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