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 -