Loading...
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