HomeMy WebLinkAboutR-98-0994J-98-1005
10/2/98
RESOLUTION NO. 9 9 � 4
A RESOLUTION APPROVING THE PROCUREMENT OF
AUTOMOTIVE BATTERIES FROM EXIDE CORPORATION,
UNDER EXISTING STATE OF FLORIDA CONTRACT NO.
060-100-98-1, ON A CONTRACT BASIS UNTIL JUNE
14, 2001, FOR THE DEPARTMENT OF GENERAL
SERVICES ADMINISTRATION, AT AN ANNUAL AMOUNT
NOT TO EXCEED $45,000.00; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE
NO. 509000.420901.6.702.
WHEREAS, General Services Administration has determined that
Florida Contract No. 060-100-98-1 offers the most beneficial
terms to the City for the procurement of automotive batteries;
and
WHEREAS, funds are available from the Department of General
Services Administration, Heavy Fleet Garage Division, FY199
Operating Budget, Account Code No. 509000.420901.6.702; and
WHEREAS, the City Manager and the Director of General
Services Administration recommend the procurement of automotive
batteries from Exide Corporation, under existing State of Florida
contract, be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISION 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
CITY COp�
MEETING OF
OCT 13W8
Resolution No.
98 -- 994
Section.
Section 2. The procurement of automotive batteries from
Exide Corporation, under existing State of Florida Contract
No. 060-100-98-1, on an annual contract basis until June
14, 2001, for the Department of General Services Administration,
at an annual amount not to exceed $45,000.00, is hereby approved,
with funds therefor hereby allocated from Account Code
No. 509000.420901.6.702.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor."
PASSED AND ADOPTED this 13th day of October , 1998.
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approv<, F of
this legislation by signing it in the designated place provided, said legislpti^;
becomes effective with the elapse of ten (10) days from the date of Com issJcn a4tion
regarding same, wltho��t the Mayor ex veto.
ATTEST:
WALTER J. FOEMAN, CITY CLERK
W an, City Clerk
APPROV ASS TCORRECTNESS:tx
VILARCOLLO, CITY ATTORNEY
W2950:CSK:kc
�i 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.
9V — 994
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA=21
Honorable Mayor and OC I - 6 ice:/
TO: Members of the City Commission DATE : FILE
Resolution Authorizing
sua,ECT : Purchase of Automotive
10 Batteries; State Contract
FROM: kVnald Pt4a aW REFERENCES: No. 060-100-98-1
City Manager
ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached
Resolution authorizing the purchase of automotive batteries utilizing an existing State
of Florida Contract No. 060-100-98-1, effective through June 14, 2001. Further
authorizing an award to Exide Corporation, a non-minority/non-local vendor,
located at 3702 Silver Star Road, Orlando, Florida 32808, in an annual amount
not to exceed $45,000. Funds are available in the Department of General Services
Administration, Heavy Fleet Garage Division's, FY '99 Operating Budget, Account
Code No. 509000-420901.6.702.
BACKGROUND:
The Department of General Services Administration has analyzed State of
Florida Contract No. 060-100-98-1, and determined it's use to be beneficial since
it enables the City of Miami to take advantage of the State of Florida's buying
power. Automotive batteries are used on all fleet vehicles.
'6�
DHW/R*I/J AP/eh
r
GSA/MeAutohtteries.doc
tj -.. 4
TO
FROM
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Donald H. Warshaw August 25, 1998
DATE:
SUBJECT:
Director
'f General Services AdminlstratlonRENCES
ENCLOSURES:
FILE
Authorization to
Purchase Automotive
Batteries; State Contract
No. 060-100-98-1
The Department of General Services Administration has verified with the
Office of Budget and. Management Analysis that funds are available from the Heavy
Fleet Garage Division's, FY '99 Operating Budget, Account Code No.
509000.420901.6.702.
r%SCE/ `fCri✓ (� /""'e,S t'7eu �5 '7C
F��'SG/v}7o-7 e?-+ Q"b Ceec,
Budgetary Review and Approval By:
I Date: $ Y`
Dipak lWelch, DirActor
Office of Budget Ad Management Analysis
DH W/RM/]AP/eh
GSA/MeAutoBatteries2.doc
98- 994
060-100-98-1 = Batteries, Automot;-
Page 1 of 1
Batteries, Automotive: Removal of Recyclable
Batteries & Procurement of Batteries with
- Recycled Content
060-100-98-1
Effective: 06/15/98 through 06/14/01
Certification
Special Conditions
Specifications
Price Sheet
Ordering Instructions
Complete Contract
State Contracts Main Index
Ordering Information
Exide Corporation
Contractors:
Vendor URL
http://www.exideworld.com
MAIN INDEX I Ins -Soo Parchagol I fawwward I Acceapt Soos I HELP
Please send comments or questid kdYion ofPurchasinQ
Thursday, September 03, 1998 2:17 PM
Suite 315 http://fcn.state.tl.us/st_contracts/06010098I/certitication.htm
Suite 315
CERTIFICATION OF CONTRACT
TITLE: Batteries, Automotive: Removal of CONTRACT NO.: 060-100-98-1
Recyclable Batteries & Procurement of Batteries
with Recycled Content
BID NO.: 28-060-100-G Rebid EFFECTIVE: June 15, 1998
through June 14, 2001
CONTRACTOR(S): Exide Corporation (A) SUPERSEDES: 060-100-94-1
ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH
MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF GLORIA DIXON AT
(850) 921-2212 SUNCOM 291-2212, E-MAIL mailto:dixongnadms.state.fl.us
A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management
Services on June 5, 1998, a contract has been executed between the State of Florida and the
designated contractors.
B. EFFECT - This contract was entered into to provide economies in the purchase of Batteries,
Automotive: Removal ofRecyclable Batteries & Procurement of Batteries with Recycled Content
by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042,
Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and
conditions of this contract and with the suppliers specified.
C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the
attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal
State and local taxes.
All contract purchase orders shall show the Division of Purchasing contract number, product
number, quantity, description of item, with unit prices extended and purchase order totaled. (This
requirement may be waived when purchase is made by a blanket purchase order.)
D. CONTRACTOR PERFORMANCE - Agencies shall report any vendor failure to perform
according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should
the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029,
Request for Assistance, is to be filed with this office.
E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for you
information. Any restrictions accepted from the supplier are noted on the ordering instructions.
F. CONTRACT APPRAISAL FORM - State Contract Appraisal, form PUR 7073 should be used to
provide your input and recommen lions for improvements in the contract to the Division of
Purchasing for receipt no later than 90 days prior to the expiration date of this contract.
Authorized Signature
GD/crw
Attachment
994
I of 1 8/7/98 1:35 PM
SPECIAL CONDITIONS Pagel of 5
SPECIAL CONDITIONS
PURPOSE The purpose of the Request for Proposal (RFP) is to establish a two-year contract for the collecting,
transporting, and processing of used batteries from and generated by State of Florida agencies and other eligible users of
the contract and for the purchase of batteries made with recycled content from Florida's recyclable materials stream by
State of Florida agencies and other eligible users. The successful bidder will be expected to provide pickup service at
intervals as required. It is anticipated that the contract will be effective from June 15, 1998through June 14, 2001.
ADDITIONAL ELIGIBLE USERS
In addition to 'Eligible Users" paragraph, General Conditions, use of State contracts shall be available to Federal
agencies and private non-profit educational facilities as defined in Section 240.605, Florida Statutes, which may desire to
purchase under the terms and conditions ofthe contract.
OPTIONAL CONTRACT USAGE
In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made
under the terms and conditions of this Invitation to Bid/Request for Proposal, by governmental entities located outside the
State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made
under this contract.
ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend
approximately $950,000 annually under any contract resulting from this bid. These estimated figures are given only as a
guideline for preparing your bid and should not be construed as representing actual figures under the contract.
SPECIAL ACCOMMODATION
Any person requiring a special accommodation at the Division of Purchasing because of a disability should call the
Division of Purchasing at (904) 488-8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech
impaired, please contact the Division by usingthe Florida Relay Service which can be reached at 1 (800) 955-8771
(TDD).
PRICES AND DELIVERY
Prices shall be net and include delivery of batteries for orders totaling four or more batteries. At the option of the ordering
agency, purchases of one through three batteries may be made on a local basis rather than in accordance with the prices,
terms and conditions of this contract. However, if orders of one through three batteries are purchased from this contract,
transportation charges will be added to the invoice as a separate item. (NOTE: This provision shall not be used by an
agency to circumvent the intent of the contract). Delivery of batteries andelectrolyte shall be completed within 10
workdays after receipt of a Purchase Order. Supplier must make scheduled visits to each stockingagency no less than
once monthly to rotate and exchange batteries to insure fresh stock. BALANCE OF LINE The bidder shall offer his/her
balance of line at a fixed discount from a supplied price list. To be eligible for a balance of line award, the bidder must
receive the award for the specified items. State Purchasing reserves the right to accept or reject any individual item(s)
offered as balance of line. Purchase of balance ofline is not mandatory by State agencies.
BATTERY EXCISE TAX
All State of Florida agencies and other eligible users must pay an excise tax on all batteries purchased under this contract.
The amount of this tax will vary from $1.00 to $2.00 per unit, depending on the funding level of the Florida Water
Quality Assurance Trust Fund. The responsibility for tracking the various taxes is the responsibility of the supplier who
should specifically identify such applicable taxes on the invoice. QUANTITY DISCOUNTS Bidder is urged to offer
additional discounts for one time delivery of large single orders of any assortment of itemsin the space provided on price
sheet. Such discounts will not be considered in evaluation of bid. INTERNET HOME PAGE The Contract resulting
from this bid will become a public document. The State of Florida, Division of Purchasing (DOP) is using the Florida
Communities Network (FCN) on the Internet World Wide Web (WWW) to distribute State Term Contracts and product
information to eligible users and other interested entities who may subscribe to this service and pay the appropriate access
Thursday, September 03, 1998 2:18 PM
98- 994
SPECIAL CONDITIONS
Page 2 of 5
fee. While not required at this time, each CONTRACT VENDOR is encouraged to develop and maintain a HOME PAGE
on the Internet WWW. The Home Page must be compatible with the most recent version of browser software being used
by the Division of Purchasing. As of the writing of this solicitation, NetscapeNavigator 3.0 is the DOP browser standard.
The DOP intends to upgrade to new browser versions as they become available and fully tested, atits discretion. The
Universal Resource Locator (URL) for the INTERNET HOME PAGE must be listed in the space provided on the
Ordering Instructions page of the bid.
OBSOLESCENCE
Bidder agrees that any batteries purchased under the contract and stocked by the State, which subsequently become
obsolete due to turnover in State-owned equipment, may be returned to the contractor for full credit, provided the
batteries are in saleable condition. Any shipping charges resulting from returned obsolete batteries will be paid by the
purchaser.
WARRANTY
All batteries offered shall carry a ninety (90) day free replacement warranty covering defects in material and
workmanship. Adjustments onbatteries which fail after the first ninety days will be adjusted as determined by the
warranty period listed and the contract purchase price on acost per month basis. Adjustments shall be completed within
thirty (30) days of receipt of returned battery. A warranty card or plate will besupplied with each battery and will be
completed by the purchasing agency upon installation of the battery. Warranty time will begin uponinstallation.
AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS On any contract where orders will
be directed to Authorized Dealers,Distributors or listing Service Locations, this information shall be provided by the
BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for Windows file. Any subsequent
revisions shall be submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval
prior to implementation. Diskette must be formatted as:
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -- no landscape
• No Tables
• No Headers or Footers
• No Excel files
Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal
from any resulting contract.
NOTICE TO CONTRACTOR
The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the Immigration
and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for
unilateral cancellation of the contract.
INSURANCE, WORKERS' COMPENSATION
The contractor shall take out and maintain during the life of this agreement, Workers' Compensation Insurance for all of
his employees connected with the work of this project and, in case any work is sublet, the contractor shall require the
subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such
employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida
Workers' Compensation law. In case any class of employees engaged inhazardous work under this contract at the site of
the project is not protected under the Workmen's Compensation statute, the Contractor shallprovide, and cause each
sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not
otherwise protected.
MANDATORY REQUIREMENTS The use of "Shall", "must", or "will" (except to indicate simple futurity) in this bid
indicates a requirement or condition from which a material deviation may not be waived by the State. A deviation is
material if it affects the price of the bid, gives the bidder and advantage or benefit not enjoyed by other bidders, or
Thursday, September 03, 1998 2:18 PM
SPECIAL CONDITIONS
Page 3 of 5
adversely impacts the interests of the State. Material deviations cannot be waived. The words "should or may" indicate
desirable attributes or conditions, but are permissive in nature. Deviation from, or omission of,such a desirable feature
will not in itself cause rejection of a bid.
PUBLIC ENTITY- CRIMES
A 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 contract to provide any goods or services to a public entity, may not submit a bid on a contract
with a public entity for the construction orrepair 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 workas a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any publicentity in excess of the
threshold amount provided in fs. 287.017 for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.
TECHNICAL DOCUMENTATION
All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical
documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable
technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required
technical documentation with the bid submittal shall make the biddernonresponsive, unless the Division of Purchasing, in
its sole discretion and in the best interest of the State, determines the acceptability of theproducts offered through
technical documentation available. within the Division as of the date and time of bid opening. Such authority of the
Division shall in no way relieve the bidder from the ultimate responsibility to submit the required technical
documentation, nor shall any bidderassume that such documentation is otherwise available to the Division. The State
shall not be responsible for the accuracy of the technical documentation in its possession.
ORDERING INSTRUCTIONS
Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidder must
include complete and detailed ordering instructions, including their Statewide Purchasing Subsystem (SPURS) vendor
numbers for invoicing dealers, with the bid onthe form provided.
CONTRACTOR DEFAULT In the event that business is suspended by contractor or if contractor is declared in default
by the State, the State reserves the right to reclaim any or all recyclable products released to the contractor by the State
without obligation -to the contractor. PERFORMANCE AND PAYMENT BOND Within ten (10) days after
notification of award of the contract, the contractor shall at no additionalcost to the State, furnish a Performance and
Payment Bond in the amount of $1,000,000 to insure full and complete performance during the lifeof the contract. Such
a bond must be approved by the Department of Management Services. INSURANCE
A. The contractor shall not commence any work in connection with this agreement until he has obtained all of the fol
types of insurance and submitted insurance certificate for approval of DMS. All insurance policies shall be with in
qualified and doing business in Florida and shall not contain a deductible clause. DMS shall be furnished proof of
of insurance by certificates of insurance accompanying the contract documents naming the State of Florida as add
insured. Comprehensive General Liability including products and completed operations insurance shall be written
Owner's and Contractors Protective Liability Insurance to protect the contractor against claims from the operation
approved subcontractors. Comprehensive Automobile Liability Insurance including Hired and Non -owned Liabili
B. The contractor and/or any subcontractor shall secure and maintain during the life of this Agreement, Comprehensi
General Liability and Comprehensive Automobile Liability Insurance, and shall provide DMS with a certificate of
naming the State of Florida as an additional insured and shall require the insurance carrier to provide the departme
(30) days prior notification if any policy is to be canceled or terminated. Such insurance shall protect the State fro
for personal injury, including accidental death, as well as claims for property damages which may arise from oper
under this Agreement whether such operations be by the contractor or by anyone directly or indirectly employed b
contractor and/or any subcontractor.
C. The contractor shall also carry insurance in compliance with Workers' Compensation Law of the State of Florida.
The minimum limits of liability for these coverage will be as follows:
INCLUDING OWNER'S NDCONTRACTORS PROTECT]
Bodily Injury/Property Damage
And Products & Completed Operations
COMPREHENSIVE AUTOMOBILE LIABILITY
LIABILITY COVERAGE
$1,000,000 Combined Single Limits
Thursday, September 03, 1998
2:18 PM
98 - 994
SPECIAL CONDITIONS
Page 4 of 5
Bodily Injury/Property Damage $1,000,000 Combined Single Limits
WORKERS' COMPENSATION AND EMPLOYERS LIABILITY
Statutory Limits
CONTRACTOR COMPLAINTS/MANAGEMENT The contractor shall be available to solve procedural and
operational problems which may arise during and after program implementation. Problems must be solved in an
expedient manner once notification of the problem is given to thecontractor by the Division of Purchasing. Within five
(5) working days after notification of said problem, the contractor shall submit to theDivision of Purchasing, in writing, a
report detailing how the problem will be solved and when the solution will be implemented.SUMMARY OF TOTAL
SALES Contractor supplier shall furnish State Purchasing a detailed Summary of Sales at the end of each quarterly
contract period. Sales Summary shall include State contract numbers, contractor's name, and the total of each commodity
on the price sheet. Failure to provide this information, including no sales, within thirty (30) calendar days following the
end of each quarter may result in the contract supplier being found in default.
SECTION 946.515 FLORIDA STATUTES
It is expressly understood and agreed that any articles which are the subject of, or required to carry out this contract shall
be purchased from the corporation identified under Chapter 946, F.S. in the same manner and under the same procedures
set forth in Section 946.515(2), (4), F.S.; and for purposes of this contract the person, firm, or other business entity
carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such
corporation are concerned.
Available products, pricing and delivery schedules may be obtained by contacting:
Bid Administrator
PRIDE of Florida
2720 Blair Stone Road
Suite G
Tallahassee, Florida 32301
Telephone: (850) 487-3774
Fax: (850) 488-1299
"Pursuant so Section 287.043, Florida Statutes, products comparable in price and quality and approved by the Division of
Purchasing may be listed on the resulting contract."
VENDOR RESPONSE SYSTEM To access an interactive Voice Response System for vendor payment inquiry,
Vendors may call (850) 413-7269 between 7 a.m. and 6 p.m. Monday thru Friday to check on the status of payments by
State agencies. The system can accommodate English and Spanish speaking callers. PURCHASING CARD
PROGRAM The State of Florida has implemented a purchasing card program through NationsBank, using the Visa
network. Vendors will receive payment from the purchasing card in the same manner as other Visapurchases. Please
indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid.
PRICE LISTS
On any contract where pricing is based on a, Manufacturer's or Dealer's published price list (net or discounted), the price
list must be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette as a Word For
Windows file. Any subsequent revisions shall be submitted in the same format to the Division of Purchasing
CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as:
• "Word for Windows"
• Font: Times New Roman 12
• Preset tabs only
• Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom
• Portrait only -no landscape
• No Tables
Thursday, September 03, 1998
2:18 PM
SPECIAL CONDITIONS
Page 5 of 5
• No Headers or Footers
• No Excel Files
The Division of Purchasing, at its discretion, may allow the CONTRACT HOLDER to configure its own PRICE LIST of
eligible offerings and to post the prices on the CONTRACT HOLDERS Internet Home Page. However, all initial pricing
and any subsequent price changes must bereviewed and approved by the Division of Purchasing Contract Administrator
before they can be posted to the CONTRACT HOLDER Internet Home Page. Failure to submit the information required
in this section will be grounds for disqualification of your bid and/or removal from anyresulting contract.
EVALUATION AND AWARD Evaluation and award to the responsible bidder will be made on a state-wide basis
offering the lowest weighted total price.
Thursday, September 03, 1998 2:18 PM
98.- 994
SPECIFICATIONS
Page 1 of 2
Specification
No. 060-100
Effective
Date: 01-09-98
Rev
1.0
1.1
1.2
2.0
2.1
3.0
3.1
3.2
3.3
3.4
3.5
SPECIFICATIONS
BATTERIES, STORAGE
SCOPE AND CLASSIFICATION
Scope: This specification covers wet charged and charged and dry lead alloy and sulfuri
type storage batteries, vehicular, ignition, lighting and starting types.
Classification: Batteries covered by this specification shall be furnished as specified in T
APPLICABLE PUBLICATIONS
The following publications (issue in effect on date of invitation to bid) shall form a part
specification:
The Battery Council International
(Storage Battery Specifications)
The Battery Council International
(Battery Materials Specifications)
(Application for copies should be addressed to
Battery Council International, 401 N. Michigan
Avenue, Chicago, Illinois 60611)
S.A.E. Standards, J537, J240.
(Application for copies should be addressed to
Society of Automotive Engineers, 485 Lexington
Avenue, New York, New York 10017)
REQUIREMENTS
All material used in construction of batteries listed in TABLE I, and all electrolyte, shall
to requirements of the Battery Council International Battery Materials Specifications.
All batteries furnished under this specification shall conform to the Battery Council Inter
Storage Battery Specifications and the Battery Council International Battery Materials
Specifications.
Wet batteries shall be fully charged and ready to be placed in service. Wet batteries supp
accordance with this specification held in stock over four (4) months shall be replaced w
fully charged batteries free of expense to the State.
Charged and dry batteries intended for storage in the charged and dry condition shall be
charged at the factory, but dried or drained with practically all the electrolyte removed.
hole of each cell shall be closed by easily removable, air tight, and moisture proof type s
Seals are not required if batteries are enclosed in sealed six sided cartons. Charged and d
batteries shall be furnished with electrolyte in a separate container. Electrolyte for charg
dry batteries must be individually packaged for each dry battery delivered and shall be o
single mixture, ready for use with a specific gravity of 1.265 + 0.005 at 80 deg. F.
All batteries shall be labeled with brand name and marked or coded with manufacturer's
number BCI group number, cranking performance amps and number of months warrant
terminals shall be protected with covers or batteries shall be in cardboard boxes or wrap
plastic. All batteries shall be NEW, SOUND, CLEAN, FRESH STOCK and coded with
delivery.
Friday, August 07, 1998 11:32 AM
��8- 954
S-PECIFICAT IONS
Page 2 of 2
3.6 All batteries _tall contain at least 60% reclaimed lead. the battery cases are to be made
least 60% reclaimed plastic. The electrolyte may contain reclaimed material. If the electr
not reclaimed a complete description of how the material will be further processed, disp
or sold is required.
3.7 --Technical documentation shall be provided to demonstrate compliance with the followin
requirements: BCI Number, cranking performance, reserve capacity, warranty and capac
(Table I). Manufacturer's specification sheet(s) or manufacturer's technical publication(s
acceptable to demonstrate BCI NO., cranking performance, reserve capacity, warranty a
capacity test. Individual specifications and requirements must be addressed; a general sta
such as "complies with all requirements" is not acceptable. Products bid must meet or ex
specifications. Certification of Recycled Material content must be completed (See p
4.0 SAMPLING AND INSPECTION
4.1 Random Samples: Samples of delivered items may be selected at random and tested for
compliance with these specifications. If it is found that the delivered commodities do no
exceed bid specifications, the Division of Purchasing may proceed as stipulated in the "
Conditions" of the bid.
5.0 PREPARATION FOR DELIVERY
5.1 Electrolyte packaged in five (5) gallon containers; shall be of one single mixture, ready f
with a specific gravity of 1.265 + 0.005 at 80 deg. F.
5.2 All electrolyte and batteries shall be packaged to insure safe delivery to destination.
6.0 NOTES
6.1 Commodities procured under this specification shall not deviate from those originally co
for without written approval from the Division of Purchasing.
6.2 This specification shall, until revised or rescinded by the Division of Purchasing, apply t
future purchase and contract for the commodities described herein.
Friday, August 07, 1998
11:32 AM
98- 95
PRICE SHEET
Page 1 of 5
PASSENGER CAR & LIGHT COMMERCIAL, 12 VOLT
PRICE SHEET
DESCRIPTION
060-100-050
Battery, storage, passenger car and light
commercial 12-volt (6 cells).
060-100-050-0210
Battery, storage; BCI NO.22NF, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 240, reserve capacity minutes
@ 80 deg. F (27 deg. C) 40, minimum
warranty, commercial and others 18 months.
Brand Name And No: Exide 22NF-40
Cranking Performance 390
Reserve Capacity 70
Vendor Exide Corporation
060-100-050-0250
Battery, storage; BCI NO. 24, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C ) 395, reserve capacity minutes
@ 80 deg. F (27 deg. C) 70, minimum
warranty, commercial and others 24 months.
Brand Name And No: Exide 24 / 24F-50P
Cranking Performance 450
Reserve Capacity 70
Vendor: Exide Corporation
060-100-050-0260
Battery, storage; BCI NO. 24, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 500, reserve capacity minutes
@ 80 deg. F (27 deg. C) 90, minimum
warranty, commercial and others 30 months.
Brand Name And No: Exide 024-540
• Cranking Performance 500
Reserve Capacity 90
Vendor: Exide Corporation
060-100-050-0510
Battery, storage; BCI NO.25, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 525, reserve capacity minutes
@ 80 deg. F (27 deg. C) 80, minimum
warranty, commercial and others 24 months.
Brand Name And No. Exide 25-60
Cranking Performance 525
Reserve Capacity 85
Friday, August 07, 1998
NET
DELIVERED
PRICE
$ 21.06
$ 18.44
$ 19.79
$ 22.17
11:45 AM
98- 994
PRICE SHEET
Page 2 of 5
Vendor: Exide Corporation
060-100-050-0560
Battery, storage; BCI NO. 27, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 465, reserve capacity minutes
@ 80 deg. F (_27 deg. C) 80, minimum
warranty, commercial and others 24 months.
Brand Name And No: Exide 27-50
Cranking Performance 500
Reserve Capacity 80
Vendor: Exide Corporation
060-100-050-0580
Battery, storage; BCI NO. 27, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 560, reserve capacity minutes
@ 80 deg. F (27 deg. C) 115, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 27-60
Cranking Performance 675
Reserve Capacity 125
Vendor: Exide Corporation
060-100-050-0600
Battery, storage; BCI NO.27F, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 465, reserve capacity minutes
@ 80 deg. F (27 deg. C) 80, minimum
warranty, commercial and others 24 months.
Brand Name And No. Exide 27F-50
Cranking Performance 500
Reserve Capacity 80
Vendor: Exide Corporation
060-100-050-0620
Battery, storage; BCI NO.27F, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 560, reserve capacity minutes
@ 80 deg. F (27 deg. C) 115, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 27F-60
Cranking Performance 675
Reserve Capacity 125
Vendor: Exide Corporation
060-100-050-0650
Battery, storage; BCI NO.29NF, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 300, reserve capacity minutes
@ 80 deg. F (27 deg. C) 60, minimum
warranty, commercial and others 18 months.
Brand Name And No. Exide 29NF-40
Cranking Performance 420
Reserve Capacity 100
Friday, August 07, 1998
$ 21.54
$ 25.47
$ 21.54
$ 25.47
$ 31.50
11:45 AM
9$- 9�4
PRICE SHEET
Page 3 of 5
Vendor: Exide Corporation
060-100-050-0660
Battery, storage; BCI NO. 34, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 500, reserve capacity minutes
@ 80 deg. F (27 deg. C) 100, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide H34-72
Cranking Performance 525
Reserve Capacity 110
$ 23.27
Vendor: Exide Corporation
060-100-050-0680
Battery, storage; BCI NO.35, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 525, reserve capacity minutes
@ 80 deg. F (27 deg. C) 80, minimum
warranty, commercial and others 30 months.
Brand Name And No: Exide 35-60
Cranking Performance 525
Reserve Capacity 85
$ 22.17
Vendor: Exide Corporation
060-100-050-0700
Battery, storage; BCI NO. 55, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 410, reserve capacity minutes
@ 80 deg. F (27 deg. C) 80, minimum
warranty, commercial and others 25 months.
Brand Name And No. Exide 055-535
Cranking Performance 410
Reserve Capacity 80
$ 20.84
Vendor: _ Exide Corporation
060-100-050-0730
Battery, storage; BCI NO. 58, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 420, reserve capacity minutes
@ 80 deg. F (27 deg. C) 70, minimum
warranty, commercial and others 24 months.
Brand Name And No. Exide H58-60
Cranking Performance 440
Reserve Capacity 85
$ 21.54
Vendor: _ Exide Corporation
060-100-050-0760
Battery, storage; BCI NO. 62, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 480, reserve capacity minutes
@ 80 deg. F (27 deg. C) 80, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 62-60
Cranking Performance 480
Reserve Capacity 80
$ 20.80
Friday, August 07, 1998
12:01 PM
98- 9�4
PRICE SHEET Page 4 of 5
Vendor: Exide Corporation
060-100-050-0780
Battery, storage; BCI NO.64, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 535, reserve capacity minutes
@ 80 deg. F (27 deg. C) 115, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 64-60
Cranking -Performance 600
Reserve Capacity 115
$ 26.18
Vendor: Exide Corporation
060-100-050-0788
Battery, storage; BCI NO. 65, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 650, reserve capacity minutes
@ 80 deg. F (27 deg. C) 100, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide H65-60
Cranking Performance 725
Reserve Capacity 130
$ 27.31
Vendor: Exide Corporation
060-100-050-0790
Battery, storage; BCI NO. 65, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 850, reserve capacity minutes
@ 80 deg. F (27 deg. C) 140, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 65-60HD
Cranking Performance 850
Reserve Capacity 140
$ 32.90
Vendor: Exide Corporation
060-100-050-0800
Battery, storage; BCI NO. 70, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 350, reserve capacity minutes
@ 80 deg. F (27 deg. C) 60, minimum
warranty, commercial and others 24 months.
Brand Name And No. Exide H70-50
Cranking Performance 350
Reserve Capacity 65
$ 18.01
Vendor: Exide Corporation
060-100-050-0830
Battery, storage; BCI NO. 70, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 410, reserve capacity minutes
@ 80 deg. F (27 deg. C) 70, minimum
warranty, commercial and others 24 months.
Brand Name And No. Exide 70T-450
Cranking Performance 410
Reserve Capacity 70
$ 17.83
Friday, August 07, 1998 12:01 PM
98- 994
PRICE SHEET
Page 5 of 5
Vendor: Exide Corporation
060-100-050-0870
Battery, storage; BCI NO. 74, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 500, reserve capacity minutes
@ 80 deg. F (27 deg. C) 90, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 74-60
Cranking -Performance 525
Reserve Capacity 90
Vendor: Exide Corporation
060-100-050-0880
Battery, storage; BCI NO. 75, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 525, reserve capacity minutes
@ 80 deg. F (27 deg. C) 90, minimum
warranty, commercial and others 30 months.
Brand Name And No: Exide H75-72
Cranking Performance 525
Reserve Capacity 90
Vendor: Exide Corporation
060-100-050-0910
Battery, storage; BCI NO. 78, minimum
cranking performance amps @ 0 deg. F
(-18 deg. C) 650, reserve capacity minutes
@ 80 deg. F (27 deg. C) 90, minimum
warranty, commercial and others 30 months.
Brand Name And No. Exide 78-60
Cranking Performance 675
Reserve Capacity 95
Vendor: Exide Corporation
$ 20.82
$ 25.00
$ 25.67
Friday, August 07, 1998 12:16 PM
98- 994
ORDERING INSTRUCTIONS http://fcn.state.fl.us/st_contracts/060100981/orderl.htm
EXIDE CORPORATION
ORDERING INSTRUCTIONS
NOTE: ALL ORDERS SHOULD BE DIRECTED TO:
SPURS VENDOR NUMBER: 23-0552730003
VENDOR: Exide Corpc ration A
STREET ADDRESS OR P.O. BOX: 3702 Silver Star Rd.
CITY, STATE, ZIP: Orlando, FL 32808
TELEPHONE: 407-296-9190
TOLL FREE NO: 800-883-7313
ORDERING FAX NO: 407-296-9190
REMIT ADDRESS: 3702 Silver Star Rd
CITY, STATE, ZIP: Orlano, FL 32808
WILL NOT ACCEPT THE STATE OF FLORIDA PURCHASING CARD
PRODUCT
INFORMATION:
Dothan Branch
Exide Corporation
422 South Oates Street
DIRECT INQUIRY TO:
NAME AND TITLE: Andrew Poteate
ADDRESS: 3702 Si ver Star Rd
CITY, STATE, ZIP: Orlando, FL 32808
TELEPHONE: 800-883-7313
TOLL FREE NO 800-883-7313
URL HOME PAGE ADDRESS: http://www.exideworld.com
ELECTRONIC MAIL ADDRE -S
EXIDE CORPORATION
AUTHORIZED SERVICE REPRESENTATIVES
Dothan, AL 36301
Office (334) 712-9166
Fax (334) 671-8267
Branch MGR: John Hanford
Voice Mail (800) 537-9434 ext.555252
Ft. Myers Branch
Exide Corporation
6410-A Arc Way
Ft. Myers, FL 33902
Office (941) 936-2225
Fax (941) 936-7978
Branch MGR: Andrew Poteate
Voice Mail (800) 537-9434 ext.555839
Hollywood Branch
Exide Corporation
11311-21 Interchange Circle, South
Miramar, Fl 33025
Office (954) 433-8349
Fax (954) 433-3438
Branch MGR: George Stratis
Voice Mail (800) 537-9434 ext.555439
Jacksonville Branch
Exide Corporation
600-1 Suemac Road
1 of 2 9 O" 994 8/7/98 1:53 PM
ORDERING INSTRUCTIONS
http://fcn.state.fl.us/st—contracts/06010098I/orderI.htm
Jacksonville, FL 32205
Office (904) 783-1224
Fax (904) 783-0621
Branch MGR: Don Hendrix
Voice Mail (800) 537-9434 ext.555391
Orlando Branch
Exide Corporation
3702 Silver Star Road
Orlando, FL 32808
Office (800) 883-7313
Fax (407) 296-9190
Branch MGR: Andrew Poteate
Voice Mail (800) 537-9434 ext.555839
Panama City Branch
Exide Corporation
1410 June Avenue
Panama City, FL 32401
Office (850) 763-4757
Fax (850) 785-2082
Branch MGR: John Hanford
Voice Mail (800) 537-9434 ext.555252
Pensacola Branch
Exide Corporation
4005 North Pace Road
Pensacola, FL 32505
Office (850) 432-0455
Fax (850) 438-7006
Branch MGR: John Hanford
Voice Mail (800) 537-9434 ext.555252
Tampa Branch
Exide Corporation
9702 Solar Drive
Tampa, FL 33619
Office (813) 628-8227
Fax (813) 628-8822
Branch MGR: Andrew Poteate
Voice Mail (800) 537-9434 ext.555839:.
West Palm Beach Branch
Exide Corporation
1205 Hill Avenue
West Palm Beach, FL 33407
Office (561) 844-4996
Fax (561) 8444991
Branch MGR: Darryl Miele
Voice Mail (800) 537-9434 ext.555339
98 - 994
2 of 2 8/7/98 1:53 PM
AWARDED UNDER
STATE OF FLORIDA CONTRACT NO.060-100-98-1
ITEM: Automotive Batteries
DEPARTMENT: GSA
TYPE OF PURCHASE: On a contract basis until June 14, 2001
REASON: Automotive batteries are used on all fleet vehicles
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO EXIDE CORPORATION, A NON-
MINORITY/NON-LOCAL VENDOR UNDER
EXISTING STATE OF FLORIDA CONTRACT NO.
060-100-98-1, BE APPROVED. FUNDS ARE
HEREBY ALLOCATED IN THE AMOUNT OF
$45,000.00 FROM ACCOUNT CODE NO.
509000.420901.6.702.
AwardUnderStateContracts