Loading...
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