Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : FROM : Emilio T. Gonzalez, Ph.D. City Manager Annie Perez, CPPO, Director Department of Procurement DATE : SUBJECT: REFERENCES: September 19, 2018 FILE : Recommendation of Award IFB for the provision of OEM & Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles Invitation for Bid ("IFB") No. ENCLOSURES: 708382 RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of IFB 708382 to various responsive and responsible Bidders, to provide OEM & Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles for various City departments. The awarded vendors, contract terms, and amount are listed below. Contract Number/Title: IFB No. 708382, OEM & Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles Contract Amount: Approximately $2,000,000.00 per year (an approximate aggregate amount of $14,000,000.00 for seven (7) years). Contract Term: Initial term for a period of three (3) years, with the option to renew for two (2) additional two (2) year periods. Recommended Vendors: ABC Radiators and Air, Inc.; Battery Sales USA, Inc.; Dobbs Equipment;Expert Diesel; Genuine Parts Co. d/b/a Napa Auto Parts; Glades Parts; Gus Machado Ford; Jasper Engine; Metro Ford; Miami Lakes AM; Nextran Corporation; Parts Authority Georgia; Rechtien International Trucks, Inc.; Reliable Transmission Service, Inc.; Richards Tractors and Implements, Inc.; SSES, Inc. d/b/a Southern Sewer Equipment Sales; Sunbelt Waste Equipment; TP Investment d/b/a Kenworth; TPH; Truckmax BACKGROUND: On April 18, 2018, Procurement issued IFB No. 708382, under full and open competition. As required by the Procurement Code, the IFB was advertised and issued online. Twenty-two (22) bids were received. Two (2) bids were deemed non -responsive for not submitting responses, in accordance with Section 1.78, Submission and Receipt of Responses. The other bids were found responsive and subsequently tabulated. Approved: Em,iVo T Gonzalez, Ph.D., ity Manager cc: Sandra Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Joe F. Napoli, Deputy City Manager Yadissa A. Calderon, CPPB, Assistant Director, Procurement Date: PR180110 BID TABULATION IFB 708382 OEM Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles 1 Group 1: Original Equipment Manufacturer (OEM) Discount off Manufacturer Suggested Retail Price (MSRP) for Parts and Labor Discount Vendor(s) Hourly Labor Rate / Minimum Percent Discount of OEM Replacement Parts Warranty on Labor / Warranty of Parts Notes: 1.1 Chevrolet - OEM MSRP Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Miami Lakes AM, LLC $95.00 / 25% 365 / 730 Days TPH Acquisition LLP dba The Parts House N/A / 55% N / A 1 730 Days AC-Delco Branded Parts Glades Parts Co. Inc / DBA Original Equipment Co. N/A / 37% N / A / Per Manufacturer AC-Delco Branded Parts 1.2 Dodge - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Miami Lakes AM, LLC $95.00 / 25% 365 / 730 Days TPH Acquisition LLP dba The Parts House N/A / 43% N / A / 365 Days Mopar Branded Parts Glades Parts Co. Inc / DBA Original Equipment Co. N/A / 42% N / A / Per Manufacturer Mopar Branded Parts 1.3 Ford - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Metro Ford Inc. $85.00 / 30% 730 / 730 Days Gus Machado Ford, Inc. $80.00 / 20% 730 / 730 Days TPH Acquisition LLP dba The Parts House N/A / 47% N / A / 730 Days Motorcraft Branded Parts 1.4 GMC - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Miami Lakes AM, LLC $95.00 / 25% 365 / 730 Days TPH Acquisition LLP dba The Parts House N/A / 55% N I A / 730 Days AC-Delco Branded Parts 1.5 Mercedes Benz - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.6 Harley Davidson - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.7 Kawasaki - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Richards Tractors & Implements $85.00 / 10% 90 ! 90 Days 1.8 Toyota - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.9 Nissan - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.10 International Trucks - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Rechtien International Trucks, Inc $129.00 / 25% 365 / 365 Days 1.11 Caterpillar - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line TP Investment Group LLC. DBA Kenworth of South Florida $90.00 / 20% 90 / 365 Days 1.12 Petersen Industries - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.13 Freightliner - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.14 Heil - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Sunbelt Hydraulic & Equipment Inc $105.00 / 25% 90 / 90 Days Prepared by: Eduardo Falcon 08-08-18 BID TABULATION IFB 708382 OEM Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles 1.15 Sterling Trucks - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line TP Investment Group LLC. DBA Kenworth of South Florida $90.00 / 0% 90 / 365 Days 1.16 Kenworth Trucks - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line TP Investment Group LLC. DBA Kenworth of South Florida $125.00 / 20% 90 / 365 Days 1.17 Pierce Manufacturing - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.18 Spartan Chassis - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.19 Vactor Parts - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.20 Cummins Engines - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line K.V.P. Enterprises Inc. d/b/a Expert Diesel $90.00 / 40% 365 / 365 Days TP Investment Group LLC. d/b/a Kenworth of South Florida $90.00 / 20% 90 / 365 Days TruckMax, Inc. $90.00 / 15% 365 / 365 Days Nextran Corporation d/b/a Nextran Truck Center Miami $116.00 / 12% 90 / 364 Days 1.21 Bobcat Equipment - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount Enter Hourly Labor Rate in the Unit Price Line 1.22 John Deere - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Dobbs Equipment, LLC $119.00 / 0% 90 / 180 Days Dealer installed parts have up to 12 month parts/labor warranty Richards Tractors & Implements $85.00 / 10 % 90 / 90 Days 1.23 Detroit Diesel - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.24 Allison Transmissions - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Reliable Transmission Service, Inc $149.00 / 15% 180 / 180 Days 1.25 Stihl - OEM - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Richards Tractors & Implements $85.00 / 10% 90 / 90 Days 1.26 Toro - OEM - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line 1.27 Other - OEM Hourly Labor Rate and Parts Discount (for Manufacturer not listed) - Enter Hourly Labor Rate in the Unit Price Line SSES, Inc d/b/a Southern Sewer Equipment Sales $135.00 / 0% 30 / 45 Days Manufacturer: Scranton Mfg. / New Way K.V.P. Enterprises Inc. d/b/a Expert Diesel $90.00 / 40% 365 / 365 Days Manufacturer: AutoCar TruckMax, Inc. $90.00 / 15% 365 / 365 Days Manufacturer: Volvo Truck / Hino Truck Sunbelt Hydraulic & Equipment Inc $105.00 / 25% 90 / 90 Days Manufacturer: Auto Crane TP Investment Group LLC. DBA Kenworth of South Florida $90.00 / 0% 90 / 365 Days Manufacturer: TRP Nextran Corporation d/b/a Nextran Truck Center Miami $116.00 / 30% 90 / 364 Days Manufacturer: Mack Prepared by: Eduardo Falcon 08-08-18 - BID TABULATION IFB 708382 OEM Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles Nextran Corporation d/b/a Nextran Truck Center Miami $116.00 / 15% 90 / 364 Days Manufacturer: Isuzu Vendor(s) Minimum Percent Discount of Aftermarket Replacement Parts Warranty of Parts Notes: 2.1 Aftermarket - Gas/Diesel Engine, Transmission, & Differential Rebuild - Discount off Manufacturer Suggested Retail Price (MSRP) - express as a decimal, i.e. 25% discount = .25 Jasper Engine Exchange Inc P0% Minimum 180 Days (See Warranty Sheet for complete warranty) 2.2 Aftermarket - Batteries for Automotive and Industrial Use - Discount off Manufacturer Suggested Retail Price (MSRP) - express as a decimal, i.e. 25% discount = .25 Parts Authority Georgia LLC 61 % 365 to 730 depending on Manufacturer AC Delco, Motorcraft, and Exide Batteries TPH Acquisition LLP dba The Parts House 60% Per note to buyer Line 2.2 AC Delco Batteries Battery Sales Usa Inc. 25% 12 months, (Except Small Engine 6 months, and Optima 18 Months) Powerking, AC Delco, and Optima Batteries 2.3 Aftermarket - Replacement Parts Only (for Manufacturer not listed) - express as a decimal, i.e. 25% discount = .25 Parts Authority Georgia LLC N / A / 37% Minimum N / A /365 See Line catalog for brands / percent discount TPH Acquisition LLP dba The Parts House N / A / 34% Minimum N / A /365 See Line catalog for brands / percent discount Prepared by: Eduardo Falcon 08-08-18 BID TABULATION IFB 708382 OEM Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles Vendor(s) Price Warranty of Parts Notes: 3.1 Radiator Recoring Services - Price per square inch for industrial equipment, Flat Fin (Cubic Inch Volume is Height X Width X Depth) A B C Radiator & Air, Inc. $0.54 365 3.2 Radiator Recoring Services - Price per square inch for industrial equipment, Vertical Thermal Heating (VTH) (Cubic Inch Volume is Height X Width X Depth) A B C Radiator & Air, Inc. $0.49 365 3.3 Radiator Recoring Services - Price per square inch for light trucks, Flat Fin (Cubic Inch Volume is Height X Width X Depth) A B C Radiator & Air, Inc. $0.54 365 3.4 Radiator Recoring Services - Price per square inch for light trucks, VTH (Cubic Inch Volume is Height X Width X Depth) A B C Radiator & Air, Inc. $0.49 365 3.5 Radiator Recoring Services - Price per square inch for passenger vehicles (Cubic Inch Volume is Height X Width X Depth) A B C Radiator & Air, Inc. $0.49 365 3.6 Radiator Repair Services - Price per square inch for any type vehicle (Cubic Inch Volume is Height X Width X Depth) A B C Radiator & Air, Inc. $0.06 90 3.7 New Radiators: Discount off Manufacturer Suggested Retail Price (MSRP) - express as a decimal, i.e. 25% discount = .25 A B C Radiator & Air, Inc. 20 % 365 3.8 Diesel Particulate Filter (DPF) Filter cleaning A B C Radiator & Air, Inc. $120.00 182 3.9 Diesel Oxidation Catalyst (DOC) Filter cleaning A B C Radiator & Air, Inc. $70.00 182 3.10 Fuel Tank Cleaning and Repairs (for tanks up to 100 Gallons) A B C Radiator & Air, Inc. $278.00 90 3.11 Fuel Tank Flush Only (for tanks up to 100 Gallons) A B C Radiator & Air, Inc. $210.00 90 3.12 Fuel Tank Cleaning and Repairs (for tanks over 100 Gallons) A B C Radiator & Air, Inc. $310.00 90 3.13 Fuel Tank Flush Only(for tanks over 100 Gallons) A B C Radiator & Air, Inc. $210.00 90 3.14 Radiator or Fuel Tank Cleaning and Repairs Hourly Labor Rate (for other services not described) A B C Radiator & Air, Inc. $88.00 90 3.15 Radiator or Fuel Tank Cleaning and Repairs Hourly Labor Rate For On -Site Repairs (for other services not described, regular business hours only no overtime) A B C Radiator & Air, Inc. $132.00 90 Per person / Per Hour Prepared by: Eduardo Falcon 08-08-18 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State Department of State / Division of Corporations / Search Records / Detail Sy Document Number / Detail by FEI/EIN Number Florida Profit Corporation A B C RADIATOR & AIR, INC. Filing Information Document Number V70892 FEI/EIN Number 65-0362460 Date Filed 10/14/1992 State FL Status ACTIVE Principal Address 13007 NE 14 AVE N MIAMI, FL 33161 Mailing Address 13007 NE 14 AVE N MIAMI, FL 33161 Registered Agent Name & Address MOSHER, RICHARD 884 NORTHEAST 205 TERRACE MIAMI, FL 33179 Name Changed: 02/09/2005 Address Changed: 02/09/2005 Officer/Director Detail Name & Address Title P CHURCHILL, JOHN 310 NW 127 st North Miami, FL 33168 Title VP MOSHER, RICHARD 884 NE 205 STREET MIAMI, FL 33179 Annual Reports http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResu.ltDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 Report Year Filed Date 2016 02/19/2016 2017 01/25/2017 2018 01/15/2018 Document Images 01/15/2018 --ANNUAL REPORT 01/25/2017 -- ANNUAL REPORT 02/19/2016 --ANNUAL REPORT 02/05/2015 -- ANNUAL REPORT 04 01/2014 -- ANNUAL REPORT 04/17/2013 --,ANNUAL REPORT 04/16/2012 -- ANNUAL REPORT 02/03/2011 --ANNUAL REPORT 02/23/2010 --.ANNUAL REPORT 05/05/2009 -- ANNUAL REPORT 05/01/2008 -- ANNUAL REPORT 04/30/2007 --ANNUAL REPORT 01/17/2006 --ANNUAL REPORT 02/09/2005 -- ANNUAL REPORT 02/25/2004 -- ANNUAL REPORT 03/10/2003 --ANNUAL REPORT 02/11/2002 -- ANNUAL REPORT 04123/2001 -- ANNUAL REPORT 05/0812000 -- ANNUAL REPORT 07/08/1999 -- ANNUAL REPORT 05/11/1998 -- ANNUAL REPORT 07/07/1997 --ANNUAL REPORT 04/22/1996 — ANNUAL REPORT 05/01/1995 --ANNUAL REPORT View image in PDF format View irnage in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF forrnat View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View irnage in PDF format View image in PDF format View image in PDF' format ftor.,a ,, .,arts'-.e._ or dra[^ i;u �•a•>n :f :o p. -et!ons http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FE)/ZINNuuzhcr Page | of Florida Department of State i^�:m,'uf ~-��'~�� / o°pa^m"*ofState / Division of Corporations / Search Records / Detail evDocument Number / Detail buFEl/EYN Number Florida Profit Corporation BATTERY SALES USA, INC. rmonm/onnauon Document Number K13837 psxs|mwumu*r 59-2895044 Date Filed 01/29/1888 State FL Status AcT[vs Last Event AMENDMENT Event Date Filed 09/002016 Event Effective Date wows Principal Address 1227oNE13THAVENUE NORTH M|AM|.FL331O1 Changed:0/25/2009 Maxmnxuxnso 1zx75NE1STHAVENUE NORTH MIAM|.FL331s1 Changod:Oz/2s/2uo9 Reqistered Aclent Name aAddress aTspHEwa.aooTTo 122r5NE13THAVE NORTH MIAM|.FL331O1 Name Changed: 01/14/2015 Address Changed: uo/25/2nOe Off mer/oireum,Detail Name & Address Title PRES sTsPHsma.ocoTT 1810NE187THTERR Detail by FEI/EIN Number Page 2 of 3 Title T GOOD, JULIE 3439 CLEVELAND ST HOLLYWOOD, FL 33021 Title S STEPHENS, JAMIE 1810 NE 197 TERR NO. MIAMI BEACH, FL 33179 Annual Reports Report Year 2016 2017 2018 Filed Date 03/07/2016 01/20/2017 01/23/2018 Document Images 01/23/2018 -- ANNUAL REPORT 01/20/2017 — ANNUAL REPORT 03/07/2016 ANNUAL REPORT 01/14/2015 _ ANNUAL REPORT 01/15/2014 -- ANNUAL REPORT 0211812013 -- ANNUAL REPORT 12/1012012 -- Name Change 05/03/2012--ANNUAL REPORT 02,16/2011 -- ANNUAL REPORT 02/12/2010 — ANNUAL REPORT 02/25/2009 -- ANNUAL REPORT 04/18/2008 -- ANNUAL REPORT 02/02/2007 --ANNUAL REPORT 07/28/2006 — ANNUAL REPORT 02/11/2005 — ANNUAL REPORT 07/07/2004 -- ANNUAL REPORT 03/03/2003 -- ANNUAL REPORT 02/01/2002 -- ANNUAL REPORT 02/01/2001 — ANNUAL REPORT 02/02/2000 -- ANNUAL REPORT 02/08/1999 — ANNUAL REPORT 03//10/1998 — ANNUAL REPORT 04/22/1997 -- ANNUAL REPORT 07/30/1996 --ANNUAL REPORT 05/01/1995 —ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Floncla r.,apartnaer,of State, Div,alta, et... ,anon, http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNum... 6/7/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Deoanment of State Di ,<„", C^-'::'%= Departrnent of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Foreign Limited Liability Company DOBBS EQUIPMENT, LLC Filing Information Document Number M17000007036 FEI/EIN Number 82-2505079 Date Filed 08/16/2017 State DE Status ACTIVE Last Event LC AMENDMENT Event Date Filed 03/12/2018 Event Effective Date NONE Principal Address 2730 S. FALKENBURG RIVERVIEW, FL 33578 Changed: 12/06/2017 Mailing Address 2730 S Falkenburg Road Riverview, FL 33578 Changed: 03/23/2018 Registered Agent Name & Address REGISTERED AGENT SOLUTIONS, INC. 155 OFFICE PALZA DR STE A TALLAHASSEE, FL 32301 Authorized Person(s) Detail Name & Address Title MGR, VP CROSBY, W. CHRISTOPHER 6070 POPLAR AVE, STE 750 MEMPHIS, TN 38119 Title MGR,S ORIANS, MICHAEL A. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 6070 POPLAR AVE, STE 750 MEMPHIS, TN 38119 Title MGR,P DOBBS, EDWARD J 6070 POPLAR AVE, STE 750 MEMPHIS, TN 38119 Title CFO, VP RICHMOND, BENJAMIN W 2730 S. FALKENBURG RIVERVIEW, FL 33578 Title PRES TSCHETTER, ADAM 2730 S. FALKENBURG RIVERVIEW, FL 33578 Annual Reports Report Year Filed Date 2018 03/23/2018 Document Images 03/23/2018 — ANNUAL REPORT 03/ 1212018 -- LC Amendment 12/06 2017 -- LC Amendment 08/16/2017 -- Foreign Limited View mage in PDF format View image in PDF format View image in PDF format View image in PDF format State. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail b«FEMNNumber Page iof2 Florida Department wState �L~ �'v .'`""`"^^" —1r° Department ofState / Division wCorporations / Search n=,w, / Detail nvDocument Number / Detail by FE11EIN Number Florida Profit Corporation K.v.P.ENTERPRISES, INC. rmnnmmnnuoon Document Number x38723 Fsve|mmumuo, 65-0088563 Date Filed 10/14/1988 State FL Status mzrx/s Principal Address 47VU0xnESRD. DAV|s, FLu8o14 Changod:O7030ee1 mamnvAuumo 470OOAKsaRD. OAV|E.FL3n314 Chongod:O7@3U8S1 nvnistemuAnontName mAddress PUTTEn.KARsw 0o1NVV1UnTHAVE PLANTATION, FLS3Je4 Name Changed: 04/28/1997 Address Changed: 04/28/19Sr Off icer/Director oemx Name & Address P0TER,KAREN 0O1NVV1O8THAVE PLANTATION, FL nU:I.RoosnTO Detail by FEI/EIN Number Page 2 of 2 16558 MARIPOSA CIRCLE SO. FT LAUDERDALE, FL 33331 Annual Reports Report Year Filed Date 2016 03/02/2016 2017 01/19/2017 2018 01/16/2018 Document Images 01/1612018 --ANNUAL. REPORT 01/19/2017 --ANNUAL REPORT 03/02/2016 --.ANNUAL REPORT 01113/2015 -- ANNUAL REPORT 03/05/2014 -- ANNUAL REPORT 03/21 /2013 -- ANNUAL REPORT 02/07/2012 -- ANNUAL REPORT 03/09/2011 --ANNUAL REPORT 02/25/2010 -- ANNUAL REPORT 04/08/2009 -- ANNUAL REPORT 03/11/2008 -- ANNUAL REPORT 01/0312007 -- ANNUAL REPORT 01/25/2006 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format Vew image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 03/24/2005 -- ANNUAL REPORT[ View image in PDF format 01/17/2005 -- ANNUAL REPORT 01/14/2004 -- ANNUAL REPORT 03/24/2003 — ANNUAL REPORT 02/21/2002 -- ANNUAL REPORT 04/10/2001 --.ANNUAL REPORT 04112/2000 --ANNUAL REPORT 04/20/1999 -- ANNUAL REPORT 04/17/1998-- ANNUAL REPORT 04/28/1997 -- ANNUAL REPORT 05/01 / 1996 -- ANNUAL REPORT 05101/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View image in PDF format View image in PDF format View irnage in PDF format ''Iontt peP.a,:T.e”,l.-: of Slate. Div$;e". or http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNum... 6/7/2018 Detail by FEI/EIN Number Page 1 of 3 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Foreign Profit Corporation GENUINE PARTS COMPANY Filing Information Document Number 810971 FEI/EIN Number 58-0254510 Date Filed 04/20/1956 State GA Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 12/06/1995 Event Effective Date 12/31/1995 Principal Address 2999 WILDWOOD PARKWAY ATLANTA, GA 30339 Changed: 08/02/2016 Mailing Address 2999 WILDWOOD PARKWAY ATLANTA, GA 30339 Changed: 08/02/2016 Registered Agent Name & Address CT CORPORATION SYSTEM C/O CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 10/16/2013 Address Changed: 10/16/2013 Officer/Director Detail Name & Address Title President, CEO DONAHUE, PAUL 2999 WILDWOOD PARKWAY ATLANTA, GA 30339 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 2 of 3 Title CFO YANCEY, CAROL B 2999 WILDWOOD PARKWAY ATLANTA, GA 30339 Title SVP Operations Borman, Rick 2999 WILDWOOD PARKWAY ATLANTA, GA 30339 Title Treasurer CHESNUTT, CHARLIE 2999 WILDWOOD PARKWAY ATLANTA, GA 30339 Title SVP Operations & Logistics Orr, Mike 2999 WILDWOOD PARKWAY Atlanta, GA 30339 Title Auditor Wilson, Campbell 2999 Wildwood Pkwy Atlanta, GA 30339 Annual Reports Report Year Filed Date 2017 04/17/2017 2017 05/23/2017 2018 01/15/2018 Document Images 01/15/2018 --ANNUAL REPORT 05/23/2017 --AMENDED ANNUAL REPORT 04/17/2017 --ANNUAL REPORT 04/25/2016 -- ANNUAL REPORT 04/09/2015 — ANNUAL REPORT 04/21/2014 ANNUAL REPORT 10/16/2013 — Req. Agent Change 02/1812013 — ANNUAL REPORT 04/17/2012 -- ANNUAL REPORT 03/30/2011 --ANNUAL REPORT 08/27/2010 — Req. Agent Change 04/01/2010 —ANNUAL REPORT 04/20/2009 -- ANNUAL REPORT View image in PDF format View irnage in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View mage in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 3 of 3 04118 2008 -- ANNUAL REPORT 0511512007 -- ANNUAL REPORT 05/01/2006 -- ANNUAL REPORT 0517f2005 --ANNUAL REPORT 0510312004 —ANNUAL REPORT 04/1712003 --ANNUAL REPORT 04/22/2002 -- ANNUAL REPORT 03/22/2002 -- Req. Agent Change 01/26/2001 --ANNUAL REPORT 05/15/2000 -- ANNUAL REPORT 05/17/1999 -- ANNUAL REPORT 04122/1998--ANNUAL REPORT 03/'051997 -- ANNUAL REPORT 04/0511996 -- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF faimat View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Deeartrnent of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation GLADES PARTS COMPANY, INC. Filing Information Document Number 448937 FEI/EIN Number 59-1511962 Date Filed 03/20/1974 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 06/01/1983 Event Effective Date NONE Principal Address 1348 S MAIN ST. BELLE GLADE, FL 33430 Changed: 03/30/2009 Mailing Address P.O. BOX 2260 BELLE GLADE, FL 33430-3433 Changed: 04/11/1997 Registered Agent Name & Address STEWART, JAMES M 1211 THE PLAZA SINGER ISLAND, FL 33404 Name Changed: 09/04/1990 Address Changed: 09/04/1990 Officer/Director Detail Name & Address Title PT ANTUNA, JOSE M II 2018 Henley PL WELLINGTON, FL 33414 http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNum... 6/7/2018 Detail by FEI/EIN Number Page 2 of 2 Title V ANTUNA, JUAN C 14339 Paddock Dr WELLINGTON, FL 33414 Annual Reports Report Year 2016 2017 2018 Document Images Filed Date 04/20/2016 01/23/2017 03/05/2018 03/05/201 s -- ANNUAL REPORT 01/23/2017 -- ANNUAL REPORT 04/20/2016 — ANNUAL REPORT 04/0312015 -- ANNUAL REPORT 01/14/2014 -- ANNUAL REPORT 04/12/2013 —,ANNUAL REPORT 01/ 1712012 -- ANNUAL REPORT 04/14/2011 -- ANNUAL REPORT 02124'2010 --ANNUAL REPORT 03i30/2009— ANNUAL REPORT 03107/2008 — ANNUAL REPORT 03/05/2007 -- ANNUAL REPORT 07/31/2006 -- ANNUAL REPORT 03/28/2005 — ANNUAL REPORT 03/01 /2004 -- ANNUAL REPORT 02120/2003 --ANNUAL REPORT 05/2 712002 -- ANNUAL REPORT 05/03/2001 --ANNUAL REPORT 05/12/2000 -- ANNUAL REPORT 02119/1999 -- ANNUAL REPORT" 01127/1908 -- ANNUAL REPORT 0411 111997 -- ANNUAL REPORT 05/0211996 —,ANNUAL REPORT 03102/1995 — ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View irnage in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF forrnat View image in PDF format View irnage in PDF format View irnage in PDF format View image in PDF format Fiend, :;,:ea http://search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNum... 6/7/2018 Detail by Entity Name Florida Profit Corporation GUSMACHADOFORD, INC. Filing Information Document Number G00728 FEKE|NNumnbor 59-2336101 Date Filed 10/18/1983 State FL Status ACTIVE Last Event CANCEL ADM D|S9/REV Event Date Filed 10/31/2007 Event Effective Date NONE Pz�c-iQa1Adjlemm 12OOVV4UGT H(ALEAH, FL33U12 Changed: O7/ 1/1986 Ma-i.Rng Address 12O0VV4&8T HkALEAH.FL33U12 Changad:O7/11/1A86 Registered MACHAD0.GUS 1200VK49THST H|ALEAH, FL33012 Name Changed: U401MQ88 Address Changed: 0401/1Q88 0ffiner/Qiruu»orDetai| Nonmu& Address Title DPS MACHADO.GUS 1200VV49THST Title V BENITEZ, VICTOR 1200 W 49 ST. HIALEAH, FL 33012 Annual Reports Report Year 2016 2017 2018 Document Images Filed Date 04/08/2016 03/20/2017 03/19/2018 03119/2018 ANNUAL REPORT 0312012017 ANNUAL REPORT • 0I01:21161=ANkLIALBEEgrE 0412812015 -- ANNUAL REPORTi View image in PDF format ...... ............... ..... ................................................................. View image. in F,E.1F format 01/23/2014 —ANNUAL REPORT ...... 03/122.013 — ANNUAL REPORT 02/16/2012 ANNUAL REPORT 01ft5/21211::::ANNUAL REPORT 03/30/2010— ANNUAL REPORT 0111512009 — ANNUAL REPORT'. ..... 0110912008 -- ANNUAL REPORT; 10/31'2007 REINSTATEMENT .1.9i14t2006R -INSTATFIAFNT 6/2 .. .......... ... ....... 07/23i2004 ANNUAL REPOM 0112200:=ANNIIALREPDB:1:: ... e1/18;2002 ANN1.JAI.. REPORT. View image in PDF format View image in PDF format . ..... ........ ....... ..... 02/06(0. 01 — ANNUAI.. REPOPT 0113112000 — ANNUAL REPORT 2199.9.=NAMAL RE r:101KE • 1211411908...PElNSfATMFNT 0.5t09i1997 -- ANNUAL REPORT 0510111996 -- ANNUAL REPORT 05/0111995 ANNUAL REPORT: View image in PDF format ....... ..... . ..... ........ ..... View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF fe.:ernat ........................... ........ ................ ..... ..... ................... View image in PDF format View image, in PDF format View nage in PDF fr.irrriat .... ....... ............... ..... ........... View image in PDF format . ..... 777 .. 7 . .... . ..... . .......... ............................... View image in PDF format View image; in PDF format View image in PDF format Vievy itnage in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Detail by FEI/EIN Number Page 1 of 2 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Foreign Profit Corporation JASPER ENGINE EXCHANGE, INC. Filing Information Document Number F05000004753 FEI/EIN Number 35-0907098 Date Filed 08/15/2005 State IN Status ACTIVE Principal Address 815 WERNSING ROAD JASPER, IN 47547 Changed: 05/01/2009 Mailing Address PO BOX 650 JASPER, IN 47547-0650 Registered Agent Name & Address COGENCY GLOBAL INC. 115 North Calhoun St. Suite 4 Tallahassee, FL 32301 Name Changed: 08/20/2014 Address Changed: 07/07/2015 Officer/Director Detail Name & Address Title P BAWEL, ZACHERY PO BOX 650 JASPER, IN 47547 Title VP SCHWENK, MIKE http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 PO BOX 650 JASPER, IN 47547 Title T SCHWENK, RAYMOND J PO BOX 650 JASPER, IN 47547 Annual Reports Report Year 2016 2017 2018 Filed Date 02/04/2016 03/02/2017 02/14/2018 Document Images 02/14/2018 -- ANNUAL REPORT 03/02/2017 -- ANNUAL REPORT 02/042016--ANNUAL REPORT 01/29/2015--ANNUAL REPORT 08/20/2014 -- Req. ant Change 04/24/2014 -- ANNUAL REPORT 04/30/2013 -- ANNUAL REPORT 0427/2012 — ANNUAL REPORT 01/18/2011 -- ANNUAL. REPORT 04/26/2010 -- ANNUAL REPORT 05/01 /2009 -- ANNUAL REPORT 04/04/2008 --ANNUAL REPORT 02/26/2007 -- ANNUAL REPORT 03/30/2008 — ANNUAL REPORT 08/15/2005 — Foreign Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF forrnat View image in PDF forrnat View image in PDF format View image in PDF format View image in PDF forrnat Depaitment .or http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State Department of State / Division of Corporations / Search Records / Detail ©y Document Number / Detail by FEI/EIN Number Foreign Profit Corporation METRO FORD, INC. Filing Information Document Number 856968 FEI/EIN Number 59-2300252 Date Filed 06/30/1983 State DE Status ACTIVE Last Event AMENDMENT Event Date Filed 05/29/1985 Event Effective Date NONE Principal Address 9000 NW 7TH AVENUE MIAMI, FL 33150 Mailing Address 9000 NW 7TH AVENUE MIAMI, FL 33150 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 S. PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 07/08/1992 Address Changed: 07/08/1992 Officer/Director Detail Name & Address Title PD PEREZ, LOMBARDO 9000 N.W. 7TH AVE. MIAMI, FL 33150 Title DVP PEREZ, LOMBARDO JR. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 2 of 2 9000 N.W. 7TH AVE. MIAMI, FL 33150 Title STD TERZIAN, BARBARITA 9000 N.W. 7TH AVE. MIAMI, FL 33150 Annual Reports Report Year Filed Date 2016 03/09/2016 2017 03/14/2017 2018 02/15/2018 Document Images 02/15/2018 -- ANNUAL REPORT 03/14/2017 — ANNUAL REPORT 03/09/2016 -- ANNUAL REPORT 03/1912015 -- ANNU.AL. REPORT 03/20/2014 — ANNUAL REPORT 03/25/2013-- ANNUAL REPORT 04/09 2012 — ANNUAL REPORT 03/25/2011 -- ANNUAL REPORT 03/30/2010 -- ANNUAL REPORT 03/23/2009 -- ANNUAL REPORT 02/26/2008 -- ANNUAL REPORT 03/15/2007 --ANNUAL REPORT 03/27/2006 -- ANNUAL REPORT 03/2512005 -- ANNUAL REPORT 04/05i2004 --ANNUAL REPORT 011/5/2003 -- ANNUAL REPORT 02/13/2002 -- ANNUAL REPORT 04/25/2001 -- ANNUAL REPORT 04/04/2000 -- ANNUAL REPORT 06/07/1999 -- ANNUAL REPORT 07/23/1998 -- ANNUAL REPORT 06/20/1997 -- ANNUAL REPORT 06/04/1996 -- ANNUAL REPORT 06/09/1995 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View image in PDF format View image in PDF forrnat View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF forrnat View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Limited Liability Company MIAMI LAKES AM, LLC Filing Information Document Number L10000045372 FEI/EIN Number 27-2463679 Date Filed 04/29/2010 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 03/30/2012 Event Effective Date 04/01/2012 Principal Address 16600 NW 57TH AVENUE MIAMI LAKES, FL 33014 Changed: 07/19/2011 Mailing Address 16600 NW 57TH AVENUE MIAMI LAKES, FL 33014 Changed: 07/19/2011 Registered Agent Name & Address HATIC, HAAS AESQUIRE GREENSPOON MARDER, P.A. 200 EAST BROWARD BLVD., SUITE 1500 FT LAUDERDALE, FL 33301 Name Changed: 10/30/2012 Address Changed: 10/30/2012 Authorized Person{s) Detail Name & Address Title MGR AHMED, FAISAL 16600 NW 57TH AVENUD MIAMI LAKES, FL 33014 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 Title MGR AHMED, ALI 16600 NW 57TH AVENUE MIAMI LAKES, FL 33014 Annual Reports Report Year Filed Date 2016 02/01/2016 2017 01/31/2017 2018 02/15/2018 Document Images 02/15/2018 -- ANNUAL REPORT 01/31/2017 -- ANNUAL REPORT 02/01/2016 -- ANNUAL REPORT 01/16/2015 -- ANNUAL REPORT 01/17/2014 -- ANNUAL REPORT 01/ 15/2013--ANNIJAL. REPORT 10/30/2012 -- Req. Agent Change 03/30/2012 -- Merger 01/1212012 -- ANNUAL REPORT 07/19/2011 --ANNUAL REPORT 04/29/2010 -- Florida limited Liability View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF forrnat View image in PDF format View image in PDF format View image in PDF forrnat View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by Entity Name Page 1 of 4 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / D+,ist.: Detail by Entity Name Florida Profit Corporation NEXTRAN CORPORATION Filing Information Document Number V53610 FEI/EIN Number 59-3139839 Date Filed 07/28/1992 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/23/2010 Event Effective Date NONE Principal Address 1986 W. BEAVER STREET JACKSONVILLE, FL 32209 Changed: 06/29/1993 Mailing Address P.O. BOX 2880 JACKSONVILLE, FL 32203 Changed: 06/29/1993 Registered Agent Name & Address SMITH HULSEY & BUSEY 1800 FIRST UNION NATIONAL BANK TOWER 225 WATER STREET JACKSONVILLE, FL 32202 Officer/Director Detail Name & Address Title PCEO, Director, Treasurer, Secretary PRITCHETT, JON W. 5213 S.W. 94TH STREET GAINESVILLE, FL 32608 Title CFO, VP PEREZ, STEVE FJR. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/7/2018 Detail by Entity Name Page 2 of 4 1986 W BEAVER STREET JACKSONVILLE, FL 32209 Title VP USSERY, JIM 7810 ADAMO DRIVE TAMPA, FL 33619 Title VP BROWN, CHARLES 2200 WEST LANDSTREET ROAD ORLANDO, FL 32809 Title VP, GM COX, DON 328 SW RING CT LAKE CITY, FL 32025 Title VP, GM ARNOLD, MIKE 7810 ADAMO DRIVE TAMPA, FL 33619 Title VP, GM BLANCO , FRANCISCO 6801 NW 74TH AVENUE MIAMI, FL 33166 Title VP, GM BARROWS, TERRY 780 MEMORIAL DR ATLANTA, GA 30316 Title V.P. Bradshaw, William B 8100 Chancellor Dr. Ste 130 Orlando, FL 32809 Title GM, VP Willings, Thomas J 1801 Fulton Road Fultondale, AL 35068 Title VP http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/7/2018 Detail by Entity Name Page 3 of 4 Maddox, Timothy M 1986 W. BEAVER STREET JACKSONVILLE, FL 32209 Title VP Brown, Christopher T 1986 W. BEAVER STREET JACKSONVILLE, FL 32209 Annual Reports Report Year 2016 2017 2018 Filed Date 03/15/2016 03/07/2017 02/24/2018 Document Images 02/24/2018 -- ANNUAL REPORT 03/07/2017 -- ANNUAL REPORT 08105/2016 -- AMENDED ANNUAL REPORT 06/28/2016 -- AMENDED ANNUAL REPORT 05/26/2016 — AMENDED .ANNUAL REPORT 03/15/2016 -- ANNUAL REPORT 04117/2015 -- ANNUAL REPORT 03/10/2014 -- ANNUAL REPORT 03/15/2013 -- ANNUAL REPORT 02/17/2012 --ANNUAL REPORT 12/15/2011 -- ANNUAL REPORT 01/3112011 —ANNUAL REPORT 09/23/2010 -- Arnendment 01/2212010 --ANNUAL REPORT 03/16/2009 -- ANNUAL REPORT 0402/2008 -- ANNUAL REPORT 02/2712007 -- ANNUAL REPORT 03/31/2006 -- ANNUAL REPORT 1 1//29/2005 -- ANNUAL REPORT 04107/2005 — ANNUAL REPORT 03/09/2004 -- ANNUAL REPORT 02/26/2003 -- ANNUAL REPORT 03/28/2002 -- ANNUAL REPORT 02/21/2001 --ANNUAL. REPORT 10/30/2000 -- REINSTATEMENT 08124;1999 —ANNUAL REPORT 05/10/1999 -- Name Change 06/04/1998 -- ANNUAL REPORT 05/06/1997 -- ANNUAL REPORT 05/01/1996 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View itnage in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/7/2018 Detail by Entity Name Page 4 of 4 05;0 0995 -- ANNU IL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/7/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Foreign Limited Liability Company PARTS AUTHORITY GEORGIA, LLC Filing Information Document Number M15000002162 FEI/EIN Number 47-2305939 Date Filed 03/04/2015 State GA Status ACTIVE Last Event REINSTATEMENT Event Date Filed 11/01/2017 Principal Address 5944 PEACHTREE CORNERS EAST NORCROSS, GA 30071 Mailing Address Parts Authority Georgia LLC 3 Dakota Drive Suite 110 New Hyde Park, NY 11042 Changed: 01/16/2018 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 11/01/2017 Authorized Person(s) Detail Name & Address Title CFO WOTMAN, DAVID 5944 PEACHTREE CORNERS EAST NORCROSS, GA 30071 Annual Reports Report Year Filed Date http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 2 of 2 2016 11/01/2017 2017 11/01/2017 2018 01/16/2018 Document Images 0 U16 2018 -- ANNUAL REPORT 11'01%2017 — REINSTATEMENT 03/24%2015 -- Foreign Limited View image in PDF format View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation RECHTIEN INTERNATIONAL TRUCKS, INC. Filing Information Document Number P15000001487 FEI/EIN Number 59-2044408 Date Filed 01/05/2015 Effective Date 12/08/1980 State FL Status ACTIVE Principal Address 7227 N.W. 74TH AVENUE MIAMI, FL 33166 Mailing Address 7227 N.W. 74TH AVENUE MIAMI, FL 33166 Registered Agent Name & Address WALROTH-SADURNI, STEPHEN P, ESQ. Southeast Financial Center 200 South Biscayne Blvd Suite 3150 MIAMI, FL 33131 Address Changed: 09/06/2016 Officer/Director Detail Name & Address Title DP PONCE-GUTIERREZ, ALBERTO 7227 N.W. 74TH AVENUE MIAMI, FL 33166 Title DVP PONCE-MANZANILLA, JOSE LUIS 7227 N.W. 74TH AVENUE MIAMI, FL 33166 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 Title DVP PONCE-DIAZ, JUAN MANUEL 7227 N.W. 74TH AVENUE MIAMI, FL 33166 Title DST CASARES-CAMARA, JOSE MARIA 7227 N.W. 74TH AVENUE MIAMI, FL 33166 Title M CURRLIN, CARLOS A 7227 N.W. 74TH AVENUE MIAMI, FL 33166 Annual Reports Report Year Filed Date 2016 04/06/2016 2017 02/22/2017 2018 03/19/2018 Document Images 03/19/2018 -- ANNUAL REPORT 02/22/2017 -- ANNUAL REPORT 09/05/2016 --AMENDED ANNUAL REPORT 04106/22016 -- ANNUAL REPORT 0802/2015 -- AMENDED ANNUAL. REPORT 04/222015 -- ANNUAL REPORT 01/05/2015 -- Domestie Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF forrnai View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 1 of 2 Florda Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation RELIABLE TRANSMISSION SERVICE, INC. Filing Information Document Number G58784 FEI/EIN Number 59-2352497 Date Filed 09/09/1983 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 04/13/1989 Principal Address 6613 78TH STREET SOUTH RIVERVIEW, FL 33578 Changed: 03/12/2015 Mailing Address P 0 BOX 377 BRANDON, FL 33509 Changed: 03/15/1994 Registered Agent Name & Address PHILLIPS, GARY 913 SYMPHONY BEACH LANE APOLLO BEACH, FL 33572 Name Changed: 04/01/1997 Address Changed: 04/13/2001 Officer/Director Detail Name & Address Title PTD PHILLIPS, GARY H. 913 SYMPHONY BEACH LANE APOLLO BEACH, FL Title VS http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 PHILLIPS, JOANN 913 SYMPHONY BEACH LANE APOLLO BEACH, FL Annual Reports Report Year Filed Date 2016 02/09/2016 2017 03/31/2017 2018 02/23/2018 Document Images 02/23/2018 — ANNUAL REPORT 03/31 /2017 -- ANNUAL REPORT 02/09/2016 —ANNUAL REPORT 03/ 12,2015-- ANNUAL REPORT 05/01/2014 -- ANNUAL REPORT 03/27/2013 -- ANNUAL REPORT 04//11/2012 -- ANNUAL REPORT 03/24/2011 -- ANNUAL REPORT 05/19/2010 — ANNUAL REPORT 06/15/2009 -- ANNUAL REPORT 07/292008 -- ANNUAL REPORT 04/02/2007 -- ANNUAL REPORT 04/27;2006 — ANNUAL REPORT 05/02/2005 -- ANNUAL. REPORT 04/28/2004 -- ANNUAL REPORT 05/02 /2003 -- ANNUAL REPORT 02/21 /2002 -- ANNUAL REPORT 04/ 13/2001 -- ANNUAL REPORT 04/ 20/2000 -- ANNUAL REPORT 04/02/1999 -- ANNUAL REPORT 03/25/1098 -- ANNUAL REPORT 04101/1997 -- ANNUAL REPORT 03/26/1996 -- ANNUAL REPORT 03/01 /1995 — ANNUAL REPORT View image in PDF format View image in PDF format View irnage in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format „r:aa L ,.a .meat .-cate, http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by Entity Name Page 1 of 3 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation RICHARDS TRACTORS & IMPLEMENTS, INC. Filing Information Document Number F23285 FEI/EIN Number 59-2081016 Date Filed 02/24/1981 State FL Status ACTIVE Principal Address 1995 N. E. 8TH ST HOMESTEAD, FL 33033 Changed: 02/24/1999 Mailing Address 1995 N. E. 8TH ST HOMESTEAD, FL 33033 Changed: 02/24/1999 Registered Agent Name & Address RICHARDS TRACTOR &IMPL 1995 NE 8TH STREET HOMESTEAD, FL 33033 Name Changed: 01/08/2009 Address Changed: 01/08/2009 Officer/Director Detail Name & Address Title DV NERET, MAURICIO 515 SW 12TH AVENUE MIAMI, FL 33130 Title PD CARDENAL, JOSE V http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/8/2018 Detail by Entity Name Page 2 of 3 7705 S W 139TH TERRACE MIAMI, FL 33158 Title Director, VP, Treasurer SOLORZANO, JAVIER 9047 SW 67 AVE MIAMI, FL 33143 Title VP Fernandez, Roger 1111 Brickell Avenue Suite 1300 Miami, FL 33131 Title Director, VP, Secretary Percovich, Luis 1111 Brickell Avenue Suite 1300 Miami, FL 33131 Annual Reports Report Year Filed Date 2017 01/10/2017 2017 04/13/2017 2018 01/15/2018 Document Images 01 /15/2018 -- ANNUAL REPORT 0411312017 -- AMENDED ANNUAL REPORT 01/ 1012017 -- ANNUAL REPORT 03/08/2016 -- ANNUAL REPORT 01/12/2015 -- ANNUAL REPORT 01/15/2014 -- ANNUAL REPORT 01 /28/2013 -- ANNUAL REPORT 01/04/2012 -- ANNUAL REPORT 01/04/2011 — ANNUAL REPORT 01/05/2010 -- ANNUAL REPORT 01/08/2009 -- ANNUAL REPORT 02/12/2008 -- ANNUAL REPORT 07/05/2007 -- ANNUAL REPORT 01/ 10/2006 -- ANNUAL REPORT 01/25/2005 -- ANNUAL REPORT 01/28/2004 -- ANNUAL REPORT 01 /24/2003 -- ANNUAL REPORT 02/ 18/2002 -- ANNUAL REPORT 02/13/2001 -- ANNUAL REPORT 01/28/2000 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/8/2018 Detail by Entity Name Page 3 of 3 02 2a11999 — ANNUAL REPORT 01126/1998 — ANNUAL REPORT 0112811997 -- ANNUAL REPORT 0311S11996 — ANNUAL REPORT 01/19/1995 — ANNUAL REPORT 0I/19 1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View irnage in PDF format View image in PDF forrnai View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/8/2018 Detail by FEI/EIN Number Page 1 of 2 Hon( a Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation SOUTHERN SEWER EQUIPMENT SALES AND SERVICE, INC. Filing Information Document Number P03000085826 FEI/EIN Number 65-0267110 Date Filed 08/01/2003 State FL Status ACTIVE Principal Address 3409 INDUSTRIAL 27TH STREET FT PIERCE, FL 34946 Mailing Address 3409 INDUSTRIAL 27TH STREET FT PIERCE, FL 34946 Registered Agent Name & Address DENMON, SHERRY 3409 BENT PINE DRIVE FT PIERCE, FL 34951 Officer/Director Detail Name & Address Title PS DENMON, SHERRY 3409 BENT PINE DRIVE FT PIERCE, FL 34951 Title VT DENMON, FELIX 3409 BENT PINE DRIVE FT PIERCE, FL 34951 Annual Reports Report Year Filed Date 2016 01/22/2016 2017 01/20/2017 2018 01/18/2018 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 Document Images 01'1812018 --ANNUAL REPORT 01 202017 -- ANNUAL REPORT 01/22/2016 --ANNUAL REPORT 02/27/2015 -- ANNUAL. REPORT 04/02/2014 --ANNUAL REPORT 03 28/2013 -- ANNUAL REPORT 04/10/2012 -- ANNUAL REPORT 03/25/2011 --ANNUAL REPORT 04/06/2010 -- ANNUAL REPORT 03/24/2009 — ANNUAL REPORT 04;17 20.08 --ANNUAL REPORT 04/13/2007 --ANNUAL REPORT 04/1112006 -- ANNUAL REPORT 04/18/2005 -- ANNUAL REPORT 04/15/2004 --ANNUAL REPORT 08/01/2003 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image 111 PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF forrnat View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Viet, 80 n PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Decartment of Sate ❑epartment of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Florida Profit Corporation SUN BELT HYDRAULIC & Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 2201 NW 22ND ST POMPANO BEACH, FL 33069 Changed: 04/23/2009 Mailing Address Number EQUIPMENT, INC. P97000020430 65-0742385 02/28/1997 FL ACTIVE AMENDMENT 03/13/2012 NONE 2201 NW 22ND ST POMPANO BEACH, FL 33069 Changed: 04/23/2009 Registered Agent Name & Address CHAVEZ, MARIO P 2201 NW 22ND ST POMPANO BEACH, FL 33069 Name Changed: 01/20/2014 Address Changed: 01/20/2014 Officer/Director Detail Name & Address Title P/T CHAVEZ, MARIO P 2201 NW 22ND ST POMPANO BEACH, FL 33069 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 Title VP WEIL, DREW M 2201 NW 22ND ST POMPANO BEACH, FL 33069 Title Secretary FLAVIEN, FRANCK 2201 NW 22ND ST POMPANO BEACH, FL 33069 Annual Reports Report Year 2016 2017 2018 Filed Date 01/06/2016 01/09/2017 01/09/2018 Document Images 01 /09/2018 --ANNUAL REPORT 01/09/2017 — ANNUAL REPORT 01/08/2016 -- ANNUAL REPORT 01/12/2015 -- ANNUAL REPORT 01/20/2014 — ANNUAL REPORT 01 /29/2013 -- ANNUAL REPORT 03/13/2012 — Amendment 01/06/2012 --.ANNUAL REPORT 02/22/2011 -- REINSTATEMENT 03/24/2009 -- ANNUAL REPORT 04/2812008 --ANNUAL REPORT 04/27/2007 —ANNUAL REPORT 05/03/2008 -- ANNUAL REPORT 10/14/2005 — REINSTATEMENT 02 _19/2004 — ANNUAL REPORT 04/28/2003 — ANNUAL REPORT 01/30/2002 — ANNUAL REPORT 01 / 10/2001 -- ANNUAL REPORT 05712/2000 — ANNUAL REPORT 03/24/1999 — ANNUAL REPORT 03/16/1998 -- ANNUAL REPORT 02/28/1997 -- Domestic Profit Micles View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format cor�or.a�.�or. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 sunbiz.org - Florida Department of State Page 1 of 1 Florida Department of State Previous on List Next on List Return to List DIVISION OF CORPORATIONS 'Fictitious Name Search I Filing History I Submit Fictitious Name Detail Fictitious Name KENWORTH OF SOUTH FLORIDA Filing Information Registration Number G06171900354 Status ACTIVE Filed Date 06/20/2006 Expiration Date 12/31/2021 Current Owners 1 County BROWARD Total Pages 4 Events Filed 3 FEI/EIN Number 20-4562303 Mailing Address 2909 SOUTH ANDREWS AVENUE FT. LAUDERDALE, FL 33316 Owner Information TP INVESTMENT GROUP, LLC 2909 SOUTH ANDREWS AVE. FORT LAUDERDALE, FL 33316 FEI/EIN Number: 20-4562303 Document Number: L06000028544 Document Images 06/20/2006 -- Fictitious Name Filing View image in PDF format 08/29/2016 -- Fictitious Name Renewal Filing View image in PDF format 12/02/2011 -- Fictitious Name Renewal FilingView image in PDF format 01/05/2007 -- EVENT FILING View image in PDF format Previous on List Next on List Return to List Filing History Floeda Department of State, Division of Corporations 'Fictitious Name Search I Submit http://dos.sunbiz.org/scripts/ficidet.exe?action=DETREG&docnum=G06171900354&rdoc... 5/31/2018 Detail by FEI/EIN Number Page 2 of 2 Detail by FEI/EIN Number Foreign Limited Liability Company TPH HOLDINGS FLORIDA, LLC Cross Reference Name TPH HOLDINGS, LLC Filing Information Document Number M17000000342 FEI/EIN Number 81-4550535 Date Filed 01/12/2017 State DE Status ACTIVE Principal Address 10321 FORTUNE PKWY, BLDG 400 JACKSONVILLE, FL 32256 Mailing Address 10321 FORTUNE PKWY, BLDG 400 JACKSONVILLE, FL 32256 Registered Agent Name & Address CONTEGA BUSINESS SERVICES, LLC ONE INDEPENDENT DR. SUITE 1200 JACKSONVILLE, FL 32202 Authorized Person(s) Detail Name & Address Title President Honig, David 10321 FORTUNE PKWY, BLDG 400 JACKSONVILLE, FL 32256 Annual Reports Report Year Filed Date 2018 03/12/2018 Document Images 03/1212018 -- ANNUAL REPORT 01112_2017_Foreign Limited View image in PDF format View image in PDF forrnat Ilor,aa ,epar+^;.'+`t http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/7/2018 Detail by FEI/EIN Number Page 1 of 2 Florida Department of Stale Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEIIEIN Number Florida Profit Corporation TRUCKMAX, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 6000 NW 77 COURT MIAMI, FL 33166-3511 Changed: 04/13/2009 Mailing Address 6000 NW 77 COURT MIAMI, FL 33166-3511 P96000098033 65-0731268 12/04/1996 FL ACTIVE AMENDMENT 09/18/2003 NONE Changed: 04/13/2009 Registered Agent Name & Address Dollar, Robert J 6000 NW 77 COURT MIAMI, FL 33166-3511 Name Changed: 04/12/2013 Address Changed: 04/12/2013 Officer/Director Detail Name & Address Title PSTD DOLLAR, ROBERT J 6000 NW 77TH COURT MIAMI, FL 33166 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 Detail by FEI/EIN Number Page 2 of 2 Title VD DEMARIA, JOSEPH A 6000 NW 77TH COURT MIAMI, FL 33166 Annual Reports Report Year 2016 2017 2018 Filed Date 04/12/2016 03/09/2017 04/15/2018 Document Images 04/15/2018 --ANNUAL REPORT 03/09/2017 --ANNUAL REPORT 04/12/2016 -- ANNUAL REPORT 04/27/2015 -- ANNUAL REPORT 04/18/2014 -- ANNUAL REPORT 04/12/2013 -- ANNUAL REPORT 04/23/2012 -- ANNUAL REPORT 04/08/2011 — ANNUAL REPORT 03/15/2010 -- ANNUAL REPORT 04113/2009 -- ANNUAL REPORT 04/28/2008 -- ANNUAL REPORT 04/15/2007 — ANNUAL REPORT 04/ 28/2006 -- ANNUUAAL REPORT 04/26/2005 -- ANNUAL REPORT 04/ 16/2004 -- ANNUAL REPORT 09/18/2003 -- Amendment 04/26/2003 -- ANNUAL REPORT 10/28/2002 -- Amendment 03/25/2002 -- ANNUAL REPORT 04/30/2001 --ANNUAL REPORT 08/08/2000 -- ANNUAL REPORT 05/01/2000 -- ANNUAL REPORT 04/21/1999 —ANNUAL REPORT 04/15/1998 -- ANNUAL REPORT 04/1111997 -- ANNUAL REPORT 12/04/1996 -- Domestic Profit Articles 12/04/1996 -- DOCUMENTS PRIOR TO 1997 View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format 1 View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format )eyart;r.et!t :li' Sta http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 6/8/2018 EWlL|()TGONZALEZ ADDENDUM NO. 4 IFS No708382 May 7.2O1O Invitation for Bid (8FB)for OEM &Aharmaret Vehicle Parts, Services, and Repairs for City Vehicles TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the 1FB documents of the above captioned |F8, and shall become an integral part of the Contract Documents. Words and/orfiQuvoo stricken through shall be deleted. Underscored words and/orfiguma shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The closing date for the solicitation has been changed to May 15, 2018 at 3:00PN1. B. Due to hsdhnical difficulties with the line hems in this ooUcdeUon. if Bidder is not responding to all line demswithin a 0noup. Bidder Must input%DOO1 on that line in order to move forwond. Bidders can also use the option of submitting a hardcopy response. AP/ppb Cc: IFB File Sincerely, PPO Dinaotor/ChiefProcurement Officer PnXo | Iit of 4 t xIra ANNIE PER.EZ, CPPO EWER) T. GONZALEZ Chief Procurement Officer Cite Manager ADDENDUM NO. 3 IFB No. 708382 May 7, 2018 Invitation for Bid (IFB) for OEM & Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The closing date for the solicitation has been changed to May 9, 2018 at 2:OOPM. AP/tg Cc: IFB File Sin rely, Anni Perez, CPPO Director/Chief Procurement Officer Page 1 �&�/E|'Ek�lc|1'� ADDENDUM NO, 2 /FBNo.7UD38% May 1'2U18 EU|L|0G0�I��E%P8� Invitation for Bid (IFB) for OEM & Aftermarket Vehicle Parts, Services, and Repairs for CitV Vehicles TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions arnend the IFB documents of the above captioned |FB.and shall become anintegral part Ofthe Contract Documents. Words and/mYfigures stricken through mhmU be deleted. Underscored vvonjS and/or figures shall be added. The remaining provisions are now ineffect and remain unchanged. Please note the contents herein and reflect sarneonthe docunnentayou have onhand. The following is the City's response to a question received from a prospective bidder: Q1. Batteries for Automotive and Industrial Use— Discount off K8anufmoture, Suggested Retail Price (MSRP) etc. There is no specific battery description for the batteries the City of Miami ("City") fleet uses. Can you please provide the list aothat everyone that wants to participate in this bid can doso? Al. There is no specific list of batteries that the City will he uaing, the solicitation is requesting the discount offered off of the MSRP for all batteries provided by your company. ALL OTHER TERMS AND CONDITIONS QFTHE iFBREMAIN THE SAME. c:/FBFile 6XN7FPt� �\PP0 0E C�NiLOO�Z�LZ,PR1) m�mvw,m*w�o m�uu�� ADDENDUM NO. 1 |FBNo.7O8382 April 24.2U10 Invitation for Bid (IFB) for OEM & Aftermarket Vehicle Parts, Services, and Repairs for CitV Vehicles TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the lFB documents of the above captioned |F8.and shall become anintegral part ofthe Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unohanged. Please note the contents herein and reflect same nnthe documents you have onhand. A. The following is the City's responses to questions received from prospective bidders., Cl1. |nGroup 1,there are numerous GM Dealers and GK0Wholesale Distributors located in K8iamni. While both offer C>K8 parts, only GM dealers can hid parts and |obor. Are the GM VVho|mmmin Distributors able to bid Group 1 parts only? Al. Yes, see Section 2.11 Method of Award Q2' in Group 1, do you have a complete, current Manufacturers Suggested Retail Parts A2. No, the City of Miami obtains MSRP Price lists from each awarded vendor as needed. C>3. In Group 3, how does the City of Miami cunlpmna parts quality and percentage discount offered in aftermarket parts category? A3. The majority of the work in Group 3 is for radiator reoohng oemices, and will be awarded on a group basis. Radiators may be purchased from the awarded vendor(m)osan oftannorketpod or OEM on an an needed beain, this will be determined by the end user department depending onbudget allocated for the part. Q4. Is there a copy of the prior bid, tabulation, and award letter? A4. Please use the link below to view all applicable documents for IFB 291272. rni r i tamcq?r ' Ur;tr; cl r s_ults a.§2 :).Auto I.yrribf w 1244&`iYP IFib&CONTRAC T=-291, 272; .t 73.. Q5,. What companies are currently providing these services for City of Miami? A5. This information can be found on the Award Letter for IFB 291272. Refer to A4 above. Q6. What is the estimated annual spend for this bid or what was spent for this last year? A6. The City does not have an annual estimated expenditure for this bid. The estimated fiscal year 2017 expenditure for light fleet is $645,000, and no data is available for heavy fleet. Q7. Can the City provide a Fleet vehicle inventory or how many vehicles are in the fleet and how many are Fords? A7. The City's fleet encompasses light and heavy duty fleet vehicles. Currently there are 3,143 vehicles in total, and of that amount 2,188 are Ford vehicles. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. AP/ef c: IFB File Sincerely, V ie Perez,tPPO D(rector/Chief Procurement Of{cer Page 2 City of Miami Invitation for Bid (IFB) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6lh Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement IFBNumber: Title: Issue Date/Time: IFBClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 708382,5 IFB for OEM & Aftermarket Vehicle Parts, Services, and Repairs for City Vehicles 01-MAY-2018 05/15/2018 @ 15:00:00 None Monday, April 30, 2018 at 3:00 PM Falcon, Eduardo City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US efalcon@miamigov.com 305-400-5390 Page 1 of 57 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME. ADDRESS• PHONE: FAX EMAIL: CELL(Optional)• SIGNED BY. TITLE: DATE: FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS RESPONSE, Page 2 of 57 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Employer Identification Number/Federal Employer Identification Number (EIN/FEIN) Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: Business Tax Receipt/Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Section of this solicitation) Page 3 of 57 Does Bidder have any member, officer, or stockholder that is in arrears or in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. (Yes / No). If Yes explain. Does Bidder have record of pending lawsuits or criminal activities or have ever been declared bankrupt.(Yes / No). If Yes explain. Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person, Telephone Number, and Email address for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person, Telephone Number, and Email address for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Page 4 of 57 Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: Reference No. 3: Name of Contact Person, Telephone Number, and Email address for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Are the required Dealer/Franchise/Distributor agreements referenced in the Bidders Minimum Qualifications included with your bid package (Yes / No) Page 5 of 57 Line: 1 Description: Group 1: Original Equipment Manufacturer (OEM) Discount off Manufacturer Suggested Retail Price (MSRP) for Parts and Labor Discount Line: 1.1 Description: Chevrolet - OEM MSRP Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.2 Number of Units: 1 Total: $ Description: Dodge - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.3 Number of Units: 1 Total: $ Description: Ford - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Page 6 of 57 (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.4 Description: GMC - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.5 Number of Units: 1 Total: $ Description: Mercedes Benz - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% Number of Units: 1 Total: $ Page 7 of 57 discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.6 Description: Harley Davidson - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.7 Number of Units: 1 Total: $ Description: Kawasaki - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Number of Units: 1 Total: $ Page 8 of 57 Line: 1.8 Description: Toyota - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.9 Description: Nissan - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *WatTanty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.10 Description: International Trucks - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Page 9 of 57 Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.11 Description: Caterpillar - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.12 Description: Petersen Industries - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Page 10 of 57 Line: 1.13 Description: Freightliner - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.14 Description: Heil - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.15 Description: Sterling Trucks - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Page 11 of 57 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.16 Number of Units: 1 Total: $ Description: Kenworth Trucks - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.17 Number of Units: 1 Total: $ Description: Pierce Manufacturing - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) Number of Units: 1 Total: $ Page 12 of 57 *Warranty on Parts (number of days) Line: 1.18 Description: Spartan Chassis - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) * Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.19 Description: Vactor Parts - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.20 Description: Cummings Engines - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line Page 13 of 57 (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.21 Number of Units: 1 Total: $ Description: Bobcat Equipment - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.22 Number of Units: 1 Total: $ Description: John Deere - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% Number of Units: 1 Total: $ Page 14 of 57 discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.23 Description: Detroit Diesel - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) * Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.24 Description: Allison Transmissions - OEM MSRP - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Number of Units: 1 Total: $ Page 15 of 57 Line: 1.25 Description: Stihl - OEM - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.26 Number of Units: 1 Total: $ Description: Toro - OEM - Parts Discount Rate and Hourly Labor Rate Discount - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Labor (number of days) *Warranty on Parts (number of days) Line: 1.27 Number of Units: 1 Total: $ Description: Other - OEM Hourly Labor Rate and Parts Discount (for Manufacturer not listed) - Enter Hourly Labor Rate in the Unit Price Line (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ Number of Units: 1 Total: $ Page 16 of 57 Minimum Percent Discount Off OEM Replacement Parts, (express as a decimal, i.e. 25% discount = .25) Name of Manufacturer Catalog *Warranty on Labor (number of days) *Warranty on Parts (number of days) If more than one brand is carried, submit a list with all of the required information Line: 2 Description: Group 2: Aftermarket - Labor and Parts Discount Line: 2.1 Description: Aftermarket - Gas/Diesel Engine, Transmission, & Differential Rebuild - Discount off Manufacturer Suggested Retail Price (MSRP) - express as a decimal, i.e. 25% discount = .25 (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Parts (number of days) *Warranty on Labor (number of days) Line: 2.2 Number of Units: 1 Total: $ Description: Aftermarket - Batteries for Automotive and Industrial Use - Discount off Manufacturer Suggested Retail Price (MSRP) - express as a decimal, i.e. 25% discount = .25 (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Parts (number of days) Number of Units: 1 Total: $ Page 17 of 57 Line: 2.3 Description: Aftermarket - Replacement Parts Only (for Manufacturer not listed) - express as a decimal, i.e. 25% discount = .25 For multiple brands submit List of brands and discount on parts for each in a separate attachment (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ Number of Units: 1 Total: $ *Warranty on Parts (number of days) Line: 3 Description: Group 3: Radiator Recoring and Related Services - Parts Only Line: 3.1 Description: Radiator Recoring Services - Price per square inch for industrial equipment, Flat Fin (Cubic Inch Volume is Height X Width X Depth) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Cubic Inch Unit Price: $ * Warranty on Parts (number of days) Line: 3.2 Number of Units: 1 Total: $ Description: Radiator Recoring Services - Price per square inch for industrial equipment, Vertical Thermal Heating (VTH) (Cubic Inch Volume is Height X Width X Depth) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Cubic Inch Unit Price: $ Number of Units: 1 Total: $ *Warranty on Parts (number of days) Page 18 of 57 Line: 3.3 Description: Radiator Recoring Services - Price per square inch for light trucks, Flat Fin (Cubic Inch Volume is Height X Width X Depth) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Cubic Inch Unit Price: $ *Warranty on Parts (number of days) Line: 3.4 Number of Units: 1 Total: $ Description: Radiator Recoring Services - Price per square inch for light trucks, VTH (Cubic Inch Volume is Height X Width X Depth) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Cubic Inch Unit Price: $ Number of Units: 1 Total: $ *Warranty on Parts (number of days) Line: 3.5 Description: Radiator Recoring Services - Price per square inch for passenger vehicles (Cubic Inch Volume is Height X Width X Depth) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Cubic Inch Unit Price: $ Number of Units: 1 Total: $ *Warranty on Parts (number of days) Line: 3.6 Description: Radiator Repair Services - Price per square inch for any type vehicle (Cubic Inch Page 19 of 57 Volume is Height X Width X Depth) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Cubic Inch Unit Price: $ *Warranty on Parts (number of days) Line: 3.7 Number of Units: 1 Total: $ Description: New Radiators: Discount off Manufacturer Suggested Retail Price (MSRP) - express as a decimal, i.e. 25% discount = .25 (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ Minimum Percent Discount Off Aftermarket Replacement Parts, (express as a decimal, i.e. 25% discount = .25) *Warranty on Parts (number of days) Line: 3.8 Number of Units: 1 Total: $ Description: Diesel Particulate Filter (DPF) Filter cleaning (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Labor (number of days) Line: 3.9 Number of Units: 1 Total: $ Description: Diesel Oxidation Catalyst (DOC) Filter cleaning (*= for informational purposes only) Category: 06000-00 Page 20 of 57 Unit of Measure: Each Unit Price: $ Number of Units: 1 Total: $ *Warranty on Labor (number of days) Line: 3.10 Description: Fuel Tank Cleaning and Repairs (for tanks up to 100 Gallons) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Labor (number of days) Line: 3.11 Number of Units: 1 Total: $ Description: Fuel Tank Flush Only (for tanks up to 100 Gallons) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Labor (number of days) Line: 3.12 Number of Units: 1 Total: $ Description: Fuel Tank Cleaning and Repairs (for tanks over 100 Gallons) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Labor (number of days) Number of Units: 1 Total: $ Page 21 of 57 Line: 3.13 Description: Fuel Tank Flush Only(for tanks over 100 Gallons) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Each Unit Price: $ *Warranty on Labor (number of days) Line: 3.14 Number of Units: 1 Total: $ Description: Radiator or Fuel Tank Cleaning and Repairs Hourly Labor Rate (for other services not described) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ *Warranty on Labor (number of days) Line: 3.15 Number of Units: 1 Total: $ Description: Radiator or Fuel Tank Cleaning and Repairs Hourly Labor Rate For On -Site Repairs (for other services not described, regular business hours only no overtime) (*= for informational purposes only) Category: 06000-00 Unit of Measure: Hour Unit Price: $ *Warranty on Labor (number of days) Number of Units: 1 Total: $ Page 22 of 57 Invitation for Bid (IFB) 708382,5 Table of Contents Terms and Conditions 24 1. General Conditions 24 1.1. GENERAL TERMS AND CONDITIONS 24 2. Special Conditions 44 2.1. PURPOSE 44 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE 44 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 44 2.4. BIDDERS MINIMUM QUALIFICATIONS 44 2.5. TERM OF CONTRACT 45 2.6. CONDITIONS FOR RENEWAL 45 2.7. REFERENCES 46 2.8. CITY OF MIAMI LIVING WAGE ORDINANCE 46 2.9. HOURLY LABOR RATE 46 2.10. HOURLY LABOR RATE ADJUSTMENT/CPI 46 2.11. METHOD OF AWARD 47 2.12. TIE BIDS 48 2.13. NON -APPROPRIATION OF FUNDS 48 2.14. PRICE LIST(S) 48 2.15. PROJECT MANAGERS 48 2.16. RESPONSE TIME 49 2.17. DELIVERY 49 2.18. SHIPPING TERMS 49 2.19. SHELF LIFE OF STOCK 49 2.20. ACCEPTANCE OF PRODUCT BY THE CITY 49 2.21. AUTHORIZATION TO PICK-UP MATERIALS 49 2.22. INSURANCE REQUIREMENTS 50 2.23. METHOD OF PAYMENT 53 2.24. UNAUTHORIZED WORK 53 2.25. EMPLOYEES ARE RESPONSIBILITY OF BIDDER 53 2.26. DAMAGE 53 2.27. MATERIALS SHALL BE WARRANTED AGAINST DEFECTS 53 2.28. DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER 54 2.29. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/DEALERSHIPS/AFTERMARKET SUPPLIERS 54 2.30. PRIMARY CLIENT (FIRST PRIORITY) 54 2.31. TERMINATION 54 2.32. ADDITIONAL TERMS AND CONDITIONS 55 3. Specifications 56 3.1. SPECIFICATIONS/SCOPE OF WORK 56 Page 23 of 57 Invitation for Bid (IFB) 708382,5 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post -judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of Page 24 of 57 Invitation for Bid (IFB) 708382,5 the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successfirl Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 25 of 57 Invitation for Bid (IFB) 708382,5 City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 26 of 57 Invitation for Bid (IFB) 708382,5 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section.2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: Page 27 of 57 Invitation for Bid (IFB) 708382,5 Oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the fomlal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk (clerks@miamigov.com), which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer fiirther agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer fiirther warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 28 of 57 Invitation for Bid (IFS) 708382,5 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bi dder(s)/Prop o ser(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 29 of 57 Invitation for Bid (IFB) 708382,5 responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perforni new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 30 of 57 Invitation for Bid (IFB) 708382,5 to comply with these requirements may deem a Response non -responsive. A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/prposal and who has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Forrnal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: Page 31 of 57 Invitation for Bid (IFB) 708382,5 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed Page 32 of 57 Invitation for Bid (IFB) 708382,5 or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non -permitted use or disclosure; D. 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; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami 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 Page 33 of 57 Invitation for Bid (IFB) 708382,5 practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify, hold/save harmless and defend at its own costs and expense the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Page 34 of 57 Invitation for Bid (IFB) 708382,5 Web Site following recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successfiul Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet Page 35 of 57 Invitation for Bid (IFB) 708382,5 as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)./proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. Page 36 of 57 Invitation for Bid (IFB) 708382,5 1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) --Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firni's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of Page 37 of 57 Invitation for Bid (IFB) 708382,5 market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall continence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successfiul bidders/proposers during the term of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES - 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 response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Page 38 of 57 Invitation for Bid (IFB) 708382,5 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or Page 39 of 57 Invitation for Bid (IFB) 708382,5 ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Internlediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or Page 40 of 57 Invitation for Bid (IFB) 708382,5 the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (1) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no Page 41 of 57 Invitation for Bid (IFB) 708382,5 award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US 1. US 1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO, BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for Page 42 of 57 Invitation for Bid (IFB) 708382,5 its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 43 of 57 Invitation for Bid (IFB) 708382,5 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for the purchase of OEM & Aftermarket Parts and Repair Services, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Eduardo Falcon; fax: (305) 400-5390 or email: efalcon@miamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Monday, April 30, 2018 at 3:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.4. BIDDERS MINIMUM QUALIFICATIONS Bids will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Bid; that have been in business with the same name, and the same Employer Identification Number/Federal Employer Identification Number (EIN/FEIN) for a minimum period of two (2) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. All Bidders shall meet the following minimum qualifications: 1. Confirm in the Certification Section that they do not have any member, officer, or stockholder that is in arrears or in default of any debt or contract involving the City, and/or has failed to perform faithfully on any previous contract with the City; 2. Confirm in the Certification Section that they do not have any record of pending lawsuits or criminal activities or have ever been declany ared bankrupt. In addition, the following minimum qualifications shall apply to each individual group. Group 1, OEM Parts and Labor. Page 44 of 57 Invitation for Bid (IFB) 708382,5 1. Bidder shall have a franchise agreement or dealer sales and service agreement for the brand(s) being bid. This agreement shall allow for warranty repair and labor rate reimbursement, and OEM part sales. Proof of these agreements shall be provided with your bid submittal. 2. Bidder shall have a secure Service Facility capable of supporting the activities proposed and shall be located within Miami -Dade or Broward County. Notes: 1. The City reserves the right to request copies of any of the above documents, agreements or related information prior to bid award or anytime during the contract. These agreements shall remain in place for the duration of the contract. Should the Bidder fail to have a valid agreement for the brand bid, the City will terminate the contract with the Bidder. 2. Should the closest manufacturer authorized OEM Parts and Repairs facility be located outside Miami -Dade or Broward County, the City will allow for additional transit time for parts to be shipped, and will make arrangements for services as required. Group 2, Aftermarket Parts and Labor. 1. Bidder shall be an authorized dealer or distributor for the aftermarket product(s) being offered. Proof of authorization shall be provided with bid submittal. Note: The City reserves the right to request copies of any of the above documents, agreements or related information prior to bid award or anytime during the contract. These agreements shall remain in place for the duration of the contract. Should the Bidder fail to have a valid agreement for the brand bid, the City will terminate the contract with the Bidder. 2.5. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for two (2) additional two (2) year periods, subject to the availability of fiends for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.6. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. Page 45 of 57 Invitation for Bid (IFB) 708382,5 (2) Availability of funds 2.7. REFERENCES Bidder shall complete reference information for three (3) past Agencies or Governmental entities that requested services have been provided, in the Header/Attributes Section of this Solicitation. These references shall include the name of the company, dates of contract, description of goods/services supplied, a contact person, telephone number, and email address. These references shall be for similar work or services performed. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.8. CITY OF MIAMI LIVING WAGE ORDINANCE The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, or after January 1, 2017 by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557 is attached as Attachment A. Please see provisions in Attachment A. If a solicitation requires services, effective on January 1, 2017, contractors must pay to all its employees, who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Attachment A, attached hereto, for a complete and thorough description of the City of Miami Living Wage Ordinance. 2.9. HOURLY LABOR RATE The fixed hourly labor rate quoted shall include full compensation for labor, equipment use, travel time, and any other cost to the bidder. This rate is assumed to be at straight time for all labor, except as otherwise noted. The fixed hourly labor rate is for the full term of the contract. 2.10. HOURLY LABOR RATE ADJUSTMENT/CPI Prior to completion of each exercised contract term, the City may consider an adjustment to the hourly labor rate discount based on changes in the following pricing index: US Department of Labor, Consumer Price Index, All Items, Miami -Ft. Lauderdale Area. It is the Successful Bidder's responsibility to request any adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Successfiul Bidder's request for adjustment should be submitted 90 days prior to expiration of the then current contract term. The Successful Bidder adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the Successful Bidder, the City will assume that the Successful Bidder has agreed that the optional term may be Page 46 of 57 Invitation for Bid (IFB) 708382,5 exercised without a pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City reserves the right to reject any price adjustments submitted by the Successful Bidder. The parts discount rate percentage offered will remain fixed for the entire term, including any renewals. 2.11. METHOD OF AWARD For Groups 1, and 2 Award of these groups will be made to the three (3) lowest responsive and responsible Bidders meeting specifications, on a line by line item basis. Bidders may bid on one or all items in a group. For each line, the bid with the lowest price, will be deemed the "Primary Supplier," the next lowest the "Secondary Supplier," and the final lowest price would be the "Tertiary Supplier." Should the "Primary Supplier" not be able to provide the service at the time needed, the City has the option to select the "Secondary Supplier," and so on, to fulfill the order. For evaluation purposes, the amount to be used for calculating the Line Items where a Percent Discount is requested will be $500.00. Example:.15 = 15% discount, so $500.00 - 15% = $425.00. For evaluation purposes only, the amount to be used for calculating Line Items where a Percent Discount is requested will be $500.00. Example: OEM Parts Discount Rate and Hourly Labor Rate Discount is $99.00 per hour parts discount is 15%, entered as .15 this line will be evaluated as 15% discount, $500.00 - 15% = $425.00 + 99.00 = $524.00 Method of Award for OEM and Aftermarket parts without labor will be also made on a "Primary Supplier", "Secondary Supplier", and "Tertiary Supplier" basis, based on the highest discount off MSRP. For Group 3 Award of this group may be made to the three (3) lowest responsive and responsible Bidders meeting specifications, on a group basis. Bidders must bid on all items within this group to be deemed responsive for the group. For this group, the Bidder with the lowest price will be deemed the "Primary Supplier," the next lowest price the "Secondary Supplier," with the final lowest price being the "Tertiary Supplier." In the event the Primary vendor is unable to accept a project(s) due to capacity, time constraints, or other reasons acceptable to the City, the City will offer the project to the Secondary vendor, and so on. Page 47 of 57 Invitation for Bid (IFB) 708382,5 2.12. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a dntg-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a dnig-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.13. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Successful Bidder(s) or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any firm(s). 2.14. PRICE LIST(S) The Successful Bidder(s) shall make price list(s) available to the City upon request. 2.15. PROJECT MANAGERS Upon award, Successful Bidder(s) shall report and work directly with Carlos Pau, Heavy Fleet Superintendent; John Babos, Light Fleet Superintendent; Rommel Saavera Acquisitions Specialist Supervisor, Jose Davila Fire Garage Superintendent, or designees, the City's Project Managers. Page 48 of 57 Invitation for Bid (IFB) 708382,5 2.16. RESPONSE TIME A two (2) hour response time is required for parts or service request. Failure to respond to request for parts or service call within the specified time will result in the City contacting the Successful Secondary or Tertiary Bidder. 2.17. DELIVERY Successful Bidder(s) shall make delivery of any OEM or aftermarket parts ordered herein within twenty-four (24) hours after receipt of Purchase Order, Blanket Purchase Order/Blanket Release unless item is backordered and the Project Manager or designee has been is notified in writing. Additionally; Bidder shall have a Parts Delivery System in place capable of supporting daily delivery activity to the City, and Dealer Discounted Hourly Labor Rates plus a Fixed Percentage Discount for all Original Equipment Manufacturer (OEM) Catalog Parts. 2.18. SHIPPING TERMS Whenever an item is shipped, the following shall be applicable, Successful Bidder(s) shall ship parts via standard shipping to the City at no additional cost. Should the City require expedited shipping, Successful Bidder(s) shall provide a quote and the City will notify the Successful Bidder(s) in writing if the added cost is acceptable. Expedited shipping charges shall be passed on to the City with no markup. When item(s) require freight the Successful Bidder(s) shall provide a quote and the City will notify the Successful Bidder(s) in writing if the added cost is acceptable. Freight charges shall be passed on to the City with no markup. The Successful Bidder(s) shall keep legal custody of items until delivery and acceptance by the City. 2.19. SHELF LIFE OF STOCK The Successful Bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to assure the City of prompt delivery. If the delivery terms specified in the Solicitation are not fulfilled by the Successful Bidder, and written authorization for the delay from the City's Project Manager has not been obtained, the City reserves the right to cancel the order, purchase the goods/services from the secondary/tertiary Successful Bidder(s) or the City may purchase goods/services from a vendor capable of providing the goods/services in the time required. 2.20. ACCEPTANCE OF PRODUCT BY THE CITY The products shall be maintained and delivered to the City in new or reconditioned condition, depending on specifications. If a product does not meet specifications, it will be returned to the Successful Bidder(s) to exchange for suitable merchandise or for full credit at no additional cost to the City. 2.21. AUTHORIZATION TO PICK-UP MATERIALS Upon presentation of a Purchase Order/Blanket Purchase Order/Blanket Release and a valid City of Miami Page 49 of 57 Invitation for Bid (IFB) 708382,5 Identification, City of Miami Employees are authorization to pick-up materials. If the Successful Bidder(s) is in doubt about the authenticity of the person picking up the material, the Successful Bidder(s) shall contact the Project Manager(s) or designee for approval. 2.22. INSURANCE REQUIREMENTS The following insurance requirements are applicable for all groups where labor is provided. The City may waive these requirements if the Successful Bidder(s) of OEM or aftermarket parts are shipped via a third party, and no labor is provided by the Successful Bidder(s) for a City Vehicles. Successful Bidder(s) shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder(s) and persons employed or utilized by Successful Bidder(s) in the performance of this Contract. Successful Bidder(s) shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder(s) shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder(s) expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder(s) shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder(s) to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder(s), or persons employed or utilized by Successful Bidder(s). These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder(s) shall require all sub -Successful Bidder(s) agreements to include a provision that each sub -Successful Bidder(s) will indemnify the City in substantially the same language as this Section. The Successful Bidder(s) agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder(s) in which the City participated either through review or concurrence of the Successful Bidder(s)'s actions. In reviewing, approving or rejecting any submissions by the Successful Bidder(s) or other acts of the Successful Bidder(s), the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder(s) or sub -Successful Bidder(s) under this Contract. Page 50 of 57 Invitation for Bid (IFB) 708382,5 Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder(s). Please see Attachment B Insurance Addendum for insurance definitions, requirements, and conditions, in the Header/Attachments Section of this solicitation. The Successful Bidder(s) shall furnish to the City of Miami, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130; Certificate(s) of Insurance which indicates that insurance coverage has been obtained which meets the requirements outlined below: (1) Garage Liability A. Limits of Liability: Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury B. Endorsements Required: City of Miami is included as an Additional Insured Waiver of Subrogation $ 1,000,000 $ 2,000,000 $ 1,000,000 $ 1,000,000 (2) Business Automobile Liability A. Limits of Liability: Bodily Injury and Property Damage Liability Combined Single Limit Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required: City of Miami is included as an Additional Insured (3) Worker's Compensation A. Limits of Liability B. Statutory -State of Florida C. Waiver of subrogation Page 51 of 57 (4) Employer's Liability A. Limits of Liability B. $1,000,000 for bodily injury caused by an accident, each accident. C. $1,000,000 for bodily injury caused by disease, each employee D. $1,000,000 for bodily injury caused by disease, policy limit (5) Garage Keepers Legal Liability A. Limits of Liability $ 1,000,000 B. Coverage written on a Legal Liability Basis, Primary C. Deductibles D. Comprehensive Each Auto $1,000/$2,500 Max E. Collision or Upset Each Auto $1,000/$5,000 Max (6) Umbrella Policy A. Limits of Liability B. Bodily Injury and Property Damage Liability C. Each Occurrence D. Aggregate E. Products Liability $ 1,000,000 $ 1,000,000 $1,000,000 Invitation for Bid (IFB) 708382,5 Companies authorized to do business in the State of Florida with the following qualifications, shall issue all insurance Policies required above. The company must be rated no loss than "A" as to Management, and no less than "Class V" as to Financial Strength by the latest edition of Best Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Companies shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non -renewal of the insurance within 30 days of the change. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Bidder(s) of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Successful Bidder(s) shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the Page 52 of 57 Invitation for Bid (IFB) 708382,5 contractual period, the City shall: a. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. b. The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder(s) in conjunction with the General Terms and Conditions of the Bid. The Successful Bidder(s) shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder(s). 2.23. METHOD OF PAYMENT Full payment will be made upon receipt and acceptance of a complete unit(s). No down or partial down payments will be made. 2.24. UNAUTHORIZED WORK Neither the Successful Bidder(s) nor any of his/her employees shall perform any work unless authorized by a City representative in writing. The Successful Bidder(s) shall not be paid for any work performed or any work performed by an employee not otherwise previously authorized. 2.25. EMPLOYEES ARE RESPONSIBILITY OF BIDDER All employees of the Successful Bidder(s) shall be considered to be, at all times, the sole employees of the Successful Bidder(s) under its sole direction and not an employee or agent of the City of Miami. The Successful Bidder(s) shall provide competent and physically capable employees to perform according to all specifications. The City of Miami may require the Successful Bidder(s) to remove an employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued employment on/handling City property is not in the best interest of the City. Each employee of the Successful Bidder(s) shall have and wear proper identification. Bidder shall be deemed to represent that it has, or will have upon the award of the Contract, all necessary personnel required to perform all services arising from the award of the Contract. 2.26. DAMAGE The Successful Bidder(s) shall carry out the work with such care and methods as not to result in damage to City property. The Successful Bidder(s) is responsible for immediate repair of any damage caused by Successful Bidder(s) work and shall be fully responsible for any repairs at no cost to the City. 2.27. MATERIALS SHALL BE WARRANTED AGAINST DEFECTS The Bidder(s) hereby acknowledge and agrees that all materials supplied in conjunction with this Bid shall be new, Page 53 of 57 Invitation for Bid (IFB) 708382,5 except when rebuilt, repaired, remanufactured or salvage is requested by the City warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the Successful Bidder are found to be defective, or do not conform to specifications, the City reserves the right to (1) cancel the order and return such materials to the Successful Bidder(s) at the Successful Bidder's expense or (2) require the Successful Bidder(s) to replace the materials at the Successful Bidder's expense. The City shall be the sole judge as to parts and workmanship. 2.28. DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER The Successful Bidder(s) shall promptly correct all deficiencies and/or defects in work and/or any work that fails to conform to the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within five (5) calendar days after such rejected defects, deficiencies, and/or non -performances are reported to the Successful Bidder(s), in writing, by the City's Project Manager(s) or designee. The Successful Bidder(s) shall bear all costs of correcting such rejected work. If the Successful Bidder(s) fails to correct the work within the period specified, the City may, at its discretion, notify Successful Bidder(s), in writing, that the Successful Bidder(s) is subject to contractual default provisions if the corrections are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the Successful Bidder(s) fails to correct the work within the period specified in the notice, the City shall place the Successful Bidder(s) on default, obtain the services of another vendor to correct the deficiencies, and charge the Successful Bidder(s) for these costs; either through a deduction from the final payment owed to the Successful Bidder(s) or through invoicing. 2.29. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/DEALERSHIPS/AFTERMARKET SUPPLIERS Although this Solicitation itentifies OEM parts and services and aftermarket parts and services to be supplied, it is hereby agreed and understood that any dealership/item/product/aftermarket supplier may be added/deleted to/from this contract at the option of the City. 2.30. PRIMARY CLIENT (FIRST PRIORITY) The Successful Bidder(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract Successful Bidder(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.31. TERMINATION A. FOR DEFAULT If Successful Bidder defaults in its performance under this contract and does not cure the default within thirty (30) days after written notice of default, the City Manager may terminate this contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without Successful Bidder or its subcontractor's control, fault or negligence, the termination will be deemed to be a Page 54 of 57 Invitation for Bid (IFB) 708382,5 temlination for convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this contract, in whole or in part, upon thirty (30) days prior written notice when it is in the best interest of the City of Miami. If this contract is for supplies, products, equipment, or software, and so temlinated for convenience by the City of Miami the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the contract for those services rendered prior to termination. 2.32. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Bidder's authorized signature affixed to the Bidder's acknowledgment form attests to this. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this Agreement. Page 55 of 57 Invitation for Bid (IFB) 708382,5 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Scope of work for Group 1 This solicitation seeks Bidders to provide Dealers of Original Equipment Manufacturer (OEM) Parts and Service, and OEM Parts, at Discount off Manufacturers Suggested Retail Price (MSRP) per the requirements of this IFB, No "Approved Equal" parts will be allowed or considered. Bidder shall supply the National Standard Price List, Part's Cost BOOKS, Digital documents or equivalent as may be required by the City to verify pricing on requested goods or services. Scope of work for Group 2 See Line Item Description for Gas/Diesel Engine, Transmission, & Differential Rebuild - Discount off MSRP. See Line Item Description for Batteries for Automotive and Industrial Use - Discount off MSRP. The City shall only accept Bid(s) from Bidder(s) proposing a full catalog of batteries for Automotive and Industrial Use. To be considered for this group, Bidder(s) must submit their catalog to verify that the brand submitted carries a full line of batteries. See Line Item Description for Aftermarket Replacement Parts (for Manufacturer not listed) The City shall only accept Bid(s) from Bidder(s) proposing an aftermarket parts catalog not specifically mentioned in this solicitation. Scope of work for Group 3 Radiator Repairs: All Vehicles and Equipment. Radiators will be removed by the City from all vehicles, and industrial equipment owned and operated by the City. Successful Bidder(s) shall pick up, repair and deliver all radiators governed by the contract. Heavy Trucks and Other Industrial Equipment (Portable and Stationary Generators, etc.): Radiators will be removed by the City from all vehicles or industrial equipment owned and operated by the City. Successful Bidder shall pick up, repair and deliver all radiators governed by the contract entered into with the City. Cubic Inch bid price is to include all labor and materials to clean, remove rot and repaint, as well as repair or replace as required. Warranty/Guarantee shall be as indicated on the Price Line Attributes. Page 56 of 57 Invitation for Bid (IFB) 708382,5 Additional Radiator Repair Work: Hourly Labor Rate for Repair Work Beyond Specifications (i.e. industrial equipment portable and stationary radiators, etc.) Hourly rate for straight time, Monday through Friday hours, (rate is to include labor and travel, parts are not included). The City will not require Evenings, Weekends and Holidays The omission of any detail from these Specifications will not relieve the Bidder(s) of supplying repairs and/or recores of the highest quality. Note: Bidder shall have a parts delivery system in place capable of supporting daily delivery to the City of Miami repair facilities. Page 57 of 57