Services Administration (GSA) will lease twenty-three (23) new Harley Davidson police traffic enforcement motorcycles which require emergency warning devices and lights; and WHEREAS, GSA will purchase said equipment under Miami -Dade Contract No. IB5794-1 as it offers lower 1997 prices; and WHEREAS, funding is available from the FY 198 General Fund Contribution to the Capital Improvement Program, "Replacement of City-wide Fleet", Project No. 311850; and WHEREAS, the City Manager and the Director of General Services Administration recommend that the purchase of the cited equipment from Central Public Safety Equipment Co., under Miami -Dade County Contract No. IB5794-1, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the CITY colo lion DOMING or OCT 13 1998 Rarolution No. 98- 988 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 Whelen Emergency Warning Devices and Lighting for police traffic enforcement motorcycles from Central Public Safety Equipment Co., under existing Miami -Dade County Contract No. IB5794-1, for the Department of General Services Administration, at a total cost not to exceed $27,397.60, is hereby approved, with funds therefor hereby allocated from the Capital Improvement Program, "Replacement of City-wide Fleet", Project No. 311850. Section 3. This Resolution shall become effective immediately upon adoption and signature of the Mayoral. PASSED AND ADOPTED this 13th day of October i-* ATTEST: 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 legislation now becomes effective with the elapse of ten (10) days from the date of Commission action regarding same, without the Mayor ex veto. WALTER J . FOEMAN, CITY CLERK efts an. City Clerk APPS/4O� 3,(�D �AND CORRECTNESS :& k"ATTORNEY 40:CSK 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 2 98- 988 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA=14 Honorable Mayor and OCT - 6 I998 TO: Mee City Commission DATE: FILE Resolution Authorizing the sue�ECT : Purchase of Emergency Warning Devices and Lighting to4nald.shaw FROM: City Manager REFERENCES: ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing a purchase utilizing an existing Miami -Dade County Contract No. 1135794-1, "Whelen Emergency Devices and Lighting", for installation on Police Traffic Enforcement motorcycles. Further authorizing an award to Central Public Safety Equipment Co., a non-minority/non-local vendor, located at 3810- A West Osborne Avenue, Tampa, Florida 33614, in an amount not to exceed $27,397.60. Funds are available from the FY '98 General Fund Contribution to the Capital Improvement Program, "Replacement of City -Wide Fleet", Project No. 311850. BACKGROUND: The Department of General Services Administration has analyzed Miami -Dade County Contract IB 5794-1 and has determined it to be beneficial since it utilizes 1997 pricing. We shall be leasing twenty-three (23) new Harley Davidson Police Traffic Enforcement motorcycles which require equipment and accessories. This equipment is interchangeable and could be used on future leases and/or purchases of motorcycles. The cost per motorcycle is $1,191.20. DHW/RM/JAP/eh GSA/MePoliceMotorcyclesAccess. doc 98- 988 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Donald H. Warshaw August 25, 1998 TO: C>i anager DATE: FILE: Authorization to Purchase SUBJECT: Emergency Warning Devices and Lighting ascual, Director FRO: : Department of General Services AdministrallRENces ENCLOSURES: The Department of General Services Administration has verified with the Office of Budget and Management Analysis that funds are available from FY '98 General Fund contribution to the Capital Improvement Program, "Replacement of City -Wide Fleet", CIP Project No. 311850, in an amount not to exceed $27,397.60. CIP Project Review and Approved By: Date: -9` /24� lqg Pil Sa -Butler, CIFt Administrator Budgetary Review and Approval By: bio=v Date: ), Dipak Parekh, Director Office of Budget and Management Analysis DHW/RM/JAP/eh GSA/MePol iceMotorcyclesAccess2. doc 9 98 9• w Ue) OG General Services Administration Fleet Management Division Lease Motorcycle Emergency Equipment Breakout Basic Package Each Per MC Per Fleet Front Strobes $ 48.00 1 $ 96.00 $ 2,208.00 Par36ES Rear Strobes $ 67.20 1 $ 268.80 $ 6,182.40 MicroMax MC100SI Power Supply $ 246.00 $ 246.00 $ 5,658.00 WPPS690 Rear Box HSMB-L $ 275.00 $ 275.00 $ 6,325.00 TOTAL $ 885.80 $ 20,373.40 Option B Each Per MC Per Fleet Front Strobes $ 48.00 $ 96.00 $ 2,208.00 Par36ES Rear Strobes $ 113.40 1 $ 340.20 $ 7,824.60 TwinBeam TS200SI Power Supply $ 246.00 $ 246.00 $ 5,658.00 WPPS690 Rear Box HSMB-L $ 275.00 $ 275.00 $ 6,325.00 TOTAL 1 $ 957.20 $ 22,015.60 Option A Each Per MC Per Fleet Front Strobes $ 48.00 $ 96.00 $ I 2,208.00 Par36ES Rear Strobes $ 80.40 $ 321.60 $ 7,396.80 MiniMax MN200S1 PowerSuppI $ 246.00 $ 246.00 $ 5,658.00 WPPS690 Rear Box HSMB-L $ 275.00 $ 275.00 $ 6.325.00 TOTAL $ 938.60 1 $ 21,587.80 Siren Costs Each Per MC Per Fleet Siren $ 234.00 $ 234.00 $ 5,382.00 SA350M w/Basic Packa e $ 1,119.80 $ 25,755.40 $ 885.80 w/O tion A $ 1,172.60 $ 26,969.80 $ 938.60 w/Option B $ 957.20 $ 1,191.20 $ 27,397.60 8/19/98 Page 1 CONTRACT AWARD SHEET BID NO.: IB5794-1 (PREVIOUS Bid No.: IB5794-2/00-OTR) WHELEN EMERGENCY WARNING DEVICES AND LIGHTING CONTRACT PERIOD: 7/11/98 THRU 7/10/99 COMMODITY CODE: 55-54 OTR YEARS: TWO(2) AWARD BASED ON MEASURES: ( )YES (X)NO VENDOR: CENTRAL PUBLIC SAFETY STREET: 3810-A WEST OSBORNE AVENUE CITY/STATE/ZIP:. TAMPA, FL 33614 TERMS: NET 30 FOB: DESTINATION DELIVERY: AS NEEDED PHONE: (800) 749-1889 FAX: (813) 348-0450 CONTACT: TIM DAVIS FEED: PART ff2� [TEMS 561 893 874 AWARDED PROVIDE WHELEN EMERGENCY WARNING DEVICES AND LIGHTING @ 40.2% OFF MANUFACTURER'S PRICE LIST #PL97.1WL. ( )BCC (X)PMD AWARD DATE: 6/24/98 B & C RELEASE DATE: 6/24/98 ADDITIONAL ITEMS ALLOWED: N/A TOTAL CONTRACT VALUE: $25,000.00 FIRE RESCUE AGENDA ITEM #: NIA OTR YEAR: 1 OF 2 SPECIAL CONDITIONS: N/A MODIFIED VALUE: N/A $25,000.00 PROCUREMENT AGENT: MONIQUE A BUICE. CPPB METRO-aDADE BID NO: I P "194-2/00-OTR OPENING: 2:00 P.M. DATE: JUNE 27, 1997 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID -- TITLE WHELEN EMERGENCY WARNING DEVICES & LIGHTING FOR THE METRO DADE FIRE DEPARTMENT FOR A ONE YEAR PERIOD WITH THE COUNTY OPTION -TO RENEW FOR TWO ADDITIONAL YEARS THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: N/A CATALOGUE AND LISTS: N/A EQUIPMENT LIST: N/A INDEMNIFICATION/INSURANCE: N/A PRE -BID CONFERENCE/WAL[-THRU N/A RACE -CONSCIOUSNESS MEASURE: N/A SAMPLES/INFORMATION SHEETS: N/A SITE VISIT/AFFIDAVIT: N/A SOURCE OF SUPPLY:- N/A TRADE CERTIFICATION: N/A WRITTEN WARRANTY: N/A FOR INFORMATION CONTACT: MONIQUE BUICE, CPPB (305) 375-4254 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION 9 8 - 988 Printed on kft-fcW Paper .- INSTRUCTIONg FOR MAILING A esiD iN K.. S ONSE TO AN INFORMAL BID SOLICITATION Each Bid Proposal submitted to the GSA PROCUREMENT MANAGEMENT DIVISION will have the following information clearly marked on the face of the envelope: > Bidder's name and return address > Bid Number > Opening date of Bid > Title of the Bid Failure to include this -information may result in your Bid not being considered. The Bidder will submit each Bid Proposal, consisting of one original and three copies and any attachments in one envelope. Bid responses submitted at the same time for different Bid Solicitations shall be placed in separate envelopes and each envelope shall contain the information previously stated. Fame to comply with this requirement may result in the Bid from being considered. .THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE GSA PROCUREMENT MANAGEMENT DIVISION ON OR BEFORE THE STATED TIME AND DATE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE BIDDER DADE COUNTY IS NOT RESPONSIBLE FOR DELAYS CAUSED BY ANY MAIL, PACKAGE OR COURIER SERVICE, INCLUDING THE U.S. MAIL, OR CAUSED BY ANY OTHER OCCURRENCE. ANY BID RECEIVED AFTER THE DATE AND TIME STATED IN THE INVITATION TO BID WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. This Bid shall be submitted to the following address: GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION Stephen P. Clark Center 111 N.W. 1st Street, Suite 2350 Miami, Florida 33128-1989 It is the policy of Metropolitan Dade County to comply with all requirements of the Americans with Disabilities Act (A.D.A). For A.D.A. complaints call (305) 375-3566. The Bidder recommended for award shall be required to complete an A.D.A. affidavit in accordance with Resolution R-385-95 prior to the award of a Bid Solicitation. Failure to complete the affidavit as required may result in the rescinding of the recommendation for award. a:boi15-16.doc Rev. 2/1(:9-.8 - 9M 8 SECTION 1 GENERAL TERMS AND CONDITIONS 1.1 DEFINEaONS The term "Bid" shall refer to any offer(s) submitted in response to this Bid Solicitation. The term "County" shall refer to Metropolitan Dade County.. . The term "Bidder" shall refer to anyone submitting a Bid .in response to. this Bid Solicitation. The term "Contractor" or "Successful Bidder" shall refer to the Bidder receiving an award as a result of this Bid Solicitation. The term "Bid Solicitation" shall mean this Bid Solicitation, the Bidder's response to this Bid Solicitation, as approved by the County in accordance with Administrative Order 3-2 and any purchase order or change order issued by the GSA Procurement Management Division. The term "GSA" shall refer to Dade - County's General Services Administration Department. 1.2 CONTENTS OF BID A General Conditions (1) _ It is the sole responsibility of the Bidder to become thoroughly familiar with the Bid requirements and all terms and conditions affecting the performance of this Bid Solicitation. Pleas of ignorance by the Bidder of conditions that exist, or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Successful Bidder. (2) The Bidder is advised that this Bid Solicitation is subject to all lees' requirements contained in the County's Administrative Order 3-2 anu all other applicable County Ordinances and/or State and Federal Statutes. Where conflicts exist between this Bid Solicitation and these legal requirements, the higher authority shall prevail. • a:boi15-16.doc 1 Rev. 2/1t } -= B . Additional Information/Addend (1) Request for additional information, explanation, clarification or interpretation must be made in writing to the GSA Procurement Management Division contact person identified on the cover page of this Bid Solicitation. The request shall be received by GSA Procurement Management Division no later than seven (7) working days prior to the Bid -opening date. Any request received after that time may not be reviewed for inclusion in this Bid Solicitation. The request shall contain .the requester's name, address; . and telephone number. If transmitted by facsimile, the Kequest shall also include a cover sheet, with the sender's facsimile number. (2) GSA Procurement Management Division well issue a response to any inquiry_ as it deems necessary, by written addenda, issued prior to the Bid opening date. The Bidder shall not rely on any representation, statement or explanation other than those made in this Bid Solicitation document or in any addenda issued. Where there appears to be a conflict between this Bid Solicitation, and any addenda issued, the last addendum issued will prevail. (3) It is the Bidder's responsibility to ensure receipt of all addenda and substitute Bid Proposal Forms. The Bidder shall verify with the GSA Procurement Management Division contact person, prior to submitting a Bid, that all addenda have been received If applicable, the Bidder is required to submit the substitute Bid Proposal Forms and acknowledge the number of addenda received as part of this Bid Solicitation, by completing and signing the attached Addenda Acknowledgment Form. C. Conflicts in this Bid Solicitation Where there appears to ' be a conflict between the General Teens and Conditions, the Special Conditions, the Technical Specifications, the Bid Proposal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Proposal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. D. - - Prices Contained in this Bid Solicitation (1) Prompt Payment Terms a. The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price for Bid evaluation purposes. a;M15-16.doc 2 Rev. 2/9/Q. - 9 8 o. i ih. Bidder is required to provide prompt payment ter.,; ;.. :4 space provided on the Bid Proposal signature page of this Bid Solicitation. If no prompt payment discount is being offered, the Bidder shall enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is hereby understood and agreed that the payment terms will be 2% 20 days, effective after receipt of invoice or final acceptance, whichever is later. 1.3 PREPARATION AND SUBMISSION OF BID A. Preparation/Submission (1) The Bid Proposal Form shall be used when submitting a Bid. Use of any other form shall result in the rejection of the Bidder's Proposal. (2) The Bid will either be typed or completed legibly in ink. The Bidder's authorized agent will sign the Bid Proposal Form in ink, and all corrections made by the. Bidder will be initialed in ink by the authorized agent. The use of pencil or- erasable ink or failure to comply with any of the foregoing may result in the rejection of the Bid. (3) Where there is a discrepancy between the unit prices -and any extended prices, the unit prices will prevail. - (4) The County will consider additional Bid Proposal(s) from the same Bidder for the same Bid Solicitation, provided that; (a) the additional Bid(s) offer a different product and/or level of service that meets or exceeds this Bid Solicitation requirements; (b) the Bidder completes a separate Bid Proposal Form for each Bid and shalt mark "Alternate Bid(s)" on the first page. Failure to comply with the foregoing may result in the rejection of the additional Bid(s). (5) Unless otherwise specified in the Special Terms and Conditions, the proposed delivery and/or completion time, if required, shall be stated in calendar days. (6) The Bidder shall not charge tax, as the Courity is exempt from all State. Excise, Federal and Local sales tax. Not withstanding, any tax on materials and/or supplies which are purchased by the Bidder, in conjunction «-ith this Bid Solicitation shall be subject to the Florida State Sales Tax, in accordance with Section 212.08 of Florida Statutes, amended 1970, and all amendments thereto, shall be borne solely by the Bidder. When the materials and/or supplies are not manufactured by the Bidder, taxes must be incorporated in the Bid price, not as a separate item. When materials and/or supplies are manufactured by the Bidder and are not for resale, the County is exempt. a:boi15-16.doc 3 Rev. 2/1 ff s_ 9 88 The County may be subject to appiicacic taxes .,a goods purchased for the purpose of resale. Upon request, the County will provide a tax - exemption certificate, if applicable. Any special tax requirements will be specified either in the Special Conditions or in the Technical Specifications. (7) Any telegraphic or facsimile Bid will not be considered. (8) The Bidder shall incorporate in their Bid price all costs_ related to this Bid Solicitation. (9) The. apparent silence of the specifications and, any addenda 'regarding any details or the omission from the specifications of a detailed description concerning any point shall be regarded as meaning that only the be9t commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of the specifications shall be made upon the basis of this Bid Solicitation. B. Vendor Registration Dade County requires the Bidder to complete a registration application with GSA Procurement Management Division. The Bidder must be registered to be recommended for any contract award. To register, or for assistance in registering, contact (305) 375-5287. C. Criminal Conviction Disclosure Pursuant to Metro -Dade County Ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten (10) years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior ' to entering into a Contract with or receiving funding from the County." Forms are available from GSA Procurement Management Division. D. Sworn Statement on Public Enti - Crimes Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, "Any 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 Bid Solicitation to provide goods and/or services to a public entity, may not submit a Bid on a Bid Solicitation with a public entity for construction or repair of a public building or public work, may not submit a Bid on leases of real property to a public entity, may not be awarded or perform work as a Contractor or, supplier, or subcontractor or consultant under a Bid Solicitation with any public entity, and may not transact business with any public entity in excess of • a:boil5-16.doc 4 Rev.2/10/97 98 - the u....snold amount provided in Section 28 f 01?, for CATEGOK Y TWO (S10,000.00) for a period of thirty-six (36) months from the date of being placed on the convicted vendor list." E. Minority and Disadvantaged Business Enterprises The County endeavors to obtain the participation of all minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, 111 N.W. 1st Street, Suite.1710, Miami, FL 33129, Phone: (305). 375- . 4132. F. Business Activity With and Travel To Cuba Pursuant to Metro -Dade County Resolutions Nos. 202-96 and 206-96 as implemented by Administrative Order 3-12, which restricts purchases from a firm conducting business with Cuba, and restricting travel to Cuba by the Successful Bidder, respectively, the Bidder shall be required to complete a Cuba affidavit prior to the award of this Bid Solicitation. Failure to complete the affidavit, may result in the rejection of the Bidder's Proposal and/or rescinding of the recommendation for award. 1.4 MODIFICATION OR WITHDRAWAL OF A BID A. Modification of a Bid Any modification by the Bidder to a Bid shall be submitted to the GSA Procurement Management Division prior to the time and date set for Bid opening. The Bidder shall submit the new Bid Proposal Form and a letter, on company letterhead, signed by an authorized agent of the Bidder stating that the new submittal supersedes the previously submitted Bid Proposal. The sealed envelope shall contain the same information as required for submitting the original Bid. In addition, the envelope shall contain a statement that this Bid replaces the previously submitted Bid. No modifications of a Bid shall be accepted after the Bid has been opened. B. Withdrawal of a Bid . A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. A Bid may be withdrawn only by written letter received by the GSA Procurement Management Division prior to the Bid opening date. A Bid may also be withdrawn ninety (90) days after the Bid was opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal a:boil5-16.doc 5 Rev. 2/101 78 - 988 letter must be on company letteru�; d,d OAVA%, _ ..� aZ azthoriaed agent of the Bidder. 1.5 EVALUATION OF ABED A. Rejection of Bid �� C. Fol (1) The County may reject any Bidder's Proposal and award to the next lowest responsivelresponsible Bidder or; . The County may reject and re -advertise for -all or any part of this Bid Solicitation, whenever it is deemed in the best interest of the County. The County shall be the sole judge of what is in its "best interest." (2) The County may reject any Bid if prices are not fair and reasonable, as determined by the County, and/or exceed the County's estimated budget for this Bid Solicitation or, If the Bidder take exceptions to or modifies the terms and conditions of this Bid Solicitation. The County shall be the sole judge of what is "fair and reasonable." EIimination from Consideration This Bid Solicitation shall not' be awarded to any person or firm which is in arrears to Dade County upon any debt, taxes, or Contract which is defaulted as surety or otherwise upon any obligation to the County. Waiver of Informalities The County reserves the right irregularities in this Bid Solicitation. Demonstration of Competency to waive any informalities or (1) A Bid will only be considered from a firm which is regularly engaged in the business of providing the goods and/or services required by this Bid Solicitation. The Bidder must be able to demonstrate a eood record of performance and have sufficient financial resources, equipment and organization to ensure that they can satisfactorily provide the goods and/or services if awarded this Bid Solicitation. (2) The County may conduct a pre -award of the Bidder's site inspection or hold a pre -award qualification hearing to determine if the Bidder possesses the requirement as outlined in the above paragraph, and is capable of performing the requirement of this Bid Solicitation. The County may consider any evidence available regarding the financial, a:W15-16.doc 6 Rn9 7 9 8 8 •�aut—Moia�'.a-of the Bidder, ;nc;ud;r,- man.aid oil,a; q-,; �5cations and past performance (experience) with the County or any oth - r governmental entity in making the award. (3) The County may require the Bidder to show evidence that they have been designated as an authorized representative of a manufacturer, supplier and/or distributor, if required by this Bid Solicitation. (4) Dade County reserves the right to audit all records pertaining to and resulting.. on any award from this Bid Solicitation, financial or otherwise. E. Copy of Bid Tabulation The Bidder who desires to receive a copy of the Bid tabulation shall enclose a self-addressed/stamped envelope (correct size of envelope and postage is a must depending . on the amount of information involved) when submitting its Bid Proposal. Bid results will not be given out by telephone or famimile. 1.6 AWARD OF BID SOLICITATION A. Contract This Bid Solicitation, any addenda and/or properly executed modifications, the purchase order (if issued), and a change order (if applicable), constitute the entire Contract. B. Tie Bid Any tie Bid will be decided by the ' Director of Procurement or designee, and according to Ordinances Nos. 94-166 and 96-26 and Resolution No. 50-96, when applicable: C. Additional Information The award of this Bid Solicitation may be preconditioned on the subsequent submission of other documents, as specified in the Special Conditions or Technical Specifications. The Successful 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 County. Where the Successful Bidder is in default of the contractual requirements, the County, through action taken by GSA Procurement Management Division, may rescind the award. a:boi15-16.doc 7 R.;v. i, 98- 988 R E. Term oY Contract The term of this Bid solicitation shall be specified on one of three documents, issued to the Successful Bidder. These documents may either be this Bid Solicitation, a purchase order or an award sheet. Contract Extension The County reserves the right to automatically extend this Contract for up to ninety (90) calendar days beyond the stated .Contract term. The County shall notify the" Successful Bidder in writing of such :extensions: Additional extensions over the first ninety-_ (90) day extension may occur, i& the County and the Successful Bidder are in mutual agreement of such extensions. F. Wes. G I Any implied warranty granted under the Uniform Commercial Code shall apply to all goods purchased under this Bid Solicitation. Estimated Ouantities Estimated quantities or estimated dollars, if provided, are for Bidder's guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the Contract period. The County is not obligated to place any order for a given amount subsequent to the award of this Bid Solicitation. Estimates are based upon the County's actual needs and/or usage during a previous Contract period. Said estimates may be used by the County for purposes of determining the low Bidder meeting specifications. Non -Exclusive Contract .Although -the purpose of this Bid Solicitation is to secure a Contract that can satisfy the total needs of the County or of a specific County agency, it is hereby agreed and understood that this Bid Solicitation does not constitute the exclusive rights of the Successful Bidder to receive all orders that may be generated by the County in conjunction with this Bid Solicitation. In addition, any and all commodities, equipment, and service required by the County in conjunction with construction projects are solicited under a distinctly different bid process and shall not be purchased under the terms, conditions and awards rendered under this Bid Solicitation, ur: ess such purchases are determined to be in the best interest of the County. Local Preference The award of this Bid Solicitation is subject to Ordinances Nos. 94-166 and 96-26 and Resolution No. 50-96; which, except where federal or a:W15-16.doc 8 Rev. 2f,N_ 9 8 8 state law mandates to the contrary, allow preie once to be giver, io a local business in the amount of one and one-half percent (1.5%) for Dade County and one percent (1%) for Broward County of the Bid Proposal price. For the purposes of the applicability of this Ordinance, "local business" means the Bidder has its headquarters located in T Metropolitan Dade or Broward Counties or has a place of business located in Metropolitan Dade or Broward Counties at which it will produce, distribute and/or perform a substantial portion of the goods and/or services to be purchased. K. Limited Contract Extension Any specific work assignment which commences prior to the termination date of the Contract and ' which will extend beyond the termination date shall, unless terminated by mutual written agreement by both parties, continue until completion at the same prices, terms and conditions as set forth in this Bid Solicitation. 1.7 RIGHT OF APPEAL Any Bidder may protest any recommendation for Contract award or rejection of all Bids, in accordance with the procedures contained in Sections 2-8.3 and 2-8.4 of the Code of Metropolitan Dade County, as amended by, Ordinances Nos. 95-201 and 95-126, and as established in Administrative Order 3-21. A_ Bid Award Over $25,000.00 but less than $500,000.00 This Bid award recommendation will be posted by 9:00 A.M., every Monday in the lobby of the Stephen P. Clark Building. It shall be the responsibility of the Bidder to monitor such Bulletin Board after the Bid opening to ascertain that a recommendation for award has been made. In addition, the Bidder can call the Bid Award Line at (305) 375-4724 or (800) 510-4724, or contact the person identified on the cover page of this Bid Solicitation. The Bidder shall have five (5) days after the posting of an award recommendation to file a written protest with General Services Administration, Procurement Nianasement Division or the using department awarding this Bid Solicitation. The Bidder shall post at the time of filing, a Surety Bond ( cashier's check or money order ) in the amount of S500.00 payable to General Services Administration, Procurement Ntanasement Division or the using department awarding this Bid Solicitation. Failure to submit the proper Bond at the time of filing the protest, will result in denial of the protest. If, the County's recommendation prevails, the Bidder's Bond will be forfeited and the County will seek all costs and attorney's fees. a:boi15-16.doc 9 Rev. 2/WV r Z. Bid w f 5 000.00 Or less This Bid award recommendation is final and may not be protested. 1.8 CONTRACTUAL OBLIGATIONS A. Rules Regulations. Licensing Requirements The Successful Bidder. shall comply. with all laws and regulation: applicable to . the goods and/or services. contained in this Bid Solicitation. The Bidder is presumed to be familiar with all Federal; State and local laws, ordinances, codes and regulations that may in any way affect the goods and/or services offered. B. Conditions of Material and Packaging (1) Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with the County's Recycled Packaging Resolution No. R738-92. (2) All goods furnished shall be fully guaranteed by the Successful Bidder against factory defects and workmanship. Any • defects which may occur within the period of the manufacturer's standard and/or any implied warranty shall be corrected by the Successfid Bidder at no expense to the County. The standard manufacturer's warranty may be superseded by the Special Conditions. C. Subcontracting .(I) . Unless otherwise specified in this Bid Solicitation, the Successful Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of this Bid Solicitation for default. (2) Quarterly reporting when a subcontractor is utilized: The Successful Bidder is advised that when a subcontractor is utilized to fulfill the terms and conditions of this Bid Solicitation, Dade County Resolution No. 1634-93 will apply to this Bid Solicitation. This resolution requires the Successful Bidder to file quarterly reports as to the amount of Contract monies received from the County and the amount that have been paid by the Successful Bidder directly to certified Black, Hispanic and Women -Owned businesses, performing part of this Bid Solicitation work. Additionally, the listed businesses are required .to sign reports, a:boi15-16.doc 10 Rev. 2�t�7 vc[iiy._ ii[cir partiGaNdUU in this Bid Sou"i.ttailon work mow' i ieu receipt of such monies. The requirements of this resolution shall be in addition to any other reporting requirements by Federal, State or local laws, ordinances or administrative orders. - (3) Where subcontracting is permitted, the Successful Bidder shall obtain consent of the County prior to utilizing the subcontractor. All actions of any subcontractor are the sole responsibility of the Successful Bidder. Note: This -requirement is' separate and independent from any requirements that may be :contained in - the Special Conditions, Paragraph 2.2. D. Assignment The Successful Bidder shall not assign, transfer, or otherwise dispose of this Contract, including any rights, title or interest therein, or their power to execute such Contract to any person, company, or corporation without the prior written consent of the County. E. Delivery Unless otherwise specified in this Bid Solicitation, prices quoted shall be F.O.B. Destination with freight included in the proposed price. F. Employee Is the Responsibility of the Successful Bidder The employee of the Successful Bidder shall be considered to be, at all tunes, employee of the Successful Bidder under its sole direction and not an employee or agent of the County. The Successful Bidder shall supply a competent and physically capable employee. The County may require the Successful Bidder to remove an employee it deems unacceptable. Each employee shall wear proper identification. G. Indemnification of County by the Successful Bidder The Successful Bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or its officers, employees, agents -or instrumentalities may incur as a result of claims, demands, suits causes of actions or proceedings of any kind -or nature arising out of, relating to or resulting from the performance of the Agreement by the Successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The Successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind -or nature in the name of the County, a:boil5-16.doc 11 Rev. 2% ky�- 988 1.9 1.10 where applicable, including appellate prose. _. ;, a,d Shall pay all costs, judgments, and attorney's fees which may issue thereon. ; he Successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. H. Protection of Property All `existing 1,tructures, utilities, services,..roads, trees, shrubbery, etc.. shall be protected against -damage or interrupted services at all times by the Successful Bidder during the term of this Contract. The Successful Bidder shall be held responsible for repairing or replacing property, to the satisfaction of the County, which is damaged by reason of the Successful Bidder's operation on County property. MODIFICATION OF THE CONTRACT The Contract may be modified by unilateral action of the County or by mutual consent, in writing, and through the issuance of a modification to the Contract, purchase order, change order or award sheet, as appropriate. TERMINATION OF CONTRACT A. - Termination for Convenience The County, at its sole discretion, may terminate this Contract without cause by providing the Successful Bidder with thirty (30) day advance notice. Upon the receipt of such notice, the Successfid Bidder shall not incur any additional costs under this Contract. The County shall be liable only for reasonable costs incurred by the Successful Bidder, as determined by the County, regardless of the method . of payment required by this Contract. The County shall be the sole judge of "reasonable costs." B. Termination for Default The County may terminate this Contract upon the failure of the Successful Bidder to comply with any provision and/or requirements of this Contract. The County's decision not to take action upon failure of the Successful Bidder to perform shall not be construed as a waiver of the ability of the County to take additional action at a later date and time. The County shall also have the ability to place the a:W15-16.doc 12 Rev. 2/10/97 98- bucco,.dui isidder on probation and/or terminate any portion of this Contract. The date of termination shall be stated in a written notice to the Successful Bidder. In the event the Successful Bidder is terminated for default, the County reserves the right to re -procure the goods and/or services from the next lowest responsive responsible Bidder or re -solicit the goods and/or services. The County may further charge the Successful Bidder any differences in cost between the Successful Bidder's price and the re - awarded price and/or -any costs associated .with re -awarding or re - soliciting this Contract. The County may also debar or suspend the Successful Bidder from conducting business with the County, and/or eliminate the defaulted Contractor from consideration in f mm Bid Solicitation, in accordance with appropriate County ordinances, resolutions and/or administrative orders. 1.11 ORDINANCES, RESOLUTIONS AND/ORADMINISTRATIVE ORDERS To request a copy of any ordinance, resolution and/or administrative order cited in this Bid Solicitation, the Bidder must contact the aeuic of the Board at (305) 375-5126. a:boi15-16.doc 13 Rev. 2n�.8, 988 METROPOLITAN DADE Cr­'TY JD NO.IB5794-2/00-OTR SECTION 2.0 SPECIAL CONDITIONS WHELEN EMERGENCY WARNING DEVICES & LIGHTING 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR A COUNTY DEPARTMENT The .purpose of this Invitation to Bid is to establish a contract for the purchase of WHELEN EMERGENCY WARNING DEVICES & LIGHTING in conjunction with the needs of Dade County's FIRE DEPARTMENT on an as needed when needed basis. 2.2 INTENTIONALLY OMITTED 2.3 INTENTIONALLY OMITTED 2.4 TERM OF CONTRACT: TWELVE MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid documents. The contract shall remain in effect for twelve (12) months and upon completion of the expressed and/or implied warranty period. 2.5 OPTION TO RENEW TWO (2) YEARS (Maintain Same Discounts) Dade County shall have the option to renew this contract for an additional two (2) years on a year-to-year basis provided the bidder will maintain. the same discount(s) from manufacturer's published price 1ist(s). Continuation of the contract beyond the initial period is a County prerogative not a right of the bidder. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. NOTE:. SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY Fink THOSE ITEMS ORIGINALLY.AWARDED. 2.6 -METHOD OF AWARD: LOWEST PRICES BASED ON PERCENTAGE DISCOUNT OFFERED Award of this contract will be made to ONE (1) responsive, responsible bidder(s) who offers the lowest prices when the percentage discount offered by the bidder is compared against prices listed in. the manufacturer's price lists for selected items. Accordingly, the bidder must submit its manufacturer's price lists with the bid proposal in order to be considered eligible for award. This requirement supersedes any other Special Condition in this Bid Solicitation which may allow the bidder to submit price lists during the bid evaluation period. These price lists must be common to, and accepted by, the industry in general. Page 1 98-- 988 METROPOLITAN DADE COUN NO.IB5794-2/00-OTR' The selection of specific items for price evaluation shall be the sole prerogative of the County. This selection shall be based on the usage of these items by the County during prior contract years. If more than one bidder is awarded this contract, as stipulated in the first paragraph of this section, the bidder who offers the lowest prices based on the percentage discount shall be designated as the primary vendor. 2.7 PRICES SHALL BE BASED ON DISCOUNTS FROM PUBLISHED PRICE LISTS Bids shall be submitted on the basis of a . discount from .a manufacturer's Published Price List(s). Such -Published Price List(s) must be common to, and accepted. by, 'the industry- in .general. The lists -must -be printed, properly identified, and dated as to issuance and effectiveness. Revised Published Price Lists may be used as a means of price adjustments. However, all bids are to be firm for a period of 365 calendar days after award and Revised Price Lists will not be accepted by the County until after that date. Revised Published Price Lists will be accepted only in the event of an industry -wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the County's Procurement Management Division under the bidder's cover letter identifying the applicable contract agreement number and approved by the County through the issuance of a Memorandum of Understanding to the bidder. 2.8 INTENTIONALLY OMITTED 2.9 INTENTIONALLY OMITTED 2.10 INTENTIONALLY OMITTED 2..11. INTENTIONALLY OMITTED 2.12 INTENTIONALLY OMITTED 2.13 INTENTIONALLY OMITTED 2.14 INTENTIONALLY OMITTED 2.15- METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES The successful vendor(s) shall submit an invoice(s) to the requesting department(s) after purchase has been completed, whether picked up by authorized County personnel or delivered to the site by the vendor. Theinvoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County department when the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) Page 2 98- 9SS ... METROPC.��.TIn�. unvL CY 'y An NO. I65794-2 lit,-0 T - calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. 2.16 SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and shall .hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at METRO-DADE FIRE DEPARTMENT; 6000 S.W. 87TH AVENUE; MIAMI, FLORIDA. 33173. 2.17 DELIVERY SHALL BE FIFTEEN (15) DAYS AFTER ORDER IS PLACED -.BY THE -COUNTY The bidder 'shall make deliveries within FIFTEEN (15) calendar days after the date that the County department orders the items. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver .in the number of days as stated in its proposal, the County reserves the right to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period of six (6) months. 2.18 BACK ORDERS MUST BE FILLED WITHIN THIRTY (30) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, the bidder shall insure that such back orders are filled within THIRTY (30) calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 INTENTIONALLY OMITTED 2.20 CONTACT PERSONS: For any additional information regarding the specifications and requirements of this contract, Contact: MONIQUE BUICE, CPPB at (305) 375-4254. Page 3 ucTnO.PO TT N' DADE CCU, D :0. TR ;7 ; i-2/ OD-OTR 2.21 ACCEPTANCE OF PRODUCT BY THE COUNTY: The -products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for .full credit at no additional cost to the County. 2.22 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS Although this -Solicitation is specific to a_County Department, it is hereby agreed and understood that any County :department or agency 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. Under these- circumstances, a separate purchase order shall be issued by the County which identifies the requirements of the additional County department(s) or agency(ies). 2.23 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER: The bidder shall be responsible for filing, processing and collecting all damage claims against the shipper. 2.24 MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested,.. supplied by the Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Bidder are found to be defective or do not conform to specifications, the County reserves the right -to (1) cancel the order and return such materials to the Bidder at the Bidder's expense or (2) require the Bidder to replace the materials at the Bidder's expense. 2.25 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.26 PRICE LISTS) FURNISHED SUBSEQUENT TO BID AWARD The successful bidder shall be required to furnish price lists (printed or microfiche) upon request from any County department at no charge. This price list shall provide descriptive literature, technical data and service information for items awarded. Time of delivery for these lists shall be mutually agreed -upon by the successful vendor and the County. Page 4 g8-- 98 METROPOLITAN DADE C01'"TY ID NO.IB5794-2/00-OTR 2.27 REBATES AND SPECIAL PROMOTIONS: All rebates and special promotions offered by a manufacturer during the term of the contract shall be passed on by the successful vendors) to the County. It shall be the responsibility of the vendor to notify the County of such rebates and/or special promotions during the contract period. Special promotions shall be offered by the vendor(s) to the County provided that the new price charged for the item(s) is lower than would otherwise be available through the contract.. -It is understood - that these may be of limited duration as indicated.,by the Yendor(s): At the' end of such promotion, the standard contract price shall prevail. Page 5 98- 98- METROPOLITAN OhOE CC 'Y sID NO. IB5794-2,/V^; T; SECTION 3.0 TECHNICAL SPECIFICATIONS WHELEN EMERGENCY WARNING DEVICES AND LIGHTING 3.1 SCOPE Furnish and deliver to the Metro Dade Fire Department, Whelen emergency warning devices and lighting. Page 6 9 g- 988 AWARD UNDER MIAMI-DADE COUNTY CONTRACT NO. IB5794-1 ITEM: Whelen Emergency Devices and Lighting DEPARTMENT: GSA TYPE OF PURCHASE: Single Purchase REASON: To provide equipment and accessories for the Police Traffic Enforcement motorcycles RECOMMENDATION: It is recommended that award be made to Central Public Safety Equipment Co., under existing Miami -Dade County Contract No. 1B57941, at a total cost not to exceed $27,397.60. Allocating funds from the FY'98 General Fund Contribution to the Capital Improvement Program, "Replacement of City-wide Fleet", Project No. 311850. )udy v !rector of Purchasing Da Award Under Dade County Contracts 9 Q 988