HomeMy WebLinkAboutR-02-0538.1J-02-357
5/1/02
RESOLUTION NO. 02-538.1
A RESOLUTION OF THE MIAMI CITY COMMISSION
AMENDING RESOLUTION NO. 98-251, ADOPTED
MARCH 10, 1998, RATIFYING, APPROVING AND
CONFIRMING THE CITY MANAGER'S FINDING OF AN
EMERGENCY AND AUTHORIZING AN INCREASE IN THE
AMOUNT APPROVED PURSUANT TO RESOLUTION
NO. 97-322, TO FURNISH AUTOMOTIVE PARTS AND
ACCESSORIES CITYWIDE FROM EIGHTEEN VENDORS,
AND REFLECTING THE CONTRACT OPTION TO INCLUDE
ANY EXTENSIONS TO MIAMI-DADE COUNTY CONTRACT
NO. 1070 -3/02 -TR -CW; AND REFLECTING A CHANGE
IN THE CONTRACT PERIOD.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. Resolution No. 98-251, adopted March 10,
1998, is amended in the following particulars: j/
"Resolution No. 98-251
Section 2. By a four-fifths (4/5ths)
affirmative vote of the members of the City Commission,
the City Manager's finding of emergency circumstances
and in authorizing an increase in the amount of
expenditures, approved pursuant to Resolution
No. 97-322, in an amount not to exceed $226,000.00, is
hereby ratified, confirmed and approved, for the
furnishing of Citywide automotive parts and accessories
i/ Words and/or figures stricken through shall be deleted. Underscored
words and/or figures shall be added. The remaining provisions are now
in effect and remain unchanged. Asterisks indicate omitted and
unchanged material.
CITY COIY�'1 c+I SION
NIErriliG OF
i"Kr9 Q (� Z802
' $�saau��i+anrr��I�Fn.
0 a) � SJ
from eighteen (18) vendors, as more particularly listed
in "Exhibit A", attached hereto and incorporated
herein, for the Departments of General Services
Administration, Fire -Rescue and Police, utilizing
existing Dade County Contract No. 1070 -3/02 -TR -CW, and
any extensions, for a period of one year, with the
option to renew on a year-to-year basis until February
28, 2002, thereby increasing the total annual amount
for said expenditures from $524,000.00 to $750,000.00,
with funds therefor hereby allocated from the
Department of General Services Administration FY 197-98
Operating Budget, Account Code Nos. 509000.420901.6.702
and 503001.420905.6.702, subject to availability of
funds.
* * * * * If
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.Zl
PASSED AND ADOPTED this 9th
ATTEST:
4,9
PRISCILLA A. THOMPSO
CITY CLERK
day of May , 2002.
APPD0 FOND CORRECTNESS
AND ILARELLO
TY ATTORNEY
W6188:tr:LB
21 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.
Page 2 of
2
02--538A
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
FROM : •mene
City Manager
RECOMMENDATION
DATE: APR 219 2,JC
SUBJECT: Resolution Amending
Resolution No. 98-251,
Automotive & Truck Parts
REFERENCES : & Accessories —
ENCLOSURES: MD- 1070-3/02-3
FILE:
It is respectfully recommended that the City Commission adopt the attached Resolution, amending
Resolution No. 98-251 adopted March 10, 1998, to (1) include to the term of the contract the
verbiage "subject to further extensions by Miami -Dade County" that will allow for the continued
furnishing of automotive and truck parts and accessories, from various vendors, under Miami -Dade
County Contract No. 1070-3/02-3, and (2) to correct a scrivener's error to reflect February 28,
2002 as the correct effective through date of the contract.
BACKGROUND
On May 7, 1997, Resolution No. 97-322 was adopted to secure a contract for automotive and truck
parts and accessories under existing Miami -Dade County Contract No. 1070-3/02. The contract
was for a one (1) year period with the option to renew on a year-to-year basis until February 28,
2002, for a total proposed annual amount of $524,000, subject to the availability of funds. The
contract was to be used by the Departments of General Services Administration, Fire -Rescue and
Police. Said service provided automotive parts and accessories for the Heavy Equipment Facility,
Fire Garage, and Light Fleet Service Center. On March 10, 1998, under Resolution No. 98-251, the
City Commission authorized an increase to this contract from $524,000 to $750,000 to cover
additional costs due to the age of some of the City's fleet.
At this time, Miami -Dade County has exercised the right to automatically extend its contract
beyond February 28, 2002, thus Resolution No. 98-251 needs to be amended to include to the term
of the contract the verbiage "subject to further extensions by Miami -Dade County" which will allow
the City to continue utilizing said contract.
Furthermore, the Department of General Services Administration realized that there was a
scrivener's error in the effective through date in Resolution No. 98-251 and this proposed
resolution corrects the scrivener's error and reflects the effective through date as February 28,
2002.
FISCAL IMPACT: NONE
q?'c
CA
02-538,x.
J-98-224
3/2/98
RESOLUTION N0.9 $ 251
A RESOLUTION, WITH ATTACHMENT (S) , BY A FOUR-
FIFTHS (4/5THS) AFFIRMATIVE VOTE OF THE MEMBERS
OF THE CITY COMMISSION, RATIFYING, APPROVING AND
CONFIRMING THE CITY MANAGER'S FINDING OF
EMERGENCY CIRCUMSTANCES AND AUTHORIZING AN
INCREASE IN THE AMOUNT OF EXPENDITURES APPROVED
PURSUANT TO RESOLUTION NO. 97-322, IN AN AMOUNT
NOT TO EXCEED $226,000.00, FOR THE FURNISHING OF
CITYWIDE AUTOMOTIVE PARTS AND ACCESSORIES FROM
EIGHTEEN (18) VENDORS, AS MORE PARTICULARLY
LISTED IN "EXHIBIT A", ATTACHED HERETO AND
INCORPORATED HEREIN, FOR THE DEPARTMENTS OF
GENERAL SERVICES ADMINISTRATION, FIRE -RESCUE AND
POLICE, UTILIZING EXISTING DADE COUNTY CONTRACT
NO. 1070 -3/02 -TR -CW, THEREBY INCREASING THE
TOTAL ANNUAL AMOUNT FOR SAID EXPENDITURES FROM
$524,000.00 $750,000.00; ALLOCATING FUNDS
THEREFOR FROM THE DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION FY 197-98 OPERATING BUDGET,
ACCOUNT CODE NOS. 509000.420901.6.702 AND
503001.420905.6.702.
WHEREAS, pursuant to Resolution No. 97-322, adopted May 7,
1997, the City Commission authorized the expenditures of
$524,000.00 for the furnishing of Citywide automotive parts and
accessories from eighteen (18) vendors (as more particularly
listed in the attached "Exhibit A"), utilizing existing Dade
County Contract No. 1070 -3/02 -TR -CW, for the Departments of
General Services Administration, Fire -Rescue and Police, for a
one (1) year period with the option to renew on a year-to-year
basis until February 28, 2000, subject to availability of funds;
and
ATTACHMENT (Sj
CONTAINED
cm COi�SSIOI:
JCEV=(; OF
MAR 10 1968
a..oheim No
02-538.1
WHEREAS, said service provides automotive parts and
accessories for the Light Fleet Service Center, Heavy Equipment
Facility and Fire Garage; and
WHEREAS, an increase in the expenditures, in an amount not
to exceed $226,000.00, is required to cover additional costs due
to the age of
some of
the City's
fleet; and
WHEREAS,
the
increased
funding, in the amount of
$226,000.00, is available from the Department of General Services
Administration FY 197-98 Operating Budget, Account Code Nos.
509000.420901.6.702 ($76,000.00) and 503001.420905.6.702
($150,000.00); and
WHEREAS, the City Manager has determined that an emergency
exists and has authorized an increase in said expenditures as set
forth herein;
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.- By a four-fifths (4/5ths) affirmative vote of
the members of the City Commission, the City Manager s finding of
emergency circumstances and in authorizing an increase in the
amount of expenditures, approved pursuant to Resolution
No. 97-322, in an amount not to exceed $226,000.00, is hereby
ratified, confirmed and approved, for the furnishing of Citywide
automotive parts and accessories from eighteen (18) vendors, as
- 2 -
02-'5331
more particularly listed in "Exhibit A", attached hereto and
incorporated herein, for the Departments of General Services
Administration, Fire -Rescue and Police, utilizing existing Dade
County Contract No. 1070 -3/02 -TR -CW, thereby increasing the total
annual amount for said expenditures from $524,000.00 to
$750,000.00, with funds therefor hereby allocated from the
Department of General Services Administration FY 197-98 Operating
Budget, Account Code Nos. 509000.420901.6.702 and
503001.420905.6.702.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 10th
day of
March , 1998.
XAVIER L. SUAREZ, MAYOR
ATTEST: in aarordwe with Miami Code Sec. 2.36, since the Mayor did not Indicate approval of
this legislation by signing it in the designated place provided, seld Iegislat::n na."I
becomes effective with the elapse of ten (10)from date of Co issicn ac;ia:l
WALTER J. FOEMAN the Mayor me 7em
CITY CLERK I /
City Clerk
PREPARED AND APPROVED BY:
RAFAEL 0. DIAZ
DEPUTY CITY AT
APPROVED AS /'O FORM AND CORRECTNESS:
Gail/
JOEL EDWARD LL
RIM CITY ATTORNEY
W2340:BSS
3
02-538.1
EJQIIBTT A
DADS COUNTY BID NO 107G%VI102-OTR-CW
AUTOMOTIVE PARTS AND ACCESSORIES
MINORITY AND LOCATIION SU&SfARY OF DADE COUNTY VENDORS
APS, INC. Non-Mlaori A)*do County Vendor, bated at 4M & W. 40 St„ Miami. n muc
PAPCO AUTO PARTS SOUTH. INC. Non-Mhorityftdo County Vendor, located at 30 West Mowry Drive,
Homestead, n 33030.
AUTOMOTM9 PARTS ! MACIUM INC. NiMMinoriily Made County Vendor, bated at 13617 S. W.
1364 St, Miami, FL 3issi.
SUNSHV42 AUTOMOTIVE PARTS DIST, WC+ Non•MinoriWDado County Vendor, bated at 1125 N. W.
71st St, Miami, FL 33150
TROPICAL 9frZRNATIO14AL, FaseshMado County Vender• bested at =0 N. W. 600 St. Moak FL .
3314L
MARC MUSTRI M Nfsn &8110r ft0*da County Vesdor. bated at 7220 M W.13ed St, Moak FL 33161.
GOWU11E PAM C0. DHA / NAPA AUTO PARTS, NM-Mlurkyfi)*de County Vendor, bated at 1250
N.W. -140 St, 110a 4 FL 3317L
S ! H DISTRIBUTORS. INC, NeaMlnorlty/Dado County Vendor, bated at 7754 N. w. S1h St, Miami, FL
33166.
AMERICAN GENUDM Non- Goority/Dade County Vendor. boated at 2777 NL W. S06 St. Miami, FL 33142.
ELECTRIC SALES R SERVICE..,--•Minority/Loeaf Vendor, bated at 310 M L 756 St. Miawi, IR. 33233.
BRAKE SF•RVICZ ! EQUIPMENT CO.. Non-1Ninoeity/Dads County Vendor, bated at 3235 N. W. 41st St.
Miami. FL 33142.
JACK LYONS TRUCK PARTS, WC, Neo-NQnorky/Dado County Vendor, located at 3132 N W. 9916 SL.
Miami. n331"
POWER BRAKE EXCHANGE. Non-MinorkyA.ocai Vendor. bested at 2050 ?L W. 23rd St. Miami. FL 33112.
RBMA TIRE SUPPLY, INC, Rbp elafDods County Vendor. boated at 5570 N. W. 3411 Aveaae, Miami, FL
33160
GRAMGER Neu-MlnorttylDado County Vendor, bated st 2255 N. W. $996 Place, Miami. FL 33172
ARROW MUFFLZR CO., INC., FomalolDado County vendor. located at 14545 N. W. 7th Avenue, Miami.. FL
3316.
D! L AUTO MAR09 SUPPLIES. 94C., Femab/Dade County Vendor, located at =571 N. W. 54th St, M140%
FL 33160
J A P AUTO & ELECMC, 124C, HlspaskMed VesAr. bated at 565 N. w. 290 St. Miami, FL 31127•
3917 s
02-538;1.
J-97-273
4/25/97
RESOLUTION NO.
97- 322
A RESOLUTION, WITH ATTACHMENT, APPROVING THE
PURCHASE OF AUTOMOTIVE PARTS AND ACCESSORIES
FROM EIGHTEEN (18) VENDORS AS LISTED ON EXHIBIT A
ATTACHED HERETO AND MADE A PART THEREOF, UNDER
EXISTING DADE COUNTY CONTRACT NO. 1070 -3/02 -OTR -
CW FOR THE DEPARTMENTS OF GENERAL SERVICES
ADMINISTRATION, FIRE -RESCUE AND POLICE, FOR A
PERIOD OF ONE (1) YEAR, WITH THE OPTION TO RENEW ON
A YEAR-TO-YEAR BASIS UNTIL FEBRUARY 28, 2002, FOR A
TOTAL PROPOSED ANNUAL AMOUNT OF $524,000.00;
ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE
NOS. 509000.420901.6.702 ($25,000.00),
001000.280601.6.702 ($49,000.00), AND
503001.291301.6.702 ($450,000.00); AUTHORIZING THE
CITY MANAGER TO INSTRUCT THE DIRECTOR OF
PURCHASING TO ISSUE PURCHASE ORDERS FOR SAID
ACQUISITIONS, AND THEREAFTER TO EXTEND THIS
CONTRACT ON A YEAR-TO-YEAR BASIS UNTIL
FEBRUARY 28, 2002, AT THE SAME PRICE, TERMS AND
CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS.
-�/ 'i 4) E&1 g
WHEREAS, it is necessary for the Departments of General Services Administration,
Fire Rescue and Police to secure a contract for automotive parts and accessories under
existing Dade County Contract No. 1070-3/02 OTR -CW for a one (1) year period with the
option to renew on a year-to-year basis until February 28, 2002, subject to availability of
funds; and
WHEREAS, various municipalities and agencies have realized substantial savings
utilizing the Dade County contract for the purchase of automotive parts and accessories;
and
ATTACHMENTS)
4 CONTAINED
02-53861
cm CO Olt
M>E'>r"rING OF.
MAY 0 7 1997
N&
I
WHEREAS, this acquisition will provide a more cost effective manner of refurbishing
city vehicles and expedite servicing of same; and
WHEREAS, funds for said acquisition are available from Account Code Numbers
509000.420901.6.702 ($25,000.00), 001000.280601.6.702 ($49,000.00), and
503001.291301.6.702 ($450,000.00); and
WHEREAS, the City Manager, the Director of the Department of General Services
Administration, the Chief of Police, and the Chief of Fire -Rescue recommend the purchase
of automotive parts and accessories from eighteen (18) vendors as listed on Exhibit A
attached hereto and made a part thereof, under existing Dade County contract for a total
proposed annual amount of $524,000.00, 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 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 automotive parts and accessories from eighteen (18)
vendors, as listed on Exhibit A attached hereto and made a part thereof, under existing
Dade County Contract No. 1070 -3/02 -OTR -CW for the Departments of General Services
Administration, Fire Rescue and Police for a period of one, (1) year, with the option to
renew on a year-to-year basis until February 28, 2002, for a total proposed annual amount
of $524,000.00, is hereby approved, with funds therefor hereby allocated from Account
Code Numbers 509000.420901.6.702 (525,000), 001000.280601.6.702 ($49,000) and
503001.291301.6.702 ($500,000).
Section 3. The City Manager is h&eby authorized to instruct the Director of
Purchasing to issue purchase orders for said acquisition and thereafter to renew this
Page
22- X3$,1
/1' ( ..
contract on a year-to-year basis until February 28, 2002, at the same price, terms and
conditions, subject to availability of funds.
Section 4. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this 7th day of May , 1997.
ATTE rt:
WALTER J. FOEMAN
CITY CLERK
PREPARED AND APPROVED BY:
flu d
t FAELO. DIAZ
1 PUTY CITY ATTORNEY
MAYOR
APPROVED AS TO FORM AND CORRECTNESS:
A. QUIN
CITY Al
W 1582:
w
s
Pap 3
02-53,1
I
EXHIBIT A
DADE COUNTY BID NO. 1070 -3/02 -OTR -CW
AUTOMOTIVE PARTS AND ACCESSORIES
MINORITY AND LOCATIION SUMMARY OF DADE COUNTY VENDORS
(1) APS, INC, Non-Minority/Dade County Vendor, located at 6966 S. W. 4th St, Miami, n 33144.
(2) PAPCO AUTO PARTS SOUTH, INC., Non-Minority/Dade County Vendor, located at 80 West Mowry Drive,
Homestead, FL 33030.
(3) AUTOMOTIVE PARTS & MACHINE, INC., Nos -Minority /Dade County Vendor, located at 13517 S. W.
136th St., Miami. FL 33186.
(4) SUNSHINE AUTOMOTIVE PARTS DIST., INC, Non-Minority/Dade County Vendor, located at 1125 N. W.
71st St., Miami, in. 33150
(S) TROPICAL INTERNATIONAL, Female/Dade County Vendor, located at 3510 N. W. 60th St., Miami, FL
33142.
(6) MARC INDUSTRIES, Nos-Miaority/Dade County Vendor, located at 7220 N. W. 43rd St., Miami, Ff. 33166.
(7) GENUINE PARTS CO.. DBA / NAPA AUTO PARTS, Non-Minority/Dade County Vendor, located at 9250
N.W. SO St., Miami, FL 33178.
(8) S & H DISTRIBUTORS, INC., Now-Minority/Dade County Vendor, located at 7754 N W. 54th St., Miami, FL
33166.
(9) AMERICAN GENUINE, Non-Minority/Dade County Vendor, located at 2777 N. W. 54th St.. Miami, FL 33142.
(10) ELECTRIC SALES & SERVICE, Non-Minority/Local Vendor, touted at 340 N. L 75th St,, Miami, FL 33238.
(11) BRAKE SERVICE & EQUIPMENT CO.. Non-Miaority/Dade County Vendor, located at 3235 N. W. 41st St.,
Miami, Fl. 33142.
(12) JACK LYONS TRUCK PARTS, INC., Non-Minority/Dade County Vendor, located at 8482 N. W. %tb St,
Miami. FL 33166
(13) POWER BRAKE EXCHANGE, Non-Minority/Locai Vendor, located at 2050 N. W. 23rd SL, Miami, FL 33142.
(14) REMA TIRE SUPPLY, INC.. HispankMade County Vendor, located at 5570 N. W. 84th Avenue, Miami, Fl.
33166.
(15) GRAINGER, Non-Miaority/Dade County Vendor, located at 2255 N. W. 89th Place, Miami, FL 33172
(16) ARROW MUFFLER CO, INC, FentalelDade County Vendor, located at 14545 N. W. 7th Avenue, Miami,. FL
33168.
(17) D& L AUTO MARINE SUPPLIES, INC, Female/Dade County Vendor, located at 8371 N. W. 54th St., Miami,
FL 33166.
(18) J & P AUTO & ELECTRIC, INC., Hispasief oval VeuAr, located at SSS N. W. 29th St, Miami, Fl. 33127-
3917 s
HO/ Lor a JJl 10. u r LGLLLLLGG 64 wvu� •� --
MIAMI-RADE COUNTY, FLORIDA
wm
as STEPHEN P. CLARK CENTER
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
111 N.W.12t STREET
SUITE 2350
MIAMI, FLORIDA 33128-1989
(305) 375-5289
FAX: (305) 375-5409
February 5, 2002
TO ALL SUCCESSFUL BIDDERS
RE: EXTENSION OF BID NO.: 10704182.3 Aube W* Truck Parts E Accessories,
Catalogue Suppliers and Specialized Repairs.
Dear Vendor(s):
This fattier will serve as noWleation that Nlar44Dade County will be exercising No
right to auiornaticaily extend its contract with your firm for a rnaxintum period not
to exceed ninety (90) calendar days as stipulated in the General Terms and
Conditions of Section 1, Paragraph 1.6E.
The new contract period will extend through 051 *002. AN terms and conditions
of the original contract will rsmsin In effect.
Please advise If we may be of assistance at any time during the term of this
contract
Sincerely,
J. Carts Plasencfa, CPPB
Senior Procumment Agent
JCP/me
Distribution List:
WW Grainger
Arrow Muffler Co.
Brake Service A Equip
Papco Auto Parts
S & H Distributors
Genuine Parts Co
Power Brake A Exchange
Jack Lyons Truck Parts
D & L Marine
Automotive Parts 3 Mach
Electric Sales and Service
Tropical International
American Genuine Auto
Reno Tire Supply
02-538.1
AWARD SHEET
ADDENDUM NO. 1
............................................................................
TO: ALL DEPARTMENTS DATE: February 5, 2002
FROM: MIAMI-DADE COUNTY SUBJECT: BID No: 1070-3/02-3
GSA/PROCUREMENT
TITLE: Automotive Truck Parts & Accessories, Catalogue Suppliers & Specialized R.
I.....................................................................................
Please note the following changes:
Change expiration date to read May 31, 2002
PMD APPROVAL DATE: 02/05/2002
REVISED CONTRACT VALUE: $11,664,080.00
ALL ELSE REMAINS THE SAME
J. CARLOS PLASENCIA, CPPB
SENIOR PROCUREMENT AGENT
CC: AV, FR, GS, IT, MT, PD PR, PW, SP, SW, VZ, WS.
BID FILE
JCP/ms
02-538.1
CONTRACT AWARD
BID NO.: 1070-3/02-3
SHEET
(Previous Bid No. 1070-3/02-2)
AUTOMOTIVE AND TRUCK PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED
REPAIRS
CONTRACT PERIOD: March 1, 2001 through February 28, 2002
COMMODITY CODE: 60-00
PART # 1: VENDORS AWARDED
F.E.I.N.:
59-2028023
VENDOR:
PAPCO Auto Parts South, Inc.
STREET:
80 West Mowry Drive
CITY/STATE/ZIP:
Homestead, Florida 33030
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 248-9666
FAX:
(305) 248-9089
CONTACT PERSON:
Buford Moore
F.E.I.N.:
65-0118452
VENDOR:
Automotive Parts & Machine, Inc.
STREET:
13517 S.W. 136th Street
CITY/STATE/ZIP:
Miami, Florida 33186
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
2% 15 Days/NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 238-2100
FAX:
(305) 232-2570
CONTACT PERSON:
Terry PerrinF.E.I.N.:
F.E.I.N:
59-1820682
VENDOR:
Tropical International
STREET:
3510 N.W. 60th Street
CITY/STATE/ZIP:
Miami, Florida 33142
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 633-7575
FAX:
(305) 638-0849
CONTACT PERSON:
Neil Vodofsky
OTR YEARS: Three (3)
BID NO. 1070-3/02-3
PAGE 2 OF 5
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/ STATE/ ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/ STATE/ ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
58-0254510
Genuine Parts Co., DBA / NAPA Auto Parts
9250 N.W. 58th Street
Miami, Florida 33178
DESTINATION
2% - 10th / NET 20 DAYS
AS NEEDED
(305) 599-2629
(305) 599-4876
Cliff Christopher
59-2517314
S & H Distributors, Inc.
7754 N.W. 54th Street
Miami, Florida 33166
DESTINATION
2%-10 DAYS, NET 30
AS NEEDED
(305) 592-1747
(305) 477-6833
Paul E. Sost
59-2027867
American Genuine Auto Truck
2777 N.W. 54th Street
Miami, Florida 33142
DESTINATION
NET 30 DAYS
AS NEEDED
(305)638-5020
(305)638-2052
Justo L. Diaz
59-0232360
Electric Sales & Service
340 N.E. 75th Street
Miami, Florida 33238
DESTINATION
2% - 10 Days, Net 30
AS NEEDED
(305)754-8646
(305)754-6398
Ray Ibberson
02`535.1
BID NO. 1070-3/02-3
PAGE 3 OF 5
F.E.I.N.:
VENDOR:
STREET:
CITY/ STATE/ ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/ STATE/ ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/ STATE/ ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR--
STREET:
ENDORSTREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAR:
CONTACT PERSON:
59-1829570
Brake Service & Equipment Co.
3235 N.W. 41st Street
Miami, Florida 33142
DESTINATION
NET 10 DAYS
AS NEEDED
(305)635-6521
(305)635-4258
Mohamed Omran
59-1897294
Jack Lyons Truck Parts, Inc.
8482 N.W. 96th Street
Medley, Florida 33166
DESTINATION
NET 30 DAYS
AS NEEDED
(305)884-4222
(305)885-6168
Patrick Lyons
59-1346899
Power Brake & Exchange
2050 N.W. 23rd Street
Miami, Florida 33142
DESTINATION
NET 30 DAYS
AS NEEDED
(305)635-1120
(305)638-8351
John Kennedy
59-2150688
Rema Tire Supply, Inc.
5570 N.W. 84th Avenue
Miami, Florida 33166
DESTINATION
NET 30 DAYS
AS NEEDED
(305)512-0023
(305)513-0054
Guillermo Garcia
36-1150280
W W Grainger, Inc
2255 N.W. 89th Place
Miami, Florida 33172
DESTINATION
NET 30 DAYS
AS NEEDED
(305)594-3036
(305)592-5611
Joe Marty
r-
-� ' 9U 8.1
r` -
BID NO. 1070-3/02-3
PAGE 4 OF 5
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY.
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/ STATE/ ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
59-0841470
Arrow Muffler Co., Inc.
14545 N.W. 7th Avenue
Miami, Florida 33168
DESTINATION
2% - 20, NET 30 DAYS
AS NEEDED
(305)688-0574
(305)688-0545
George M. DeJacomo
59-2033463
D & L Auto Marine Supplies, Inc.
8571 N.W. 54th Street
Miami, Florida 33166
DESTINATION
1% - 20 / NET 30 DAYS
AS NEEDED
(305)593-0560
(305)593-0556
Eleodoro Aguero
PART #2: ITEMS AWARDED
INSERT ATTACHMENTS FROM ORIGINAL AWARD SHEET NO. 1070 -3/02 -OTR -CW EXCEPT
FOR MARC INDUSTIRES AND APS INC., WHICH HAVE BEEN DELETED.
For each name brand item check all vendors under each category for
highest discount
PART #3: AWARD INFORMATION
(X)BCC ()PMD AWARD DATE: 01/23/97 AGENDA ITEMS #: 7F2A(970173)
BIDS & CONTRACTS RELEASE DATE: 02/07/97 OTR YEAR: THIRD OF THREE
ADDITIONAL ITEMS ALLOWED: Yes
SPECIAL CONDITIONS: Only Automotive Accessories allowed from Catalogue Suppliers
TOTAL CONTRACT VALUE: $9,512,800.00 MODIFIED CONTRACT VALUE: $N/A
02- 3hl
BID NO. 1070-3/02-3
PAGE 5 OF5
USER DEPARTMENT
AVIATION
FIRE DEPARTMENT
GSA/FLEET
GSA/FACILITIES MGMT.
ITD
M.D.T.A.
MDPD
PARK do RECREATION
PUBLIC WORKS
SEAPORT
SOLID WASTE
WASD
DOLLAR AMOUNT ALLOCATED
$ 475,000.00
$ 14,000.00
$7,046,000.00
$ 41,000.00
$ 100,000.00
$ 820,000.00
$ 35,000.00
$ 889,000.00
$ 76,000.00
$ 12,800.00
$ 2,000.00
$1,465,000.00
PROCUREMENT SPECIFICATION SPECIALIST: J. CARLOS PLASENCIA, CPPB
JCP/ms 02/09/01
U2 --538,x.
AWARD SHEET !
ADDER" NO. 1
TO: ALL DEPARTMENTS DATE: February 27, 1997
FROM: METROPOLITAN DADE COUNTY SUBJECT: BID NO. 1070-3/02
GSA/PROCUREMENT MGMT. DIV. TITLE: AUTOMOTIVE HARDWARE, PARTS &
ACCESSORIES & SPECIALIZED REPAIRS
Please note the following change(s):
Section 3.4 (Specialized Repairs Pricing) Item "H" - Automotive Air
Conditioner Parts & Service -- NO AWARD
* Delete Page 158 from award sheet. Power Brake & Equipment.is hereby
withdrawn from award of this item.
NOTE: For A/C services refer to Bid Nos. 5387-4/01 or 1027-3/98-1
All else remains the same
J. CARLOS PLASENCIA, CPPB/slr
cc: Aviation
Corrections
GSA/DDFM
GSA/Fleet
Fire
HUD
Human Srvcs.
ITO
MOTA
MDPD
Parks
Public Works
Seaport
Solid Waste
WASD
Finance
Bid File
02- 38.x.
( j WAnu .3I ICG I r r
ADDENDUM NO. 2 t
TO: ALL DEPARTMENTS DATE: April 2, 1997
FROM: METROPOLITAN DADE COUNTY SUBJECT: BID NO. 1070-3/02
GSA/PROCUREMENT MGMT. DIV. TITLE: AUTOMOTIVE HARDWARE, PARTS &
ACCESSORIES & SPECIALIZED REPAIRS
Please note the following change(s):
Replace Page 92 with Revised Page 92A
Replace Page 96. Add Page 96A.
Section 2 Item "N" - Vehicle Suspension Components:' Remove: 0. Marc
Industries, Add: Power Brake Exchange
All else remains the same
J. CARLOS PLASENCIA, CPPB/slr
cc: Aviation
Corrections
GSA/DDFM
GSA/Fleet
Fire
HUD
Human Srvcs.
ITO
MOTA
MOPO
Parks
Public Works
Seaport
Solid Waste
WASD
Finance
Bid File
02-538.1
CONTRACT AWARD SHEET �-
BID NO. n70 -3/02 -OTR -CW
SECTION 2
SPECIALIZED AUTOMOTIVE & TRUCK PARTS SUPPLIERS
N. VEHICLE SUSPENSION COMPONENTS
VENDORS PAGES
A. NAPA 93
S. PAPCO 94
C. Brake Service & Equipment 95
D. Power Brake & Exchange 96A
PAGE 92 A
METROPOLIIAN UAOE 01UN1Y caw nv. Av1v-'j/v4-v11%-�.%
r C 'OWER BRAKE EXCHAN(
% BID PROPOSAL FOR: 2050 N.W.E3r&STRF
R.O. BOX 4200c.2,
AUTOMOTIVE TRUCK PARTS & ACCESSORIES, WAMI, FL 33147. r),-�:
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
ssssasssss
Item Description
:sssssa s a
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
N. 'Vehicle Suspension Components - Torsion Bars, Shock Absorbers Springs,
Spacers, Kits, Bushings, Bearings, Mounting Arms, etc.
As Specified in*Technical Specifications 3.2.1
List List Discount from
--Manufacturers Color and M.S.R.P.
below Line Date. 20x Minimum
(Alphabetically) Product(s) ,
y �cL0 jusPe
aJ S � 0 � tv � i7+� J�-'►''7 � y y
PAGE 96 A
r
CONTRACT AWARD
BID NO.: 1070 -3/02 -OTR -CW
i
SHEET
(Previous Bid No. 1070-2/96-2)
AUTOMOTIVE AND TRUCK PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED
REPAIRS
CONTRACT PERIOD: March 1, 1997thru February':'& 11LU
COMMODITY CODE: 60-00
PART #1: VENDORS AWARDED
F.E.I.N.:
74-1653270
VENDOR:
APS, Inc.
STREET:
6966 S.W. 4th Street
CITY/STATE/ZIP:
Miami, Florida 33144
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
2% 10 Days, NET 30
DELIVERY:
AS NEEDED
PHONE:
(305) 267-0925
FAX:
.(954) 524-2242
CONTACT PERSON:
Mario Rodriguez
F.E.I.N.:
59-2028023
VENDOR:
PAPCO Auto Parts South, Inc.
STREET:
80 West Mowry Drive
CITY/STATE/ZIP:
Homestead, Florida 33030
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 248-9666
FAX:
(305) 248-9089
CONTACT PERSON:
Buford Moore
F.E.I.N.:
65-0118452
VENDOR:
Automotive Parts & Machine, Inc.
STREET:
13517 S.W. 136th Street
CITY/STATE/ZIP:
Miami, Florida 33186
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
2% 15 Days/NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 238-2100
FAX:
(305) 232-2570
CONTACT PERSON:
Terry Perrin
OTR YEARS: Three (3)
F.E.I.N.:
65-0546781
VENDOR:
Sunshine Automotive Parts
STREET:
1125 N.W. 71st Street
CITY/STATE/ZIP:
Miami,.Florida 33150
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 836-4779
FAX:
(305) 836-0581
CONTACT PERSON:
Scott R. Martinez
F.E.I.N.:
59-1820682
VENDOR:
Tropical International
STREET:
3510 N.W. 60th Street
CITY/STATE/ZIP:
Miami, Florida 33142
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 633-7575
FAX:
(305) 638-0849
CONTACT PERSON:
Neil Vodofsky
F.E.I.N.:
23-0844835624
VENDOR:
Marc Industries
STREET:
7220 N.W. 43rd Street
CITY/STATE/ZIP:
Miami, FL 33166
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
NET 30 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 599-6272
FAX:
(305) 599-0687
CONTACT PERSON:
Daniel Martin
F.E.I.N.:
58-0254510
VENDOR:
Genuine Parts Co., DBA ,
STREET:
9250 N.W. 58th Street
CITY/STATE/ZIP:
Miami, Florida 33178
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
2% - 10th / NET 20 DAYS
DELIVERY:
AS NEEDED
PHONE:
(305) 599-2629
FAX:
(305) 599-4876
CONTACT PERSON:
Cliff Christopher
F.E.I.N.:
59-2517314
VENDOR:
S & H Distributors, Inc.
STREET:
7754 N.W. 54th Street
CITY/STATE/ZIP:
Miami, Florida 33166
F.O.B. TERMS:
DESTINATION
PAYMENT TERMS:
2%-10 DAYS, NET 30
DELIVERY:
AS NEEDED
PHONE:
(305)592-1747
FAX:
(305)477-6833
CONTACT PERSON:
Paul E. Sost
Dist., Inc.
NAPA Auto Parts
02-538,1
PART #2: ITEMS AWARDED
SEE ATTACHED
For each name brand item check all vendors under each category for
highest discount
PART #3: AWARD INFORMATION
(X)BCC ()PMD AWARD DATE: 01/23/97 AGENDA ITEMS #: 7F2A(970173)
BIDS & CONTRACTS RELEASE DATE: 02/07/97 OTR YEAR: ORIGINAL
ADDITIONAL ITEMS ALLOWED: Yes
SPECIAL CONDITIONS: Only Automotive Accessories allowed from Catalogue Suppliers
TOTAL CONTRACT VALUE: $9,512,800.00
MODIFIED CONTRACT VALUE: $N/A
DOLLAR AMOUNT
USER DEPARTMENT
ALLOCATED
GSA/Fleet
$6,000,000.00
Aviation
$
475,000.00
MDPD
$
86,000.00
Seaport
$
12,800.00
ITD
$
500,000.00
Public Works
$
85,000.00
WASAD
$
1,400,000.00
GSA/FM
$
41,000.00
Parks
$
889,000.00
Solid Waste
$
2,000.00
Corrections
$
8,000.00
Fire
$
14,000.00
PROCUREMENT SPECIFICATION SPECIALIST: J. CARLOS PLASENCIA, CPPB
JCP/slrb 02/11/97
2� 3S'
F. E. I. N.
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F. E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F. E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
59-2027867
American Genuine
2777 N.W. 54th Street
Miami, Florida 33142
DESTINATION
NET 30 DAYS ✓
AS NEEDED
(305)638-5020
(305)638-2052
Justo L. Diaz
59-0232360
Electric Sales
340 N.E. 75th
Miami, Florida
DESTINATION
2% - 10 Days,
AS NEEDED
(305)754-8646
(305)754-6398
Ray Ibberson
59-1829570
Brake Service
3235 N.W. 41st
Miami, Florida
DESTINATION
NET 10 DAYS
AS NEEDED
(305)635-6521
(305)635-4258
Mohamed Omran
& Service
Street
33238
Net 30
& Equipment Co.
Street
33142
EVA
59-1897294
Jack Lyons Truck Parts, Inc.
8482 N.W. 96th Street
Medley, Florida 33166
DESTINATION
NET 30 DAYS ✓
AS NEEDED
(305)884-4222
(305)885-6168
Patrick Lyons
59-1346899
Power Brake & Exchange
2050 N.W. 23rd Street
Miami, Florida 33142
DESTINATION
NET 30 DAYS
AS NEEDED
(305)635-1120
(305)638-8351
John Kennedy
o-- 011L
F. E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F. E. I. N.
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
PHONE:
FAX:
CONTACT PERSON:
59-2150688 -
Rema Tire Supply, Inc.
5570 N.W. 84th Avenue
Miami, Florida 33166
DESTINATION
NET 30 DAYS
AS NEEDED
(305)512-0023
(305)513-0054
Guillermo Garcia
36-1150280
Grainger
2255 N.W. 89th Place
Miami, Florida 33172
DESTINATION
NET 30 DAYS
AS NEEDED
(305)594-3036
(305)592-5611
Joe Marty
59-0841470
Arrow Muffler Co., Inc.
14545 N.W. 7th Avenue
Miami, Florida 33168
DESTINATION
2% - 20, NET 30 DAYS
AS NEEDED
(305)688-0574
(305)688-0545
George M.-DeJacomo
59-2033463
D & L Auto Marine Supplies, Inc.
8571 N.W. 54th Street
Miami, Florida 33166
DESTINATION ✓
1% - 20 / NET 30 DAYS
AS NEEDED
(305)593-0560
(305)593-0556
Eleodoro Aguero
59-2551384
J&PAuto &E
555 N.W. 29th
Miami, Florida
DESTINATION
NET 30 DAYS
AS NEEDED
(305)573-4940
(305)573-7941
Albert Karpel
lectric, Inc.
Street
33127-3917
02--,1
F.AETRO•dADE
M,
BID NO. 1070-3/02-OTR-�
OPENING: 1:00 P.M.. WEDNESDAY
DATE: OCTOBER 23, 1996
METROPOLITAN DADE COUNTY, FLORIDA
INVITATION
TO BID
rs_s-som
AUTOMOTIVE TRUCK PARTS & AC CATALOGUE SUPPLIERS &
SPECIALIZED REPAIRS FO FLEET MAN%10D
ENT DIVISION, AND OTHER
COUNTY DEPARTMENTS WITH COUNTY OPTION
TO RENEW FOR THRE (3) ADDITIO RS ON A YEAR TO YEAR BASIS
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED.BELOW:
BID DEPOSIT AND PERFORMANCE BOND:
CATALOGUE AND LISTS:
EQUIPMENT LIST:
INDEMNIFICATION/INSURANCE:
PRE-BID CONFERENCE/WALK-THRU
RACE -CONSCIOUSNESS MEASURE:
SAMPLES/INFORMATION SHEETS:
SITE VISIT/AFFIDAVIT:
SOURCE OF SUPPLY:
TRADE CERTIFICATION:
WRITTEN WARRANTY:
N/A
SEE SECTION 2.0, PARA. 2.25
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
-N/A
FOR INFORMATION CONTACT
(305) 375-1084
.1. CARLOS PLASENCIA, CPPB
METROPOLITAN DADE COUNTY
GENERAL SERVICES ADMINISTRATION
PROCUREMENT MANAGEMENT DIVISION
10 Printed on lecYc*d paper -02-538.1
INSTRUCTIONS FOR MAILING A FORMAL BID IN RESPONSE
TO A SOLICITATION
Each bid proposal submitted to the Clerk of the Board should have the followine
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.
Bidders should submit each proposal, consisting of one original and three copies and any
attachments in one envelope.
Bid responses submitted at the same time for different solicitations must be placed in
separate envelopes and each envelope should contain the information previously stated.
Failure to comply with this requirement may result in the bid(s) placed in the wrong
envelope from being considered.
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A BID TO THE
CLERK OF THE BOARD ON OR BEFORE THE STATED TEWE 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. BIDS RECEIVED BY THE CLERK
OF THE BOARD AFTER BIDS HAVE BEGUN TO BE OPENED WILL NOT BE
OPENED AND WILL NOT BE CONSIDERED.
Bids must be submitted to the following address:
CLERK OF THE BOARD
Stephen P. Clark Center
I II N.W. Ist Street, Suite 210
Miami, Florida 33128-1983
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.
All bidders 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 contract. Failure to
complete the affidavit as required may result in the rejection of the previously
recommended award.
Rev. 5/15/96
I
SECTION 1
GENERAL TERMS AND CONDMONS
1.1 DEFINMONS
The term " Bid" shall refer to any offer(s) submitted in response to this solicitation.
The term "County" shall refer to Metropolitan Dade County.
The term "Bidder" shall refer to anyone submitting a Bid in response to this solicitation.
The term "Contractor" or "Vendor" shall refer to the Biddet(s) receiving an award as a
result of this solicitation.
The term "Contract" shall mean this bid solicitation, the Bidder's response to this
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 (PMD).
The term "GSA" shall refer to Dade County's General Services Administration
Department...
1.2 CONTENTS OF BID
A. General Conditions
(1) Bidders shall thoroughly familiarize themselves with the terms and
conditions and requirements of this solicitation.
(2) It is the sole responsibility of the Bidders to familiarize themselves with the
bid requirements and all conditions affecting the performance of the work.
No pleas of ignorance by the Bidder of conditions that exist, or that may
exist as a result of the failure to fulfill the requirements of the bid
solicitation, will be accepted as a basis for varying the requirements of the
County, or the compensation to be paid to the successful Bidder.
(3) Bidders are advised that this contract is subject to all legal requirements
contained in the County's Administrative Order 3-2 and 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.
Rev. 5/15/96
p2-538,1
B. Additional Information/Addenda
(1) Requests for additional information, explanations, clarifications or
interpretations must be made in writing to the PLAID contact person
identified on the cover page of this bid solicitation. These requests should
be received by PLAID no later than 7 working days prior to the bid opening
date. Any request received after that time may not be reviewed for
inclusion in the bid solicitation. The request must contain.the requester's
name, address, and telephone number. ' .If transmitted by facsimile, the
request should also include a cover sheet, with the sender's facsimile
number.
(2) PLAID will issue responses to inquiries and any other changes it determines
to be necessary, -by written addenda, issued prior to the bid opening date.
Bidders should not rely on any representations, statements or explanations
other than those made in the bid solicitation document or in any addenda
issued. Where there appears to be a conflict between this solicitation; and
any addenda issued, the last addendum issued will prevail.
(3) It is the Bidder's responsibility to ensure receipt of all addenda. Proposers
should verify with the PMD contact person, prior to submitting a Bid, that
all addenda have been received. If applicable, Bidders are required to
acknowledge the number of addenda received as part of this solicitation, by
completing and signing the attached Addenda Acknowledgement Form.
C. Conflicts in the Bid Solicitation
Where there appears to be a conflict between the General Terms and
Contlitions, 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 Bid
(1) Prompt Payment Terms
a. Bidders may offer cash discounts for prompt payments; however,
such discounts shall not be considered in determining the lowest price
for bid evaluation purposes.
2
b. Bidders are required to provide prompt payment terms in the
space provided on the Bid Proposal signature page of this
solicitation. 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 hereby
understood and agreed that the payment terms shall be 2% 20 days,
effective after receipt of invoice or final acceptance, whichever is
later.
1.3 PREPARATION AND SUBMISSION OF BIDS
A. Preparation/Submission
(1) The Bid Proposal Form must be used when submitting a Bid. Use of
any other form may result in the rejection of the bid.
(2) The bid must be typed or completed in ink. Use of pencil or erasable
ink shall result in the rejection of the bid. The Bidder's authorized agent
must sign the Bid Proposal Form in ink. All corrections made by.the
Bidder should be initialed in ink by the authorized agent. Failure to do
so 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 shall prevail.
(4) Additional bid proposals may be considered. The County will -consider
additional bid proposals from the same Bidder for the same solicitation,
provided that the additional bid(s) offer a different product or level of
service that meets or exceeds the solicitation requirements. Additional
Bids which offer a different price for the same product or level of
service shall not be considered. In order for the County to consider
additional bids, the bidder shall complete a separate Bid Proposal form
for each bid. Three copies of each bid should be placed in the same bid
envelope.
(5) Unless otherwise specified in the Special Terms and Conditions, the
proposed delivery time, if required, must be stated in calendar days.
(6) Bidders shall not charge federal taxes nor State of Florida sales, excise
and use taxes in bid prices, as the County is exempt from payment of all
such taxes. Upon request, the County will provide a tax exemption
certificate.
(7) Telegraphic of facsimile bids will not be considered.
02-538,9.
3
B. Vendor Regi ration
Dade County requires vendors to complete a registration application with
GSA Procurement Management Division. Bidders recommended for
award who are not so registered prior to award, may not be recommended
for award. Failure to register may result in the rejection of the Bid. To
register, or for assistance in registering, contact (305) 375-5289.
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 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 years shall disclose this information prior to entering into a
contract with or receiving funding from the County." Forms are available
from PMD.
D. Sworn Statement on Public Entity 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
contract to provide goods or services to a public entity, may not submit a
bid on a contract with a public entity for construction or repair of a public
building or public work, may not submit bids on leases of real property to a
public .entity, may not be awarded or perform work as a contractor,
supplier, or subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, for CATEGORY TWO
(S 10, 000.00) for a period of 36 months from the date of being placed on
the convicted vendor Iist."
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 33128, Phone: (305) 375-4132.
02-538.1
4
1.4 MODIFICATION OR WITHDRAWAL OF BIDS
A. Modification of Bids
Any modification to a bid must be submitted to the Clerk of the Board
prior to the time and date set for bid opening. The Bidder shall submit a
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 should contain
the same information as required for submitting the original bid.In
addition, the envelope should contain a statement that this bid replaces the
previously submitted bid. No modifications of a bid shall be accepted after
bids have opened.
B. Withdrawal of Bids
Bids shall be irrevocable unless the bid is withdrawn as provided herein. A
bid may be withdrawn only by written letter received by the Clerk of the
Board prior to the bid opening date. Bids may also be withdrawn 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 solicitation. The
withdrawal letter must be on company letterhead and signed by an
authorized agent of the Bidder.
1.5 EVALUATION OF BIDS
A. The County may reject a bid proposal and award to the next lowest
responsive/responsible bidder or:
The County may reject and re -advertise for all or any part of the Bid
Solicitation, whenever it is deemed in the best interest of the County.
B. Elimination From Consideration
A contract shall not be awarded to any person or firm which is in arrears to
.the Dade County upon any debt, taxes, or contract; or which is a defaulter
as surety or otherwise upon any obligation to the County.
C. Waiver of Informalities
The County reserves the right to waive any informalities or irregularities in
any or all bids.
Q2 -538J
5
D. Demonstration of Competency
(1) Bids will only be considered from firms who are regularly engaged in
the business of providing the goods and/or services required by this
solicitation. Bidders must be able to demonstrate a good record of
performance and have sufficient financial resources, equipment and
organization to insure that they can satisfactorily provide the goods
and/or services if awarded the contract.
(2) The County may conduct a pre -award site inspection or hold a pre-
award qualification hearing to determine if the bidder possesses the
requirement outlined in (1) above and is capable of performing the
contract. The County may consider any evidence available regarding
the financial, technical and other qualifications and abilities of a Bidder,
including past performance (e)Terience) with the County or any other
governmental entity in maidng the award.
(3) The County may require the Bidder(s) to show proof that they have
been designated as an authorized representative of a manufacturer or
supplier, if required by this solicitation.
(4) Dade County reserves the right to audit all records pertaining to this
solicitation or any award(s) resulting from this solicitation, financial or
otherwise.
E. Bids may be rejected if price(s) are not fair and reasonable, as determined by
the County, and/or exceed the County's estimated budget for this contract.
1.6 AWARD OF CONTRACT
A. The Bid Solicitation, any addenda and/or properly executed modifications,
and the purchase order (if issued), constitute the entire contract.
B. Tie bids will be decided by the Director of Procurement or designee, and
according to Ordinance 94-166, Resolution No. 50-96, and Ordinance 96-
.26, when applicable.
C. ' The award of this solicitation 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 County. Where the Bidder is in default of these
contractual requirements, the County, through action taken by PLAID, may
rescind the award.
6
D. The term of the contract shall be specified in one of four documents, issued
to the successful Bidder. These documents may either be the contract, a
purchase order, notice of award, or an award sheet.
E. The County reserves the right to automatically extend this contract for up
to 90 calendar days beyond the stated contract term. The County shall
notify the Bidder in writing of such extension.
F. The implied warranty granted under the Uniform Commercial Code shall
apply to all goods purchased under this solicitation.
G. 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 an order for any given amount subsequent to the award
of this bid. Estimates are based upon the County's actual needs and usage
during a previous contractual period. Said estimates may be used by the
County for purposes of determining the low bidder meeting specifications.
H. Any award made under this solicitation does not create an exclusive
contractual relationship. The County reserves the right to obtain the goods
or services contained in this solicitation from other sources of supply.
I. The award of this contract is subject to Ordinance No. 94-166, Resolution
No. 50-96 and Ordinance 96-26 pertaining to interlocal agreement with
Broward County; which, except where federal or state law mandates to
the contrary, allow preference to be given to a local business in the amount
of one and one-half percent (1.5%) of the bid proposal price. In the case
of tie bids involving local businesses, preference will be given to the local
business having the greatest percentage of its employees that are -Metro-
Dade County residents first or Broward County residents second.
For the purposes of the applicability of this ordinance, "local business"
means the vendor has its headquarters located in Metropolitan Dade or
Broward Counties or has a place of business located in Metropolitan Dade
or Broward Counties at which it will produce the goods or perform the
services to be purchased.
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 Section 2-8.4 of the Code of
Metropolitan Dade County.
1.8 CONTRACTUAL OBLIGATIONS
7
02-538.:.
A. Rule. Regulations. Licensing Requirements
The Bidder shall comply with all laws and regulations applicable to the
goods and/or services contained in this solicitation. Bidders are 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 Packazin
(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 famished shall be fully guaranteed by the Bidder against
factory defects and workmanship. Any defects which may occur within
the period of the manufacturer's standard warranty shall be corrected
by the Bidder at no expense to the County. The standard
manufacturer's warranty may be superseded by the Special Conditions.
C. Subcontractin¢
(1) Unless otherwise specified in this solicitation,. the 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 the contract for default.
(2) Quarterly reporting when subcontractors are utilized: Bidders are
advised that when sub -contractors are utilized to fulfill the terms and
conditions of this contract, Dade County Resolution No. 1634-93 will
apply to this contract. This resolution requires the successful
Contractor(s) to file quarterly reports as to the amount of contract
monies received from the County and the amount that have been paid
by the Contractor directly to Black, Hispanic and Women -Owned
businesses, performing part of the contract work. Additionally, the
listed businesses are required to sign reports, verifying their
participation in the contract work and their receipt of such monies. The
requirements of this resolution shall be in addition to any other
reporting requirements by law, ordinance or administrative order.
®2_ 3(5,1
8
0
E.
F.
G
(3) Where sub -contracting is permitted, the Contractor shall obtain consent
of the County prior to utilizing the sub -contractor. All actions of any .'
sub -contractor are the sole responsibility of the Contractor..
Note: This requirement is separate and independent from any
requirements that may be contained in the Special Conditions,
Paragraph 2.2.
Assignment
The Vendor 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.
DeIiverv.
Unless otherwise specified in this solicitation, prices quoted shall be F.O.B.
Destination with freight included in the proposed price.
Employees Are Responsibility of Bidder
All employees of the Vendor shall be considered to be, at all times,
employees of the Bidder under its sole direction and not an employee or
agent of the County. The Bidder shall supply competent and physically
capable employees. The County may require the Bidder to remove an
employee it deems unacceptable. Each employee shall wear proper
identification.
Indemnification of County By Successful Bidder
The successful Bidder shall indemnify and save the County harmless from
any and all claims, liability, losses and causes of action, including but not
limited to patent and royalty infringement, which may arise out of the
fulfillment of the contract. The Vendor shall pay all claims and losses of
any nature in connection with this contract, and shall defend all suits, in
the name of the County when required by the County, and shall pay all
costs and judgments which may result.
(H) Protection of Property
All existing structures, utilities, services, roads, trees, shrubbery, etc. shall
be protected against damage or interrupted services at all times by the
Vendor during the term of this contract. The Vendor shall be held
responsible for repairing or replacing property, to the satisfaction of the
County, which is damaged by reason of the Vendor's operation on County
property -
9
02-538,1
1.9 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, notice of award or award sheet, as appropriate.
1.10 TERMINATION OF CONTRACT
A. Termination of Convenience
The County, at its sole discretion, may terminate this contract without
cause by providing the Bidder(s) with thirty (30) day advance notice.
Upon the receipt of such notice, the Bidder shall not incur any additional
costs under this contract. The County shall be liable only for reasonable
costs incurred by the Vendor(s), as determined by the County, regardless
of the method of payment required by the contract.
B. Termination for Default
The County may terminate this contract upon the failure of the Vendor to
comply with the provisions and requirements of the contract. The
County's decision not to take. action upon a failure of the Vendor to
perform shall not be construed as a waiver of the ability of the County to
take action at a later date and time. The County shall also have the ability
to place a Vendor on probation or terminate any portion of the contract.
The date of termination shall be stated in a written notice to the Vendor.
In the event the Vendor is terminated for default, the County reserves the
right to re -procure the goods or services from the next lowest responsive
and responsible bidder or re -solicit the contract. The County may charge
the Vendor any differences in cost between the Vendor's price and the re -
awarded price and any costs associated with re -awarding or re -soliciting
this contract.
The County may also debar or suspend the vendor from conducting
business with the County, in accordance with appropriate County
ordinances.
02-r3StI
10
METROPOLITAN DADE CU -41 L ( 1070 -3/02 -OTR -CW
SECTION 2.0 SPECIAL CONDITIONS
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this Invitation To Bid is to establish a contract for
the purchase of Automotive Truck Parts & Accessories, Catalogue
Supplies & Specialized Repairs in conjunction with the County's needs
on an as needed when needed basis.
2.2 Intentionally Omitted
2.3 Intentionally Omitted
2.4 TERMS OF CONTRACT: TWO (2) YEARS BASED ON AVAILABILITY OF COUNTY
FUNDING
This contract will 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. This contract shall remain in effect
for two (2) years; provided that the services rendered by the Bidder
during the contract period are satisfactory and that County funding is
available as appropriated on an annual basis and upon completion of
the expressed and/or implied warranty period. The price offered by
the Bidder in its Bid Proposal shall be based on service for the first
two (2) year period. Three (3) additional one (1) year renewals, if
mutually acceptable to the County and the Bidder, shall be executed
through annual 'purchase orders.
2..5 OPTION TO RENEW (3) THREE YEARS (Maintain Same Discounts)
The prices quoted shall prevail for a two year period from the
effective date, at which time .Dade County shall have the option to
renew for an additional. three (3) years on a year to year basis
provided the bidder will maintain the same discount, etc., as in the
current two year contract. Continuation of the contract beyond the
initial period is a County prerogative not a right of the bidder.
This prerogative may be exercised only when such continuation is
clearly in the best interest of the County.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL
BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED.
2.6 METHOD OF AWARD
Award of this contract will be made to the listed number of the lowest
responsive responsible bidders of averaged line item discounts, -
meeting bid specifications for Bid Section 3.1 and 3.2.1 Section 3.3
will be awarded to all supp:iers meeting the stipulated criteria:
Section 3.4 will be awarded to the lowest two (2) bidders of hourly
labor rate for each category of repairs. For Sections 3.1 and 3.2 the
number of awardees are:
Page 1 3 8.1
M-"TROPOLITAN DADE COUP
BID 1. 1070 -3/02 -OTR -CW
Category Awardees
3.1 Warehouse Distributor 5 for Automotive up to 1 1/2 Tons
8 for Truck Parts over 1h tons
3.2.1. Specialized Suppliers
3.3 Catalogue Suppliers
3.4 Specialized Repairs
A. 4
B. 4
C. 4
D. 2
E. 4
F. 4
G. 4
H. 4
I. 4
K. 4
L. 4
M. 4
0. 4
P. 4
Q. 2
R. 4
T. 4
U. 4
V. 7
All which meet criteria
A. Thru I. 2 each.
Warehouse Distributors under Section 3.1 must offer pricing to the
County at a minimum of 10% off from Jobbers Price Schedules. Failure
to offer an item at a minimum discount of 10% off from Jobber's
Schedules shall result in the item being declared non-responsive.
Specialized Automotive and Truck Part Supplies under Section 3.2 must
offer pricing to the County at a minimum discount of .20% off from
Manufacturer's Suggested Retail Price. Failure to offer the prescribed
discount listed above shall result in the item being declared
non-responsive.
Catalogue Suppliers under Section 3.3 shall offer pricing to the
County with no less than 15% off each'catalogue "each" price. Failure
to'do so shall automatically rended the item non-responsive.
Specialized Repairs Pricing under Section 3.4 shall offer pricing of
parts at a minimum 20% off from M.S.R.P. Failure to do so shall rended
the item non-responsive.
2.7 PRICES SHALL BE ESTABLISHED IN ACCORDANCE WITH TECHNICAL SPECIFICATIONS
If the Bidder is awarded a contract under this bid solicitation, the
priges offered by the Bidder shall be accepted in accordance with the
provisions established in Section 3 of this solicitation entitled
"Technical Specifications".
2.8 Intentionally Omitted
2.9 Intentionally Omitted
2.10 Intentionally Omitted
Page 202
METROPOLITAN DADE CC B T 1070 -3/02 -OTR -CW
2.11 Intentionally Omitted
2.12 Intentionally Omitted
2.13 Intentionally Omitted
2.14 Intentionally Omitted
2.15 METHOD OF PAYMENT: PERIODIC PAYMENTS FOR SERVICE RENDERED OR COMPLETED
DELIVERIES
The County shall provide periodic payments for services rendered by
the successful, bidder. In order for the County.to provide payment,
the bidder shall submit a fully. documented invoice which identifies
the appropriate purchase order number, the service location, and
itemizes the services provided to.the County using department(s). The
invoice shall be submitted to the County department within thirty'(30)
calendar days after the service have been rendered. It shall be
understood that such invoices shall not be submitted for payment until
such time as the service has been completed and a County
representative has reviewed and approved the service.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All bidders shall quote prices based on F.O.B. destination and shall
hold title to the goods until such time as they are delivered to, and
accepted by, an authorized County representative at various Metro -Dade
County Departments as indicated on the Purchase Order.
2.17 DELIVERY LOCATIONS AND HOURS SPECIFIED
The Bidder shall deliver items to the following County facilities
during the prescribed hours: 8:00 A.M. and 2:00 P.M.
2.18 Intentionally Omitted
2.19 Intentionally Omitted
2.20 CONTACT PERSONS:
For- any .additional information regarding the specifications and
requirements of this contract, Contact: J. Carlos Plasencia at (305)
375-1084.
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 ADDITIONAL FACILITIES MAY BE ADDED:
Although this Solicitation identifies specific facilities to be
serviced, it is hereby agreed and understood that any County
department or agency facility may be added to this contract at the
option of the County. Successful bidder(s) under this contract shall
Page 3 0 2 - 38 ,1
METROPOLITAN DADE COUN
BIDt 1070 -3/02 -OTR -CW
be invited to submit price quotes for these new facilities. If these
quotes are comparable with prices offered for similar services, the
award(s) shall be made to the lowest responsible bidder(s) meeting
specifications in the best interest of the County and a separate
purchase order shall be issued by the County. Notwithstanding, the
successful bidder does not have an exclusive right to these additional
sites. The County may determine to obtain price quotes for the
additional facilities from other bidders in the event the County does
not find the price quotes comparable.
2.23 AUTHORIZATION TO PICK-UP MATERIALS:
Dade County employees are authorized to pick-up materials against
purchase orders issued to the successful bidder(s). Such
authorization is provided for the County employee through an
"Authorization to Pick -Up Materials" (Dade County Form No. 160.04.17)
who shall surrender the form to the bidder during each purchase. If
the bidder is in doubt about the authenticity of the person picking up
the material, the bidder shall contact Procurement Management for
assistance at 375-5289.
2.24 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).
2.25 CATALOGS AND PRICE LISTS SHOULD BE SUBMITTED UPON REQUEST
The bidder shall submit two (2) copy(ies) of the current
manufacturer's price list(s) and catalog(s) upon request for
evaluation. Failure to meet this requirement may result in your bid
being ' rejected. These documents shall be in effect at the
commencement of the contract and shall remain in effect for the life
of the contract or until such time as they are replaced by a more
current version by the manufacturer.
Upon request, the bidder shall provide additional sets of the
manufacturer's product catalogs and price lists at no cost to the
County.
2.26 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 the
National Fire Protection Association (NFPA).
2.27 DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER (AUTOMOTIVE)
The successful Bidder shall promptly correct all deficiencies and/or
defects in work and/or any work that fails to conform to the Contract
Page 4 —..
:
METROPOLITAN DADE COUN1. Bi.1070-3/02-OTR-CW
Documents; whether or not fabricated, installed or completed. All
corrections shall be made within five (5) calendar days after such
rejected defects, deficiencies, and/or nonconformances are verbally
reported to the Bidder by the County's Project Administrator. The
Bidder shall bear all costs of correcting such rejected work. If the
Bidder fails to correct the work within the period specified, the
County may at its discretion, notify the Bidder in writing, that the
Bidder is subject to contractual default provisions if the corrections
are not completed to the satisfaction of the County within five (5)
calendar days of receipt of the notice. If the Bidder fails to
correct the work within -the period specified in the notice, the County
shall place the Bidder on default, obtain the services of another
vendor to correct the deficiencies, and charge the Bidder for these
costs; either through a deduction from the final payment owed to the
Bidder or through invoicing.
2.28 DELETION OF FACILITIES
Although this Solicitation identifies specific facilities to be ser-
viced, it is hereby agreed and understood that any County department
or agency may delete service for any facility(ies) when such service
is no longer required during the contract period; upon fourteen (14)
calendar days written notice to the successful bidder.
2.29 DISCOUNTS OFFERED DURING TERM OF CONTRACT
Price discounts off the original prices quoted in the Bid Proposal
Form will be accepted from successful bidders during the term of the
contract.
Such discounts shall remain in effect for a minimum of 120 days from
acceptance by the County. . After this period the vendor may submit
additional price discounts.
2.30 ENVIRONMENTAWY ACCEPTABLE PACKAGING
Effective June 16, 1992, all contracts in excess of ten thousand
.($10,000) dollars will be affected by Resolution Number R738-92
amending Metropolitan Dade County Administrative Order 3-2 (relating
to the procurement of goods and services).
As a waste management alternative, and as an additional means of
reducing the volume and toxicity of waste and by-products entering
Florida's solid waste stream, Metropolitan Dade County hos instituted
the following policy with regard to source reduction.
In order to discourage excessive packaging of a product solely for
marketing purposes and to encourage packaging for purposes of ensuring
durability, re -usability and recyclability. No goods shall be
purchased if the goods constitute less than 90 percent (by volume) of
the item being purchased or if the goods contains more than 10 percent
package and packing material (by volume). No packaging shall be
purchased which is not environmentally acceptable packaging.
For purposes of meeting the requirements of this resolution,
"Environmentally Acceptable" shall be defined as; any item that is
returnable for reuse or recycling, or which is recyclable.
Page 5 02_538`
METROPOLITAN DADE COUP
BID 1070 -3/02 -OTR -CW
In order to insure compliance with this resolution, bidders shall
indicate in the space provided on the bid proposal page, the method to
be used for returning packaging materials to the distributor in
conjunction with this solicitation and/or by completing the General
Services Certification of Recycled Product Content Form indicating the
ability of the materials to be recycled through existing recycling
collection programs.
Appeals for waiver of these requirements may be made in writing to the
County Manager through the Director of Procurement Management. No
waiver shall be effective unless approved by a majority vote of the
Board of County Commissioners. Proposals failing 'to provide this
information may -result in'being declared non-responsive; however the
Bidder shall be given the opportunity to provide the information
during the bid evaluation period. At such time, the Bidder shall be
given fifteen (15) calendar days to submit this information.
Vendors wishing to obtain a copy of the complete resolution should
contact The Office of Vendor Assistance at (305) 375-5289.
2.31 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.
2.32 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.
2.33 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.
2.34 PRIMARY VENDOR DESIGNATION
While the method of award identified in Section 2.6 of the Special
Terms and Conditions prescribes the method for determining the lowest
Page
d2_x;38.1
METROPOLITAN DADE COc..
B. l 1070 -3/02 -OTR -CW
responsive, responsible bidder, the County reserves the right to award
this contract to the designated lowest bidder as the primary vendor
and to award this contract to the designated second lowest bidder as
the secondary vendor. If the County exercises this right, the primary
vendor shall be given the first opportunity to perform the service or
deliver the goods identified in this contract. If the primary vendor
declines this opportunity, the County shall seek the identified goods
or services from the secondary vendor. It should be noted that price
adjustments, if allowed under the terms and conditions of this bid,
may affect the order of designation.
2.35 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON
PRICE QUOTES
While the County has listed all major items on the bid solicitation
which are utilized by County departments in conjunction with its
operations, there may be ancillary items that must be purchased by the
County during the term of this contract. Under these circumstances, a
County representative will contact the primary vendor to obtain a
price quote for the ancillary items. If there are multiple vendors on
the contract, the County representative may also obtain price quotes
from these vendors. The County reserves the right to award these
ancillary items to the primary contract vendor, another contract
vendor based on the lowest price quote or to bid the items through a
separate solicitation.
2.36 QUANTITY DISCOUNTS:
The bidder is urged to offer
delivery of large single orders.
space provided in the Bid Proposal
considered in evaluation of bid.
2.37 SHELF LIFE OF STOCK:
additional discounts for one time
of any assortment of items in the
forms. Such discounts will not be
The successful` bidder(s) shall supply the County with fresh stock only
and shall insure that items with a limited shelf life are inspected
and certified fresh by the bidder prior to -shipment to the County.
2.38 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER:
The successful bidder(s) shall ensure that adequate stock levels are
maintained at its place of business in order to assure the County of
prompt delivery. If the delivery terms specified in the Solicitation
are not fulfilled by the Bidder, the County reserves the right to.
cancel the order, purchase the goods elsewhere, and charge the Bidder
for any reprocurement costs incurred by the County.
02-5381
Page 7
METROPOLITAN DADE COUK BIG, 1070 -3/02 -OTR -CW
SECTION 3.0 TECHINICAL SPEICIFICATIONS
AUTOMOTIVE AND TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
3.0 TECHNICAL SPECIFICATIONS: This bid -has been divided into various
sections to address the Countys' needs for Automotive Warehouse
Distributors, Specialized Automotive Truck Parts Supplies, Catalogue
Supplies and Suppliers of Specialized Repairs. All bidders must be
able to meet the stipulated delivery schedules, however, the County
reserves the right to pick-up ordered merchandise when needed. All
bidders must be able to submit upon request all price catalogues
referenced.
3.1 WAREHOUSE DISTRIBUTORS: This section has bidder requirements that are
listed below.
A. Deliver parts ordered that are in stock within 24 hours and
deliver special order parts not in stock within one week.
B. Maintain a parts inventory in excess of $1,000,000.00 at all
times.
C. Generate normal annual sales in excess of $4,000,000.00.
D. Offer pricing to the County at a minimum of 10% off from Jobbers
Price Schedules. Failure to offer an item at a minimum discount of
10% off from Jobber's Schedules will prevent award consideration
for that item.
E. Offer a minimum of 65 Manufacturer's Product Line Categories to
the County' at the required pricing. The lines offered must
constitute a broad base of parts for varying automotive systems.
Example of 4 listed.
Discount from
Manufacturer
Line
List
Color Date
Jobber
AC
Filters
Blue
42A-20
2/96
-18%
Autolite
Spark Plugs
Grn
PS-SP019
12/96
-22%
Johnn's
Belts
Blue
9343
3/96
-12%
Litecorp
Bulbs/Fixtures
Blue
A31 -PL
1/96
-14%
F. Be a manufacturer's authorized distibutor of the product lines
represented.
3.2 SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS: This section has
bidder requirements which are listed below. Categories of parts
required by the County have been listed in Section 3.2.1., also below.
A. Deliver parts ordered that are in stock within 24 hours and
deliver special order parts not in stock within one week.
B. Maintain a parts inventory in excess of $150,000.00 at all
times.
C. Generate normal annual sales in excess of $600,000.00.
Page 8 ® — , 3 8j
METROPOLITAN DADE CL '
E r* 1070 -3/02 -OTR -CW
D. Offer pricing to the County at a minimum of 20% off from
Manufacturer's Suggested Retail Price (M.S.R.P.). Failure to offer
an item at a minimum discount of 20% off from Manufacturer's
Suggested Retail Price will prevent award consideration for that
item.
E. Offer a minimum of 25 Manufacturer's Product Line Categories to
the County at the required pricing within the categories listed or
.5 Manufacturer's Product Line Categories within one category.
Example of 2 listed.
Discount from
Manufacturer Line List Color Date M.S.R:P:
AC Fileters # 42A-20 3/96 -33%
Autolite Spark Plugs Retail White 12/96 -41%
3.2.1 CATEGORIES OF MANUFACTURER'S PRODUCT LINES REQUIRED
A. Vehicle Electrical for Starting, and Charging Systems - Starters,
Alternators, Regulators, Rebuild Kits, etc.
B. Vehicle Batteries - Bidders of batteries must provide no charge
disposal of junked County battery casings on a one for one -basis
with batteries purchased by the County.
C. Vehicle General Electrical - Wiring, Connectors, Turn Signals,
Relays, Spark Plugs, Switches, Fuses, Power Window Motors, etc.
D. Vehicle Audio Electrical - Radios, Tape Players, CD Players,
Speakers, etc.
E. Vehicle Electrical Lighting - Bulbs, Fixtures, Light Housings,
Mountings, Reflectors, etc.
F. Vehicle Air Conditioning Parts - Compressors, Evaporators,
Condensers, Valves, etc.
G. Vehicle Fuel Injection Parts - Pumps. Injectors, etc.
H. Vehicle Brake Parts - Drums, Shoes, Pads, Rotors, Springs, Master
& Wheel Cylinders, Kits, etc.
I. Vehicle Automative and Manual Transmission Parts - Converters,
Housings, Kits, Filters, Gears, Bearings, Clutches, Cases, Shifts,
Boots, etc.
J. Vehicle Lines for Air or Fluids - Hoses, Lines, Drains, Vents,
Tubing, Piping, Overflows, Catch Tanks, etc.
K. -Vehicle Belts, Pulleys and related items.
L. Vehicle Bearings, Seals and related items.
M. Vehicle Hydraulic Pumps and PTO's - Gears, Drives, Kits,
Assemblies, etc.
Page 9 02—a3811
METROPOLITAN DADE COUN BID 1070 -3/02 -OTR -CW
N. Vehicle Suspension Components - Torsion Bars, Shock Absorbers,
Springs, Spacers., Kits, Bushings, Bearings, Mounting Arms, etc.
0. Vehicle Carburetors - Parts, Kits, Replacements, etc.
P. Vehicle Gaskets & Sealers
Q. Police & Public -Safety Related Items - Police Light Bars, Cages,
Spoltlights, Warning Lights, Gun Racks, etc.
R. Tire Related Materials - Flat Plugs and Patches, Balance.Weights,
Valves, Stems, Tire Sealant, etc.
S. Chemicals and Fluids - GoJo, Windsheild Cleaning, Moly, Armor All,
Lock-Tite, Wax, Car Wash, Marvel Mystery Oil.
T. Automotive Emmissions - PVC Valves, Catalytic Converters, etc.
U. Automotive Refinishing Supplies - Tapes, Spray Paints, Masking
and -Sanding Supplies, etc.
V. Miscellaneous Hardware— all other automotive hardware items you
wish to bid.
3.3 CATALOGUE SUPPLIERS:
A. Deliver parts ordered that are in stock within 24 hrs and deliver
special order parts not in stock within one week.
B. Maintain a parts inventory in Dade and Broward County in excess of
$2,500,000.00 at all times.
C. Generate normal annual sales in excess of $7,500,000.00.
D. Offer pricing to the County with no less than 15% off each
ca*talg.gue "each" price.
E. Offer a minimum of 500 Manufacturer's Product Lines and have
available in the catalogue no less than 25,000 line items.
F. Submit your catalogue with your bid.
3.4 SPECIALIZED REPAIRS PRICING: This bid section is reserved for bidders
who supply labor and perform complete specialized repairs or
replacements. The classifications or specialized repair services
wanted are listed below. (All parts bid under this section must carry
a minimum discount of 20% from M.S.R.P.)
A. -Muffler and Exhaust System - repair and replacement.
B. Bumper - repair and replacement service.
C. Window Tinting Service
D. Vehicle Theft Alarms - Sales, Installation and repair.
3 8.1
Page 10
METROPOLITAN DADE C , / , 1070 -3/02 -OTR -CW
E. Rebuild Starting and Charging Systems - Repair - Recore Etc.
F. Kelsey Hayes Brake Parts & Brake Service Labor Rate.
G. Grizzly Brake Block Parts & Brake Service.
H. Automotive Air Conditioner Parts & Service.
I. Braun Equipment Modifications Parts & Service.
3.4.1 LABOR: All labor rates quoted will -be in the form of rate per hour to
the County, regular time specified in.the space provided on the Bid
Proposal. Overtime rate may not be charged to the County.
3.4.2 PARTS: All parts pricing offered by Specialized Repairs Suppliers in
response to this bid solicitation will be in the form of a discount
from Manufacturers Suggested Retail Price (M.S.R.P.). All bidders must
submit upon request with this bid the price catalogues for all lines
offered to Metro -Dade County upon request.
3.5 WARRANTY: All 'parts and services offered under this Bid Solicitation
shall carry a warranty of no
less than 90 days.
3.6 LOCATIONS: As this bid requires
parts delivery by
Warehouse
Distributors and Automotive
Parts Suppliers, bidders are encourged to
familiarize themselves with the various Metro -Dade County Agencies
that may use this contract. A sample listing
of Metro -Dade County
locations is listed below
bu should no be
considered total or
complete. Deliveries outside
Metro -Dade County will
not be required by
this contract.
SHOP FOREMAN/SUPVR.
ADDRESS
PHONE NO.
1 Service Ana Gutierrez
10820 SW 211 St.
234-4930
Manager
Main Doug Stephan
703 NW 25 St.
638-6071
Downtown Robert Julien
201 NW 1st St.
375-4053
Motorpool
Police Juan Tojo
9105 NW 25 St.
471-2930
Headquarters
South Dade Wilson Green
10740 SW 211 St.
251-3125
Gov.t Ctr.
Station'l Ricardo De La Vega
5975 Miami Lakes Dr.
557-9844
Station 2 • Alfonso Bradley
2950 N.W. 83 St.
691-3134
Station 5 Jose Martinez
7707 S.W. 117 Ave.
271-5342
Station 6 Warren Lamar
15665 Bisc. Blvd.
947-4429
Station 8 Ricardo Jovellar
10000 S.W. 142 Ave.
383-6820
Page 11 0 2 _-. '45 3 8.1
METROPOLITAN DADE COU'
BI►
1070 -3/02 -OTR -CW
Station 9
Herb Mathews
21300
NW 47 Ave.
620-4810
2 Service
Tom Blanke
6100
SW
87 Ave.
274-7163
Manager
Auto
Robert'Tice
6100
SW
87 Ave.
273-4127
Fire
Chris Koop
6100
SW
87 Ave.
598-3941
Truck
Ed Welsh
6100
SW
87 Ave.
273-4125
3 Service
Lou Lesinski
8801
NW
58 St.
591-8040
Manager
Main
Adolfo Perez
8801
NW
58 St.
591-9515
Construction
William Koehler
8801
NW
58 St.
477-1008
3A -Northeast
Diosdado Ponvert
18701
NE 6th Ave.
652-0764
3B -Southwest
Bob Gough
7900
SW
10.7 Ave.
279-5050
3C -Central
William Harden
1150
NW
20 St.
547-5269
3D -South
Rowland Neil
24000
SW
97 Ave.
258-3295
Landfill
Tire Shop
Roberto Vazquez
8801
NW
58 St.
470-1769
New Car
Richard Winnan
2100 NW
41st St..
633-7678
Get Ready
O2-538,
Page 12
METROPOLITAN DADE C
INVITATION TO BID
SECTION 4.0 BID PROPOSAL FORMS
( '. 1010 -3/02 -OTR -CW
OPENING: 1:00 P.M. Wednesday
DATE: October 23, 1996
CLERK OF THE BOARD
Metro Dade Center
111 N.W. 1st Street
Suite 210
Miami, Florida 33128
PLEASE QUOTE PRICES LESS TAXES, F.O.B. DESTINATION, DELIVERED IN DADE COUNTY, FLORIDA
NOTE: Dade County is Exempt From All Taxes (Federal, State, Local).. Bid Price Should Be
Less All Taxes. Tax Exemption Certificate Will Be Furnished By The County On Request
--------- _____---- ------------- ____
Issued -By: Date Issued: 09/17/96 This Bid. Proposal Consists
GSA/Procurement Management Division Dade County Florida. of Pages 13 Thru 41
Sealed bids, subject to the Terms and Conditions of this Invitation to Bid and the
accompanying Bid Proposal, such other contract provisions, specifications, drawings or
ether data as are attached or incorporated by reference in the Bid Proposal will be
received at the office of the Clerk of the Board at the address shown above on behalf of the
Dade County Board of County Commissioners until the above stated time and date, and at that
time publicly opened for furnishing the supplies or services described in the
accompanying Bid Proposal* Requirement.
AUTOMOTIVE AND TRUCK PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED
REPAIRS FOR GSA/FLEET MANAGEMENT DIVISION, AND ORTHER COUNTY DEPARTMENTS FOR A
TWO (2) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR THREE (3) ADDITIONAL YEARS
ON A YEAR TO YEARS BASIS
A Bid Deposit in the amount of N/A the total amount of the bid shall accompany all
:ids.
A Performance Bond in the amount of Nom— of the total amount of the bid will be
required upon execution of the Contract.by the successful bidder and Dade County.
DO NOT WRITE IN THIS SPACE
ACCEPTED — REJECTED _
NON-RESPONSIVE NO BID
DATE B.C.C.
ITEM NOS. ACCEPTED
COMMODITY CODE: 060-00
SPECIALIST: J. CARLOS PLASENCIA, CPPB/sc
FIRM NAME
STREET ADDRESS
CITY
STATE & ZIP CODE
TELEPHONE NUMBER
AUTHORIZED AGENT
TITLE OF OFFICER
Page 13 ® " �➢ �,
METROPOLITAN DADE COOK BIDS 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
:tem N Description Unit Discount
1. Warehouse Distribution: This Ts for Automotive Equipment under A ton
AUTOMOTIVE, (PARTS & SUPPLIES ONLY) AS SPECIFIED IN TECHNICAL SPECIFICATION 3.1
List List
Manufactures Color and Discounted from
below Line Date Jobber's
(Alphabetically) Product(s) 10% Minimum
Page 14
METROPOLITAN DADE C 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
FIRM NAME:
Item Quantity--_--_—_--DescriptionUnit Price =======Total
la. Warehouse Distribution: This is for trucks over A ton
TRUCK, (PARTS & SUPPLIES ONLY) AS SPECIFIED IN TECHNICAL .SPECIFICATION 3:1
List List
Manufactures Color and Discounted from
below Line Date Jobber's
(Alphabetically) Product(s) 10% Minimum
41
Page 15 02--538,1
METROPOLITAN DADE COUq
BID%, 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
------------------------- - -
Item Description Unit Discount
-2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
A. Vehicle Electrical for Starting. and Charging Systems:
As Specified in Technical Specifications 3.2.1
-ist
Manufacturers
)ate.
;Alphabetically)
-20% Minimum
Product(s)
List
Color and
Discount from
MSRP Line
Page 16 02-538.1
METROPOLITAN DADE C� E 1070 -3/02 -OTR -CW
3
BID PROPOSAL FOR
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
B.- Vehicle Batteries - Bidders of batteries must provide no charge disposal of junked
County battery casings on a one for one basis with batteries purchased by the
County.
As Specified in Technical Specifications 3.2.1
List List Discount from
:Manufacturers Color and M.S.R.P.
Below Line Date. 20% Minimum
(Alphabetically) Product(s)
02-53801
Page 17
METROPOLITAN DADE COUI( BID 1070 -3/02 -OTR -CW
BID PR0PbSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PART SUPPLIERS:
C. Vehicle General Electrical - Wiring, Connectors, Turn Signals, Relays, Spark Plugs,
Switches, Fuses, Power Window Motors, etc.
As Specified in Technical Specifications 3.2.1
List List Discount from
Manufacturers Color and M.S.R.P.
below Line Date. 20% Minimum
(Alphabetically) Product(s)
91
Page 18
aE� — �� n
r A- yK �tlY `36
METROPOLITAN DADE C�
L ( 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
------------
:tem Description
------------
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
D. Vetricle Audio Electrical - Radios, Tape Players, CD Players, Speakers, etc.
As Specified in Technical Specifications 3.2.1
_i st Li st Discount from
ianufacturers Color and M.S.R.P.
-)elow Line Date. 20% Minimum
'Alphabetically) Product(s)
02-538.1
Page 19
METROPOLITAN DADE COUI
BIC 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
E. Vehicle Electrical Lighting - Bulbs, Fixtures, Light Housings, Mountings,
Reflectors, etc.
As Specified in Technical Specifications 3.2.1
List List Discount from
Manufacturers Color and M.S.R.P.
'zelow * Line Date. 20% Minimum
(Alphabetically) Product(s)
Page 20 0 2 —!%--1 3 8J
METROPOLITAN DADE C t (' -1070-3/02-OTR-CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item — Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
F. Vehicle Air Conditioning Parts - Compressors, Evaporators, Condensers, Valves, ett.
As Specified in Technical Specifications 3.2.1
_ist List Discount from
Manufacturers Color and M.S.R.P.
Below Line Date. 20% Minimum
;Alphabetically) Product(s)
Page 21 42•-538.x.
METROPOLITAN DADE COWL BID! 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
G. Vehicle Fuel Injection Parts - Pumps, Injectors, etc.
As Specified in Technical Specifications 3.2.1
List List Discount from
Manufacturers Color and M.S.R.P.
Below Line Date. 20% Minimum
;Alphabetically) Product(s)
Page 22
METROPOLITAN DADE CO
B' ' 1070 -3/02 -OTR -CW
8ID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
:tem Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
H. Vehicle Brake Parts - Drums, Shoes, Pads Rotors, Springs, Master & Wheel
Cylinders, Kits, etc.
As Specified in Technical Specifications 3.2.1
_ist List Discount from
tanufacturers Color and M.S.R.P.
)elow Line Date. 20% Minimum
.Alphabetically) Product(s)
Page 23 02-538.1
METROPOLITAN DADE COUN, BID 1070 -3/02 -OTR -CW
BID
PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
I. Vehicle Automatic and Manual Transmission Parts - Converters, Housings, Kits,
Filters, Gears, Bearings, Clutches, Cases, 'Shifts, etc.
As Specified in Technical Specifications 3.2.1
_ist List Discount from
Manufacturers Color and M.S.R.P.
)elow Line Date. 20% Minimum
;Alphabetically) Product(s)
17
Page 24 02-538,1
METROPOLITAN DADE C(
E ( . 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item --------Description__________________________________________
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
J. Vehicle Lines for Air or Fluids - Hoses, Lines, Drains, Vents, Tubing, Piping
Overflows, Catch Tanks, etc.
As Specified in Technical Specifications 3.2.1
gist List Discount from
Manufacturers Color and M.S.R.P.
aelow Line Date. 20% Minimum
(Alphabetically) Product(s) _
Page 25 02-538.1
METROPOLITAN DADE COUN BID111070-3/02-OTR-CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS.SUPPLIERS:
K. Vehicle Belts, Pulleys and related items.
As Specified in Technical Specifications 3.2.1
.ist
Manufacturers
below Line
Alphabetically) Product(s)
List Discount from
Color and M.S.R.P.
Date. 20% Minimum
Page 26
METROPOLITAN DADE COF P
BI 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
:tem Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
L. Vehicle Bearings, Seals and related items.
As Specified in Technical Specifications 3.2.1
_i st
4anufacturers
aelow
;Alphabetically)
List
Color and
Line Date.
Product(s)
Discount from
M.S.R.P.
20% Minimum
Page 27 0 2 - 5 3 8J
METROPOLITAN DADE COUK
BID, . 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
M. Vehicle Hydraulic Pumps and PTO's - Gears,. Drives, Kits,
Assemblies, etc.
As Specified in Technical Specifications 3.2.1
List List Discount from
Manufacturers Color and M.S.R.P.
Below Line Date. 20% Minimum
(Alphabetically) Product(s)
10
Page 2802 a �'
METROPOLITAN DADE C( '
E r 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
N. Vehicle Suspension Components - Torsion Bars, Shock Absorbers Springs,
Spacers, Kits, Bushings, Bearings, Mounting Arms, etc.
As Specified in Technical Specifications 3.2.1
-ist List Discount from
Manufacturers Color and M.S.R.P.
Below Line Date. 20% Minimum
;Alphabetically) Product(s)
Page 29
02--38.1
METROPOLITAN DADE COUP' BIC 1070 -3/02 -OTR -CW
BIB PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS b ACCESSORIES,
CATALOGUE SUPPLIERS b SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
0. Vehicle Carburetors - Parts, Kits,'Replacements, etc. -
As Specified in Technical Specifications 3.2.1
_ist List Discount from
ianufacturers Color and M.S.R.P.
3elow Line Date. 20% Minimum
;Alphabetically) Product(s)
Page 30 0 2
METROPOLITAN DADE C f
L 1070 -3/02 -OTR -CW
BIO PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
------------- -
Item Description
____________________---------- ___________________
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
P. Vehicle Gaskets and Sealers
As Specified in Technical Specifications 3.2.1
_ist List Discount from
Manufacturers Color and M.S.R.P. .
below Line Date. 20% Minimum
(Alphabetically) Product(s)
L-1
Page 31
02-538,1
KEETROPOLITAN DADE COON.
BID
BID
PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
1070 -3/02 -OTR -CW
tem Descri.ption
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
Q. Police and Public Safety Related Items - Police Light'Bars, Cages, Spotlights,
Warning Lights, Gun Racks, etc.
As Specified in Technical Specifications 3.2.1
ist List Discount from
fanufacturers Color and M.S.R.P.
Pelow Line Date. 20% Minimum
Alphabetically) Product(s)
®2- 38.
Page 32
METROPOLITAN DADE C ( •1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
ItemDescription=====___________________________________ �__--
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
R. Tire Related Materials - Flat Plugs and Patches, Balance Weights, Valves; , Stems
Tire Sealant, etc. • . 1
As Specified -in Technical Specifications 3.2.1
_ist List Discount from
Manufacturers Color and M.S.R.P.
)elow Line Date. 20% Minimum
;Alphabetically) Product(s)
Page 33 02'-'53$J
METROPOLITAN DADE COUI BIL , 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES.,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
--------------------------------------
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
S. Chemicals and Fluids - GoJo, Windshield Cleaning, Moly, Armor All
Lock-tite, Wax, Car Wash, Marvel Mystery Oil.
As Specified in Technical Specifications 3.2.1
List
Manufacturers
Below
,'Alphabetically)
List
Color and
Line Date.
Product(s)
Discount from
M.S.R.P.
20% Minimum
Page 34 02-53S.1
2_53S.1
METROPOLITAN DADE C
)( 1070 -3/02 -OTR -CW
i
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
------------
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
T. Automotive Emissions - PCV Valves, Catalytic Converters, etc.
As Specified in Technical Specifications 3.2.1
List List. Discount from
Manufacturers Color and M.S.R.P.
below Line Date. 20% Minimum
(Alphabetically) Product(s)'
Page 35 3 8.1
METROPOLITAN DADE COUK
BID 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
U. Automotive Refinishing Supplies - Tapes, Spray Paints, Masking and Sanding
Supplies, etc.
As Specified in Technical Specifications 3.2.1
List List Discount from
Manufacturers Color and M.S.R.P.
Jelow Line Date. 20% Minimum
(Alphabetically) Product(s)
Page 36 0 2 * 38-1
METROPOLITAN DADE C'
i�. 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
------------------------------------------------ --- — — --
Item Description
2. SPECIALIZED AUTOMOTIVE AND TRUCK PARTS SUPPLIERS:
V. Miscellaneous Hardware - All other automotive hardware items you wish to bid.
As Specified in Technical Specifications 3.2.1
List List Discount from
4anufacturers Color and M.S.R.P:
)elow Line Date. 20% Minimum
;Alphabetically) Product(s)
Is
Page 37
02-538,
METROPOLITAN DADE COUC BIC 1070 -3/02 -OTR -CW
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
Item Description Total
3. CATALOGUE SUPPLIERS: 15% Off each price minimum discount
AS SPECIFIED IN TECHNICAL DISCOUNT %
SPECIFICATION 3.3
1. $
CATALOGUE NAME
Page A2 02-53,S.1
METROPOLITAN DADE ( D( .-1070-3/02-OTR-CW
i
BID PROPOSAL FOR:
AUTOMOTIVE TRUCK PARTS & ACCESSORIES,
CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS
---------------
Item Description
4. SPECIALIZED REPAIRS VENDORS:
As Specified in Technical Specifications. 3.4
TYPE OF SERVICE: A B C D E F G H I
CIRCLE ONE
CATALOGUES AND LINES OFFERED LABOR DISCOUNT FROM M.S.R.P.
MINIMUM 20%
List /HOUR
REG.
Below $ %
Page 39 02-538.1
1
METROPOLITAN DADE CO' Bi., 1070 -3/02 -OTR -CW
BID P R 0 P 0 S A L FOR:
IF NO BID PLEASE INDICATE REASON: (Per Section 1.0, Para 1.3c, General Conditions)
Prompt Payment Terms: % days net day
"ID NO. of Bidder: (Bidders Federal Identification Number as used on M -
'eturn. Form 941.) If none Bidders Social Security No.
-he undersigned Bidder certifies that this Bid Proposal is submitted inaccordancewith
he Bid Specifications and Conditions governing this Bid, and that the Bidder will accept
ny awards made to him as.a result of this bid.
IRM NAME
TREET ADDRESS
ITY,STATE,& ZIP CODE
_ZLEPHONE NUMBER FAX NUMBER
JTHORIZED SIGNATURE
(Signature) (Print Name) (Date)
rTLE OF OFFICER
:ate below mailing address (if other than above):
0. BOX
city state zip code
Q2 -3-38,x.
Page 40
AMENDMENT
MIAMI-DADE COUNTY
CONTRACT NO. 1070-3/02-3
ITEM: Automotive and Truck Parts and Accessories
DEPARTMENT: GSA
TYPE OF PURCHASE: Amend Section 2 of Resolution No. 98-251
RECOMMENDATION: It is recommended that Resolution No. 98-251 adopted
March 10, 1998, ratifying, approving and confirming the
City Manager's finding of emergency circumstances and
authorizing an increase in the amount of expenditures
approved pursuant to Resolution No. 97-322, for the
furnishing of citywide automotive parts and accessories
from eighteen (18) vendors, to properly reflect the addition
of "subject to further extensions by Miami -Dade County"
to allow for the continued use of Miami -Dade County
Contract No. 1070-3/02-3, and to correct a scrivener's error
to reflect February 28, 2002 as the correct effective through
date of the contract.
C �
irector Purchasg
D&
AwardAmend
02-538,1