HomeMy WebLinkAboutR-98-0621J-98-651
6/1 1 /98
RESOLUTION N0.
8- 621
A RESOLUTION ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER TO APPROVE THE FINDINGS OF THE
EVALUATION COMMITTEE, PURSUANT TO A REQUEST FOR
PROPOSALS, AS TO THE MOST QUALIFIED FIRMS, IN RANK
ORDER: 1) GENUINE PARTS COMPANY D/B/A NAPA AUTO
PARTS, AND 2) PAPCO AUTO PARTS SOUTH, INC., TO
PROVIDE IN-HOUSE PARTS OPERATION FOR THE
DEPARTMENTS OF GENERAL SERVICES ADMINISTRATION
AND FIRE -RESCUE, FOR AN INITIAL PERIOD OF TWO YEARS,
WITH THE OPTIONS TO EXTEND FOR THREE ADDITIONAL
ONE-YEAR PERIODS; AUTHORIZING THE CITY MANAGER TO
NEGOTIATE WITH THE TOP RANKED FIRM, GENUINE PARTS
COMPANY D/B/A NAPA AUTO PARTS, AN AGREEMENT
WHICH IS FAIR, COMPETITIVE, AND REASONABLE;
DIRECTING THE CITY MANAGER TO PRESENT SAID
NEGOTIATED AGREEMENT, IN A FORM ACCEPTABLE TO THE
CITY ATTORNEY, TO THE CITY COMMISSION FOR FINAL
APPROVAL; FURTHER AUTHORIZING THE CITY MANAGER
TO NEGOTIATE WITH THE REMAINING FIRM SHOULD
NEGOTIATIONS FAIL WITH THE TOP RANKED FIRM.
WHEREAS, Requests for Proposals were mailed to 39 firms seeking a broad range
of responses from firms qualified and experienced to provide two turn -key,
contractor -operated, in-house parts operations for the purpose of supplying parts and
supplies in partnership with two City of Miami vehicle maintenance facilities; and
WHEREAS, the Evaluation Committee evaluated the five proposals received on
March 16, 1998, in response to the Request for Proposals, and selected, in rank order,
the two (2) firms of Genuine Parts Company d/b/a Napa Auto Parts and Papco Auto Parts
South, Inc., as the most qualified to provide the required professional services; and
WHEREAS, the ability to manage, supply and obtain the necessary automotive and
CITY cobo SSICIR
MEETING 0E
J U L 2 3 1998
Resolution No.
98 621
heavy truck parts is critical to the mission of the Departments of General Services
Administration and Fire -Rescue; and
WHEREAS, the City Manager accepted the findings of the Evaluation Committee as
to the most qualified firms in rank order: 1) Genuine Parts Company d/b/a Napa Auto Parts,
and 2) Papco Auto Parts South, Inc., to provide in-house parts operation for the City;
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 referenced thereto and incorporated herein as if fully set forth in
this Section.
Section 2. The City Commission hereby accepts the recommendations of the
City Manager to approve the findings of the Evaluation Committee, pursuant to a Request
for Proposals, as to the most qualified firms, in rank order: 1) Genuine Parts Company
d/b/a Napa Auto Parts, and 2) Papco Auto Parts South, Inc., to provide in-house parts
operation, for the Departments of General Services Administration and Fire -Rescue for an
initial period of two years, with the options to extend for three additional one-year periods.
Section 3. The City Manager is hereby authorized' to negotiate with the top
ranked firm, Genuine Parts Company d/b/a Napa Auto Parts, an agreement which is fair,
competitive, and reasonable, and to present said negotiated agreement, in a form
acceptable to the City Attorney, to the City Commission for final approval; further
authorizing the City Manager to negotiate with the remaining firm should negotiations fail
with the top ranked firm.
' The herein authorization is further subject to compliance with all requirements that may be imposed by the
City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions.
2 98- 621
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED This 23rd day of June , 1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said iagislaticn act'r
becomes effective with the elapse of ten (10) days from the date of Commission action
ATTEST:
regarding same, without the Mayor exerc' ' e
W er an, City Clerk
WALTER J. FOEMAN, CITY CLERK
APPR VED AS/T04Q4,AND CORRECTNESS: L
ATTO R'N EY
W2659:CSK:ORS
3 98 62
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Alejandro Vilarello August 5, 1998
TO DATE: FILE
City Attorney
SUBJECT: Error in Resolution 98-621 re Auto
Parts
FROM: REFERENCES:
Walter J. Foe
L
City Clerk ENCLOSURES:
Resolution 98-621 (copy attached) regarding in-house parts operation appears to have an error in
the second whereas clause (highlighted). It states that proposals were received on March 9, 1998.
Proposals. Our records show that said proposals were received in our office on March 16, 1998.
WJF:sI
c: Judy Carter, Director, Purchasing
98- 62
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : The Honorable Mayor and Members
of the City Commission
FROM : /nal4jWarshaw
City Manager
RECOMMENDATION
DATE : June 23, 1998
CA-9
FILE :
SUBJECT : Resolution Accepting Findings of
Evaluation Committee Pursuant to
RFP No. 96-97-115R In -House
REFERENCES : Parts Operation
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution
accepting the findings of the Selection Committee pursuant to the Request For Proposals (RFP)
No. 96-97-135 In -House Parts Operations as to the most qualified firms in rank order: 1)
Genuine Parts Company d/b/a Napa Auto Parts of 9250 NW 58 Street, Miami, FL 33152-
0037, a non -minority /Miami -Dade County vendor, and 2) Papco Auto Parts South, Inc.
located at 80 West Mowry Street, Homestead, FL 33030, a non -minority / Miami Dade County
vendor to provide two (2) turnkey in-house parts operations for an initial two year period, with
the option to extend for three additional one year periods. Further authorizing the City Manager
to negotiate an agreement with said firm, in an a form acceptable to the City Attorney, and
further directing the City Manager to present the negotiated agreement to the City Commission
for its ratification and approval.
BACKGROUND
The City of Miami Department of General Services Administration and Department of Fire —
Rescue operate two (2) independent repair facilities that are responsible for the repair and
maintenance of all city vehicles and equipment. The ability to manage, supply and obtain the
necessary automotive and heavy truck parts is CRITICAL to the mission of these facilities. A
goal was established and an objective was formed with the sole purpose of increasing the
availability of automotive and heavy truck parts necessary to expedite repairs to City vehicles
and equipment. Our existing parts operations were evaluated as well as the possibility of
outsourcing the parts operation functions and responsibilities. Research revealed several
municipalities of similar size and makeup contracting the services of private parts suppliers to
form a turnkey in-house parts depot in partnership with the municipality. The success of this
partnership was very impressive and warranted pursuit.
Currently there are no parts room positions filled. All personnel working in this capacity is either
doing so in a working out of classification designation or with a salary adjustment. Upon the
establishment of an outsourced in-house turnkey parts operation, they shall return to their current
Civil Service classification. This has been discussed with AFSCME Union representatives.
98- 621
Donald H. Warshaw
RFP 96-97-115R
In -House Parts Operations
Page 2 of 2
A Request For Proposal (RFP) was developed in conjunction with the Department of Purchasing.
Packages were sent to numerous vendors, and five proposals were received. Three proposals
were deemed non -responsive and two were evaluated by an Evaluation Committee comprised of
the following individuals:
• R. D. Swanson, Director of Property and Service Mangement, Bell South
Telecommunications. Blue Ribbon Committee Member.
• Alan Savarese Savarese, Fleet Manager, City of Miami General Services
Administration
• Chief Alfredo Suarez, Miami -Dade County Fire -Rescue, Division Chief, Logistical
Services Division.
DHW/JP/JAP 0
98- 6*1
TO : Donald H. Warshaw
City Manager
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : June 5, 1998
SUBJECT : RFp 96-97-1I5R
In -House Parts Operations
FROM : Alan avarese, son REFERENCES:
Evaluation Committee
ENCLOSURES:
FILE :
On January 30, 1998, the City issued a Request for Proposal (RFP) for an, In -House Parts
Operation for the Department of General Services Administration and the Department of Fire
— Rescue. Five (5) proposals were received on March 9, 1998, two (2) of which were deemed
responsive.
An evaluation committee was appointed by the City Manager and included:
• R. D. Swanson, Director, BellSouth Telecommunications Inc. & Blue Ribbon
Committee Member
• Alfredo Suarez, Division Chief, Miami -Dade Fire Rescue
Alan Savarese, Fleet Manager, City of Miami GSA & Evaluation Committee
Chairperson (appointed)
The initial meeting of the Committee occurred on Friday, May 22, 1998. Also in attendance
at this meeting was Ms. Pamela Burns, Sr. Procurement Contracts Officer, who served as a
moderator and Rafael O. Diaz, Assistant City Attorney, who offered his legal opinion where
needed.
The second meeting of the Committee occurred on Tuesday, May 26, 1998 and the two (2)
responsive proposals were evaluated and discussed. The Committee determined that the most
qualified firms in rank order are: 1) Genuine Parts Company d/b/a Napa Auto Parts of 9250
NW 58 Street, Miami, FL 33152-0037, a non -minority /Miami -Dade County vendor, and 2)
Papco Auto Parts South, Inc. located at 80 West Mowry Street, Homestead, FL 33030, a non-
mionority / Miami Dade County vendor.
98- 621
PROPOSERS
Papco Auto Parts South, Inc.
80 West Mowry Street
Homestead, Fla. 33030
Dade Co. / Non -Minority
Genuine Parts Company d/b/a
NAPA Auto Parts
9250 N.W. 58th Street
Miami, Fla. 33178
Dade Co. / Non -Minority
APPROVED BY:
DATE
•
1•
RFP No. 96-97-115R TABULATION BY THE EVALUATION COMMITTEE
for
IN-HOUSE PARTS OPERATION
OVERALL TOTAL
RATER #1 RATER #2 RATER #3 SCORE RANKING
123
162
113 114 350 # 2
156 172 490 # 1
Approved
Note: Three (3) proposers deemed non -responsive
AAA Million Auto Parts
Center Auto Parts, Inc.
S & H Distributors, Inc.,
Prepared by Pamela Bums, 611t98
EVALUATION COMMITTEE MEMBERS
RFP NO.97-98-135
IN-HOUSE PARTS OPERATION
RATER #1
Mr. Bob Swanson, BellSouth
Dir. of Property & Service Management
Member of Blue Ribbon Committee
RATER # 2
Alfredo Suarez, Div. Chief, Logistical
Services Division
Miami -Dade Fire Rescue
RATER#3
Alan Savarese, Fleet Manager
Department of GSA
98— 6c
CITY OF MIAMI OFFICE OF THE CIT. LERK
BID SECURITY LIST
BID ITEM: TWO TURN -KEY CONTRACTOR OPERATED
BID NO.:
�F Q' 96-97-135
DATE BID(S) OPENED: MARCH 16, 1998 TIME 10 : 0 01a . m .
BIDDER
•
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
PAPCO AUTO PARTS SOUTH, INC.
NAPA AUTO PARTS C 1 (,-, )
S. & H. DISTRIBUTORS, INC. C,�ryL1
CENTER AUTO PARTS
AAA MILLION AUTO PARTS, INC.
ELECTRIC SALES & SERVICES, INC.
HOLLYWOOD FORD DBA ARMSTRONG FORD
HOLLYWOOD CHRYSLER PLYMONTH
3 6O)e
received `5 0 envelopes on behalf of
/�Iftr=sonreceivs)
on3— / h
(Date)
Le
CITY OF MIAMI
ADVERTISEMENT FOR PROPOSALS
Sealed proposals will be received by the City of Miami City Clerk at his office located at City
Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following:
RFP NO.96-97-135 To provide two (2) turn -key Contractor -operated, in house parts
operations for the purpose of supplying parts and supplies, and
maintaining the inventory for the some for two (2) City of Miami vehicle
maintenance facilities.
OPENING DATE: 10:00 A.M. March 16, 1998
All Proposers are highly encouraged to attend the voluntary Pre -Proposal Conference and site
visit of both locations where the facilities are to be located. This Pre -Proposal Conference will
occur on Friday, February 20, 1998 at 9:00 a.m. at 1390 NW 20 Street. Miami. An inspection of
that site and a discussion of the requirements will occur at that time. Following this
conference and site visit, City staff and proposers will attend the other site located at 1151 NW
7 Street where the other parts facility is to be located.
Detailed specifications for this proposal are available upon request at the City of Miami,
Purchasing Department, 444 SW 2 Avenue, Sixth Floor, Miami, Florida 33130. Telephone No.
(305) 416-1904.
Jose Garcia -Pedrosa CITY OF MIAMI
City Manager LOGO
AD NO.4453
<o r-
pqm
M
ZIT,
� Q
0
?
01
E�'o-too
City of
REQUISITION FOR
Miami
ADVERTISEMENT
This
appear nber themust
advertisement.
INSTRUCTIONS: Please type
and attach a copy of the advertisement
with,this reQuisition.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of advertisement:
❑ Legal ❑ Classified
❑
Display
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
M
Zn-<-W
M
C .
M
spy
>
N _t
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
L
Date
C JGS/PC 503 Rev. 12/89 i Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILIT-- - RFP 96-97-135
6.0. RFP PROPOSALS
RFP FORMS
All forms, as described under Section 6.0, RFP Response and Document,_List r*
must be completed, signed and submitted accordingly. ��c :- rn
O...ice
CHECK LIST
o <
This checklist is provided to help you conform with all requirements stipulaiea h2this �P.
�► IV
7 r
Submitted
With Proposal
6.1 Proposal Information Form
This form must be completed and signed to validate your Proposal. YES
6.2 Statement of No Sid/ Proposal
only if applicable- If you do not intend to submit a response to this YES
commodity or service, please return this form in the envelope on or
before the Response due date. If the "Statement of No Bid" form is
not completed and returned, your company may be deleted from the
City of Miami bidders' list for this commodity or service.
6.3 Insurance Requirements
Acknowledgment of receipt of information on the insurance YES
requirements for this RFP. (Must be signed).
6.4 Vendor Background Information
This form must be completed in its entirety to verify the capability of YES
Proposer to perform/deliver the services/goods specified in the RFP.
6.5 MinorityMomen Business Affairs Registration Affidavit,
if applicable - Must be completed only if one or more of the owners YES
in the business enterprise is at least 51% owned by a Black, Hispanic
or Female.
6.6 Minority Status Information Sheet
To be completed, if applicable. YES
6.7 Sample Affirmative Action Policy for Equal Employment
34
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILITI RIP 96-97-135
Opportunity YES
6.8 Primary Office Location Affidavit
if applicable - Section 18-52.1(h) of the City Code, as amended, YES
states that the City Commission may offer to a responsible and
responsive local bidder, whose primary office is located in the City of
s., Miami. the opportunity of accepting a bid at the low bid amount, if
the original bid amount submitted by the local bidder does not exceed
110 percent of the lowest other responsible and responsive bidder.
;"- (Must be signed and notarized by the local bidder, only for use in
r attesting primary office location).
6.9. Debarment and Suspension Certificate
(Must be signed). YES
6.10 Vendor Application,
if applicable - All prospective Proposers should complete a vendor YES
application for the commodities/services the Proposer can regularly
supply to the City. Should a prospective Proposer not be currently
listed on the City's vendor/bidder's list, a vendor application will be
enclosed with the RFP package. Vendors who have already
submitted an application and secured a vendor number from the City
are not required to submit a new vendor application. Should a
Proposer return a Response or a "No Bid", a fully completed vendor
application should be returned and the information contained therein
will be added to the City's vendor/bidder's list.
6.11 Occupational License
All Responses shall be accompanied by a copy of your current YES
license(s), as required.
6.12 Proposal Response
A complete and thorough Proposal addressing each and every one YES
of the City's requirements in accordance with the specifications and
detailed responses as reflected in Section 3.17.
6.14 Three (3) Letters of Reference YES.
6.15 Copies of Audited Financial Statements of Proposer
for the past two (2) years. YES_
6.16 Detailed Pricing for Parts and Supplies, and all
costs to the City. (Attachment A- Sample Price Sheet) YES_
35
City of Miami, Florida IN-HOUSE PARTS OPERATIONS FACILI- - RFP 96-97-135
6.1 RFP INFORMATION FORM
Mailing Date: February 6, 1998 Buyer: Pamela Burns
RFP No.: 96-97-135 Telephone: 305-416-1905
Return one (1)signed original and provide a seven (7) copies of Proposal.
TERM CONTRACT
IN-HOUSE OPERATION OF PARTS FACILITIES
Finn's Name:
Principal Business Address:
Mailing Address:
M
Telephone:
Fax:
Name:
Title:
Authorized Signature:
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILI7" ' RFP 96-97-135
6.2 STATEMENT OF NO BID
NOTE: If you do not intend to submit a Response on this commodity or service, please
return this form in the bid envelope on or before bid opening. Failure to submit a
response after three (3) times without a sufficient justification of "No Bid" will
be cause for removal from the vendor/bidder's list.
Office of the City Clerk
3500 Pan American Drive
Miami, FL 33131-5504
We, the undersigned, have declined to submit a bid on your RFP No 96-97-135 for the
IN-HOUSE OPERATION OF PARTS FACILITIES
Specifications too "tight", i.e., geared toward one brand or manufacturer only
(explain below).
Insufficient time to respond to the Invitation for Bid.
We do not offer this product or service.
Our schedule would not permit us to perform.
We are unable to meet specifications.
We are unable to meet bond requirements.
Specifications are unclear (explain below).
We are unable to meet insurance requirements.
Remove us from your bidders' list for this commodity or service.
Other (specify below).
Remarks:
We understand that if this statement is not completed and returned, our company may be
deleted from the City of Miami bidders' list for this commodity or service.
Company Name:
Signature:
Title:
Telephone:
Date:
37
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILIT
RFP 96-97-135
Insurance Requirements form (page 2)
insurance company which holds a valid Florida Certificate of
Authority issued by the State of Florida, Department of
Insurance, and are members of the Florida Guarantee Fund.
The details of the required Insurance will be negotiated and be part of the
Contract with the awarded Proposer.
Certificates will indicate no modification or change in insurance shall be made without
thirty (30) days written advance notice to the certificate holder.
NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH
CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the Proposer of his
liability and obligation under this section or under any other section of this Agreement.
The Proposer shall be responsible for assuring that the insurance certificates required in
conjunction with this Section remain in force for the duration of the contractual period;
including any and all option terms that may be granted to the Proposer.
--If insurance certificates are scheduled to expire during the contractual period, the
Proposer shall be responsible for submitting new or renewed insurance certificates to the
City at a minimum of ten (10) calendar days in advance of such expiration.
--In the event that expired certificates are not replaced with new or renewed
certificates which cover the contractual period, the City shall:
A) Suspend the contract until such time as the new or renewed certificates are
received by the City in the manner prescribed in the RFP.
B) The City may, at its sole discretion, terminate this contract for cause and seek re -
procurement damages from the successful Proposer in conjunction with the
General Terms and Conditions of the RFP.
The undersigned Proposer acknowledges that (s)he has read the above information and
agrees to comply with all the above City requirements.
Proposer:
(Company name)
Signature:
Date: Print Name:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
YOUR RESPONSE
W
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILI RFP 96-97-135
6.4 VENDOR BACKGROUND INFORMATION
INSTRUCTIONS:
This questionnaire is to be included with your Response. Do not leave any questions
unanswered. When the question does not apply, write the word(s) "None", or "Not
Applicable", as appropriate. Please print.
COMPANY NAME:
COMPANY OFFICERS:
President
Secretary
COMPANY OWNERSHIP:
2.
3.
4.
5
Vice President
Treasurer
County or Municipal Occupational License No.
(attach copy with Response)
Occupational License Classification
Occupational License Expiration Date:
Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
Social Security or Federal I.D. No.
11,
% of ownership
% of ownership
% of ownership
% of ownership
City of Miami, Florida IN-HOUSE PARTS OPERATIONS FACILITI' RFP 96-97-135
Vendor Background Information form (page 2)
EXPERIENCE:
6.
7.
Number of Years your organization has been in business:
Number of Years experience BIDDER/PROPOSER (person, principal of firm,
owner) has had in operation of the type required by the specifications of the Bid
or RFP:
8. Number of Years experience BIDDER/PROPOSER (firm, corporation,
proprietorship) has had in operation of the type required by the specifications of
the Bid or RFP:
9. Experience Record: List references who may be contacted to ascertain
information on past and/or present contracts, work, jobs, that
BIDDER/PROPOSER has performed of a type similar to that required by
specifications of the City's Bid or RFP:
FIRM NAME/ADDRESS
Contact Person:
FIRM NAME/ADDRESS
Contact Person:
DATE OF JOB DESCRIPTION OF JOB
Phone No:
DATE OF JOB DESCRIPTION OF JOB
41
Phone No:
City of Miami, Florida IN-HOUSE PARTS OPERATIONS FACILE 7 RFP 96-97-135
Vendor Background Information form (page 3)
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
Contact Person:
Phone No:
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
Contact Person: Phone No:
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
Contact Person: Phone No:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
n
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILE ' RIP 96-97-135
6.5 M/NOR/TYIWOMEN BUSINESS AFFAIRS REGISTRATION AFFIDAVIT
Please Check One Box Only [ ] Hispanic [ ] Female [ ] Black [ ] Not Applicable
If business is not 51 % minority/female owned, affidavit does not apply. If not applicable,
notarization is not required.
I (We), the undersigned agree to the following conditions:
1) that we have read Section 2.25 of the General Terms and meet the fifty-one
percent (51 %) ownership and management requirement for minority/women
registration status and will abide by all of the policies and regulations governing
the City of Miami Minority and Women Business Enterprise Procedures;
2) that if at any time information submitted by the undersigned applicant in his/her
Bidder Application should prove to be false, inaccurate, or misleading, applicant's
name will be struck from the City of Miami's Master Bidder list with no further
consideration given to this applicant;
3) that the City of Miami maintains the right, through award of bid/contract, to
revoke the award, should it be found that false, inaccurate or misleading
information or a change in the original information have occurred;
4) to notify the City of Miami within thirty (30) days of any change in the firm's
ownership, control, management or status as an ongoing minority/women
business concern as indicated on the Bidder Application, and that the City of
Miami, upon a finding to the contrary, may render a firm's registration with the
City null and void and cease to include that firm in its registered list of minority
and women -owned businesses;
5) that the City of Miami has a right to diligently verify all information submitted by
applicant in his/her Bidder Application to monitor the status of the
Minority/Women Business Enterprise, once registered;
6) that the City of Miami may share a firm's registration information concerning its
minority/women status and its capability with other municipal or state agencies
for the sole purpose of accessing the firm to their procurement opportunities,
unless otherwise specified by the firm in writing.
43
City of Miami, Florida IN-HOUSE PARTS OPERATIONS FACILITY
RFP 96-97-135
Minority/Women Business Affairs Registration Affidavit (page 2)
I (We) certify under the penalties of perjury that the information contained in any and all
application documents submitted to the City of Miami is correct as per Ordinance No.
10062 as amended.
(If signing as a corporate officer, kindly affix corporate seal)
(Name, Title & Date) (Name, Title & Date)
This application must be signed by at least one general partner of a partnership or the
proprietor of a sole proprietorship or all partners of a joint venture.
NOTARIZATION
COUNTY, SS
COUNTY OF DADE Date:
That: personally
appeared before me and acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced
identification.
NOTARY PUBLIC:
My Commission Expires:
as
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
44
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILT RFP 96-97-135
6.6 MINORITY STATUS INFORMATION SHEET
MINORITY CLASSIFICATION AND PARTICIPATION
Please check one box only and complete any and all sections applicable to your firm.
l . Indicate Minority/Women classification of Business Enterprise
(BIDDER): [ ] B=BLACK [ ] H=HISPANIC
[ ] F=FEMALE [ ] NM=NON-MINORITY
2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation
within firm(s), or. as it may apply to this bid, if awarded. Indicate
Minority/Women Classification of each company:
A. JOINT VENTURE: Provide information regarding Minority/Women Firms
participating and the extent of participation.
% of Dollar
Firm Name Business Address
Bid Amount
U]
[U
CU
[U
B. SUBCONTRACTORS: Provide information regarding
Minority/Women
firms participating and the extent of participation.
% of Dollar
Firm Name Business Address
Bid Amount
U]
[U
U
[U
[U
M"
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILIT'-
RFP 96-97-135
Minority Status Information Sheet (page 2)
C. SUPPLIERS: Provide details regarding Minority/Women firms that supply
you with goods or services; state the extent.
Firm Name
Business Address
% of Dollar
Bid Amount
U
U
U
U
U
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE.
46
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILIT
RIP 96-97-135
6.7 SAMPLE AFFIRMATIVE ACTION POLICY
for EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION/
EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT
It is the policy of (Company Name) to base its hiring and promotions on merit,
qualifications and competency and that its personnel practices will not be influenced by
an applicant's or employee's race, color, place of birth, religion, national origin, sex, age,
marital status, veteran and handicapped status.
One of the management duties of all principals at (company Name) is to ensure that the
following personnel practices are being satisfied:
1. Take every necessary affirmative action to attract and retain qualified employees,
regardless of race, color, place of birth, religion, national origin, sex, age, marital
status, veteran and handicapped status.
2. Maintain equitable principles in the recruitment, hiring, training, compensation and
promotion of employees.
3. Monitor and review personnel practices to guarantee that equal opportunities are
being provided to all employees, regardless of race, color, place of birth, religion,
national origin, sex, age, marital status, veteran and handicapped status.
(Company Name) is committed to take affirmative action and aggressively pursue
activities that will serve to enable all employees and applicants opportunities available
throughout this organization.
Clearly, the above actions cannot be accomplished as a secondary duty for any individual,
despite the full support of management. And so, to monitor our efforts, (Company
Name) has assigned one of its principals as the Affirmative Action Director to monitor all
activities of this program.
Employees may contact (Name of assigned principal) at (telephone number) regarding
this Affirmative Action Policy.
DATE:
(SIGNATURE/TITLE):
FAIL URE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE.
47
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILI''` - RFP 96-97-135
6.8 PRIMARY OFFICE LOCATION AFFIDAVIT
Please type or print clearly. This Affidavit must be completed in full, signed and notarized only if your primary office is
located within the corporate limits of the City of Miami.
Legal Name of Firm:
Entity Type: (check one box only) [] Partnership [] Sole Proprietorship [] Corporation
Corporation Doc. No:
Occupational License No:
Date Established:
Date of Issuance:
Primary Office Location (Principal establishment of the bidder/proposer):
PRESENT
Street Address:
City:
PREVIOUS
Street Address:
City:
State:
State:
How long at this location:
How long at this location:
According to Section 18-52.1(h) of the City of Miami Code, as amended:
The "City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami,
the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local bidder does not exceed 110
percent of the lowest other responsible and responsive bidder."
The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the
corporate limits of the City of Miami.
48
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILIT' RFP 96-97-135
Primary Office Location Affidavit (page 2)
I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of
obtaining the advantage granted bona fide local bidders/proposers by this section.
Authorize Signature
Print Name
(Corporate Seal) Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole
proprietorship or all partners of ajoint venture.)
STATE OF FLORIDA, COUNTY OF DADE
Subscribed and Sworn before me that this is a true statement this day of
Notary Public, State of Florida
My Commission expires
[) Personally known to me; or
[] Produced identification:
199
(Seal)
Printed name of Notary Public
Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City
of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other
documents(s) to verify the location of the firm's primary office.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM AM DISQUALIFY YOUR
RESPONSE
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILI-
RIP 96-97-135
6.9 DEBARMENT AND SUSPENSION
CITY OF MIAMI CODE SEC. 18-56.4
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual or prospective contractual party, and after
reasonable opportunity to such party to be heard, the City Manager, after
consultation with the Chief Procurement Officer and the City Attorney, shall have
the authority to debar a contractual party for the causes listed below from
consideration for award of city contracts. The debarment shall be for a period of not
fewer than three (3) years. The City Manager shall also have the authority to
suspend a contractor from consideration for award of city contracts if there is
probable cause for debarment. Pending the debarment determination, the authority
to debar and suspend .contractors shall be exercised in accordance with regulations
which shall be issued by the Chief Procurement Officer after approval by the City
Manager, the City Attorney, and the City Commission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to obtaining or
attempting to obtain a public or private contract or subcontract, or incident to
the performance of such contract or subcontract;
2. Conviction under state or federal statutes of embezzlement, theft, forgery,
bribery, falsification or destruction of records, receiving stolen property, or
any other offense indicating a lack of business integrity or business honesty;
3. Conviction under state or federal antitrust statutes arising out of the
submission of bids or proposals;
4. Violation of contract provisions, which is regarded by the Chief Procurement
Officer to be indicative of nonresponsibility. Such violation may include
failure without good cause to perform in accordance with the terms and
conditions of a contract or to perform within the time limits provided in a
contract, provided that failure to perform caused by acts beyond the control of
a party shall not be considered a basis for debarment or suspension;
5. Debarment or suspension of the contractual parry by any federal, state or other
governmental entity;
6. False certification pursuant to paragraph (c) below; or
50
City of Miami, Florida
IN-HOUSE PARTS OPERATIONS FACILIT' RFP 96-97-135
7. Any other cause judged by the City Manager to be so serious and compelling
as to affect the responsibility of the contractual party performing city
contracts.
(c) Certification:
All contracts for goods and services, sales, and leases by the City shall contain a
certification that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations set forth above or debarred
or suspended as set forth in paragraph (b) (5).
The undersigned hereby certifies that neither the contractual party nor any of its
principal owners or personnel have been convicted of any of the violations set forth
above, or debarred or suspended as set forth in paragraph (b) (5).
Company name:
Signature:
Date:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY
DISQUALIFY YOUR RESPONSE.
51
ATTACHMENT A - SAMPLE OF REGULARLY USEn PARTS / SUPPLIES
All Proposers must ful amplete and return this form. Prices, ( aunts, markups, and overall cost
to the City will be utilized as one of the evaluation criteria to determine recommended Proposer.
Part Description
Manufacturer
Mfg. Part #
Cost to the Ciiy*
Starter Motor
Delco
323-473
Alternator
Delco
323-594
A/C Compressor
Delco
15-20178
A/C Drier
Delco
15-1751
Evaporator
Delco
15-6810
Brake Master Cylinder
Delco
174-656
Front Brake Rotor
Wagner
BD125082
Rear Brake Rotor
Delco
177-745
Rear Brake Drum
Wagner
BD60269
Front Brake Pads
Wagner
SX614A
Rear Brake Pads
Wagner
SX628
Rear Brake Shoes'
Wagner
WNA462R
Wheel Cylinders
Wagner
F51081
Brake Calipers
Delco
172-1453/54
Air Filter Oil Filter
Frain
CA6479/PH3980
Fan Motor
Delco
15-8498
Radiator
Delco
20843
Engine Belt
Gates
K060642
Transmission Filter
Frain
FT-1146
Thermostat
Stant
13359
Water Pump
Delco
251-555
Fuel Filter
A.0
GF580
Spark Plugs
A.0
CR43TS
Spark Plug Wires
Delco
718F
Distributor Cap
Standard
DR468
Distributor Rotor
Delco
D447
Distributor Control Module
Delco
D1943A
Tires
Cooper
225-70-R-15
Batteries
Delco
78B72
Fuel Pump
Delco
EP375
Turn Signal Switch
Delco
D9001
Motor Mounts
Pronto
2292
Transmission Mounts
Pronto
2360
Idler Arm
Moog
K6187
Center Link
Moog
DS889
Tie Rod End Links
TRW
ES2019/2020
Ball Joins
TRW
10277
Upper Control Arm Bushings
Moog
K6198
Lower Control Arm Bushings
Moog
K6109
Note: Cost to the City shall reflect the actual part cost to the City regardless of any discount, markup, etceteras.
Markup of Parts/Supplies to City: Discount Offered to City per Part/Supply:
ADDITIONAL CITY COSTS/LIMITATIONS:
NAME OF PROPOSER: SIGNATURE: