Loading...
HomeMy WebLinkAboutR-95-0747J-95-854 10/15/95 RESOLUTION NO. 9 5- 747 A RESOLUTION APPROVING THE PURCHASE OF AUTOMOTIVE PARTS AND ACCESSORIES FROM THE TWENTY-TWO VENDORS AWARDED BIDS UNDER EXISTING DADE COUNTY CONTRACT NO. 1070-2/96 FOR THE DEPARTMENT'S OF GENERAL SERVICES ADMINISTRATION/SOLID WASTE AND FIRE -RESCUE, FOR A PERIOD OF ONE YEAR, FOR AN ESTIMATED AMOUNT OF $1,000,000.00, WITH THE OPTION TO EXTEND SAID CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICE, TERMS AND CONDITIONS; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NUMBERS 420901- 702, 280701-702, 280601.-702.; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID ACQUISITION, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, it is necessary for the Departments of General Services Administration/Solid Waste and Fire -Rescue to secure a contract for automotive parts and accessories for City-wide usage under existing Dade County Contract No. 1070-2/96 for a one (1) year period with the option to extend for two (2) additional one (1) year periods, subject to the availability of funds; and WHEREAS, various municipalities and agencies have realized substantial savings utilizing the Dade County contract for the purchase of automotive parts and accessories; and WHEREAS, funds for said acquisition are available from Account Code Numbers 420901-702, 280701--702 and 280601-702; and CITY COD MISSION MEETING OF O C T 26 1.,15 Resolution No. 9 5 - 747 WHEREAS, the City Manager, the Assistant City Manager in charge of the Department of Fire -Rescue and the Chief of the Department of Fire -Rescue recommend the purchase of automotive parts and accessories front the twenty-two (22) vendors awarded bids under an existing Dade County contract for a proposed amount of $1,000,000.00, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The purchase of automotive parts and accessories from the twenty-two vendors awarded bids under existing Dade County Contract No. 1070-2/96 for the Departments of General Services Administration/Solid Waste and Fire -Rescue, .for a period of one year, for an estimated amount of $1,000,000.00, with the option to extend said contract for two (2) additional one (1) year periods, at the same price, terms and conditions, is hereby approved, with funds therefor hereby allocated from Account Code Numbers 420901-702, 280701-702, and 280601-702. -2- 95- 747 Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said acquisition, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 26th day of October 1995. STEPHEN P. CLA9K, MAYOR ATTEST; 7 � e ` ALTER J . FOYRAN CITY CLERK. - PREPARED AND APPROVED BY: L RAFAEL 0.'DIAZ DEPUTY CITY ATT EY APPROVED AS TO FORM AND CORRECTNESS: Q NN JC�NE III CIT ATTOPJ,N/E bss:W355 V 3 95- 747 CITY OF MIAMI FLORIDA INTER -OFFICE MEMORANDUM 45 TO Honorable Mayor and the Members DATE FILE of the City Commission SUBJECT Authorizing the purchase of Automotive Parts and Accessories under existing Dade County Bid No. 1070-2/96 FR0M Cesa REFERENCES City 0 r ENCLOSURES RECOMMENDATION It is respectfully recommended that the City Commission pass the attached resolution authorizing the purchase of automotive parts and accessories on a contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods from various vendors under an existing Dade County contract (Bid No. 1070-2/96), for an estimated amount of $1,000,000.00. for the Departments of General Services Administration and Fire Rescue. Funding is available from account code numbers 420901-702, 280701-702, 280601-702. B_ ACKGR UND Various municipalities and agencies have realized substantial savings utilizing the Dade County contract for the purchase of automotive parts and accessories. It is therefore recommended that award be made to various vendors under the Dade County contract at a total proposed cost $1,000,000.000 for one (1) year with the option to extend for two (2) additional one (1) year periods for the Departments of General Services Administration and Fire Rescue. Funds are available from account code numbers 420901-702, 280701-702, 280601-702 95-747 CITY OF 1,11AM1, FLORIDA INTER -OFFICE MEMORANDUM Manohar S. Surana DATE FILE TO Assistant City Manager Automotive Parts and Accessories SUBJECT Dade County Bid No. 1070-2/96 Funding Approval FROM Judy S. Carter REFERENCES Chief Procurement Officer ENCLOSURES This division is verifying budgetary appropriations to cover the cost of the subject bid in the amount of $1,000,000.00 for the Departments of General Services Administration and Solid Waste and Fire -Rescue. BUDGETARY REVIEW 8z APPROVED BY: Maridhar S. urana Assistant City Manager z 95- 747 .N BID NO.: 1070-2/96-1 CC�TRACT A.WAR'D S cET (Previous Bid No. 1070-2/96-OTR-CW) AUTOMOTIVE HARDWARE (PARTS & ACCESSORIES) & SPECIALIZED REPAIRS CONTRACT PERIOD: November 1, 1994 thru October 31, 1995 COMMODITY CODE: 60-00 OTR YEARS: Two (2. ) PART #1: VENDORS AWARDED VENDOR: Marc Industries Papco Auto Parts South, Inc. STREET: 7270 N.W. 43rd Street 80 W. Mowry Street CITY/STATE/ZIP: Miami,.FL 33166 Homestead, FL 33030 TERMS: Net loth Net 30 DELIVERY: As Needed As Needed PHONE: "' (305) 599-6272 (305) 248-9666 FAX: - (305) 599-.0687 (305) 248-9089 CONTACT: Clarence Sanders Buford Moore F.I.D. NO.: 650089099 592028023 VENDOR: Parts Depot Co. L.P. Tropical International Corp. STREET: 3400 N.W. 31st Street 3510 N.W. 60th Street CITY/STATE/ZIP: Miami, FL 33142 Miami, FL 33142 TERMS: Net 30 Days 2%-10 Days, Net 30 Days DELIVERY: As Needed. As Needed PHONE: (305) 633-6900 (305) 638-1845 FAX: (305) 635-4260 (305) 638-1522 :;'JNlr%--. Pete- C. Bassett Jose A. Garcia ;.�. r;-.. 65C.50525 591820682 VENDOR: Jac'r. Lyons Truck Parts, Inc. J & P Auto Electric, Inc. 84-22 N.W. 96th Street 555 N.W. 29th Street Me�i?y. FL 33166 Miami, FL 33127-3917 2C Days ,''eeded None As Needed 854-4222 (305) 573-4940. =:•t.: (305) 885-6168 (305) 573-7943 stick Lyons Albert Karpel 592551384 VENDOR: D&L Auto & Marine Supplies, Inc. S & H Distributors, Inc. STREET: 8571 N.W. 54th Street 7754 N.W. 54th Street CITY/STATE/ZI•P: Miami, FL 33166 Miami, FL 33166 TERMS: 1%-10 Days, Net 30 Days 2%-10 Days, Net 30 Days DELIVERY: As Needed As Needed PRQNE: (305) 593-0560 (305) 592-1747 FAX: (305) 593-0556 (305) 477-6833 CONTACT: E-leodoro E. Aquero Paul E. Sost F.I.D. NO.: 592033463 592517314 95- 747 CONTRACT AWARD SH H i BID NO. VENDOR: Sunshield Surveillance & Sound DBA FL Window Tinting & Auto.Ctr. Leo's Speedometer STREET: 336 West 21st Street 9090 N.W. South River Dr.,#19 CITY/STATE/ZIP: Hialeah, FL 33010 Miami, FL 33166 TERMS: 2b-20 Days, Net 30 Days 5%-15 Days, Net 16 Days DELIVERY: As Needed As Needed PHONE: (305) 885-6565 (305) 888-2385 FAX': (305) 885-0577 (305) 888-3586 CONTACT: Tomas Hernandez Eddie L. Merlos F,I,D. NO.: 650153669 592004920 VENDOR: Diesel Power & Injection Brake Srv. & Equip. -Co. Inc. STREET:. 7741 N.W. 53rd.Street 3235 N.W. 41st Street CITY/.STATE/ZIP: Miami, FL 33166 - Miami, FL 33142 TERMS: 10th Prox. Net 30 Day Net DELIVERY: As Needed As Needed PHONE: (305) 592-7070. (305) 635-6521 FAX: (305) 592-5936 (305) 635-4258 CONTACT: Jim Haas John B. Wilcosky F.I.D. NO.: 592139846 591609843 VENDOR: Transaxle of Florida, Inc. Truck Parts Specialists STREET: 19910 N.E. 15th Court 3061 N.W. 75th Avenue CITY/STATE/ZIP: North Miami, FL 33179 Miami, FL 33.138 TERMS: t&t 30 Net 30 DELIVERY: As Needed As Needed PHONE: (305) 651-0850• (305) 591-3200 FAX: (305) 653-8259 (305) 591-9239 ' CONTACT: Kim Manning Joseph Mucinski F.I.D. NO.: 650252262 731292734 VENDOR: --owes- Brake -:xchanae STRE_ : --_50 t;.k'. '3^ Street ERMS : ►•-. 3C DELIVER`: Needed PHONE: (395) 635-112G -AX: :nS) 638-83E: CONTA2- _.,. K.enneov .:.C. VENDOR: rivc-aul is Sale-. & Service, inc.` :TRrEi. -'?0 N.W. Sou` Rive- Drive S,TY'STA'- �. Miami FL 33;4� TERMS: 2ro-10 Days, Ne:. 30 Days DELIVERY: As Needed PHONE: (305) 633-4677 FAX: (305) 638-6284 CONTACT: Fred Orig F.I.D. NO.: 591692614 Page z .. 95 747 CONTRACT AWARD SHEET 9r-: VENDOR: Grainger Arrow Muffler Co., Inc. STREET: 2255 N.W. 89th Place 14545 N.W. 7th Avenue CITY/STATE/ZIP: Miami, FL 33172 Miami, FL 33168 TERMS: Net 30 Days 2%-15 Days, Net 30 Days. DELIVERY: As Needed As Needed PHONE: (305) 594-0587 (305) 688-0574 FAX: (305) 592-2751 N/A CONTACT: Joe Marty George M. De Jacomo F.I.D. NO.: 361150280 590841470 VENDOR: Genuine Parts Co. DBA NAPA Auto Parts GNB/Southern Battery of Miami STREET: 9250 N.W. 58th Street 3825 N.W. 135th Street CITY/STATE/ZIP: Miami, FL 33178 Opa-Locka, Fl 33054. TERMS: 2%-10 Days, Net 20 Days 2%-30 Days, Net 45 Days DELIVERY: As Needed - As Needed PHONE: (305) 599-0202 (305) 681-0303.' FAX: (305) 599-4876 (305) 681-1914 CONTACT: Eddi.e Mays Alex Luaces F.I.-D. NO.: 580254510 363182871 VENDOR: American Genuine Auto b' Truck Parts Inc. Metro Ford Inc. STREET: = 2777 N.W. 54th Street 9000 N.W. 7th Ave. CITY/STATE/ZIP,- Miami, FL 33142 Miami,.FL 33150 TERMS: Net 30 Days 2%-20th, Net 30 Days DELIVERY: As Needed As Needed PHONE: (305) 638-5020 (305) 751-5711 FAX: (305) 638-2052 (305)•757-4819 CONTACT: Justol Diaz Lombardo Perez F.1.L. ►:;.: 592027867 592300252 AWARDED Product Lines :.a-enouse Distributor (Largest Average Discount) Jobbers Discount ' Marc Industries 28.6% Z. P'apco Auto Parts South 13.3a ?. Parts Depot 12.1% t. 7ropica'1 International' 10.21.1 5. Jack Lyons Truck Parts 10.01V11 • Page •3 I 95-- 747 CONTRACT AWARD SHEET BID NO. 1070-2/96-1 B. Bumper Repairs: None C. Window Tinting Service 1. Sunshield Surveillance Included Included D. Vehicle Theft Alarms 1. Sunshield Surveillance Included Included E. Rebuilt Starters &•Charging Systems Labor Rate Discount 1. J & P Auto Electric Inc. $9:00 per hr. 55.6% .. 2. D & L Auto & Marine Supplies Inc. $15.00 per hr. 30.0%' PART #3: AWARD INFORMATION BCC AWARD DATE: 9/7/93 AGENDA ITEMS #: 6B1 ADDITIONAL ITEMS ALLOWED: 1. Purchase of other items listed based on price quotes. Z. Clarification: Item below pertains to related Automotive Hardware Parts only. Bid: #1&70-2/96-OTR-CW Item 23 - Miscellaneous Hardware According to Section 2.41 of Bid #1070-2/96-OTR-CW, Grainger offers as "Other items not listed", our current zataloc at 20% off of Jobber's price (each price) ey:eo'. items marked with a small black triangle (A) w^::- a-e offered at 10 off that same Jobber's orice. m ere are approximately 45,000 line items in the Grainger Catalog of which approximately 400 are at the lv"T iscourt; the balance are at a 20' discount 7Y YEAR CML:st ,.c^:p'y w Pi-odu::t Content forms. _,; „ l,:: 10C.00 -V EDIFIE,J VA.:U-. St,;A Page 4 95- 7,47 d CONTRACT AWARD SHEET BID NO. 1070-2/' OTR-CK PAGE 4 PART f2: ITEMS AWARDED (continued) Less Item 12 Specialized Automotive•& Truck Parts Supplies MSRP Discount 2A. Vehicle electrical, starting and charging system I. American Genuine Auto Truck Parts Inc. 60% 2. Papco 43.3% 3. J & P Auto Electric Inc. 42.:6% '. 4. D & L Auto & Miami Supply Inc. -30% - 3.B Vehicle Batteries 1. GNSJSouthern Battery (all mfg.) 65.0% ' 2. ..Genuine Parts (NAPA) NAPA Batteries 43.5% 3. American Genuine Auto Truck Parts Inc. �- All American & GNB 35.D% 4. Papco Delco 4.0 Vehicle General Electrical 1. American Genuine Auto Truck Parts Inc. 61.2% 2. S & H Distributors Inc. 54.1% 3. Papco 49.4% 4, Genuine Parts (NAPA) 48.1% 5.0 Vehicle Audio Electrical 1. American Genuine Auto Truck Parts Inc. 42.5% 2. Sunshield Surveillance 24.0% 6.E Vehicle Electrical Lighting 1. American Genuine Auto Truck Parts Inc. 59.0% 2. S & H Distributors Inc. 56.7% 3. Leo's Speedometer 50.0% 4. Papco 47.5% 7.F Vehicle Air Conditioning Parts 1. 'American Genuine Auto Truck Parts Inc. 60.0% 2. S & H Distributors Inc. 50.0% 3. Papco 47.5% 4. Genuine Parts (NAPA) ' 40.2% B.G Vehicle Fuel.Injection Parts 1. Genuine Parts (NAPA) 52.0% 2. American Genuine Auto Truck Parts Inc. 50.0% 3. Diesel Power & Injections 29.0% 4.. Leo's Speedometer 20.0% 747 ,ulN 1 nhN , mmmm, )nL: I BID NO. 1070-219 '-ITR-CW PAGE 5 PART 12: ITEMS AWARDED (continued) 9.H Vehicle Brake Parts 1'. S & H Distributors Inc. 2. American Genuine Auto Truck Parts Inc. 3. Brake Services & Equipment Co., Inc. 4. Papco 10.I Vehicle Automotive & Manual. Transmission Parts 1. Papco 2. Truck Parts Specialists 3. Genuine Parts (NAPA) 4. -. Transaxle _11A Vehicle lines for Air or Fluids 1. Genuine Parts (NAPA) 2. Power Brake Exchange 3. Brake Service & Equipment Co. Inc. C. Papco 12.K Vehicle Belts & Pulleys and related items 1. Genuine Parts (NAPA) -2. Papco 3. American Genuine Auto & Truck Parts Inc. 4. Leo's Speedometer 13.L Vehicle Bearings & Seals and related items 1. American Genuine Auto & Truck Parts Inc. 2. Brake Service & Equipment Co. Inc. 3. Papco 4. Genuine Parts (NAPA) 14.M Vehicle Hydraulic Pumps and PTO's 1. Marc Industries 2. Genuine Parts (NAPA) 3. Hydraulic Sales & Service Inc. 4. Transaxle of Florida Inc. 15.N Vehicle Suspension Components 1. Power Brakes 2. Genuine Parts (NAPA) 3. -American Genuine Auto & Truck Parts Inc. 4. Papco 55.0% 53.1% 49.1% 46.4% 52.5% 48.0% 47.7% 38.3% 53.6% 53.3% 50.0% 47.5% 57.1% 55.0% 50.0% 35.0% 60.0% 50.0% 48.8% 48.0% 37.6% 30.4% 28.8% 23.3% 55.0% 51.4% 50.0% 45.0% 95-r 747 BID N0. 1070-2; 96 ^TR-CW ' • PACE 6 • PART #2: ITEMS AWARDED (continued) 16.0 Vehicle Carburetors 1. Papco 50.0% 2. Genuine Parts (NAPA) 41.1% 3. American Genuine Auto & Truck Parts Inc. 40.0% 4. Metro Ford 35.0% 17.P Vehicle Gaskets'& Seals I. Papco 50.0% 2. American Genuine Auto & Truck Parts Inc. 50.0% 3. Genuine Parts.(NAPA) 40.4% 4. D & L Auto & Marine Supplies Inc. 30.0% 18.Q Police & Public Safety Related Items 1. Genuine Parts (NAPA) 38.7% 19.R Fire Related Materials -=1. Papco 50.0% 2. American Genuine Auto & Truck Parts Inc. 48.3% 3. Genuine parts (NAPA) 35.1% 20:S Chemicals & Fluids. 1. American Genuine Auto & Truck Parts Inc. 48.2% 2. Papco 41.7% 3. Genuine Parts (NAPA) 30.4% 4. D & L Auto & Marine Supplies Inc. 30.0% 21.T Automotive Emissions :. Papco 52.5% .2. Genuine Parts (NAPA) 51.9% 3. American Genuine Auto & Truck Parts Inc. 50.0% 22.0 Automotive Refinishing Supplies 1. S & H Distributors Inc. 48.3% 2. Genuine Parts (NAPA) 35.9% 3. American Genuine Auto & Truck Parts Inc. 35.0% 4. Papco 25.0% 23.V Miscellaneous.Hardware (a.11 other automotive hardware items) 1. S. & H. Distributors Inc. 58.3% 2. Papco 48.1% 3. Grainger '' 4Q. 6% 4. Genuine Parts 40.2% 5. American Genuine Auto & Truck Parts Inc. 35.3% 6. Diesel Power & Injections• 24.3% # Includes the Grainger Catalogue as offered. 95- 747 1 CONTRACT AWARD "-BEET : 6ID No. 24. Specialized Repairs A. Muffler & Exhaust Systems Labor Rate Avg. Discount 1. Arrow Muffler Co. Inc. $24.00 per hr. 30ro off MSRP 2. Jack Lyons Truck Parts Inc. $30.00 per hr. 20' off MSRP ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: RECOMMENDATION: AWARD SHEET METRO-DADE COUNTY NUMBER 1070-2/96 Automotive Parts and Accessories Fire and General Services Administration Contract for one (1) year with the option to extend for one (1) additional year. To provide the City with automotive parts and accessories on an as needed basis. It is recommended that the award be made to Marc Industries, (nm/dc), Parts Depot (nm/1), jack Lyons Truck Parts, Inc. (nm/dc), Papco Auto Parts South, Inc. (nm/dc) Tropical International Corp. (I1/dc), )8t P Auto Electric, Inc. (nm/1), S 8L H Distributors, Inc. (nm/dc), Sunshield Surveillance 81 Sound (h/dc), Diesel Power 8t Injection (nm/dc), Transaxle of Florida, Inc. (nm/dc), Power Brake Exchange (nm/1), Hydraulic Sales 8t Service, Inc. (nm/dc), Leo's Speedometer (nm/dc), Brake Service 8t Equipment Company, Inc. (nm/1), Truck Parts Specialist (nm/dc), Grainger (nm/dc), Genuine Parts Company (nm/dc), American Genuine Auto 8t Truck Parts, Inc. (nm/dc), Metro Ford, Inc. (h/dc), GNB/ Southern Battery of Miami (nm/dc), Arrow Muffler, Inc. (nm/dc) for a proposed annual cost $1,000,000.00. k VChief Pr ur fflcer ate 95- 747