Loading...
HomeMy WebLinkAboutSpecial ConditionsMIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL CONDITIONS Automatic Transmission Exchange, Overhaul and Repair Services 2.1 PURPOSE: The purpose of this Invitation to Bid is to establish a contract for the purchase of automatic transmission exchange, overhaul and repair services for Miami -Dade County, on an as -needed, when -needed basis. 2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER THAN $50,000 (Bid Preference) A Small Business Enterprise (SBE) bid preference applies to this solicitation. A 10% percent bid preference shall apply to contracts $1 million or less and 5% percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must be certified by the Department of Business Development (DBD) for the type of goods and/or services the Enterprise provides in accordance with the applicable Commodity Code(s) for this solicitation. For certification information, contact the Department of Business Development at 305-375-3111 or access www.miamidade.gov/dbd. The SBE/Micro Business Enterprise must be certified by bid submission deadline, at contract award and for the duration of the contract to remain eligible for the preference. 2.3 PRE -BID CONFERENCE: Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE (12) MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Department of Procurement Management, Purchasing Division; and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the twelve month period. 2.5 OPTION TO RENEW FOR (5) ADDITIONAL YEARS (Maintain Same Discounts) Miami -Dade County shall have the option to renew this contract for an additional five (5) years on a year-to-year basis provided the vendor will maintain the original contract discount(s) from manufacturer's published price list(s). Continuation of the contract beyond the initial period is a County prerogative, and not a right of the bidder. This prerogative may be exercised only when such continuation is clearly in the best interest of the County. Should the vendor decline the County's right to exercise the option period, the County will consider the vendor in default which decision shall affect that vendor's eligibility for future contracts. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL CONDITIONS NOTE: IF MULTIPLE VENDORS ARE INVOLVED UNDER A GIVEN CONTRACT, ANY OPTIONS TO RENEW WILL BE RESTRICTED TO THE SPECIFIC ITEMS OF WORK INITIALLY AWARDED TO ANY SPECIFIC VENDOR. 2.6 METHOD OF AWARD: TO TWO (2) VENDORS, ON A GROUP -BY -GROUP BASIS In order to accommodate the unique needs of Miami -Dade County departments, award of this contract will be made in accordance with the following criteria: GROUP #1 — CARS, VANS AND TRUCKS UP TO 26,000 GVWR METHOD OF AWARD: TO TWO (2) LOWEST PRICED BIDDERS, IN THE AGGREGATE Award of this contract will be made to the two (2) responsive, responsible vendor(s) who offers the lowest prices, in the aggregate (Item A + Item B). Accordingly, the vendor(s) must be a certified warranty repair facility for Ford, Dodge and GMC, and shall submit the Original Equipment Manufacturer's (OEM) price lists with the initial offer, or as requested by the County, in order to be considered eligible for award. These price lists must be common to, and accepted by, the industry in general. If more than one vendor is awarded this contract, as stipulated in the first paragraph of this section, the vendor who offers the lowest labor rate as calculated and highest parts discounts shall be designated as the primary vendors in each category. GROUP #2 — TRUCKS AND MOBILE EQUIPMENT 26,001 GVWR AND OVER METHOD OF AWARD: TO TWO (2) LOWEST PRICED BIDDERS, IN THE AGGREGATE Award of this contract will be made to the two (2) responsive, responsible vendor(s) who offers the lowest prices, in the aggregate (Item C + Item D). Accordingly, the vendor(s) must be a certified warranty repair facility for Allison Transmissions and shall submit the Original Equipment Manufacturer's (OEM) price lists with the initial offer, or as requested by the County, in order to be considered eligible for award. These price lists must be common to, and accepted by, the industry in general. If more than one vendor is awarded this contract, as stipulated in the first paragraph of this section, the vendor who offers the lowest labor rate as calculated and highest parts discounts shall be designated as the primary vendors in each category. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL CONDITIONS 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the vendor is awarded a contract under this solicitation, the prices proposed by the vendor shall remain fixed and firm during the term of contract. 2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY EQUIPMENT: Intentionally Omitted 2.9 EQUAL PRODUCT: Intentionally Omitted 2.10 LIQUIDATED DAMAGES: Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE (2) - TOWING AND AUTOMOTIVE REPAIR SERVICES Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities .from ,any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The vendor shall furnish to the Vendor Assistance Section, Department of Procurement Management, Bids and Contracts Division, 111 NW 1st Street, Suite 1300, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Garage Liability Insurance including Garage Keepers Legal Liability in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL OND1].19. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. NOTE: MIAMI-DADE COUNTY SOLICITATION NUMBER AND TITLE OF SOLICITATION MUST APPEAR ON EACH CERTIFICATE. CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1sT STREET SUITE 2340 MIAMI, FL 33128 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Issuance of a purchase order is contingent upon the receipt of the insurance documents within fifteen (15) calendar days after Board of County Commission approval. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this solicitation, the vendor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the County. If the vendor fails to submit the required insurance documents in the manner prescribed in this solicitation within twenty (20) calendar days after Board of Commission approval, the vendor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the vendor may be prohibited from submitting future Proposal to the County in accordance with Section 1.6 of this solicitation. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL CONDITIONS The vendor shall be responsible for assuring that the insurance certificate required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option years that may be granted to the vendor in accordance with Section 2.5 of this solicitation. If insurance certificates are scheduled to expire during the contractual period, the vendor shall be responsible for submitting new or renewed insurance certificates to the County at a minimum of thirty (30) calendar days in advance of such expiration. In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the County shall suspend the contract until such time as the new or renewed certificates are received by the County in the manner prescribed in the solicitation; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendars days, the County may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the vendor in accordance with Section 1.0, paragraph 1.10B of this solicitation. NOTE: VENDORS SUPPLYING PARTS ONLY ARE EXEMPT FROM THE INSURANCE REQUIREMENTS Department of Procurement Management Purchasing Division 111 NW 1st Street, Suite 1300 Miami, Florida 33128-1989 2.12 BID l ?.1.ARANTl : Intentionally Omitted 2.13 PERFORMANCE BOND: Intentionally Omitted 2.14 CERTIFICATIONS: Intentionally Omitted 2.15 METHOD OF PAYMENT: MONTHLY INVOICES AND ITEMIZED INVOICES FOR EMERGENCY WORK The successful Bidder(s) shall submit monthly invoices which reflect the basic information set forth below by the tenth (10) calendar day of each month. These invoices shall be submitted to the County user department(s) that requested the service through a purchase order. The invoices shall reflect standard service specified in the contract and provided to the County in the prior month. In addition, the successful Bidder shall submit a separate invoice to the County department that has requested emergency service not specified in the contract. The date of the invoice shall not exceed thirty (30) calendar days from the completion of the emergency service. The invoice for emergency service shall itemize all costs of labor and materials. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 P_ C1AL CONDITIONS All invoices shall contain the following basic information: I. Vendor Information: The name of the business organization as specified on the contract between Miami -Dade County and vendor Date of invoice Invoice number Vendor's Federal Identification Number on file with Miami -Dade County II. County Information: • Miami -Dade County Release Purchase Order or Small Purchase Order Number III. Pricing Information: Unit price of the goods, services or property provided Extended total price of the goods, services or. property Applicable discounts IV. Goods or Services Provided perContract: Description Quantity V. Delivery Information: Delivery terms set forth within the Miami -Dade County Release Purchase Order Location and date of delivery of goods, services or property VI. Failure to Comply: Failure to submit invoices in the prescribed manner will delay payment. 2.16 SHIPPING TERMS: Intentionally Omitted 2.17 DELIVERY REQUIREMENTS: Intentionally Omitted 2.18 BACK ORDER ALLOWANCE: Intentionally Omitted MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL CONDITIONS 2.19 WARRANTY REQUIREMENTS: Intentionally Omitted 2.20 CONTACT PERSONS: For any additional information regarding the terms and conditions of this solicitation and resultant contract, Contact: Pablo Martinez, at (305) 375-2102 or email — mpablo mpablo@miamidade.gov. 2.21 COUNTY USER ACCESS PROGRAM (UAP) User Access Fee Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this contract is subject to a user access fee under the County User Access Program (UAP) in the amount of two percent (2%). All sales resulting from this contract, or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein, are subject to the two percent (2%) ! TAP. This fee applies to all contract usage whether by County . Departments or by any other governmental, quasi - governmental or not -for -profit entity. The vendor providing goods or services under this contract shall invoice the contract price and shall accept as payment thereof the contract price less the 2% UAP as full and complete payment for the goods and/or services specified on the invoice. The County shall retain the 2% UAP for use by the County to help defray the cost of the procurement program. Vendor participation in this invoice reduction portion of the UAP is mandatory. Joint Purchase Only those entities that have been approved by the County for participation in the County's Joint Purchase and Entity Revenue Sharing Agreement are eligible to utilize or receive Miami -Dade County contract pricing and terms and conditions. The County will provide to approved entities a UAP Participant Validation Number. The vendor must obtain the participation number from the entity prior to filling any order placed pursuant to this section. Vendor participation in this joint purchase portion of the UAP, however, is voluntary. The vendor shall notify the ordering entity, in writing, within 3 work days of receipt of an order, of a decision to decline the order. For all ordering entities located outside the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized by a representative of the ordering entity prior to shipping the goods. Miami -Dade County shall have no liability to the vendor for the cost of any purchase made by an ordering entity under the UAP and shall not be deemed to be a party thereto. All orders shall be placed directly by the ordering entity with the vendor and shall be paid by the ordering entity less the 2% UAP. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 Vendor Compliance If a vendor fails to comply with this section, that vendor may be considered in default by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract solicitation and the resulting contract. 2.22 DEFICIENCIES IN WORK TO BE CORRECTED BY THE VENDOR The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract documents regardless of project completion status. All corrections shall be made within five (5) calendar days after such rejected defects, deficiencies, and/or non -conformances are verbally reported to the vendor by the County's project administrator, who may confirm all such verbal reports in writing. The vendor shall bear all costs of correcting such rejected work. If the vendor fails to correct the work within the period specified, the County may, at its discretion, notify the vendor; inwriting, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within five (5) calendar days of receipt of the notice. If the vendor fails to correct the work within the period specified in the notice, the County shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs; either through a deduction from the final payment owed to the vendor or through invoicing. the.•vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. 2.23 PURCHASE OF OTHER ITEMS NOT LISTED WITHIN THIS SOLICITATION BASED ON PRICE QUOTES: While the County has listed all major items within this solicitation which are utilized by County departments in conjunction with their operations, there may be similar items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the similar items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these similar items to the primary contract vendor, another contract vendor based on the lowest price quoted, or to acquire the items through a separate solicitation. 2.25 SERVICE FACILITIES SHALL BE PROVIDED BY BIDDER IN MIAMI-DADE OR BROWARD COUNTY Bids will only be accepted from bidders which have service facilities located in Miami - Dade or Broward County which can provide parts and repairs. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 2 SPECIAL CONDITIONS 2.26 COMPETENCY OF VENDORS The County may elect to conduct a pre -award inspection of the vendor's facility during the offer evaluation process. Offers will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation, and who can produce evidence that they have an established satisfactory record of performance for a reasonable period of time. Vendors must demonstrate that they have sufficient financial support, equipment and organization to ensure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company, in line with the best business practices in the industry and as determined by the proper authorities of Miami -Dade County. The County reserves the right, before awarding the contract, to require a vendor to submit such evidence of its qualifications as it may deem. necessary. The County may consider any evidence available to it of the financial, _technical and other qualifications and abilities of any vendor responding hereunder, including past performance with the County, in determining vendor responsibility for the purposes of selecting a vendor for contract award. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 3 TECHNICAL SPECIFICATIONS Automatic Transmission Exchange, Overhaul and Repair Services 3.1 GENERAL REQUIREMENTS: All work performed must be in accordance with the transmission manufacturers' recommendations and be made using only Original Equipment Manufacturer (OEM) parts. All rebuilt units furnished must have been done in accordance with the transmission manufacturers' recommendations and using only OEM parts throughout. All labor work performed under this contract will be performed within the number of hours of labor time specified by that OEM manufacturers' guide and the bidder must be certified by the manufacturer to perform repair work on all lines bid. All manufacturers' recommended tests and procedures shall be followed, specifically including dyno-testing prior to reinstallation. All bidders shall have all recommended manufacturers' tools and equipment at their location to perform all required work and testing. 3.2 PRICING: Submit your pricing as requested below for the light automotive group (cars, vans and pickups up to and including one and 1/2 ton capacity), the medium duty vehicle group and heavy-duty vehicle group (over one and '1/2 ton capacity to 80,000 lbs: GVWR). Should new models (not listed herein) require service during the life of this contract they may be added to the award of the successful bidder(s) provided the pricing offered is consistent with that awarded. Group #1: CARS, VANS AND TRUCKS UP TO 26,000 GVWR A. Furnish your discount from posted shop labor rates and the resulting currently offered labor price to the County by group bid. Vendor(s) shall provide documentation showing they are a certified warranty repair facility for Ford, Dodge and GMC. B. Furnish your discount from OEM / MSRP parts pricing by group bid.. The vendor(s) shall provide its OEM price lists with the initial offer, in order to be considered eligible for award. These price lists must be common to, and accepted by, the industry in general. Group #2: TRUCKS AND MOBILE EQUIPMENT 26,001 GVWR AND OVER C. Furnish your discount from posted shop labor rates and the resulting currently offered labor price to the County by group bid. Vendor(s) shall provide documentation showing they are a certified warranty repair facility for Allison Transmissions. D. Furnish your discount from OEM / MSRP parts pricing by group bid. The vendor(s) shall provide its OEM price lists with the initial offer, in order to be considered eligible for award. These price lists must be common to, and accepted by, the industry in general. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 3 ALS E.�� ►� 3.3 WARRANTY: All parts, labor, exchange and rebuilt shall carry a 100%, one-year or 12,000 miles or 2,000 operating hour warranty (whichever comes first). 3.4 QUOTE, SPOT AND ADDITIONAL WORK: All other, spot or additional work required will be quoted separately and approved by the Shop Supervisor assigning the work, prior to being done. Examples of such work are repairs other than those requiring an exchange or transmission rebuild, additional labor required to remove or refit transmissions due to special installations, guards or other non- standard factors or other work or applications judged reasonable by the Shop Supervisor. Quote, spot and additional work will be performed in accordance with the terms and conditions of this contract at the discounted hourly labor rate and parts pricing offered. Light Equip . nt,Operatiol Shop Supv./ Asst. Facility Supv. Sere. M xr. Loug Address 6100 SW 87t" AVE:,., 33173 Phone # 305-274-716°°3' Fax # 305-595-8835 Shop # Light Equipment Administr<.tive Office gKolb, Luis Duarte, Asst. 703 NW 25 Street 305-638-5671 305-638-5674 010 Bob Julien, Analyst Vicente Paredes 8801 NW 58'" Street 305-468-2518 305-638 6U71 305-468-2552 305-638-5790 _ Shop 1 Main (151 Shill) F.S. " 703 NW 25 Street, 33127 Asst. Fac. Supv, �..__ Dame! Irving Asst. Fac. Supv, VicKaimrajh As t. Fac. Supv. (2nd Shift) Ramon`Go,zueta Downtown Motor Pool, F'. S. Jose Martinez 201 NW 1" Street, 33128 305-375-4053 305-375-3650 015 Assitant Facility Supervisor Joseph, Thomas Anderson Police hldgtrs (ls' Shift) F. S. Robert Tice 9109 NW 25"' Street, 33172 10740 SW 211th Street, 33189 5975 Miami Lakes Drive, 33014 305-471-2930 305-251-3125 305-557-9844 305-593-8867 305-232-2434 305-828-1405 018 011 016 (2"d Shift) Asst. Fac. Supv, South Dade Gov't Center (1" Shift) F.S. Jonathan Miller Douglas Collins (2"d Shift) Asst. Fac. Supv. Station 1 Assistant Facility Supervisor 1"imothy Phillips John Gonzales Station 2, Assistant Facility Supervisor Station 5, Assistant Facility Supervisor Jesse Range l Alfonso Bradley Jesse Range! Alfonso Bradley John Gonzales 2950 NW 83`d Street, 33147 7707 SW 117''' Avenue, 33173 15665 Biscayne Blvd., 33160 305-691-3134 305-271-5342 305-947-4429 305-694-8672 305-275-8901 305-948-9923 014 013 012 Station 6, Assistant Facility Supervisor Station 8, Assistant Facility Supervisor Station 9, Assistant Facility Supervisor 10000 SW 142"d Avenue, 33186 18802 NW 271" Avenue, 33056 305-383 6820 305-627-7180 305-382-1445 305-623-6525 017 019 Shop 2 Auto- (1" Shift) Fac. Supv. Jeffrey Murray 6100 SW 871" Avenue, 33173 8801 NW 58'" Street, 33178 305-273-4127 305-271-9531 024 03 (Split Shift) Asst. Fac. Supv. Dahlia Delarivalinares (2"d Shift) Asst. 1 ac. Supv. �` Shop 3-Auto—( I Shift) Asst. Fac. Supv. Timothy Phillips William Harden 305-470-1787 305-4062978 Shop 3C and 3 Auto (2"d Shift) Asst. F. S. OATFR New Car (,et Ready, OCI.. as Facility Supv Jesus Rodriguez 7 B A. William Thommes 8801 NW 58'" Street 33178 703 NW 2Street, 33127 2100 NW 41' Street, 33142 305-477-1008 305-499-5466 038 305 638 6071 305-633-7678 305-638-5790 305-634-0490 04U BID NO.:2686-503-OTR SECTION 3 TECHNICAL SPECIFICATIONS Heavy Equi ment Operation Shop Heavy Equipment Administrative Office 8u _Ronald Kl6nup'9urMgr. _ NestorSuarez, awiomn� Kenneth Rowland Neil 8801wv/58*Stnot�33178 .^ 6|0U�Yu87 A,cnuc,}]|7} 880lY«\�j8�9��n�33\7V ,^ 18701mG6 Avenue, ]3|79 79O0S��lO�hAxouuc,33l7] 305-418-2727 3O5'27}4|Z5 Fax 305-591-8042 305'2704912 305470'1613 305'770'3142 305'273'7418 Shop# 020 030 031 032 _ Shop 2-Tmck Fu6Ny8vp'nisvr ` 305'2734126 305'591-9515 Shop ' Main (rShift) F. S. Asst. Ro�Svpv - � _ bDiryK8�m -- 305'591'8132 305'591-8134 -- -------' Asst. FvcS"pv. -- Johnnie Home Asst. Fao 9 2"'9hi0 � � Shop }A-�n�hcoxt(i"`Shib)��c 8upv. Luis Garcia Dpu�|x���cphun 305'652'0764 — -- - 2"uS|i� i Facility Supervisor Shop 3B-Southwest (|" Shift) Fxc.5"pv. J Johnson Todd Young 305'279'5050 (2"'Shift)Aoximun/Pu�i|i�Supervisor /oxeBustv 305-279~5V51 - ' _ 305'270'2967 (2"" Shifl) Assistant Facility Sup,�rvisor Jesus Rodriguez Floater, Facility Supervisor Manuel Simone 12 MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW 1s1 Street 17'h Floor, Suite 202 Miami, Florida 33128-1983 MIAMI• OPENING: 2:00 P.M. WEDNESDAY JANUARY 10, 2007 BID NO.: 2616-5/13-OTR INVITATION TO BID SECTION 4 BID SUBMITTAL FORM PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN MIAMI-DADE COUNTY, FLORIDA NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon request. Issued by: 920 DPM Date Issued: 12/21/06 This Bid Submittal Consists of Purchasing Division Pages 13 through 17 Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying'Bid Submittal. Such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid Submittal, will be received at the office of DPM, Purchasing Division, Vendor Assistance section at the address shown above until the above stated time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid Submittal Requirement. AUTOMATIC TRANSMISSION EXCHANGE, OVERHAUL AND •' REPAIR SERVICES FOR MIAMI-DADE COUNTY A Bid Deposit in the amount of N/A of the total amount of the hid shall accompany all bids A Performance Bond in the amount of N/A of the total amount of the bid will be required upon exe--ution of the contract by the successful bidder and Miami -Dade County DO NOT WRITE IN THIS SPACE ACCEPTED HIGHER THAN LOW NON -RESPONSIVE NON -RESPONSIBLE DATE B.C.C. NO BID ITEM NOS. ACCEPTED COMMODITY CODE: 060-94, 928-85 Sr. Procurement Contracting Agent Pablo Martinez FIRM NAME: RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES ONLY FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 17 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 17 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR BID SUBMITTAL FOR: AUTOMATIC TRANSMISSION EXCHANGE, OVERHAUL AND REPAIR SERVICES FOR MIAMI-DADE COUNTY FIRM NAME: GROUP #1 - CARS, VANS AND TRUCKS UP TO 26,000 GVWR In accordance with Section 1, Paragraph 1.8, entitled "Estimated Quantities", please note the following: Estimated quantities or dollars are for Bidder's guidance only: (a) estimates are based or the County's anticipated needs and/or usage during a previous contract period and; (b) the County may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-profit entities utilizing this contract under the Joint Purchase portion of the County User Access Program (UAP) described at Section 2.21 of this contract solicitation and the resulting contract, if that section is present in this solicitation document. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The County is not obligated to place any order for a given amount subsequent to the award of this Bid Solicitation. Estimates are based on the County's actual needs and/or usage during a previous contract period. The majority of Miami -Dade County's light equipment fleet consists of cars, vans and trucks, which are rated at 10,500 GVWR and under. A. , Indicate the actual Posted Shop Labor Rate • $ /Hourly Percentage Discount from the Posted Shop Labor Rates. Discounted Hourly Shop Labor Rate. $ % Discount /Hourly 3,800 Hours Multiply the Discounted Hourly Shop Labor Rate by $ Estimated labor the estimated number of labor hours for one-year. TOTAL FOR ITEM A hours for a one- year period. AND B. Percentage Discount off the O.E.M. / MSRP List* for parts, shall be. % Discount Miami -Dade County estimates that it will purchase a total amount of $300,000 in parts, over a one-year period. The following Formula will be used to calculate the total for Item B. $ 300,000 X Estimated Amount % Discount off Amount discounted from For Parts for one year MSRP List Price the estimated amount for Parts for one year $ 300,000 $ Estimated Amount Amount discounted from For Parts for one year the estimated amount for Parts for one year TOTAL FOR ITEM B TOTAL FOR GROUP #1 (Add the Total for Item "A" and "B") $ 14 MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR BID SUBMITTAL FOR: AUTOMATIC TRANSMISSION EXCHANGE, OVERHAUL AND REPAIR SERVICES FOR MIAMI-DADE COUNTY FIRM NAME: GROUP #2 TRUCKS AND MOBILE EQUIPMENT 26,001 GVWR AND OVER In accordance with Section 1, Paragraph 1.8, entitled, "Estimated Quantities", please note the following: Estimated quantities or dollars are for Bidder's guidance only: (a) estimates are based or the County's anticipated needs and/or usage during a previous contract period and; (b) the County may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-profit entities utilizing this contract under the Joint Purchase portion of the County User Access Program (UAP) described at Section 2.21 of this contract solicitation and the resulting contract, if that section is present in this solicitation document. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The County is not obligated to place any order for a given amount subsequent to the award of this Bid Solicitation. Estimates are based on the County's actual needs and/or usage during a previous contract period. C. Indicate the actual Posted Shop Labor Rate $ /Hourly D. Percentage Discount from the Posted Shop Labor Rates. Discounted Hourly Shop Labor Rate. % Discount $ /Hourly 1,400 Hours Multiply the Discounted Hourly Shop Labor Rate by $ Estimated labor the estimated number of labor hours for one-year. TOTAL FOR ITEM C hours for a one- year period. AND Percentage Discount off the O.E.M. / MSRP List* for parts, shall be. % Discount Miami -Dade County estimates that it will purchase a total amount of $270,000 in parts, over a one-year period. The following Formula will be used to calculate the total for Item D. $ 270,000 X % = $ Estimated Amount % Discount off For Parts for one year MSRP List Price $ 270,000 Estimated Amount For Parts for one year $ Amount discounted from the estimated amount for Parts for one year Amount discounted from the estimated amount for Parts for one year TOTAL FOR ITEM D TOTAL FOR GROUP #2 (Add the Total for Item "C" and "D") $ * NOTE: In accordance with Section 2, Paragraph 2.6, vendors must submit the Original Equipment Manufacturer's (OEM) Price Lists with the initial offer, or as requested by the County, in order to be considered eligible for award. These price lists must be common to, and accepted by, the industry in general. MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR SECTION 4 BID SUBMITTAL FOR: AUTOMATIC TRANSMISSION EXCHANGE, OVERHAUL AND REPAIR SERVICES FOR MIAMI-DADE COUNTY ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES PART I: LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH THIS BID Addendum #1, Dated Addendum #2, Dated Addendum #3, Dated Addendum #4, Dated Addendum #5, Dated Addendum #6, Dated Addendum #7, Dated Addendum #8, Dated PART II: ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: MIAMI-DADE COUNTY BID NO.: 2616-5/13-OTR MIAM I-DiADE Cyr BID SUBMITTAL FORM Bid Title: AUTOMATIC TRANSMISSION EXCHANGE, OVERHAUL AND REPAIR SERVICES FOR MIAMI-DADE COUNTY By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County. including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation. In accordance with Sec. 2-1 I.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor. The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award. Pursuant to Section 2-8.6, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. 0 Place a check mark here to affirm compliance with this disclosure requirement. COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program • . For the County's information, the bidder is requested to indicate, at 'A' and 'B' below, its general interest in participating in the Joint Purchase Program of the County User Access Program (UAP) described in Section 2.2! of this contract solistation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the LIAP-is voluntar Y; and. the bidder's expression of general interest at 'A' and 'B' below is for the County's information only and shall not be binding on the bidder. A. If awarded this County contract, would you he interest in participating -in the Joint Purchase portion of the UAP with respect to other governmental, quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County? Yes No And B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other govemmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County? Yes No LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is 0, or is not 0, a local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County in accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference. Firm Name: Street Address: Mailing Address (if different): Telephone No. Email Address: Fax No. FEIN No. / - / / / / / / Prompt Payment Terms: % days net days (Please see paragraph 1.2 H of General Terms and Conditions) Signature: (Signature of authorized agent) *"By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract" Print Name: Title: Failure to sign this page shall render your Bid non -responsive. 17