Loading...
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: