Loading...
HomeMy WebLinkAboutINVITATION TO BIDBID NO.: 5380-6/14-OTR OPENING: 2:00 P.M. WEDNESDAY AUGUST 1, 2007 MIAMI-D ADE COUNTY, FLORIDA INVITATION TO BID TITLE: Mobile Equipment Manufacturer (OEM) Replacement Parts & Service, for Miami -Dade County THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: N/A CATALOGUE AND LISTS: N/A CERTIFICATE OF COMPETENCY: N/A EQUIPMENT LIST• N/A EXPEDITED PURCHASING PROGRAM (EPP) N/A INDEMNIFICATION/INSURANCE• See Section 2, Paragraph 2.11 LIVING WAGE: N/A PRE -BID CONFERENCE/WALK-THRU• N/A SMALL BUSINESS ENTERPRISE MEASURE. See Section 2 Paragraph 2.2 SAMPLES/INFORMATION SHEETS: N/A SECTION 3 - MDHA: N/A SITE VISIT/AFFIDAVTT.' N/A USER ACCESS PROGRAM: See Section 2.0, Paragraph 2.21. WRITTEN WARRANTY: N/A FOR INFORMATION CONTACT: Pablo Martinez, CPPB at 305-375-2102, or at mpablo@miamidade.gov IMPORTANT NOTICE TO BIDDERS: N/A MIAMI-DADE COUNTY DEPARTMENT OF PROCUREMENT MANAGEMENT PURCHASING DIVISION FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 47 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 47 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE MIAMI•DADE MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID Bid Number: 5380-6/14-OTR Title: Mobile Equipment Manufacturer (OEM) Replacement Parts & Service, for Miami -Dade County Sr. Procurement Contracting Agent: Pablo Martinez, CPPB Bids will be accepted until 2:00 p.m. on Wednesday, August 1, 2007. Bids will be publicly opened. The County provides equal access and does not discriminate on the basis .of disability in its programs or services. It is our policy to make all communication available to the public, including those who may be visually or hearing impaired. If you require information in a non-traditional format please call 305-375-5278. Instructions: Each Bid submitted to the Department of Procurement Management shall have the following information clearly marked on the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope shall be an original and two copies of the Bid Submittal, plus attachments if applicable. Additionally, bidders are requested to provide a copy of the excel file on CD or diskette with Bid Package. The File` to be completed may be downloaded. at http://services.miamidade.gov/DPIWSolicitationList.aspx. Failure to comply with this requirement may result in your Bid not being considered for award. All Bids must be submitted in a sealed envelope or container and will be opened promptly at the time indicated in this solicitation document. Any Bid received after the first Bid has been opened will be returned to the Bidder unopened. The County does not accept responsibility for delays, natural or otherwise. NOTICE TO ALL BIDDERS: e FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON -RESPONSIVE. THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION MIAMI-DADE COUNTY BID NO.: 5380-6/14-OTR SECTION 1 GENERAL TERMS AND CONDITIONS 11. DEFINITIONS Bid - shall refer to any offer(s) submitted in response to this solicitation. Bidder - shall refer to anyone submitting a Bid in response to this solicitation. Bid Solicitaion - shall mean this solicitation documentation, including any and all addenda. Bid Submittal Form - defines the requirement of items to be purchased, and must be completed and submitted with Bid. The Bidder should indicate its name in the appropriate space on each page. County - shall refer to Miami -Dade County, Florida DPM - shall refer to Miami -Dade County's Department of Procurement Management, Purchasing Division. Enrolled Vendor - EFFECTIVE JULY 8, 2002, shall refer to a firm that has completed the necessary documentation in order to receive Bid notifications from the County, but has not yet registered. Registered Vendor- shall refer to a finn that has completed the Miami - Dade County Business Entity Registration Application and has satisfied all requirements to enter in to business agreements with the County. For additional information about on-line vendor enrollment or vendor registration contact the Vendor Assistance Unit at 111 N.W. 1' Street, 13th Floor Miami, FL 33128, Phone 305-375-5773. EFFECTIVE JULY 1, 2002, vendors will be able to enroll and register online by visiting our web site at bttnatmiamidade.eov and dick on `Business". 12. INSTRUCTIONS TO BIDDERS A. Bidder Qualification It is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the Bid Solicitation are encouraged to submit Bids. Vendors may enroll with the County to be included on a mailing list for selected categories of goods and services. To be eligible for award of a contract (including small purchase orders), Bidders must complete a "Miami -Dade County Business Entity Registration Application". Only Registered Vendors can be awarded County contracts. Vendors are encouraged to register with the County anytime by contacting the Vendor Information Center at 305-375-5287. The County endeavors to obtain the participation of all qualified minority and disadvantaged business enterprises. For information and to apply for certification, contact the Department of Business Development, at 111 N.W. 1 Street, 19a Floor, Miami, FL 33128-1844, or telephone at 305- 375-3111. County employees wishing to do business with the County arc referred to Section 2-11.1(d) of the Miami -Dade County Code. B. Vendor Registration To be recommended for award the County requires that vendors complete . a Miami -Dade County Business Entity Registration Application with all required disclosure affidavits. The Miami -Dade County Business Entity Registration Application must be returned to the Department of Procurement Management (DPM), Purchasing Division within Fourteen (14) days of notification of the intent to recommend for award.. In the event the Miami -Dade County Business Entity Registration Application is not properly completed and returned within the specified time, the County may award to next lowest responsive Bidder. The Bidder is responsible for obtaining the Miami -Dade County Business Entity Registration Application and all affidavits by downloading from DPM's website at bttn://miamidade.eov and click on "Business" or from the Vendor Assistance Unit at 111 N.W. I° Street, Miami, FL. In becoming a Registered Vendor with Miami -Dade County, the vendor confines its knowledge of and commitment to comply with The following: 1. Disclosure of Employment - pursuant to Section 2-8.1(d) of the County Code. 2. Disclosure of Ownership Affidavit - pursuant to Section 2-8.1(d) of the County Code. 3. Drug -Free Affidavit - pursuant to Section 2-8.12(b) of the County Code. 4. W-9 and 8109 Fomns - The vendor must furnish these forts as required by the Internal Revenue Service. 5. Social Security Number - The vendor must provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.E.LN.). 6. Americans with Disabilities Act (A.DA) Affidavit - It is the policy of the County to comply with all requirements of County Resolution R182-00 and the A.D.A. 7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant to Section 2-8.1 (c) of the County Code. 8. Conflict of Interest and Code of Ethics - pursuant to Sections 2- 8.1(i) and 2-11.1(b) (1) through (6) and (9) of the County Code and County Ordinance No. 00-1 amending Section 2-11.1(c) of the County Code. 9 Code of Business Ethics - pursuant to Section 2-8.1(i) of the County Code. 10. Debarment Disclosure Affidavit -pursuant to County Code 10-38. 11. Office of the inspector General Pursuant to Section 2-1076 of the County Code. 12. Minority and Disadvantaged Business Enterprises. The County endeavors to obtain the participation of all minority and disadvantaged business enterprises pursuant to Sections 2-82, 2- 823 and 2-8.2.4 of the County Code and Title 49 of the Code of Federal Regulations. 13. Individuals and Entities Doing Business with the County not current in their obligations to the County - pursuant to Sections 2- 8.1 (h) and 2-11.1(bx8) of the County Code. 14. Nondiscrimination pursuant to Section 2-8.1.5 of the County Code. 15. Family Leave - Pursuant to Section 11A-30 of -the County Code. 16. Living Wage - Pursuant to Section 2-8.9 of the County Code. - 17- Domestic Leave - Pursuant to Section 11A-60 of the County Code. 18. Antitrust Laws - By acceptance of any contract, the vendor agrees to comply with all antitrust laws of the United States and the State of Florida C. PUBLIC ENTITY CPJMES To be eligible for award of a contract, firms wishing to do business with the County must comply with the following. Pursuant to Section 287.133(2Xa) of the Florida Statutes, 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 a 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 of repair 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 work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. D. Request for Additional Information 1. Pursuant to Section 2-11.1(t) of the County Code, all Bid Solicitations, once advertised and until an award recommendation has been forwarded to the appropriate authority are under the "Cone of Silence". Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the Procurement Agent identified on the front page of the solicitation. Such inquiries or request for information shall be submitted to the procurement agent in writing and shall contain the requester's name, address, and telephone number. If transmitted by facsimile, the request should also include a cover sheet with Bidder's facsimile number. The requestor must also file a copy of this written request with the Clerk of the Board, 111 NW I° Street, 17m Floor, suite 202, Miami, Florida 33128-1983 or ernail clerkbcc@a miamidade,aov. 2. The Department of Procurement Management may issue an addendum in response to any inquiry received, prior to Bid opening, which changes, adds to or clarifies the terms, provisions Revised 11/9/06 MIAMI-DADE COUNTY BID NO.: 5380-6/14-OTR SECTION 1. GENERAL TERMS AND CONDITIONS or requirements of the solicitation. The Bidder should not rely on any representation, statement or explanation whether wntten or verbal, other than those made in this Bid Solicitation document or in any addenda issued. Where there' appears to be a conflict between this Bid Solicitation and any addenda, the last addendum issued shall prevail. • • 3. It is the Bidder's responsibility to ensure receipt of all addenda, and any accompanying documentation, The Bidder is required to submit with its Bid a signed "Acknowledgment of Addenda" form, when any addenda have been issued. E. Contents of Bid Solicitation and Bidders' Responsibilities 1. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Pleas of ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid to the Bidder. 2. This solicitation is subject to all legal requirements contained in the applicable County Ordinances, Administrative Orders, and Resolutions, as well as all applicable State and Federal Statutes. Where conflict exists between this Bid Solicitation and these legal requirements, the authority shall prevail in the following order: Federal, State and local. 3. it is the responsibility of the Bidder/Proposer, prior to conducting any lobbying regarding this solicitation to file the appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder/Proposer. The Bidder/Proposer shall also file a form with the Clerk of the Board at the point in time at which a lobbyist is no longer authorized to represent said Bidder/ Proposer. Failure of a Bidder/Proposer, to file the appropriate form required, in relation to each solicitation, may be considered as evidence that the Bidder/Proposer is not a responsible contractor. F. Change or Withdrawal of Bids 1. Changes to Bid - Prior to the scheduled Bid opening a Bidder may change its Bid' by submitting a new Bid, (as indicated on the cover page) with a letter in writing on the firms letterhead, signed by an authorized agent stating that the new submittal replaces the original submittal. The new submittal shall contain the letter and all information as required for submitting the original Bid. No changes to a Bid will be accepted after the Bid has been opened. 2. Withdrawal of Bid — A Bid shall be irrevocable unless the Bid is withdrawn as provided herein. Only written a letter received by the DPM Purchasing Division prior to the Bid opening date may withdraw a bid. A bid may also be withdrawn ninety (90) days after the Bid has been opened and prior to award, by submitting a letter to the contact person identified on the front cover of this Bid Solicitation. The withdrawal letter must be on company letterhead and signed by an authorized agent of the Biddcr. G. Conflicts Within The Bid Solicitation Where there appears to be a conflict between the. General Terms and Conditions, Special Conditions, the Technical Specifications, the Bid Submittal Section, or any addendum issued, the order of precedence shall be: the last addendum issued, the Bid Submittal Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. H. 1. Prompt Payment Terms It is the policy of Miami -Dade County that payment for all purchases by County agencies and the Public Health Trust shall be made in a timely manner and that interest payments be made on late payments. In accordance with Florida Statutes, Section 218.74 and Section 2-8.1.4,of the Miami -Dade County Code, the time at which payment shall be due from the County or the Public Health Trust shall be forty-five (45) days from receipt of a proper invoice. The time at which payment shall be due to small businesses shall be thirty (30) days from receipt of a proper invoice. All payments due from the County or the Public Health Trust, and not made within the time specified by this section, shall bear interest from thirty (30) days after the due date at the rate of one percent (1%) per month on the unpaid balance. Further, proceedings to resolve disputes for payment of obligations shall be concluded by final written decision of the County Manager, or his or her designee(s), not later than sixty (60) days after the date on which the proper invoice was received by the County or the Public Health Trust. 2. The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. 13. PREPARATION OF BIDS A. The Bid submittal form defines requirements of items to be purchased, and must be completed and submitted with the Bid: Use of any other form will result in the rejection of the Bidder's offer. B. The Bid submittal form must be legible. Bidders shall use typewriter, computer or ink. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the Bid to be rejected. C. An authorized agent of the Bidder's firm must sign the Bid submittal form. FAILURE TO SIGN THE BID SUBMITTAL FORM SHALL RENDER THE BID NON -RESPONSIVE. D. The Bidder may be considered non -responsive if bids are conditioned to modifications, changes, or revisions to the terms and conditions of this solicitation. E. The Bidder may submit alternate Bid(s) for the same solicitation provided that such offer is allowable under the terms and conditions. The alternate Bid must meet or exceed the minimum requirements and be submitted on a separate Bid submittal marked "Alternate Bid". F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. G. Please be advised that the County, in exercise of its discretion, may , not accept bids and/or proposals received after the scheduled time and date. Sealed bids/proposals will be opened promptly at the time and place specified. The responsibility for submitting a sealed bid/proposal on or before the stated time and date is solely and strictly the responsibility of the Bidder/Proposer. Miami -Dade County is not responsible for delays caused by any mail, package or couriers service, including the U.S. Mail, or caused by any other occurrence. 1.4. CANCELLATION OF BID SOLICITATION Miami -Dade County reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the County. 1S. AWARD OF BID SOLICITATION . A. This Bid may be awarded to the responsible Bidder meeting all requirements as set forth in the solicitation. The County reserves the right to reject any and all Bids, to waive irregularities or technicalities and to re -advertise for all or any part of this Bid Solicitation as deemed in its best interest The County shall be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low Bid or in whichever manner deemed in the best interest of the County. C. The County reserves the right to reject any and all Bids if it is determined that prices are excessive, bcst offers are determined to be unreasonable, or it is otherwise determined to be in the County's best interest to do so. D. The County reserves the. right to negotiate prices with the low bidder, provided that the scope of work of this solicitation remains the same. E. Award of this Bid Solicitation will only be made to firms that have completed the Miami -Dade County Business Entity Registration Application and that satisfy all necessary legal requirements to do Revised 11/9/06. MIAMI-DADE COUNTY • SECTION 1 GENERAL TERMS AND CONDITIONS business with Miami -Dade County. Firms domiciled in Miami - Dade County must present a copy of their Miami -Dade County issued Occupational License. F. Pursuant to County Code Section 2-8.1(g), the Bidder's performance as a prime contractor or subcontractor on previous County contracts shall be taken into account in evaluating the Bid received for this Bid Solicitation. G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an appropriately sized self-addressed stamped envelope. Bid results will not be given by telephone or facsimile. Please allow ten (10) calendar days after Bid opening for mailing. H. The Bid Solicitation, any addenda and/or properly executed modifications, the purchase order, and any change order(s) shall constitute the contract I. in accordance with Resolution R-1574-88 the Director • of Purchasing Division will decide all tie Bids. J. Award of this Bid may be predicated on compliance with and submittal of all required documents as stipulated in the Bid Solicitation. 1.6. CONTRACT EXTENSION A. The County reserves the right to exercise its option to extend a contract for up to one hundred -eighty (180) calendar days beyond the current contract period and will notify the contractor in writing of the extension. B. This contract may be extended beyond the initial one hundred - eighty (180) day extension period upon mutual agreement between the County and the successful Bidder(s) upon approval by the Board of County Commissioners. 1.7. WARRANTY 'Alf warranties, express and implied, shall be made available to the County for goods and services covered by this Bid Solicitation. All goods furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the County, the successful Bidder shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Special Conditions of the Bid Solicitation may supersede the manufacturer's standard warranty. 1.8. ESTIMATED QUANTITIES Estimated quantities or dollars are for Bidder's guidance only: (a) estimates are based on 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 in 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 implies as to quantities or dollars that will be used during the contract period. The County is not obligated to place any order for the given amount subsequent to the award of this Bid Solicitation. 1.9. NON -EXCLUSIVITY It is the intent of the County to enter into an agreement with the successful Bidder that will satisfy its needs as describe herein. However, the County reserves the right as deemed in its best interest to perform, or cause to be performed, the work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other contracts, use of any contractor, or perform the work with its own employees. 1.10. LOCAL PREFERENCE The evaluation of competitive bids is subject to Section 2-8.5 of the Miami -Dade County Code, which, except where contrary to federal and state law, or any other funding source requirements, provides that preference be given to local businesses. A local business shall be defined as: BID NO.: 5380-6/14-OTR 1. a business that has a valid occupational license, issued by Miami -Dade County at least one year prior to bid or proposal submission, that is appropriate for the 'goods, services or construction to be purchased; 2. a business that has physical business address located within the limits of Miami -Dade County from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address; and 3. a business that contributes to the economic development and well-being of Miami -Dade County 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 in the County's tax base. To satisfy this requirement, the vendor shall affirm in writing its compliance with either of the following objective criteria as of the bid or proposal submission date stated in the solicitation: (a) vendor has at least ten (10) permanent full time employees, or part time employees equivalent to 10 FTE (`full-time equivalent" employees working 40 hours per week) that live in Miami -Dade County, or at least 25% of its employees that live in Miami - Dade County, or Vendor contributes to the County's tax base by paying either real property taxes or tangible personal property taxes to Miami -Dade County, or (c) some other verifiable and measurable contribution to the economic development and well-being of Miami - Dade County. When there is a responsive bid from a Miami -Dade local business within 10% of the lowest price submitted by a responsive non -local business, the local business and the non —local low biddcr shall have the opportunity to submit a best and fatal bid equal to or lower than the amount of the low bid previously submitted by the non -local business. At this time, there is an interlocal agreement in effect between Miami - Dade and Broward Counties until September 2007. Therefore, a vendor which meets the requirements of (1), (2) and (3) above for Broward County shall be considered a local business pursuant to this Section. 1.11. CONTINUATION OF WORK Any work that commences prior to and will extend beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the County and the successful Bidder, continue until completion at the same prices, terms and conditions. (b) 1.12. BID PROTEST A. A recommendation for contract award or rejection of award may be protested by a Bidder in accordance with the procedures contained in Sections 2-8-3 and 2-8.4 of the County Code, as amended, and as established in Administrative Order No.3-21. B A written intent to protest shall be filed with the Clerk of the Board and mailed to all participants in the competitive process and to the County Attorney within twee (3) County work days of the filing of the County Manager's recommendation. This three day period begins on the County work day after the filing of the County Manager's recommendation. Such written intent to protest shall state the particular grounds on which it is based and shall be accompanied by a filing fee as detailed in Para C below. C. The written intent to protest shall be accompanied by a non- refundable filing fee, payable to the Clerk of the Board, in 'accordance with the schedule provided below: Revised 11/9/06 MIAMI-DADE COUNTY Award Amount $25,000-$100,000 $100,001-$500,000 $500,001-$5 million Over $5 million SECTION 1 GENERAL TERMS AND CONDITIONS Filing Fee $500 $1,000 $3,000 $5,000 The protester shall then file all pertinent documents and supporting evidence with the Clerk of the Board and mail copies to all participants in the competitive process and to the County Attomey within three (3) County work days after the filing of a written intent to protest. . D. For award recommendations greater than $250,000 the following shall apply: The County's recommendation to award or reject will be immediately communicated (via mail, fax or email) to all participants in the competitive process and filed with the Clerk of the Board. • E. For award recommendations from $25,000 to $250,000 the following shall apply: Each County work day, as appropriate, recommendations to award or reject will be posted in the lobby of the Stephen P. Clark Center, located at 111 N.W. 1° Street. Participants may also call the Awards Line at 305-375-4724, or 800-510-4724, or the contact person as identified on the cover page of the Bid Solicitation. 1.13. RULES, REGULATIONS AND LICENSES The successful Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this Bid Solicitation. The Bidder shall be familiar with all federal, state and local laws that may in affect the goods and/or services offered. 1.14. PACKAGING Unless otherwise specified in the Special Conditions or Technical Specifications, all containers shall be suitable for shipment and/or storage and comply with Resolution No. 738-92. 1.15. SUBCONTRACTING Unless otherwise specified in this Bid Solicitation, the survrssful Bidder shall not subcontract any portion of the work without the prior written consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the prior consent of the County may result in termination of the contract for default When Subcontracting is allowed the Bidder shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and County Ordinance No. 97-35. 1.16. ASSIGNMENT The successful Bidder shall not assign, transfer, hypothecate, or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. 1.17. DELIVERY Unless otherwise specified in the Bid Solicitation, prices quoted shall be F.O.B. Destination. Freight shall be included in the proposed price. 1.18. RESPONSIBILITY AS EMPLOYER The employee(s) of the successful Bidder shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the County or any of its departments. The successful Bidder shall provide competent and physically employee(s) capable of performing the work as required. The County may require the successful Bidder to remove any employee it deems unacceptable. All employees of the successful Bidder shall wear proper identification. 1.19. INDEMNIFICATION The successful Bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attomey's fees and costs of BID NO.: 5380-6/14-OTR 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 the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder 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 attomey's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the sucrrssful Bidder 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. 1.20. COLLUSION Where two (2) or more related parties, as defined herein, each submit a Bid for any contract, such Bids shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control and management of such related parties in preparation and submittal of such Bids. Related parties shall mean Bidder or the principals thereof which have a direct or indirect ownership interest in another Bidder for the same contract or in which a parent company or the principals thereof of one (I) Bidder have a direct or indirect ownership interest in another Bidder for the same contract. Furthermore, any prior understanding, agreement, or connection between two or more corporations, fires, or persons submitting a bid for the same materials, supplies, services, or equipment shall also be presumed to be collusive. Bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may be considered non -responsible, and may be suspended or debarred, and any contract resulting from collusive Bidding may be terminated for default 1.21. MODIFICATION OF CONTRACT The contract may be modified by mutual consent, in writing through the issuance of a modification to the contract, purchase order, change order or award sheet, as appropriate. 1.22. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. .Upon receipt of such notice, the successful Bidder shall not incur any additional costs under this contract The County shall be liable only for reasonable costs incurred by the successful Bidder prior to notice of termination. The County shall be the sole judge of"reasonable costs_" 1.23. TERMINATION FOR DEFAULT The County reserves the sight to terminate this contract, in part or in whole, or place the vendor on probation in the event the successful Bidder fails to perform in accordance with the terms and conditions stated herein. The County further reserves the right to suspend or debar the successful Bidder in accordance with the appropriate County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest. All re -procurement cost shall be home by the successful Bidder. 1.24. FRAUD AND MISREPRESENTATION Pursuant to Section 2-8.1.4 of the Miami -Dade County Code, any individual, corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other contracts with such individual, corporation or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation, including attomey's fees. Revised 11/9/06 MIAMI-DADE COUNTY SECTION 1 GENERAL TERMS AND CONDITIONS 1.25. ACCESS TO RECORDS The County reserves the right to require the Contractor to submit to an, audit by Audit and Management Services or other auditor of the County's choosing at the Contractor's expense. The Contractor shall _provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The Contractor shall retain all records pertaining to this Agreement and upon request make them available to the County for three years following expiration of the Agreement. The Contractor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. 1.26 OFFICE OF TIIE INSPECTOR GENERAL Miami -Dade County has established the Office of the Inspector General, which is authorized and empowered to review past, present, and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. The inspector General (IG) has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. The Inspector General may, on a random basis, perform audits on all County contracts. The cost of random audits shall be incorporated into the contract price of all contracts and shall be one quarter (1/4) of one (1) percent of the contract price, except as otherwise provided in Section 2- 1076(c)(8) of the County Code. 1.27 PRE -AWARD INSPECTION The County may conduct a pre -award inspection of the bidder's site or hold a pre -award qualification hearing to determine if the bidder is capable of performing the requirements of this bid solicitation. 128 PROPRIETARY/CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of, or in support of bid submittals will be available for public inspection after opening of bids in compliance with Chapter 119 of the Florida Statutes; popularly know as the "Public Record Law." The bidder shall not submit any information in response to this invitation, which the bidder considers to be a trade secret, proprietary or confidential. The submission of any information to the County in connection with this invitation shall be deemed conclusively to be a waiver of any trade secret or other protection, which would otherwise be available to the bidder. In the event that the bidder submits information to the County in violation of this restriction, either inadvertently or intentionally, and clearly identifies that information in the bid as protected or confidential, the County shalt endeavor to redact and return that information to the bidder as quickly as possible, and if appropriate, evaluate the balance of the bid. The redaction or return of information pursuant to this clause may render a bid non -responsive. 1.29. HEALTH INSURANCE PORTABILITY. ' AND ACCOUNTABILITY ACT (HIPAA) Any person or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of `individually identifiable health information (BIZ) and/or Protected Health information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates for privacy, security and electronic transfer standards, that include but are not limited to: 1. Use of information only for performing services required by the contract or as required by law; 2. Use of appropriate safeguards to prevent non -permitted disclosures; 3. Reporting to Miami -Dade County of any non -permitted use or disclosure; 4. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHi/PHi will be held confidential; BID NO.: 5380-6/14-OTR 5. Making Protected Health Information (PHI) available to the customer; 6. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; 7. Making PHI available' to Miami -Dade County for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to Miami -Dade County for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 130. CHARTER COUNTY TRANSIT SYSTEM SALES SURTAX When proaMs from the Charter County Transit System Sales Surtax levied pursuant to Section 29.121 of the Code of Miami -Dade County are used to pay for all or some part of the cost of this contract, no award of a Blanket Purchase Order (BPO) for Transit/Public Works as part of a multi -department contract, nor an award of a contract solely for the use of Transit/Public Works shall be effective and thereby give rise to a contractual relationship with the County for Transit/Public Works purchases unless and until both the following have occurred: 1) the County Commission awards the contract, and such award becomes final (either by expiration of 10 days after such award without veto by the Mayor, or by Commission override of a veto); and, 2) either, i) the Citizens' Independent Transportation Trust (C1TT) has approved inclusion of Transit/Public Works in this contract, or, ii) in response to the CITT's disapproval, the County Commission reaffirms Transit/Public Work's inclusion in the contract by two-thirds (2/3) vote of the Commission's membership and such reaffirmation becomes final. 131 LOBBYIST CONTINGENCY FEES A. in accordance with Section 2-11.1(s) of the Code of Miami -Dade County after May, 16, 2003, no person may, in whole or in part, pay, give or agree to pay or give a contingency fee to another person. No person may, in whole or in part, receive or agree to receive a contingency fee. B. A contingency fee is a fee, bonus, commission or non -monetary benefit as compensation which is dependant on or in any way contingent upon the passage, defeat, or modification of. 1) any ordinance, resolution, action or decision of the County Commission; 2) any action, decision or recommendation of the County Manager or any County board or committee; or 3) any action, decision or recommendation of any County personnel during the time period of the entire decision - making process regarding such action, decision or recommendation which forseeably will be heard or reviewed by the County Commission or a County board or committee: 132 COMMISSION AUDITOR — ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, all vendors receiving an award of the contract resulting from this solicitation will grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds. -V- Revised 11/9/06 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY: The purpose of this solicitation is to establish a contract for the purchase of Original Mobile Equipment Manufacturer (OEM) Replacement Parts & Service, Truck & Major Components Equipment with Repair or Installation Service, Named Brand Replacement Parts & Service, and Specialized Heavy Duty Vehicle Parts and Service, for Miami -Dade County in conjunction with the County's needs 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.niiamidade.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 SIX (6) ADDITIONAL YEAR(S): (Maintain Same Discounts For Parts Only) The initial contract discounts and labor rates resultant from this solicitation shall prevail for a twelve (12) month period from this contract's initial effective date. Prior to, or upon completion, of that initial term, the County shall have the option to renew this contract for an additional six (6) years on a year-to-year basis. The vendors shall maintain, for the entirety of the stated additional period (s), the same discounts, terms, and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the vendor. 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. D e..: o-.7 1 1 101114 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 2.5.1 OPTION TO RENEW FOR SIX (6) ADDITIONAL YEAR(S) (With Price Adjustment (Labor Rates only): The initial contract prices resultant from this solicitation shall prevail for a one (1) year(s) period from the contract's initial effective date. Prior to, or upon completion, of thatinitial term, the County shall have the option to renew this contract for an additional six (6) year(s) period on a year-to-year basis. Prior to completion of each exercised contract term, the County may consider an adjustment to price based on changes in the following pricing index: US Department of Labor, Consumer Price Index, All Items, Miami -Ft. Lauderdale Area. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option, period, the vendor's request for adjustment should be submitted 90 days prior to expiration of the then current contract term. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The County reserves the right to reject any price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised; is a County prerogative, and not a right of the vendor. This prerogative will 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 may consider the vendor in default which decision may affect that vendor's eligibility for future contracts. NOTE: IF MULTIPLE VENDORS ARE . INVOLVED UNDER THE 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: UP TO THREE (3) BIDDERS PER LINE ITEM WHO OFFER THE HIGHEST PERCENTAGE DISCOUNT FOR PARTS FROM MANUFACTURER'S SUGGESTED PRICE LIST (MSPL) AND THREE (3) LOWEST BIDDERS PER MANUFACTURER'S LINE ITEM WHO OFFER THE LOWEST LABOR RATE WITHIN EACH GROUP. 2.6.1 FOR PARTS ONLY Award of parts by manufacturers will be made to the three (3) responsive responsible bidders who offer the highest discount from Manufacturer's Suggested Price List which represents the lowest cost to the County on an item by item basis within each group. Bidders who offer discounts for parts are required to enter the percentage discount offered in Column B. Multiply the percentage discount entered in Column B by the Estimated Costs amount in Column A, and 1 1 101114 MIAMI-DADE COUNTY SECTION 2 TERMS AND CONDITIONS BID NO.: 5380-06/14-OTR 0 MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY subtract the product discount from. the total in Column A. The figure resulting from the subtraction of the cost estimate from the percentage discount offered is entered in Column C. Example: Column A Estimated Costs $89,300.00 X $ 8,930.00 $80,370.00 figure to be inserted in Column C. Column B Discount from MSRP 10% = $8,930.00 Column C Total cost after discount $80,370.00 2.6.2 LABOR & PARTS Award of labor and parts by manufacturers will be made to the three (3) lowest responsive responsible bidders who offered the lowest Labor Rate per hour (Column H) and percentage discount for parts (Column C) when added in the aggregate on an item by item basis within each group (Total of Column C + Total of Column H). Bidders may offer pricing for parts only or for labor and parts. To compute and evaluate the labor rate the bidder will specify their current posted retail shop labor rate (Column D) and the discount offered to the County from that labor rate (Column F). The discount percentage offered will remain fixed for the entire term, including any options to renew which the County may exercise. Example: Column D Column E Column F- Posted Shop Labor Rate Estimated Labor hours Discount from Posted Labor Rate $150.00 - $15.00= $135.00 23 10% X 10% (Column F) $15.00 Column G Labor Rate offered to County $135.00 x 23 Column E $3,105.00 Column H Column H Estimated Labor Hours Multiplied by Labor Rate $3,105.00 Aggregate Total (Parts & Labor) $80,370.00 (Column C) Parts +$ 3,105.00 (Column H) Total Labor $83,475.00 While the award will be made to multiple Bidders by item to assure availability, the first opportunity to perform will be given to the bidder who is expected to result in the lowest total price to the County for the work required. (i.e.; parts only, components and labor or a labor intensive installation which cost of labor exceeds the cost of parts). The County reserves the right to consider geographic concerns in its determination of the lowest expected cost when orders are placed by the County Departments. MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY For manufacturers not awarded for parts and labor, manufacturer's certified dealers and all manufacturers' certified re -sellers in the marketplace may compete to join at any time after the initial inception of the contract by completion and submittal of the following: a) Compliance with the requirements of Section 1 Paragraph 1.2 (Vendor Registration & Affidavits) b) Section 4 of this solicitation, c) One copy of the manufacturer's published price list for each item offered: d) One copy of your manufacturer's dealer or reseller's certification. For manufacturers not awarded for parts and labor the offer must at a minimum be equal to or greater than the average percentage discounts for manufacturing line parts and labor offered to the County at bid opening and the average percentage discounts from labor rates offered to the County at bid opening. The bidder must hold the equipment Manufacturer's Original Equipment (OEM) Parts or Parts and Service Dealership, Distributorship, or hold a manufacturer's OEM approved reseller agreement for the brand bid, or service type offered, and shall submit a copy of the OEM Parts Dealership agreement, or distributorship or approved seller agreement with the bid proposal, but not later than the conclusion of the bid evaluation period for Groups A, B and C. 2.7 PRICES SHALL BE BASED ON DISCOUNTS FROM PUBLISHED PRICE LISTS: Offers shall be submitted on the basis of a discount from a manufacturer's published retail price list(s). Such published retail price list(s) must be common to, and accepted by, the industry in general. The lists must be printed, properly identified, and dated as to issuance and effectiveness. Do not submit your offer based on any other price list. All offers are to be firm for a period of one year after award. Revised price lists will not be accepted by the County until after that date. Revised published price lists will be accepted only in the event of an industry -wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Revised prices will not become effective until revised list(s) are submitted to the County's Department of Procurement, Management under the vendor's cover letter identifying the applicable contract agreement number, and subsequently approved by the County through the issuance of a (Addendum to Award Sheet) to the vendor. If the vendor is awarded a contract under this solicitation for installation or repairs, the labor rate discountproposed 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 1?o..:ro.4 1 I /0/1"14 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 2.9 EQUAL PRODUCT Intentionally Omitted 2.10 LIQUIDATED DAMAGES Intentionally Omitted 2.11 INDEMNIFICATION AND INSURANCE (2) - TOWING AND AUTOMOTIVE REPAIR SERVICES (LABOR ONLY) 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 investigateand 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. 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 insurancepolicies 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 -- 10-- D 1.1 /o/nl. MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 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. 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. MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 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 GUARANTY Intentionally Omitted 2.13 PERFORMANCE BOND Intentionally Omitted 2.14 CERTIFICATIONS Intentionally Omitted 2.15METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES A. FLEET MANAGEMENT DIVISION INVOICES: The successful Bidder(s) shall submit an invoice with each completed job or order, at the time that parts order or completed job is delivered to the County. Invoices will be directed to the attention of the shop Facility Supervisor that assigned the work or placed the order. The Fleet Management Division has the capability to receive electronic invoicing of appropriately letter headed and formatted invoices at all shop facilities. Vendors having the capability to establish individual account electronic billing transmittals for each Fleet Management Shop Facility are encouraged to work with Ms. Sonia Walker at the Fleet Management Administrative Office to institute this type of billing procedure immediately after contract award. B. GENERAL REQUIREMENTS: The vendor(s) shall submit an invoice(s) to the County user department(s) after purchase has been completed, whether the specific item(s) were picked up by authorized County personnel or delivered to the site by the vendor. In addition to the general invoice requirements set forth below, the invoices shall reference the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. --12-- MIAMI-DADE. COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 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 per Contract: 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: F.O.B. DESTINATION (PARTS ONLY) All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative as indicated in the release form from each county. department. 2.17 DELIVERY REQUIREMENTS FOR PARTS A. FOR PARTS IN STOCK: Dealers, "Distributors or Authorized Suppliers located in Miami -Dade or Broward County, shall deliver parts ordered via phone, fax or email, at no cost to the County, no later than the close of the next business day. --13-- D-.,: �..A 1 1 /O /AA MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY B. FOR PARTS IN STOCK: Dealers, Distributors or Authorized Suppliers not located in Miami -Dade or Broward County, but still geographically situated in the State of Florida, shall deliver parts ordered via phone, fax or email, at no cost to the County, no later than the close of the second business day after order. C. FOR PARTS IN STOCK: Dealers, Distributors or Authorized Suppliers not located in the State of Florida but still located in the Continental United States, shall deliver parts ordered via phone, fax or email, at no cost to the County, no later than the close of the third business day after order. D. FOR PARTS IN STOCK: Dealers, Distributors or Authorized Suppliers not located in the Continental United States shall deliver parts ordered via phone, fax or email, at no cost to the County, no later than the close of the fourth business day after order. E. PARTS "NOT IN STOCK" DELIVERY REQUIREMENTS FOR "DOWN UNITS": A "down unit" for the purposes of this solicitation, is a truck, trailer, vehicle or other piece of mobile equipment that only requires the parts cited to run and perform its required operation. When hydraulic, electrical or mechanical parts (as determined by the County) are ordered for a "down unit", as defined herein, and the appropriate "down unit's" Miami - Dade County number is supplied with the order for those parts, it shall be the responsibility of the awarded vendor to obtain and deliver those parts in accordance with the geographic shipping point considerations and time requirements listed in Paragraph 2.17 directly above. 2.18 BACK ORDERS MUST BE FILLED WITHIN (2) TWO CALENDAR DAYS If the vendor cannot deliver an ordered item in accordance with the required delivery date (per Paragraph 2.17) due to a current existing backorder of that item with the vendor's manufacturer or distributor; the vendor shall insure that such back orders are filled by delivery to the shop facility placing the order within two (2) calendar days from the date of receipt of that item at the distributor, dealer or authorized supplier for the item. The vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the incumbent vendor under this contract for any directly associated re -procurement costs. If the vendor fails to honor these re - procurement costs, the County may terminate the contract with that vendor for default. -- 14-- Do.,lo0.1 1 7 /O M4 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 2.19 WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the .County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B. Correcting Defects Covered Under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within seven (7) calendar days after the County notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a County bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County within five (5) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another vendor and charge the bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing. 2.20 CONTACT PERSONS: For any additional information regarding the terms and conditions of this solicitation and resultant contract, contact Pablo Martinez, . CPPB, at (305) 375-2102, or email — mpablom iam idade.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%) UAP. This fee applies to all contract usage whether by County Departments or by any other governmental, quasi -governmental or not -for -profit entity. --15-- D-.,:�oA 1 1 /0/(14 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 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. 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 ACCEPTANCE OF PRODUCT BY THE COUNTY The product(s) to be provided hereunder shall be delivered to the County, and maintained if applicable to the contract, in full compliance with the specifications and requirements set forth in this contract. If a vendor -provided product is determined to not meet the specifications and requirements of this contract, either prior to acceptance or upon initial inspection, the item will be returned, at vendor expense, to the vendor. At the County's own option, the vendor shall either provide a direct replacement for the item, or provide a full credit for the returned item. The vendor shall not assess any additional charge(s) for any conforming action taken by the County under this clause. --16-- D 11/0/11 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 2.23 HOURLY RATE The hourly rate quoted shall be deemed to provide full compensation to the vendor for labor, equipment use, travel time, and any other element of cost or price. Additional charges for Shop Fees, Disposal Fees or additional charges of any nature are forbidden except for those fees which are mandated by State of Florida Ordinance such as the tire and battery disposal fees. This rate is assumed to be at straight -time for all labor, except as otherwise noted. The vendor shall comply with minimum wage standards, and/or any other wage standards specifically set forth in this solicitation and resultant contract, and any other applicable laws of the State of Florida. If overtime is allowable under this contract, it will be covered under a separate item in the special clauses. 2.24 ADDITIONAL PRICE LIST(S) FURNISHED SUBSEQUENT TO AWARD (PARTS ONLY): The vendor shall be required to furnishprice lists (printed or microfiche) upon request from any County department at no charge. This price list shall provide descriptive literature, technical data and service information for items awarded. Time of delivery for these lists shall be mutually agreed upon by the vendor and the County. 2.25 PURCHASE OF OTHER ITEMS NOT LISTED WITHIN THIS SOLICITATION BASED ON PRICE QUOTES: The County reserves the right to add OEM Medium and Heavy Duty Truck Parts, Construction Equipment Parts, Fire Equipment Parts, Utility Equipment Parts, Sanitation Equipment Parts, and service(s); or other equipment manufacturer's parts or brands and services that may be approved by the General Services Administration Fleet Management Division for inclusion, which are not listed within this solicitation, at any time during the life of the contract by any of the following two methods: A) The Department of Procurement Management will survey the needed brand and/or service; from the marketplace; and add that brand and/or services by addenda to the contract. Before award, the Department of Procurement will deem all pricing added to this contract, appropriate and competitive. B) The Department of Procurement Management will survey the needed brand and/or service from the awarded vendors, and upon satisfaction that the requested manufacturer's brand or services are not available from the vendors awarded or from any other existing County contract will add the vendor and brand upon compliance with all terms and conditions as specified in Sections 1 and 2 of this solicitation. Before award, the Department of Procurement will deem all pricing added to this contract, appropriate and competitive. 2.26 WORK ACCEPTANCE (LABOR ONLY) An authorized representative of the County will inspect the equipment to determine acceptance of work, appropriate invoicing, and compliance with warranty conditions. MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS 1OB1LE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 2.27 DEMONSTRATION OF COMPETENCY FOR MOBILE EQUIPMENT . PARTS & SERVICE SUPPLIERS The County may conduct a pre -award site inspection or hold a pre -award qualification hearing to determine if the bidder is capable of performing the contract if awarded. As part of the determination of the bidders' suitability for award the following criteria will be considered. (1) Bids will only be considered from firms who are regularly engaged in the business of providing the goods and/or services required by this solicitation, in the quantity needed. The bidder must be able to demonstrate a good record of performance and have sufficient financial resources, facilities,service equipment, employees and organization to ensure that they can satisfactorily provide to the County the goods and/or services required herein. The terms "sufficient financial resources, facilities, service equipment, employees and organization" shall additionally be construed to mean a fully equipped and well -established company in line with the best practices used in the industry. (2) The County may consider any evidence available regarding the financial, technical,• or other qualifications and abilities of the bidder, including past performance and the bidders' record of satisfactorily completing prior awards with the County, or any other governmental or private entity in determining competency for award consideration. 2.28 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS & OTHER GOVERNMENTAL ENTITIES The parts, materials and service work capabilities listed in the award of this solicitation were specifically researched, drafted and prepared by the General Services Administration (GSA) Fleet Management Division (FMD) for the benefit of specific agencies who participate in both light and heavy -FMD maintenance and policy replacement programs. Although this solicitation was originated and directed for the benefit of those agencies it is herebyagreed and understood that other Governmental entities, upon written request and (email) approval and authorization of the General Services Administration Fleet Management Division, may avail itself of this contract subject to the terms andconditions herein and below. When any other Miami -Dade County department wishes to acquire parts and/or services awarded under the provisions of this contract it is understood that is due to that agency not using the GSA/FMD for its complete light and heavy equipment maintenance services. In those cases a charge equal to one (1) percent of the total allocation used by those agencies on an annual basis, at each annual renewal or option to renew point of this contract, will be assessed and will be paid by the accessing agency to the GSA/FMD. Should the accessing agency refuse to comply with this requirement they will be refused access to this contract in future renewals, future options, to renew of this contract and future contracts of this nature. The appropriate index code or billing information for the interdepartmental charge must be furnished upon request. D 1 1 /O/nL MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 2 TERMS AND CONDITIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY OTHER AGENCIES Governmental entities external to Miami -Dade County government may access this contract only upon written request and (email) approval and authorization of the GSA/FMD. Under these circumstances both the awarded vendor and the accessing agency agree to pay the an access charge equal to 1% each of the price of each and every purchase order they issue and accept against this contract. The awarded vendor is specifically allowed to raise their price to the external governmental agency by this 1% access fee, if it is so needed to provide for their payment to the County. Payment by both the successful vendor and the accessing agency will be in the form of their checks made payable to the Miami -Dade County Board of County Commissioners and will be mailed to: Martin I. Dareff, CPPB, CPPO Fleet Management Division, Suite #2450 111 NW 1st Street Miami, Florida 33128 fmd@miamidade.gov The fees listed in this paragraph are additional to the Inspector. General Audit fees listed in Section 1.26 and the UAP fees listed in Section 2.21. --19-- D t I /O//1g. MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 3 TECHNICAL SPECIFICATIONS MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 3.1 SCOPE: It is the intention of Miami -Dade County to enter into various contracts for the procurement of Mobile Original Equipment Manufacturer (OEM) Replacement Parts and Service, 'Truck and Major Component Equipment OEM. parts with Repair or Installation Service and Named Brand Replacement Parts and Service, Specialized Heavy Duty Vehicle Parts and Service for various brands of medium and heavy duty trucks, tractors, construction equipment, farm type vehicles, tractors, on/off road equipment, fire equipment and various components thereof. 3.2 PARTS AND COMPONENTS REQUIRED The Manufacturer's Brand Name or the line(s) of components desired are indicated on the Invitation to Bid Section 4.0. NO SUBSTITUTION is allowed from the Brand Names specified. Should there be any questions about brand applicability; the prospective bidders should fax those to the contact,person listed in this solicitation at (305) 375-4407. 3.3 PRICES Prices for parts should be in the form of a discount from current manufacturer's suggested price list (MSPL). Bids offered in any other form will not be considered for award. 3.4 SERVICE CALL (LABOR ONLY) Authorize County Representatives shall contact the vendor offering the lowest labor hourly rate to the County for each manufacturers line awarded. The vendor will estimate the time it takes to repair the equipment. At which time; the County, in its best interest may choose to award the next lowest labor rate bidder for the corresponding Manufacturing line if the time of repair is significantly less than the down time estimated by the primary bidder. MIAMI-DADE COUNTY Submit Bid To: CLERK OF THE BOARD Stephen P. Clark Center 111 NW lst Street 17th Floor, Suite 202 Miami, Florida 33128-1983 M IAM I•DADE BID NO.: 5380=06/14-OTR OPENING: 2:00 P.M. WEDNESDAY AUGUST 1, 2007 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 Tess all taxes. Tax Exemption Certificate furnished upon request. - Issued by: 920 DPM Date Issued: This Bid Submittal Consists of Purchasing Division 07/13/2007 Pages 21 through 47 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 the Clerk of the Board 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. MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract by the successful bidder and Miami -Dade County. DO NOT WRITE IN THIS SPACE ACCEPTED NON -RESPONSIVE DATE B.C.C. ITEM NOS. ACCEPTED HIGHER THAN LOW NON -RESPONSIBLE NO BID COMMODITY CODE: 060-00 Sr. Procurement Contractin • A • ent Pablo Martinez, CPPB FIRM NAME: PLEASE RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS. ADDITIONALLY, THE BIDDER IS REQUESTED TO PROVIDE A COPY OF THE EXCEL FILE ON CD OR DISKETTE WITH THE BID PACKAGE. THE FILE TO BE PROVIDED MAY BE DOWNLOADED AT http://services.miamidade.gov/DPM/SolicitationList.aspx FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 47 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE FAILURE TO SIGN PAGE 47 OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON -RESPONSIVE MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP A. Original Equipment Manufacturer (OEM) Replacement Parts and Service: OEM parts are those manufactured by the original manufacturing company and sold through certified dealers and distributors carrying that manufacturer's brand. They are the same as the part originally supplied on the equipment, have the same part number as listed in the manufacturers parts catalogues and are packaged by their manufacturer with the identifying OEM manufacturer's brand name. (Refer to Section 2 Paragraph 2.6 for examples) Item•Manufacturer Line Estimated Cost Discount .. from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No . Item OEM Parts & Service offered in '7o Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 1 Alamo Cutter & Mower $ 89,300.00 23 2 Altec $ 78,072.00 166 3 Altekco • $100,000.00 10 4 Amida Flood Lights $ 10,000.00 10 • 5 Autocar Equipment $ 10,000.00 10 6 Blue Bird Bus $ 15,200.00 . 69 7 Bobcat $ 60,400.00 188 g Bomag Equipment $ 21,000.00 257 9 Cartepillar Construction & Landfill Distributor $600,000.00 1200 10 Case Equipment $200,000.00 400 11 Champion Grader Equipmentts $125,000.00 200 12 Chevrolet Heavy truck OEM Dealer $ 55,000.00 50 13 Clark Forklift $ 10,000.00 10 14 Clark Equipment $ 2,000.00 10 15 Condor Truck $400,000.00 40 16 Ditch Witch Trencher $ 35,200.00 70 17 Dynapac Roller Equipment $ 33,500.00 257 18 Effer Knuckleboom Cranes $107,300.00 23 19 Elgin Sweeper $ 5,200.00 140 --22-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR FIRM NAME: GROUP A. Original Equipment Manufacturer (OEM) Replacement Parts and Service: OEM parts are those manufactured by the original manufacturing company and sold through certified dealers and distributors carrying that manufacturer's brand. They are the same as the part originally supplied on the equipment, have the same part number aslisted in the manufacturers parts catalogues and are packaged by their manufacturer with the identifying OEM manufacturer's brand name. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount . Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service. offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 20 E-Z Go Golf Carts $ 35,200.00 139 21• FMC Sweeper $ 5,200.00 140 22 Ford Heavy Truck Dealer Parts & Service $100,000.00 100 23 Freighliner Truck $155,000.00 150 24 Galbreath Equipment Parts & Service $ 60,000.00 139 25 Gallion Equipment Parts & Service $ 10,000.00 10 26 Generac Generators $ 1,000.00 10 27 GMC Medium Duty $ 1,000.00 30 28 GMC Heavy Truck $ 30,000.00 30 29 Gradall Equipment $105,200.00 140 30 Gravely Mowers $ 30,000.00 30 31 Grizzly $ 1,000.00 10 32 Grove Cranes $ 2,000.00 10 33 Grumman Body $ 10,000.00 10 34 Havis Shields $ 10,000.00 10 35 Heil Bodies $300,000.00 100 36 Heil Equipment $ 65,000.00 360 •Hesco 37 Roll -off Equipment $ 80,500.00 . 142 38 Hustler Mowers $ 20,000.00 20 39 - Hyster Equipment $ 30,000.00 30 --23-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY 1+IRM NAME: GROUP A.. Original Equipment Manufacturer (OEM) Replacement•Parts and'Service: OEM parts are those manufactured by the original manufacturing company and sold through certified dealers and distributors carrying that manufacturer's brand. They are the same as the part originally supplied on the equipment, have the same part number as listed in the manufacturers parts catalogues and are packaged by their manufacturer with the identifying OEM manufacturer's brand name. (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 40 IMT Cranes $ 10,000.00 100 41 Ingersol-Rand $ 18,500.00 188 42 International Heavy Truck s $ 25,000.00 250 43 J.C.B. Backhoes OEM Parts $ 10,000.00 10 44 Jacobson Mowers $ 10,000.00 10 45 John Bean Sprayer Parts $ 5,200.00 140 46 John Deere Equipment Parts $ 80,000.00 80 47 John Deere Farm Tractor $ 56,500.00 46 48 Johnson Sweeper OEM Equipment Parts $ 45,500.00 140 49 JLG Litt Equipment $ 10,000.00 100 50 Kawasaki $ 30,000.00 30 51 Kenworth Equipment OEM Parts & Service $100,000.00 100 t 52 Kilo Pack Generators $ . 2,000.00 10 53 Knapheide Body Parts & Service $ 2,000.00 10 54 Kohler Generators $ 20,700.00 10 55 Komatsu Equipment $ 5,000.00 70 56 Labrie Bodies $ 300,000.00 100. 57 Labrie Equipment $ 400,000.00 400 --24-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP A. OY iginal Equipment Manufacturer (OEM) Replacement Parts and Service: OEM parts are those manufactured by the original manufacturing company and sold through certified dealers and distributors carrying that manufacturer's brand. They are the same as the part originally supplied on the equipment, have the same part number as listed in the manufacturers parts catalogues and are packaged by their manufacturer with the identifying OEM manufacturer's brand name. (Refer to Section 2 Paragraph 2.6 for examples) Estimated • Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by -Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 58 Landoll Trailer . $ 37,300.00 23 59 Leach Bodies $300,000.00 100 60 Leach Equipment $300,000.00 70 61 Lincoln $ 11,600.00 22 62 Linkbelt Cranes $200,000.00 200 63 Mack Truck $200,000.00 200 64 Massey Ferguson Tractors $ 15,000.00 200 65 Maxxon Liftgates $ 1,000.00 100 66 McNeilus Equipment $ 50,000.00 69 67 Med Tec Rescue $ 10,000.00 100 68 Mitsubishi (non- automotive) $ 20,000.00 200 69 Morgan Body Parts $ 2,000.00 10 70 MQ Generators $ 30,000.00 30 71 National Cranes $ 55,000.00 800 72 New Holland Farm Tractor $ 30,000.00 30 73 Nissan Forklifts $ 30,000.00 . 30 74 O'Brien Tarp $ 10,000.00 70 75 Old Dominion $ 71,000.00 69 76 Pak-Mor Equipment $ 32,000.00 ' 623 77 Perkin Engines • $ 61,600.00 22 78 Permco $ 1,600.00 20 --25-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP A. Original Equipment Manufacturer (OEM) Replacement Parts and Service: OEM parts are those manufactured by the original manufacturing company and sold through certified dealers and distributors carrying that manufacturer's brand. They are the same as the part originally supplied on the equipment, have the same part number as listed in the manufacturers parts catalogues and are packaged by their manufacturer with the identifying OEM manufacturer's brand name. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item - Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 79 Peterbilt Equipment $300,000.00 300 80 Pierce Equipment $567,000.00 560 81 Pioneer Equipment $ 34,500.00 194 82 Pitman Aerial Equipment $ 7,300.00 — 23 83 Pitman Cranes $ 20,000.00 700 84 Polaris (ATV) $ 20,000.00 40 85 Power Tee Generators $ 2,000.00 10 86 Rhino Mowers $ 70,000.00 170 S7 Richard Tractor $ 13,000.00 90 88 Robin Generator $ 700.00 10 89 Scag Power Equipment Yale Forklifts $ 10,000.00 40 90 Steco Equipment $605,500.00 73 91 Sterling Truck $ 10,000.00 40 92 Suzuki (motor sports non -automotive) $ 50,000.00 60 93 TCM Forklift Equipment $ 20,000.00 25 94 Tennant Sweeper and Scrubber $ 25,500.00 143 95 Tesco $ 10,000.00 40 96 Thermo Lay Pothole Patching $ 7,300.00 23 97 Tulsa $ 1,600.00 22 --26-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP A. Original Equipment Manufacturer (OEM) Replacement Parts and Service: OEM parts are those manufactured by the original. manufacturing company and sold through certified dealers and distributors carrying that manufacturer's brand. They are the same as the part originally supplied on the equipment, have the same part number as listed in the manufacturers parts catalogues and are packaged by their manufacturer' with the identifying OEM manufacturer's brand name. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Instal1IRepair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and(H) 98 Tymco Sweeper S. 5,500.00 73 99 Tyrone $ 1,600.00 22 100 UEC Skyjacker $ 12,500.00 166 101 Union City Body $ 10,000.00 50 102 Utilimaster $ 50,572.00 50 103 Vermeer $ . 41,600.00 22 104 Wisconsin $ 700.00 10 105 White Truck Equipment $ 2,000.00 20 106 Workhorse (Chassis Parts) $ 25,000.00 75 MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: BID NO.: 5380-06/14-OTR GROUP. B. Truck and Major Component OEM Equipment & OEM Parts by Brand Required and Labor Service (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After I Posted Shop InstalURepair Estimated . Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 1 B & B Equipment Cover $ 30,000.00 30 2 Bucyrus -Erie Crane Parts $157,300.00 23 3 Bushhog Mower $ 2,000.00 10 4 Caterpillar Engine $290,000.00 300 5 Caterpillar Transmission $500,000.00 500 6 Coleman Generators $ 10,500.00 35 7 Deutz Diesel $ 40,700.00 10 8 Eager Beaver $ 26,600.00 22 9 Fontaine Filth Wheels $ 70,000.00 25 10 Fontaine Parts $100,000.00 100 11 Genie Lift $ 11,600.00 22 12 Hatz Diesel $ 700.00 10 13 HD industries Patch Truck Bodies $ 1,000.00 10 14 llolan Aerial Devices $ 30,000.00 30 15 lzuzu Engine $100,000.00 70 16 Kubota Tractor and Equipment $ 10,000.00 ,. 100 17 Kubota Small Engine $ 20,000.00 100 18 MB Engines $ 10,000.00 30 19 New Way Refuse Body $ 10,000.00 100 20 Oilman's Tank Truck $ 17,300.00 23 21 Panther Air Boat $ 17,500.00 23 --28-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: BID NO.: 5380-06/14-OTR GROUP B. Truck and Major Component OEM Equipment & OEM Parts by Brand Required and Labor Service (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 22 Peterson Equipment $107,300.00 23 23 Reach -all Equipment $ . 52,300.00 . 23 24 Reading Bodies and Bodywork $312,500.00 566 " 25 Spec-Tec Trailer $ 45,500.00 • 73 26 Stamm Equipment $ 15,000.00 50 27 .Supreme Body $ 1,000.00 10 28 Tesco Parts • $ 40,000.00 10 29 Thieman Liftgates $ 27,500.00 166 30 Thomas Built Buses $ 2,000.00 10 31 Tommygate Tailgates $ 88,900.00 166 32 Tow Master Trailer $ 1,000.00 10 33 Trail King Trailer $ 5,000.00 10 34 Vac -con Sewer Equipment $107,300.00 23 35 Vactor Sewer Equipment $108,000.00 25 36 Vanner $ 10,000.00 10 37 Waltco Truck Accessories $ 32,500.00 1 166 .38 Yamaha $ 70,700.00 10 39 Yanmar Small Engines $ 10,000.00 20 --29-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FORMIAMI-DADE COUNTY FIRM NAME: GROUP C REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and (H). 1 AC Filters $117,500.00 10 2 AC Electrical Parts $195,900.00 10 3 A/C Industries Parts $ 10,500.00 .10 4 Aero Products $ 85,000.00 40 5 Allis Chalmers Forklifts $ 2,000.00 10 6 Allison Transmission Parts $662,300.00 200 7 Arrow Lighting $ 10,000.00 10 8 Auto Crane $ 10,000.00 10 9 Beadix Parts $ 10,000.00 20 10 Braun Equipment Parts $ 10,000.00 " 10 11 Briggs and Stratton Parts $ 39,200.00 10 12 Carrier (Mobile) $ 10,000.00 10 i 13 Chelsea Parts $ 30,000.00 30 14 Cole Hersee Parts . $ 10,000.00 10 15 - Coleman A/C (Mobile) $ 10,000.00 . 10 16 Crosby Parts $ 10,000.00 10 17 CR Parts $ 20,000.00 25 18 Crown Equipment & Forklift $ 2,000.00 10 19 Cummins Diesel Parts $188,800.00 100 20 Dana Parts $ 30,000.00 10 21 Datcon Parts $ 10,000.00 10 22 Detroit Diesel Parts $368,000.00 150 23 DTAC a/c system $ 20,000.00 10 24 Duo Team (Mobile) $ 10,000.00 . 10 25. Eaton Parts - $ 54,000.00 20 --30-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP C REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service . offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and (H) 26 E J Ward Fuel Parts, Hard & Software $400,000.00 100 27 Federal Signal Parts $ 30,000.00 10 28 Fleetguard Parts $ 10,000.00 10 29 Fram $126,300.00 30 30 Fuller Parts $ 10,000.00 10 31 Globe OEM Parts $ 10,000.00 10 32 Glow Brite Parts $ 10,000.00 10 33 Grote Parts $ 40,000.00 20 . 34 Gunite Parts $ 30,000.00 10 35 Hale Parts $ 77,600.00 22 36 Hayden Parts $ 10,000.00 10 37 Hendrickson Parts $ 70,000.00 35 38 Hensley Bucket Parts $ 10,000.00 10 39 Honda Motorsports Non -automotive $ 40,700.00 10 40 Horton Parts $ 30,000.00 10 41 -Hurst Parts $ 80,500.00 - 10 42 Kelsey Hayes Parts $ 10,000.00 10 43 KD Parts $ 10,000.00 10 44 Kohler Parts $ 20,700.00 10 . 45 Midland Parts $ 20,000.00 10 46 Onan Parts $ 33,700.00 10 47 Philips Air Compressor Pumps $ 20,200.00 20 48 Pollack Parts $ 10,000.00 10 49 Prestolite Parts $ 10,000.00 10 50 Ramsey Parts $ 50,172.00 • 262 --31-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: BID NO.: 5380-06/14-OTR GROUP C REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated • Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate ...Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and (H) 51 . Red Dot Air- conditioning Parts $ 94,600.00 22 52 Robert Bosch $ 20,000.00 10 53 Rockwell Parts $ 30,000.00. 10 54 Sentinel Parts $ 15,000.00 10 55 Signal Stat Parts $ 75,000.00 25 56 Spicer Parts $475,000.00 100 57. Stemco Parts $ 10,000.00 10 58 Sullair Compressor $ 1,000.00 10 59 Sure -plus Parts $ 20,000.00 10 60 Timken Parts $ 40,000.00 40 61 Thermo King Refrigerator $ 1,000.00 2 62 Thrombetta (solenoids, actuators) $ 40,000.00 20 63 Transit Parts $ 10,000.00 10 64 Trico Parts $ 10,000.00 10 65 Trucklite Parts $ . 30,000.00 10 66 Velvac Parts $ 10,000.00 10 67 Wacker Parts $ 10,700.00 10 68 Webb Parts $ 20,000.00 10 69 Weldon Parts $ 10,000.00 10 70 Weldon Lighting $ 10,000.00 10 --32-- MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR:. MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarketparts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 1 A/C Industries Parts. $ 1,000.00 10 2 AC Electrical Parts $ 1,000.00 10 3 AC Filters $ 1,000.00 10 4 Aero Products $ 1,000.00 10 5 Alamo Cutter & Mower $ 1,000.00 10 • 6 Allis Chalmers Forklifts $ 1,000.00 - 10 7 Allison Transmission $ 1,000.00 10 8 Altec $ 1,000.00 10 9 Altekco $ 1,000.00 10 10 Arnida Flood Lights $ 1,000.00 10" 11 Arrow Lighting $ 1,000.00 10 12 Auto Crane $ 1,000.00 10 13 Autocar Equipment $ 1,000.00 10 14 B & B Equipment Cover $ 1,000.00 10 15 Bendix Parts $ 1,000.00 . 10 16 Blue Bird Bus $ 1,000.00 10 1 7 Bobcat $ 11,000.00 80 18 Bomag Equipment $ 10,700.00 57 19 Braun Equipment $ 1,000.00 10 20 Briggs and Stratton $ 1,000.00 10 21 Bucyrus -Erie Crane Parts $ 1,000.00 10 --33-- MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 22 Bushhog Mower Parts & Service $ 1,000.00 • 10 23 Carrier (Mobile) $ 1,000.00 10 24 Cartepillar Construction & Landfill Distributor Parts & Service $ 1,000.00 10 • 25 Case Equipment Dealer Part $ 1,000.00 10 26 Caterpillar Engine Parts & Service $ 1,000.00 10 27 Carterpillar Forklifts $ 1,000.00 10 28 Caterpillar Transmission $ 1,000.00 10 29 Champion Grader Equipment $ 1,000.00 10 30 Chelsea Parts $ 1,000.00 10 31 Chevrolet Heavy truck Dealer Parts $ 1,000.00 10 32 Clark Equipment Parts $ 1,000.00 10 33 Clark Forklifts Parts & Service $ 1,000.00 10 34 Cole Hersee Parts $ 1,000.00 10 35 Coleman A/C (Mobile) $ 1,000.00 10 36 Coleman Generators .Parts & Service $ 1,000.00 10 37 Condor Truck Parts & $ 1,000.00 10 --34-- MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount. Labor. Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) Service 38 CR Parts $ 1,000.00 10 39 Crown Equipment & Forklifts $ 1,000.00 10 40 Crosby Parts $ 1,000.00 10 41 Cummins Diesel Parts $ 1,000.00 10 42 Cummins Diesel Parts & Service ` $ 1,000.00 - 10 43 Dana Parts $ 1,000.00 10 44 Datcon Parts $ 1,000.00 10 45 Detroit Diesel Parts $ 1,000.00 10 46 Deutz Diesel $ 1,000.00 10 47 Ditch Witch Trencher $ 5,000.00 10 48 Dresser Equipment Parts $ 5,200.00 38 49 DTAC a/c system $ 1,000.00 10 50 DTAC a/c system $ 1,000.00 10 51 Duo Team (Mobile) $ 1,000.00 10 52 Dynapac Roller Equipment $ 17,200.00 57 53 E J Ward Fuel Hard & Software $ 1,000.00 10 54 Eager Beaver $ 1,000.00 10 55 Eaton Parts $ 1,000.00 10 --35-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate. Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 56 Effer Knuckleboom Cranes Parts & Service $ 1,000.00 10 57 Elgin Sweeper Parts $ 5,200.00 40 58 E-Z Go Golf Carts $ 6,000.00 39 59 Federal Signal $ 1,000.00 1 60 Fleetguard $ 1,000.00 1 61 FMC Sweeper $ 5,000.00 40 62 Fontaine Fifth Wheels Parts $ 1,000.00 10 63 Fontaine Parts $ 1,000.00 10 64 Ford Heavy Truck Parts & Service $ 1,000.00 10 65 Fram $ 1,000.00 10 66 Freightliner Truck Parts & Service $ 1,000.00 10 67 Fuller Parts $ 1,000.00 10 68 Galbreath Equipment • Parts & Service $ 5,000.00 39 69 Gallion Equipment Parts & Service $ 1,000.00 10 70 Generac Generators Parts & Service $ 1,000.00 10 71 Genie Lift Parts & Service $ 1,000.00 10 72 Globe Parts $ 1,000.00 10 --36-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: BID NO.: 5380-6/14 -OTR GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the. identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 73 Glow Brite Parts $ 1,000.00 10 74 GMC Heavy Truck Parts & Service $ 1,000.00 _ 10 75 GMC Medium Duty Parts & Service $ 1,000.00 10 76 Gradall Equipment Parts & Service $ 5,000.00 40 77 Gravely Mowers Parts & Service $ 1,000.00 10 78 Grizzly Parts & Service $ 1,000.00 10 79 Grote Parts $ 1,000.00 10 80 Grove Cranes Parts & Service $ 1,000.00 . 10 81 Grumman Body Parts & Service $ 1,000.00 10 82 . Gunite Parts $ 1,000.00 10 83 Hale Parts $ 1,000.00 10 84 Hatz Diesel Parts $ 1,000.00 10 85 Havis Shields Parts $ 1,000.00 10 86 Hayden Parts $ 1,000.00 10 87 HD Industries Patch Truck Bodies Parts $ 1,000.00 10 S8 Heil Equipment Parts $ 27,000.00 60 89 Hendrickson Parts $ 1,000.00 10 90 Hensley Bucket Parts $ 1,000.00 10 --37-- MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers anddistributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop InstalURepair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and (H) 91 Hesco Roll -off Equipment Parts $: 5,000.00 42 92 Holan Aerial Devices Parts & Service $ 1,000.00 10 93 Honda Non - Automotive Parts & Service $ 1,000.00 10 94 Horton Parts $ 1,000.00 10 95 Hurst Parts $ 1,000.00 10 96 Hustler Mowers $ 1,000.00 10 97 Hyster Equipment Parts $ 1,000.00 10 98 IMT Cranes Parts & Service $ 1,000.00 10 99 Ingersol-Rand Parts $ 10,000.00 88 100 International Heavy Duty Truck $ 1,000.00 10 101 Interstate Trailer Parts & Service $ 1,000.00 10 " 102 Izuzu Engine Parts & Service $ 1,000.00 10 103 J.C.B. Backhoes Parts $ 1,000.00 10 104 Jacobson Mowers $ 1,000.00 10 105 John Bean Sprayer.Parts • $ 5,200.00 40 106 John Deere Farm Tractor $ 1,000.00 10 107 John Deere Equipment Parts • $ 1,000.00 " 10 --38-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: BID NO.: 5380-6/14 -OTR GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 108 Johnson Sweeper Equipment Parts $ 5,100.00 40 109 JLG Lift Equipment $ 1,000.00 10 110 Kawasaki $ 1,000.00 10 1 I 1 KD Parts $ 1,000.00 10 112 Kelsey Hayes Parts $ 1,000.00 10 113 Kenworth Equipment Parts & Service $ 1,000.00 10 114 Kidron Bodies Parts $ 1,000.00 10 115 Kilo Pack Generators $ 1,000.00 10- 1 16 Knapheide Body Parts $ 1,000.00 10 117 Kohler Generators $ 1,000.00 10 118 Kohler Parts $ 1,000.00 10 119 Komatsu Equipment $ 5,000.00 50 120. Kubota Tractor & Equipment $ 1,000.00 10 121 Kubota Small Engine Parts & Service $ 1,000.00 10 122 Labrie Equipment Parts & Service $ 1,000.00 10 123 Landoll Trailer Parts & Service $ 1,000.00 10 124 Leach Equipment Parts & Service $ 1,000.00 - 20 125 Lincoln Parts & Service $ 1,000.00 10 --39-- MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 126 Linkbelt Cranes Dealer Parts & Service $ 1,000.00 10 • 127 Mack Truck Parts & Service $ 1,000.00- 10 128 Massey Ferguson Tractors $ 1,000.00 10 129 Maxxon Litigates Parts & Service $ 1,000.00 10 130 MB Engines Parts & Service . $ 1,000.00 10 131 McNeilus Equipment Parts & Services $ 5,200.00 19 132 Med Tec Rescue Parts & Service $ 1,000.00 10 133 Midland Parts $ 1,000.00 10 134 Mitsubishi (non - automotive) Parts & Service $ 1,000.00 10 135 Morgan Body Parts & Service $ 1,000.00 10 136 MQ Generators Parts & Service $ 1,000.00 10 137 National Cranes Parts & Service $ 1,000.00 10 138 New Holland Farm Tractor $ 1,000.00 10 139 New Way Refuse Body Parts & Service $ 1,000.00 10 MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. Theyy are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and (H) 140 Nissan Forklifts Parts & Service • $ 1,000.00 10 141 O'Brien Tarp Parts & Service $ 5,000.00 20 142 Oilman's Tank Truck Parts $ 1,000.00 10 143 Old Dominion Parts & Service $ 5,000.00 20 144 Onan Parts $ 1,000.00 10 145 Ottawa Yard Jockey Parts & Service $ 1,000.00 10 146 Pak-Mor Equipment Parts & Service $ 32,000.00 62 147 Pantropic Power products Caterpillar Engine and Transmission $ 1,000.00 1 10 148 Panther Air Boat Parts $ 1,000.00 10 149 Perkin Engines $ 1,000.00 10 150 Peterbilt Equipment Parts & Service $ 1,000.00 10 151 Peterson Equipment Parts $ 1,000.00 10 152 Philips Air Compressor Pumps $ 1,000.00 10 153 Pierce Equipment Parts & Service $ 1,000.00 10 --41 - - MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: BID NO.: 5380-6/14 -OTR GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts -& Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) •(C) (D) (E) (F) (G) (H) (C) and (H) 154 Pitman Aerial Equipment Parts $ .1,000.00 10 155 Pitman Cranes Parts & Service $ 32,000.00 300 156 Pioneer Equipment Parts & Service $ 1,000.00 10 157 Polaris (ATV) Parts & Service $ 1,000.00 10 158 Pollack Parts $ 1,000.00 10 159 Power Tec Generators $ 1,000.00 10 160 Prestolite Parts $ 1,000.00 10 161 Ramsey Parts $ 1,000.00 . 10 162 Reach -all Equipment Parts $ 1,000.00 10 163 Reading Bodies and Bodywork Parts $ 1,000.00 10 164 Red Dot Air conditioning Parts $ 1,000.00 10 165 Rhino Mowers Parts & Service $ 1,000.00 10 166 Richard Tractor Parts & Service $ 1,000.00 10 16'7 Robert Bosch Parts $ 1,000.00 10 168 Robin Generator Parts $ 1,000.00 10 169 Rockwell Parts $ 1,000.00 10 --42-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES BID NO.: 5380-6/14 -OTR Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % OtTered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 170 Scag Power Equipment .Yale Forklifts $ 1,000.00 10 171 Sentinel Parts $ 1,000.00 10 172 Signal Stat Parts $ 1,000.00 10 173 Spec-Tec Trailer Parts $ 1,000.00 10 174 Spicer Parts $ 1,000.00 10 175 Stamm Equipment $ 1,000.00 10 176 Steco Equipment Parts $ 1,000.00 10 177 Stemco Parts $ 1,000.00 10 178 Sterling Truck $ 1,000.00 10 179 Sullair Compressor $ 1,000.00 10 180 Supreme Body $ 1,000.00 10 181 Sure -plus $ 1,000.00 10 .. 182 Suzuki (motor sports non -automotive) $ 1,000.00 10 183 TCM Forklift Equipment $ 1,000.00 10 184 Tennant Sweeper and Scrubber $ 5,300.00 43 185 Tesco Parts $ 1,000.00 1 186 Thermo King Refrigerator $ 1,000.00 ' 1 187 Thermo Lay Pothole Patching $ 1,000.00 1 --43-- MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Estimated Discount Total Cost Posted Shop Estimated Discount Labor Estimated Aggregate Item Manufacturer Line Cost from MSPL After Install/Repair Labor from Posted Rate Labor hours Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C) and (H) 188 Thieman Liftgates $ 1,000.00 1 189 Thomas Built Buses $ 1,000.00 1 190 Thrombetta (solenoids, actuators) $ 1,000.00 1 191 Timken $ 1,000.00 1 192 Tommygate Tailgates $ 1,000.00 1 193 Tow Master Trailer $ 1,000.00 1 194 Trail King Trailers $ 1,000.00 1 195 Transit $ 1,000.00 1 196 Trico .$ 1,000.00 1 197 Trucklite $ 1,000.00 1 198 Tulsa $ 1,000.00 1 199 Tymco Sweeper $ 1,000.00 1 200 UEC Skyjacker $ 1,000.00 1 201 Union City Body $ 1,000.00 1 202 Utilimaster OEM $ 1,000.00 203 Vac -con Sewer Equipment Parts $ 1,000.00. 1 204 Vactor Sewer Equipment $ 1,000.00 1 205 Vanner Parts & Service $ 1,000.00 1 206 Velvac Parts $ 1,000.00 1 --44-- MIAMI-DADE COUNTY BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, FOR MIAMI-DADE COUNTY BID NO.: 5380-6/14 -OTR FIRM NAME: GROUP D AFTERMARKET REPLACEMENT PARTS AND SERVICE FOR THE LISTED BRAND NAMES Aftermarket parts are those manufactured to be as close as possible to the original manufactured part and are sold through aftermarket dealers and distributors carrying that manufacturers brand. They are as close to the same part originally supplied as possible on the equipment and are packaged by their manufacturer with the identifying manufacturers brand name and occasionally the possible brands they may be substitute for. (Refer to Section 2 Paragraph 2.6 for examples) Item Manufacturer Line Estimated Cost Discount from MSPL Total Cost After Posted Shop Install/Repair Estimated Labor Discount from Posted Labor Rate Estimated Labor hours Aggregate Total of No Item OEM Parts & Service offered in % Discount Labor Rate per Hour hours Shop Labor Rate in % Offered to County multiplied by Labor Rate Columns (A) (B) (C) (D) (E) (F) (G) (H) (C)and (H) 207 Vermeer Parts & Service $ 1,000.00 1 208 Wacker Parts $ 1,000.00 1 209 Waltco Truck Accessories $ 1,000.00 1 210 Webb Parts $ 1,000.00 1 211 Weldon Lighting $ 1,000.00 1 212 Weldon Parts $ 1,000.00 1 213 Wisconsin Parts $ 1,000.00 1 214 White Truck Equipment $ 1,000.00 1 215 Wix Parts $ 1,000.00 1 216 Workhorse (Chassis Parts) $ 1,000.00 1 217 Yamaha $ 1,000.00 1 218 Yanmar Small Engines $ 1,000.00 1 i --45-- MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR SECTION 4 BID SUBMITTAL FOR: MOBILE EQUIPMENT MANUFACTURER (OEM) REPLACEMENT PARTS & SERVICE, 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: n NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID FIRM NAME: AUTHORIZED SIGNATURE: DATE: TITLE OF OFFICER: - 46 - Revised 11/9/06 MIAMI-DADE COUNTY BID NO.: 5380-06/14-OTR MIIAML•DADI BID SUBMITTAL FORM Bid Title: Mobile Equipment Manufacturer (OEM) Replacement Parts and Service, 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. 2-1.1.1(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 Cie 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 Miami -Dade County Ordinance 94-34, 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 only if bidder has such conviction to disclose to comply with this 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 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the Joint Purchase portion of the UAP is voluntary, 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 kidder. A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-govemmental 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 ❑, 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.: Fax No.: Email Address: 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. - 47 -