Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county,...

40
Solicitation FB - 00399 - S3 Purchase of OEM and OE Parts and Services - Supplement No. 3 Solicitation Designation: Public Miami - Dade County Solicitation FB-00399-S3 Miami-Dade County 1/17/2020 9:42 AM p. 1

Transcript of Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county,...

Page 1: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

55

66

Solicitation FB-00399-S3

Purchase of OEM and OE Parts and Services -Supplement No. 3

Solicitation Designation: Public

Miami-Dade County

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 1

Page 2: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

5

6

Solicitation FB-00399-S3

Purchase of OEM and OE Parts and Services - Supplement No. 3

Solicitation Number    FB-00399 -S3

Solicitation Title    Purchase of OEM and OE Parts and Services - Supplement No. 3

Solicitation Start Date Nov 15, 2018 1:04:17 PM EST

Solicitation End Date Dec 17, 2018 6:00:00 PM EST

Question & Answer

End Date Nov 30, 2018 6:00:00 PM EST

Solicitation Contact    Hendry Lopez

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -3803

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    See Bid Documents

Solicitation Comments This solicitation establishes a contract for the purchase of Original Equipment Manufacturer (OEM), Original Equipment (OE)

and Aftermarket brand replacement parts for Miami-Dade County vehicles. This solicitation further serves to establish a

contract for maintenance, repair, modification, purchase and installation services.

Group 2 -  OEM, OE parts for County owned vehicles. 

Group 3 - OEM and/ or OE parts and repair /installation services to County owned vehicles.

Group 4 - Automotive industry related supplies for repair or maintenance of County owned vehicles.

Group 5 - General repair and installation services to County owned vehicles by type or vocation for brands not awarded in

another group.

Group 6 -  Aftermarket parts for County owned vehicles. 

Group 7 - Prequalified pool used to procure parts and vehicle repair supplies for brands not awarded in groups 1, 2 and 4.

Added on Dec 4, 2018:Addendum 1 was added to respond to the questions posted.Added on Dec 10, 2018:The excel attachment for group 5 has been modified in accordance to section 2.4.4. Please note that the modified excel version shall be used when you are submitting your bid. See addendum no. 2 for details.In addition, the solicitation has been extended, therefore, the new open/close date is December 17, 2018 at 6:00 PM. See addendum no. 2 for details.

Addendum # 1

New Documents           Addendum 1.pdf

Item Response Form

Item     FB-00399 -S3--01 -01 - Purchase of OEM and OE Parts and Services - Supplement No. 3

Quantity    1 each

Prices are not requested for this item.

Delivery Location          Miami -Dade County

No Location Specified

Qty 1

DescriptionPlease see section 4 for price and submittal details. 

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 2

Page 3: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

5

6

Solicitation FB-00399-S3

Purchase of OEM and OE Parts and Services - Supplement No. 3

Solicitation Number    FB-00399 -S3

Solicitation Title    Purchase of OEM and OE Parts and Services - Supplement No. 3

Solicitation Start Date Nov 15, 2018 1:04:17 PM EST

Solicitation End Date Dec 17, 2018 6:00:00 PM EST

Question & Answer

End Date Nov 30, 2018 6:00:00 PM EST

Solicitation Contact    Hendry Lopez

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -3803

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    See Bid Documents

Prices Good for    See Bid Documents

Solicitation Comments This solicitation establishes a contract for the purchase of Original Equipment Manufacturer (OEM), Original Equipment (OE)

and Aftermarket brand replacement parts for Miami-Dade County vehicles. This solicitation further serves to establish a

contract for maintenance, repair, modification, purchase and installation services.

Group 2 -  OEM, OE parts for County owned vehicles. 

Group 3 - OEM and/ or OE parts and repair /installation services to County owned vehicles.

Group 4 - Automotive industry related supplies for repair or maintenance of County owned vehicles.

Group 5 - General repair and installation services to County owned vehicles by type or vocation for brands not awarded in

another group.

Group 6 -  Aftermarket parts for County owned vehicles. 

Group 7 - Prequalified pool used to procure parts and vehicle repair supplies for brands not awarded in groups 1, 2 and 4.

Added on Dec 4, 2018:Addendum 1 was added to respond to the questions posted.Added on Dec 10, 2018:The excel attachment for group 5 has been modified in accordance to section 2.4.4. Please note that the modified excel version shall be used when you are submitting your bid. See addendum no. 2 for details.In addition, the solicitation has been extended, therefore, the new open/close date is December 17, 2018 at 6:00 PM. See addendum no. 2 for details.

Addendum # 1

New Documents           Addendum 1.pdf

Item Response Form

Item     FB-00399 -S3--01 -01 - Purchase of OEM and OE Parts and Services - Supplement No. 3

Quantity    1 each

Prices are not requested for this item.

Delivery Location          Miami -Dade County

No Location Specified

Qty 1

DescriptionPlease see section 4 for price and submittal details. 

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 3

Page 4: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

BID NO.: FB-00399-S3

MIAMI-DADE COUNTY, FLORIDA

I N V I T A T I O N T O B I D

TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES SUPPLEMENT NO. 3

FOR INFORMATION CONTACT:

Hendry Lopez, 305-375-3803, [email protected]

IMPORTANT NOTICE TO BIDDERS/PROPOSERS:

READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS (SECTION 1), AND SUBMIT ALL QUESTIONS/CLARIFICATION IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS.

THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ALL BIDDERS/PROPOSERS RESPONDING TO THIS SOLICITATION.

FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER BIDDER’S/PROPOSER’S BID/PROPOSAL NON-RESPONSIVE.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 4

Page 5: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

SECTION 1

GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami-Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an award from Miami-Dade County through Miami-Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant contract. These general terms and conditions are considered non-negotiable. All applicable terms and conditions pertaining to Groups 2 and 3 of this solicitation and resultant contract may be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link:

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r16-3.pdf

All applicable terms and conditions pertaining to Groups 4, 5, 6, and 7 of this solicitation and resultant contract may be viewed online at the Miami-Dade County Procurement Management website by clicking on the below link:

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-2.pdf

NOTICE TO ALL BIDDERS/PROPOSERS:

Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami-Dade County solicitation via BidSync. Electronic submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files. For information concerning the scope of services/technical specifications please, utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See addendum section of BidSync site). Please allow sufficient time to complete the online forms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit their bid/proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (“Confirm”) and recorded into BidSync before the closing time, or the system will stop the process and the submission will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of Bidder’s/Proposer’s bid/proposal can be submitted via HARDCOPY, EMAIL, or FAX. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a bid/proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire bid/proposal must be submitted in accordance with all specifications contained in the solicitation electronically.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 5

Page 6: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 1 of 15

.SECTION 2 - SPECIAL TERMS AND CONDITIONS

2.1 PURPOSE: RE-BID UNAWARDED ITEMS, ADD GROUPS, ADD AFTERMARKET ITEMS This solicitation establishes a contract for the purchase of Original Equipment Manufacturer (OEM), Original Equipment (OE) and Aftermarket brand replacement parts for Miami-Dade County vehicles. This solicitation further serves to establish a contract for maintenance, repair, modification, purchase and installation services.

2.1.1 Additional Items Being Added to Groups Awarded under FB-00399 Group 2 - OEM, OE parts for County owned vehicles.

Group 3 - OEM and/ or OE parts and repair /installation services to County owned vehicles.

2.1.2 Groups Not Previously Established under FB-00399 Group 4 - Automotive industry related supplies for repair or maintenance of County owned vehicles. Group 5 - General repair and installation services to County owned vehicles by type or vocation for brands not awarded in another group. Group 6 - Aftermarket parts for County owned vehicles.

Group 7 - Prequalified pool used to procure parts and vehicle repair supplies for brands not awarded

in Groups 1, 2 and 4.

DEFINITIONS 1. Vehicles: refers to sedans, vans, pickups, medium and heavy trucks, marine vessels,

motorcycles, utility/construction equipment, material handling and agricultural equipment.

2. Warehouse Distributors: refers to a company that purchases goods directly from the manufacturer.

3. Manufacturer’s Suggested Retail Price (MSRP) List: refers to a list that is common to, and

accepted by, the industry in general. The lists must be published, properly identified, and dated as to issuance and effectiveness. For the purposes of this solicitation and bid uniformity, the acronym MSRP is intended to represent any means the manufacturer conveys to the consumer or public retail pricing. In some cases manufacturer use the following terms interchangeably: MSRP (Manufacturer Suggested Retail Price), MRP (Manufacturer Retail Price) or RP (Retail Price). Submission based on price lists that reflects government, resale, wholesale, jobber, internet and any other non-retail pricing from the manufacturer will not be considered. The list submitted by the bidders may be confirmed thru the manufacturer.

4. Original Equipment Manufacturer (OEM): refers to the manufacturer of the original equipment

and parts manufactured directly for or by this company.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 6

Page 7: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 2 of 15

5. Original Equipment (OE): refers to the parts assembled and installed during the construction of a new vehicle.

6. Aftermarket Parts: refers to the parts that are not OE.

7. Fully equipped/established service center: refers to a bidder who is an authorized service center

that has sufficient financial resources, a facility with industry acceptable service equipment, and trained employees who provide services in line with the best practices used in the industry.

8. Hourly labor rate: refers to the hourly rate quoted shall be deemed to provide full compensation

to the bidder for in house and/or field services labor, equipment used, travel time and any other element of cost or price. Bidders shall comply with minimum wage standards, and/or any other wage standards specifically set forth in this solicitation and resultant contract, and any other applicable laws of the State of Florida. Additional charges for Shop Fees, Disposal Fees, travel mileage for field service, or additional charges of any nature are forbidden except for those fees which are mandated by State of Florida Ordinance such as the tire and battery disposal fees. This rate is assumed to be at straight-time for all labor, except as otherwise noted. Overtime is allowable under this contract, it will be covered under a separate item in the special clauses.

9. Regular work days/ hours: refers to Monday – Friday, 7:00 AM to 5:00 PM, excluding County holidays.

2.2 CONTRACT TERM

The term of this supplement shall run coexisting with contract FB-00399 and its option to renew.

2.3 OPTION TO RENEW See section 2.2 of this solicitation.

2.4 METHOD OF AWARD

2.4.1 Group 2: This group will be used to procure OEM, OE parts for County owned vehicles.

Award of Group 2 will be made to three (3) responsive, responsible bidders who offer the highest percentage discount per manufacturer, as further detailed in Section 4 and meet the qualification requirements as listed below. Discounts submitted will be deducted from the most current MSRP per manufacturer.

2.4.1.1 Qualifications A. Bidder(s) shall be an authorized dealer, distributor, or reseller for the manufacturer in which a

discount is provided. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B. Bidder(s) shall submit a current MSRP list (see definitions section 2.1), for the manufacturer in

which a discount is provided. Such MSRP list can be provided either through an attachment or via a link where the County can access an internet based catalog.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 7

Page 8: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 3 of 15

2.4.2 Group 3: This group will be used to procure OEM and/ or OE parts and repair /installation services to County owned vehicles.

Award of this group will be made to the three (3) lowest responsive responsible bidders, by manufacturer who offers the lowest total cost to the County (hourly labor and parts cost) and meet the qualification criteria as listed below.

To compute and evaluate the total parts and labor hour cost, the bidder will specify their hourly labor rate bid (Column A) times the labor hours estimated by the County (Column B) and enter this value under Column C to determine total labor hours cost to the County.

To compute and evaluate the parts cost to the County, the bidder will specify their percentage discount bid (Column E) (from a current (dated) price list) times the estimated dollar amount of parts to be purchased estimated by the County (Column D) and enter this value under Column F to determine parts cost to the County. The total cost of parts and labor (column G) will determine the overall lowest cost. The County will further compute the actual cost of parts by sample product pricing using the percentage bid.

Example:

Column A Column B Column C Column D Column E Column F Column G

Labor Rate Bid

Est. Labor hours

Total Labor hours Cost

Est. Dollar Amount of

Parts

% Discount of from MSRP

Parts Cost to County

Sum of Cost to County for Parts / Services

$100.00 /hr.

100 $10,000 $10,000 10% $ 9,000

$ 19,000

2.4.2.1 Qualifications

A) Bidder(s) shall be an OEM or OE authorized service center for the manufacturer bid. Bidders

shall submit documentation showing compliance with this requirement, in the form of a signed

letter from the manufacturer, an executed agreement or a designation on the manufacturer’s

website.

B) Bidder(s) shall have at least one fully equipped and established service center located in the

South Florida Area (defined as Miami-Dade, Broward, and Palm Beach Counties) for the

manufacturer and equipment type proposed to be serviced. Bidders shall provide a copy of their

local tax certificate which confirms the bidder’s service location.

C) Bidders who are authorized repair centers for construction and off road equipment must be able to provide field service on an as needed basis.

Bidders shall submit for each group, the specified information requested above with their bid submittal form as proof of compliance to the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow bidders to complete, supplement or supply the required information during the evaluation period. “No Substitutions” to the identified brands will be accepted.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 8

Page 9: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 4 of 15

2.4.3 Group 4: This additional group will be used to procure supplies and accessory items specific to the

automotive industry for repairs or maintenance of County owned vehicles.

Award of Group 4 will be made to three (3) responsive, responsible bidders who offer the highest percentage discount per manufacturer, as further detailed in Section 4 and meet the qualification requirements as listed below. Discounts submitted will be deducted from the most current MSRP per manufacturer.

2.4.3.1 Qualifications

A) Bidder(s) shall be an authorized dealer, distributor, or reseller for the manufacturer in which a

discount is provided. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B) Bidder(s) shall submit a current MSRP list (see definitions section 2.1), for the manufacturer in which a discount is provided. Such MSRP list can be provided either through an attachment or via a link where the County can access an internet based catalog.

2.4.4 Group 5: This additional group will be used to procure general parts and repair/installation services

to County owned vehicles by vehicle type or vocation only in the event that an awarded brand is not available under Group 3.

Award of this group will be made to the three (3) lowest responsive responsible bidders, by sub-group who offers the lowest total cost to the County (hourly labor and parts cost) and meet the qualification criteria as listed below.

To compute and evaluate the total parts and labor hour cost, the bidder will specify their hourly labor rate bid (Column A) times the labor hours estimated by the County (Column B) and enter this value under Column C to determine total labor hours cost to the County.

To compute and evaluate the parts cost to the County, the bidder will specify their percentage markup from the actual bidders cost (proof of invoice is required) (Column E) times the estimated dollar amount of parts to be purchased estimated by the County (Column D) and enter this value under Column F to determine parts cost to the County. The total cost of parts and labor (column G) will determine the overall lowest cost. The County will further compute the actual cost of parts by sample product pricing using the percentage bid.

Example:

Column A Column B Column C Column D Column E Column F Column G

Labor Rate Bid

Est. Labor hours

Total Labor hours Cost

Est. Dollar Amount of

Parts

% mark up

Parts Cost to County

Sum of Cost to County for Parts / Services

$100 /hr. 100 $10,000 $10,000 10% $ 11,000

$ 21,000

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 9

Page 10: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 5 of 15

2.4.4.1 Qualifications A) Bidder(s) shall be an OEM or OE authorized service center for any manufacturer of same

equipment type of the sub-group. Bidders shall submit documentation showing compliance with

this requirement, in the form of a signed letter from the manufacturer, an executed agreement or

a designation on the manufacturer’s website.

B) Bidder(s) shall have at least one fully equipped and established service center located in the

South Florida Area (defined as Miami-Dade, Broward, and Palm Beach Counties) for the

manufacturer and equipment type proposed to be serviced. Bidders shall provide a copy of their

local tax certificate which confirms the bidder’s service location. The bidder shall also provide

vehicle registration(s) and pictures of service trucks that will be utilized to satisfy these services.

C) Bidders who are authorized repair centers for construction and off road equipment must be able to provide field service on an as needed basis.

Bidders shall submit for each group, the specified information requested above with their bid submittal form as proof of compliance to the requirements of this solicitation. However, the County may, at its sole discretion and in its best interest, allow bidders to complete, supplement or supply the required information during the evaluation period.

2.4.5 Group 6: This group will be used to procure Aftermarket parts for County owned vehicles.

Award of Group 6 will be made to three (3) responsive, responsible bidders who offer the highest percentage discount per manufacturer, as further detailed in Section 4 and meet the qualification requirements as listed below. Discounts submitted will be deducted from the most current MSRP per manufacturer.

2.4.5.1 Qualifications A. Bidder(s) shall be an authorized dealer, distributor, or reseller for the manufacturer in which a

discount is provided. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B. Bidder(s) shall submit a current MSRP list (see definitions section 2.1), for the manufacturer in which a discount is provided. Such MSRP list can be provided either through an attachment or via a link where the County can access an internet based catalog.

2.4.6 Group 7: This group will establish a pool of pre-qualified vendors capable of providing vehicle

replacement parts and automotive supplies not awarded in other groups established in this contract. Entry into the Pre-qualification pool is not a contract between MDC and any member of the pool but rather is an acknowledgement the pool member satisfies the pre-qualification criteria. Pre-qualified

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 10

Page 11: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 6 of 15

vendors will be invited to participate in future invitations to quote solicitations based on the County’s needs.

It shall be the sole prerogative of the county as to the total number of pre-qualified vendors in this pool. During the term of this pool, the county reserves the right to receive additional submittals, add or delete prequalified vendors as it deems necessary. If the county elects to add vendors, they must meet the same minimum requirements established on contract FB-00399 and all of the supplements along with the qualifications below.

2.4.6.1 Qualifications

A) The vendor must be able to demonstrate sufficient financial resources by maintaining a minimum

inventory level of $250,000 of vehicle replacement parts and repair supplies at all times. The vendor must provide with their submission a current inventory report (no older than 30 days).

B) The vendor must demonstrate they are regularly engaged in the business of providing the goods by providing with their submission a local business tax receipt.

C) The vendor must be able to demonstrate a good record of performance by providing the County with three reference letters issued within 30 days of the solicitation closing date.

2.5 PRICES

Prior to, or upon completion, of each one year anniversary of the contract, the County may consider an adjustment to the hourly rates based upon the percentage change in the US Department of Labor, Consumer Price Index, All Items, Miami-Ft. Lauderdale Area. It is the bidder’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any subsequent contract year, the bidders request for adjustment should be submitted 90 days prior to expiration of the current contract year. The adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the bidder, the County will assume that the bidder has agreed that the current hourly rates will remain unchanged. Any adjustment request received after the commencement of the next contract year may not be considered.

2.6 MANUFACTURER SUGGESTED PRICE LIST(S)

Awarded bidders shall furnish currently (dated) MSRP lists throughout the life of the contract (published, printed, or internet based) upon request from any County department, at no charge. The price lists shall provide descriptive literature, technical data and service information for items awarded. A. INTERNET BASED

If the bidder is submitting a bid on any brand/manufacturer via an internet based catalog, it is mandatory that the County be able to determine the price list meets all of the requirements of a paper catalog. Additionally, it is mandatory that on-line pricing is in a secure format and no custom software should be required to access the internet based pricing.

2.7 INVOICES

In addition to the information listed in Section 1.0, Paragraph 1.35 the following applies:

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 11

Page 12: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 7 of 15

The successful bidder(s) shall submit a computerized invoice with each completed order, at the time the parts ordered are delivered to the County repair facility that placed the order. Invoices will be directed to the attention of the appropriate supervisor from the facility that placed the order or as specified in the purchase order. A. ALL GROUPS

All invoices shall also contain the following basic information: • Crediting invoices must contain originally charged invoice number as a cross-

reference.

B. SERVICES UNDER GROUPS 3 & 5 Invoices shall be directed to the attention of the Shop Facility Supervisor that assigned the work or placed the order.

All invoices shall also contain the following information:

I. County Information:

• Full name and phone number of the County employee requesting service and the name of the County Department/Division /Location requesting service.

II. Pricing Information:

• Unit price of the goods, services or property provided in detail to include awarded labor rate, labor hours performed, part number of items installed, and appropriate parts description.

III. Goods or Services Provided per Contract:

• Each unique service performed must be listed as a separate line item on the invoice to include but not limited to work requested, and description of service(s) provided.

• The date service was requested and the date service was completed. IV: Miami Dade County Vehicle Information:

• Miami Dade County Vehicle Number • Year, Make, Model • Current Mileage or Hours

2.8 DELIVERY

A. In-Stock Items

Bidder(s) shall deliver all in-stock parts within 24 hours after receipt of an order from the County. Any shipping costs in order to comply with the delivery schedule shall be borne solely by the awarded bidder. The County estimates that 80% of all orders placed will be in-stock items.

B. Special Orders Bidders shall deliver all special orders within 3 business days after receipt of an order from the County. Any shipping costs in order to comply with the delivery schedule shall be borne solely by the awarded bidder. The County estimates that 15% of all orders placed will be special orders.

C. Emergency Orders

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 12

Page 13: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 8 of 15

Bidders shall deliver all emergency orders within four (4) hours after receipt of an order from the County. Any shipping costs in order to comply with the delivery schedule shall be borne solely by the awarded bidder. The County estimates that 5% of all orders placed will be emergency orders.

All deliveries shall be made in accordance with good commercial practice and all delivery schedules shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of nature, strikes, or other causes clearly beyond the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery time or date so that a revised delivery schedule can be appropriately considered by the County.

Should the bidder(s) to whom this contract is awarded fail to deliver items under any individual order within the delivery time stated above, the County reserves the right to cancel the specific order. If the specific order is cancelled, it is hereby understood and agreed that the bidder may be charged with any associated re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate the bidder from this contract. The awarded bidder shall also have the ability to allow County staff to pick-up ordered parts at the County’s request.

2.9 BACK ORDERS

If the awarded bidders cannot deliver an ordered part in accordance with the scheduled delivery date due to a current existing backorder of that part with the bidder’s manufacturer; the bidder shall ensure that such back orders are filled within three (3) business days, or as mutually agreed, from the initial scheduled delivery date for the item. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion, cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another bidder, and may charge the incumbent bidder for any directly associated re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate the bidder from the contract for default.

2.10 WARRANTY

A) TYPE OF WARRANTY COVERAGE REQUIRED In addition to all other warranties that may be supplied by the manufacturer, the bidder shall warrant its product(s) and/or service(s) supplied for a minimum period of one hundred eighty (180) calendar days, or manufacturer’s standard warranty, whichever is greater, after the date of installation onto a vehicle by the County. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. B) CORRECTING DEFECTS COVERED UNDER WARRANTY Bidder(s) shall promptly correct any deficiencies, at no cost to the County, within five (5) calendar days after the County notifies the bidder of such deficiency either verbally or in writing. If the bidder fails to correct the defective work or replace the damaged part within the period specified, the County may, at its discretion, notify the bidder, for the second time in writing that the bidder may be subject to contractual default which may lead to termination if the corrections or replacements are not completed to the satisfaction of the County within the time defined in the notice to cure. If the bidder

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 13

Page 14: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 9 of 15

fails to satisfactorily complete the corrections and/or replace the damaged part as detailed in the notice to cure, the County may procure the parts and/ or services from another bidder and charge the incumbent any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing.

2.11 ACCEPTANCE OF PRODUCT BY THE COUNTY The product(s) to be provided hereunder shall be delivered to the County, and maintained if applicable to the contract, in full compliance with the specifications and requirements set forth in this contract. If a bidder-provided part is determined to not meet the specifications and requirements of this contract, either prior to acceptance or upon initial inspection, the item will be returned, at bidders’ expense, to the bidder. At the County’s own option, the bidder shall either provide a direct replacement for the part, or provide a full credit for the returned part. The bidder shall not assess any additional charge(s) for any conforming action taken by the County under this clause.

2.12 RETURNS OF PRODUCT BY THE COUNTY

The County may return to the bidder unused parts, for full credit of the amount actually paid for any part within one (1) year of purchase. Restocking fees are not to be applied to the full credit to the County.

2.13 STOCK LEVELS/ SHELF LIFE

The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of business in order to assure the County of prompt delivery. Only fresh stock shall be delivered to the County. The successful shall insure that items with a limited shelf life are inspected and certified fresh by the bidder prior to shipment to the County.

2.14 LOCATIONS This bid requires delivery of parts, therefore, bidders are encouraged to become familiar with the various Miami-Dade County departments that may use this contract. A sample listing of Miami-Dade County locations is listed below, but should not be considered total or complete. Deliveries outside Miami-Dade County will not be required by this contract.

Light Equipment Operations

Shop Address Phone # Fax #

Shop 3 Body Shop 8801 NW 58th St. 305 468-2518 305 468-2552

Police Headquarters 9109 NW 25th St., 33172 305 471-2930 305 593-8867

Station 1 5975 Miami Lakes Dr., 33014 305 557-9844 305 828-1405

Station 2 799 NW 81st Street., 33150 305 691-3134 305 694-8672

Station 5 7707 SW 117th Ave., 33173 305 271-5342 305 275-8901

Station 6 15665 Biscayne Blvd., 33160 305 947-4429 305 948-9923

Station 8 10000 SW 142nd Ave., 33186 305 383-6820 305 382-1445

Station 9 18802 NW 27th Ave., 33056 305 627-7180 305 627-7293

Heavy Equipment Operations

Shop Address Phone # Fax #

Shop 2-Truck 6100 SW 87th Ave., 33173 305 273-4125 305 270-4912

Shop 3-Main 8801 NW 58th St. 33178 305 591-9515 305 470-1613

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 14

Page 15: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 10 of 15

Shop 3A-Northeast 18701 NE 6th Ave, 33179 305 652-0765 305 770-3142

Shop 3B-SW 7900 SW 107th Ave., 33173 305 279-5050 305 273-7418

Shop 3C-Const. /Weld.

8801 NW 58th St., 33178 305 477-1008 305 499-5466

Shop 3D 10820 SW 211th St., 33189 305 233-5297 305 255-5345

Tire Shop 8801 NW 58th St., 33178 305 470-1770 305 468-2569

Water and Sewer Department Garages

Shop Address Office Phone Office Phone

Virginia Key 3939 Crandon Blvd. Key Biscayne Fl. 33149

786-552-4248 786-552-4231

Black Point 8950 SW 232 Street Miami, Fl. 33190

786-268-5663 786-268-5662

Westwood Lakes 4801 SW 117 Ave Miami, Florida 33156

786-268-5520 786-268-5521

Distribution 1001 NW 11Th Street Miami, Fl. 33136

786-268-5493 786-268-5496

South. Miami Heights Fleet Management Office

20900 SW 117 Ave. Miami, Florida 33177

786-268-5060 786-268-5058

2.15 REBATES AND SPECIAL PROMOTIONS

All rebates and special promotions offered by an OEM during the term of the contract shall be passed on to the County by the awarded bidder at time of invoicing. It shall be the responsibility of the awarded bidder to notify the County of such rebates and/or special promotions during the contract term. Special promotions shall be offered by the awarded bidder to the County provided that the new price charged for the item(s) is lower than would otherwise be available through the contracted awarded discount. It is understood that these special promotions may be of a limited duration. At the end of such promotion, the standard contract price shall prevail.

2.16 INSURANCE

Bidders awarded for Groups 2, 4, 6 and 7 are not required to comply with Section 1.0 Paragraph 1.22 (Insurance Requirements) of the solicitation.

2.17 EMERGENCY SERVICE Awarded bidder(s) for Groups 3 and 5 shall provide 24 hours, 7 days a week emergency service to the County under the contract. Maximum response time shall be within four (4) hours of notification from the County. Payment for services shall be in accordance with the specified rates listed in Section 4, when services are performed during regular working days / hours as defined in Section 2.0, Paragraph 2.1 (9). Only time on the job site shall be invoiced. Shall the County authorize work to be completed outside of regular work days/ hours, awarded bidder(s) shall not charge an overtime hourly labor rate that exceeds 1 ½ times the value of the regular hourly labor rate as offered in Section 4.0.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 15

Page 16: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 11 of 15

SECTION 3 – TECHNICAL SPECIFICATIONS

3.0 SCOPE OF WORK This solicitation establishes a contract for the purchase of Original Equipment Manufacturer (OEM), Original Equipment (OE) and Aftermarket brand replacement parts for Miami-Dade County vehicles. This solicitation further serves to establish additional groups for maintenance, repair, modification, purchase and installation services of said vehicles in conjunction with the County’s needs. The following groups and their description are being procure within this supplement to contract FB-00399. Group 2 - OEM, OE parts for County owned vehicles.

Group 3 - OEM and/ or OE parts and repair /installation services to County owned vehicles. Group 4 - Automotive industry related supplies for repair or maintenance of County owned vehicles. Group 5 - General repair and installation services to County owned vehicles by type or vocation for brands not awarded in Group 3. 5A. General repair of heavy duty truck. 5B. General repair of utility and boat trailers. 5C. General repair of heavy duty trailers (tag, transport, refuse, dry freight etc.). 5D. General repair of forklift and other warehouse material handling equipment.

5E. General repair of aerial bucket trucks, man lifts and platform lifts, either truck or trailer mounted.

5F. General repair of electric or hydraulic utility cranes under 7 ton capacity. 5G. General repair of heavy duty hydraulic cranes and knuckle booms over 7 ton capacity. 5H. General repair of vehicle or trailer mounted ancillary equipment. (air compressors, light towers, water pumps, generators, etc.)

5I. General repairs to gasoline powered all terrain and utility vehicles. 5J. General repairs to diesel powered utility vehicles. 5K. General repairs to golf carts.

5L. General repairs to construction equipment (loaders, dozers, backhoe, skid steers, etc.).

5M. General repairs to agricultural equipment (farm tractors, mowers, implements).

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 16

Page 17: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 12 of 15

Group 6 - Aftermarket parts for County owned vehicles.

Group 7 - Prequalified pool used to procure parts and vehicle repair supplies for brands not awarded

in groups 1, 2 and 4. Vendors must indicate in Section 4 which subgroup they will participate in.

6A. Medium and Heavy Truck

6B. Automotive (car, van, SUV, pickup, etc.)

6C. Trailer (utility, boat, transport, etc.)

6D. Forklift and other warehouse material handling equipment.

6E. Aerial, Boom, Man lift and Crane

6F. Trailer or vehicle mounted ancillary equipment (air compressors, light towers,

generators, etc.)

6G. All terrain and Utility Vehicles

6H. Construction equipment

6I. Agricultural equipment 6J. General Maintenance and Repair Supplies

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 17

Page 18: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 13 of 15

SECTION 4 – BID SUBMITTAL FORM

Contractor’s Name: __________________________________________________________

Group 2- This group will be used to procure OEM and/ or OE parts for County owned vehicles.

Item Description Check /

Submitted

A Bidder(s) shall be an authorized dealer, distributor, or reseller for the manufacturer in which a discount is provided. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B Bidder(s) shall submit a current MSRP list (see definitions section 2.1), for the manufacturer in which a discount is provided. Such MSRP list can be provided either through an attachment or via a link where the County can access an internet based catalog.

Group 3 - This group will be used to procure OEM and/ or OE parts and repair /installation services to County owned vehicles.

Item Description Check /

Submitted

A Bidder(s) shall be an OEM or OE authorized service center for the manufacturer bid. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B Bidder(s) shall have at least one fully equipped and established service center located in the South Florida Area (defined as Miami-Dade, Broward, and Palm Beach Counties) for the manufacturer and equipment type proposed to be serviced. Bidders shall provide a copy of their local tax certificate which confirms the bidder’s service location.

C Bidders who are authorized repair centers for construction and off road equipment must be able to provide field service on an as needed basis.

Group 4- This additional group will be used to procure supplies and accessory items specific to the automotive industry for repairs or maintenance of County owned vehicles.

Item Description Check /

Submitted

A Bidder(s) shall be an authorized dealer, distributor, or reseller for the manufacturer in which a discount is provided. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B Bidder(s) shall submit a current MSRP list (see definitions section 2.1), for the manufacturer in which a discount is provided. Such MSRP list can be provided either through an attachment or via a link where the County can access an internet based catalog.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 18

Page 19: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 14 of 15

Group 5 - This additional group will be used to procure general parts and repair/installation services to County owned vehicles by vehicle type or vocation for brands not awarded in group 3.

Item Description Check /

Submitted

A Bidder(s) shall be an OEM or OE authorized service center for any manufacturer of same equipment type of the sub-group. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B Bidder(s) shall have at least one fully equipped and established service center located in the South Florida Area (defined as Miami-Dade, Broward, and Palm Beach Counties) for the manufacturer and equipment type proposed to be serviced. Bidders shall provide a copy of their local tax certificate which confirms the bidder’s service location. The bidder shall also provide vehicle registration(s) and pictures of service trucks that will be utilized to satisfy these services.

C Bidders who are authorized repair centers for construction and off road equipment must be able to provide field service on an as needed basis.

Group 6- This group will be used to procure Aftermarket parts for County owned vehicles.

Item Description Check /

Submitted

A Bidder(s) shall be an authorized dealer, distributor, or reseller for the manufacturer in which a discount is provided. Bidders shall submit documentation showing compliance with this requirement, in the form of a signed letter from the manufacturer, an executed agreement or a designation on the manufacturer’s website.

B Bidder(s) shall submit a current MSRP list (see definitions section 2.1), for the manufacturer in which a discount is provided. Such MSRP list can be provided either through an attachment or via a link where the County can access an internet based catalog.

Group 7- This additional group will establish a pool of pre-qualified vendors capable of providing vehicle replacement parts and automotive supplies not awarded in other groups within this contract. Entry into the Pre-qualification pool is not a contract between MDC and any member of the pool but rather is an acknowledgement the pool member satisfies the pre-qualification criteria.

Item Description Check /

Submitted

A The vendor must be able to demonstrate sufficient financial resources by maintaining a minimum inventory level of $250,000 of vehicle replacement parts and repair supplies at all times. The vendor must provide with their submission a current inventory report (no older than 30 days).

B The vendor must demonstrate they are regularly engaged in the business of providing the goods by providing with their submission a local business tax receipt.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 19

Page 20: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES

SUPPLEMENT NO. 3 SOLICITATION NO.: FB-00399-S3

Page 15 of 15

C The vendor must be able to demonstrate a good record of performance by providing the County with three reference letters issued within 30 days of the solicitation closing date.

Please check appropriate group you are requesting to be added to.

6A. Medium and Heavy Truck

6B. Automotive (car, van, SUV, pickup, etc.)

6C. Trailer (utility, boat, transport, etc.)

6D. Forklift and other warehouse material handling equipment.

6E. Aerial, Boom, Man lift and Crane

6F. Trailer or vehicle mounted ancillary equipment (air compressors, light towers, generators, etc.)

6G. All terrain and Utility Vehicles

6H. Construction equipment

6I. Agricultural equipment

6J. General Maintenance and Repair Supplies

Special Notes Acknowledgement

The County has uploaded an excel sheet for each of the groups advertised in this solicitation, excluding Group 7. The cells within the excel sheet that are locked were intentionally created, and are not to be changed in any way by any bidder. Bidders, please make sure to submit your excel sheet for each of the groups for which you wish to be considered for award. Please do not lock or otherwise restrict your excel sheet(s).

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 20

Page 21: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item

No.Group 2 will be used to procure OEM, OE parts for County owned vehicles.

Estimated Annual

Expenditure

Percentage (%)

Discount from

MSRP/Price List

MSRP / Price List ID or

Number and Date

Is MSRP/Price list

Available from

Manufacturer? Yes or No

1 ACME (pumps) 15,000.00$

2 ACTRON (light towers) 15,000.00$

3 ALLMAND (arrow boards) 42,000.00$

4 ALTEC INDUSTRIES 50,000.00$

5 AMERICAN HAWK (grapple cranes) 60,000.00$

6 AMIDA (light towers and arrow boards) 10,000.00$

7 AMTHOR INTERNATIONAL (fuel truck body) 5,000.00$

8 ANDERSON MANUFACTURING (trailers) 3,000.00$

9 ARBOC SPECIALTY VEHICLES 5,000.00$

10 ARROW SAFETY DEVICE CO. 5,000.00$

11 BERKELEY (agricultural pumps) 5,000.00$

12 BOBCAT (construction equipment) 10,000.00$

13 BOSS LTG (light tower) 10,000.00$

14 BROYHILL MANUFACTURING $ 125,000.00

15 CALAVAR (aerial platform) 10,000.00$

16 CLUB CAR (utility vehicles) 8,000.00$

17 COBUS INDUSTRIES (Transportation Buses) 20,000.00$

18 CROWN (material handling) 10,000.00$

19 CUB CADET (utility vehicles) 4,000.00$

20 DEUTZ (diesel engines) 5,000.00$

21 DITCH WITCH (construction equipment) 5,000.00$

22 DIVERSIFIED (utility vehicles and trams) 3,000.00$

23 DODGEN MOBILE TECHNOLOGIES (specialty vehicles) 10,000.00$

24 DUETZ (aerial platform) 10,000.00$

25 E-Z-GO (utility vehicles) 10,000.00$

26 GMC (medium and heavy duty trucks) 20,000.00$

27 GODWIN (water pumps) 2,000.00$

28 GRADALL INDUSTRIES (construction equipment) 30,000.00$

29 GROVE (mobile cranes, aerial lifts ) 30,000.00$

30 GRT UTILICORP (post auger truck) 5,000.00$

31 HARLAN GLOBAL (ground support equipment) 5,000.00$

32 HARLEY-DAVIDSON MOTORCYCLE 150,000.00$

33 HAULOTTE GROUP (material handling) 3,000.00$

34 HONDA (ATV and utility vehicles) 5,000.00$

35 HYSTER (material handling) 5,000.00$

36 HYUNDAI (material handling) 5,000.00$

37 ICX TACTICAL (aerial platform) 3,000.00$

38 IMT (crane and body) 10,000.00$

39 Kassbohrer All-Terrain Vehicles (Pistenbully) $ 75,000.00

40 KAWASAKI MOTORS (atv and utility vehicles) 5,000.00$

41 LA BOIT SPECIALTY VEHICLES 5,000.00$

42 LAND PRIDE (agricultural equipment) 5,000.00$

43 LANDOLL CORPORATION (trailers) 20,000.00$

44 LENCO ARMORED VEHICLES 3,000.00$

45 MAC TRAILER 10,000.00$

46 MACS (pump) 1,000.00$

47 MANITOWOC CRANES 10,000.00$

48 MATHEWS SPECIALTIES VEHICLES 10,000.00$

49 MBF INDUSTRIES (specialty vehicles) $ 10,000.00

50 MERCEDES-BENZ (diesel engines) $ 15,000.00

51 MITSUBISHI (material handling) 5,000.00$

52 Mobility Ventures $ 10,000.00

53 MOFFETT (material handling) 5,000.00$

54 MORGAN (truck and van bodies) 10,000.00$

55 MPH INDUSTRIES (radar trailers) 5,000.00$

56 MQ MUTIQUIP (generators) 5,000.00$

57 MUSTANG MANUFACTURING (construction equipment) 5,000.00$

58 NATIONAL CRANE (mobile crane and boom trucks) 20,000.00$

59 NEW HOLLAND (construction equipment) 10,000.00$

60 NISSAN FORKLIFT 10,000.00$

61 NORSTAR REACH-ALL EQUIPMENT 5,000.00$

62 OILMAN’S TRUCK TANK (fuel truck body) 5,000.00$

63 PAC MAC / HOL MAC CORP. (trash truck body) 5,000.00$

64 PACCAR ENGINES 20,000.00$

65 PALFINGER PK CRANES 100,000.00$

66 PETERSON INDUSTRIES (grapple cranes) $ 30,000.00

67 PIERCE MANUFACTURING 10,000.00$

68 POLARIS (ATV and utility vehicles) 3,000.00$

69 PRECISION SOLAR CONTROLS (radar trailer) 3,000.00$

70 PROTECTION SERVICES (sign trailer) 3,000.00$

71 RAYMOND (material handling) 3,000.00$

72 READING (service truck bodies) 5,000.00$

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 21

Page 22: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item

No.Group 2 will be used to procure OEM, OE parts for County owned vehicles.

Estimated Annual

Expenditure

Percentage (%)

Discount from

MSRP/Price List

MSRP / Price List ID or

Number and Date

Is MSRP/Price list

Available from

Manufacturer? Yes or No

73 RHINO (agricultural equipment) 3,000.00$

74 ROSENBAUER (battalion trucks) 3,000.00$

75 SAF-T-GREEN (aerial platform) 1,000.00$

76 SIMPLEX (trailer mounted load banks) 3,000.00$

77 SLOAN (pumps) 40,000.00$

78 SPECIALTY (light tower) 5,000.00$

79 STAMM MANUFACTURING (traffic signal bodies) $ 10,000.00

80 STERLING TRUCK $ 200,000.00

81 STONE (concrete mixer) 3,000.00$

82 SUPREME (van and cargo bodies) 5,000.00$

83 TCM (material handling) 5,000.00$

84 TENNANT COMPANY (sweepers and scrubbers) 10,000.00$

85 TEREX (light towers) 40,000.00$

86 TESCO EQUIPMENT (signal lift trucks) 5,000.00$

87 THERMO KING (refrigeration) 10,000.00$

88 THERMO LAY (asphalt equipment) 5,000.00$

89 THOMAS BUILT BUS 50,000.00$

90 TRACK-MOBILE (railcar mover) 3,000.00$

91 TRAIL KING INDUSTRIES (trailers) 3,000.00$

92 TUG TECHNOLOGIES CORP. (utility vehicles) 5,000.00$

93 TWIN DISK (marine transmission) 5,000.00$

94 UNION CITY BODY (utility vans) 5,000.00$

95 UTILIMASTER (van bodies) 5,000.00$

96 VERMEER (agricultural equipment) 60,000.00$

97 WARREN EQUIPMENT 90,000.00$

98 Weldco Hydra-Lift $ 5,000.00

99 WORKHORSE CUSTOM CHASSIS 40,000.00$

100 YALE (material handling) 7,000.00$

101 YAMAHA (ATV and utility vehicles) 3,000.00$

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 22

Page 23: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item

No.

Group 3 will be used to procure OEM and/ or OE parts and

repair /installation services to County owned vehiclesLabor Rate Per Hour

Estimated Annual

Labor hours

Expenditure

Total Labor Cost

(Annually)

Estimated Annual

Parts Expeditures

Discount Percentage

(%) from MSRP /

Price List

Total Parts Cost

(Annually)

Total Cost to the

County Annually

(Total Labor Cost+

Total Parts Cost)

MSRP / Price List ID

or Number and Date

Is MSRP/Price list

Available from

Manufacturer? Yes

or No

1 A.R.E. ACCESSORIES (pickup truck bed caps and covers) 10 -$ $ 2,000.00

-$ -$

2 ADRIAN STEEL (cargo management accessories) 40 -$ $ 10,000.00 -$ -$

3 ALTEC INDUSTRIES 555 -$ 75,000.00$ -$ -$

4 AMEREX VEHICLE FIRE SUPPRESSION SYSTEM 50 -$ 3,000.00$ -$ -$

5 AMERICAN HAWK (grapple cranes) 200 -$ 40,000.00$ -$ -$

6 AMIDA (light towers and arrow boards) 50 -$ 2,000.00$ -$ -$

7 AMTHOR INTERNATIONAL (fuel truck body) 50 -$ 2,000.00$ -$ -$

8 ANDERSON MANUFACTURING (trailers) 50 -$ 2,000.00$ -$ -$

9 ARBOC SPECIALTY VEHICLES 200 -$ 2,000.00$ -$ -$

10 BAK INDUSTRIES (pickup truck bed covers) 10 -$ $ 2,000.00 -$ -$

11 BLUE BIRD CORPORATION (Bus Products) 500 -$ 10,000.00$ -$ -$

12 BOBCAT (construction equipment and utility vehicles) 105 -$ 12,000.00$ -$ -$

13 BRAUN INDUSTRIES 50 -$ 2,000.00$ -$ -$

14 BUS AIR MANUFACTURING (HVAC products) 50 -$ 2,000.00$ -$ -$

15 CLARK (Material handling) 30 -$ 4,000.00$ -$ -$

16 CLUB CAR (Utility vehicles) 100 -$ 10,000.00$ -$ -$

17 COLEMAN RV AIR CONDITIONERS 50 -$ 2,000.00$ -$ -$

18 CROWN (material handling) 50 -$ 2,000.00$ -$ -$

19 CURT MANUFACTURING (towing accessories) 20 -$ $ 2,000.00 -$ -$

20 DEUTZ (diesel engines) 50 -$ 4,000.00$ -$ -$

21 DINEX USA (exhaust after treatment systems) 40 -$ $ 5,000.00 -$ -$

22 DTAC (air conditioning products) 50 -$ 2,000.00$ -$ -$

23 DYNAMIC MANUFACTURING (Tow Trucks) 60 -$ $ 15,000.00 -$ -$

24 E-Z-GO (utility vehicles) 190 -$ 12,000.00$ -$ -$

25 FEDERAL SIGNAL CORPORATION (Emergency Lighting) 100 -$ 10,000.00$ -$ -$

26 GENIE (Material Handling) 30 -$ 4,000.00$ -$ -$

27 GMC (medium and heavy duty trucks) 170 -$ 4,000.00$ -$ -$

28 GODWIN (water pumps ) 30 -$ 2,000.00$ -$ -$

29 GRADALL INDUSTRIES (construction equipment) 100 -$ 6,000.00$ -$ -$

30 GROENEVELD LUBRICATION SOLUTIONS 230 -$ 2,000.00$ -$ -$

31 GROVE (mobile cranes, aerial lifts ) 150 -$ 6,000.00$ -$ -$

32 HARLEY-DAVIDSON MOTORCYCLE 500 -$ 50,000.00$ -$ -$

33 HAULOTTE GROUP (material handling) 30 -$ $ 5,000.00 -$ -$

34 HD INDUSTRIES (patch truck) 40 -$ 2,000.00$ -$ -$

35 HONDA (ATV and utility vehicles) 50 -$ 3,000.00$ -$ -$

36 HYSTER (material handling) 120 -$ 4,000.00$ -$ -$

37 HYUNDAI (material handling) 50 -$ 4,000.00$ -$ -$

38 IMT (Crane and Body) 40 -$ 4,000.00$ -$ -$

39 INGERSOLL-RAND (portable air compressors) 75 -$ 2,000.00$ -$ -$

40 JASPER REMANUFACTURED PRODUCTS 150 -$ 20,000.00$ -$ -$

41 JOHNSTON SWEEPER 100 -$ 4,000.00$ -$ -$

42 KARGO MASTER (cargo management accessories) 40 -$ $ 10,000.00 -$ -$

43 KAWASAKI MOTORS (atv and utility vehicles) 150 -$ 12,000.00$ -$ -$

44 KEITH MANUFACTURING (trailer floors) 160 -$ 20,000.00$ -$ -$

45 LA BOIT SPECIALTY VEHICLES 30 -$ 5,000.00$ -$ -$

46 LANDOLL CORPORATION (trailers) 150 -$ 4,000.00$ -$ -$

47 LEER (pickup truck bed caps and covers) 10 -$ $ 3,000.00 -$ -$

48 LENCO ARMORED VEHICLES 100 -$ 2,000.00$ -$ -$

49 MAC TRAILER 80 -$ 10,000.00$ -$ -$

50 MANITOWOC CRANES 100 -$ 2,000.00$ -$ -$

51 MASTER RACK (cargo management accessories) 40 -$ $ 10,000.00 -$ -$

52 MATHEWS SPECIALTIES VEHICLES 150 -$ 2,000.00$ -$ -$

53 MBF INDUSTRIES (specialty vehicles) 100 -$ 10,000.00$ -$ -$

54 MCNEILUS 80 -$ $ 20,000.00 -$ -$

55 MERCEDES-BENZ (diesel engines) 80 -$ 4,000.00$ -$ -$

56 MITSUBISHI (material handling) 30 -$ $ 5,000.00 -$ -$

57 Mobility Ventures 100 -$ $ 10,000.00 -$ -$

58 MOFFETT (material handling) 30 -$ 2,000.00$ -$ -$

59 MORGAN (truck and van bodies) 30 -$ 4,000.00$ -$ -$

60 MPH INDUSTRIES (radar trailers) 40 -$ 2,000.00$ -$ -$

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 23

Page 24: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item

No.

Group 3 will be used to procure OEM and/ or OE parts and

repair /installation services to County owned vehiclesLabor Rate Per Hour

Estimated Annual

Labor hours

Expenditure

Total Labor Cost

(Annually)

Estimated Annual

Parts Expeditures

Discount Percentage

(%) from MSRP /

Price List

Total Parts Cost

(Annually)

Total Cost to the

County Annually

(Total Labor Cost+

Total Parts Cost)

MSRP / Price List ID

or Number and Date

Is MSRP/Price list

Available from

Manufacturer? Yes

or No

61 MQ MUTIQUIP (generators) 100 -$ 2,000.00$ -$ -$

62 MUSTANG MANUFACTURING (construction equipment) 30 -$ 2,000.00$ -$ -$

64 NATIONAL CRANE (mobile crane and boom trucks) 170 -$ 4,000.00$ -$ -$

65 NEW HOLLAND (construction equipment) 50 -$ 2,000.00$ -$ -$

66 NORSTAR REACH-ALL EQUIPMENT 140 -$ 2,000.00$ -$ -$

68 OILMAN’S TRUCK TANK (fuel truck body) 40 -$ 2,000.00$ -$ -$

69 ONAN / CUMMINS GENERATORS 40 -$ 4,000.00$ -$ -$

70 PACCAR ENGINES 80 -$ $ 40,000.00 -$ -$

71 PALFINGER PK CRANES 370 -$ $ 20,000.00 -$ -$

72 PARKER HANNIFIN HYBRID DRIVE SYSTEMS 2300 -$ 50,000.00$ -$ -$

73 PETERSON INDUSTRIES (grapple cranes) 100 -$ 20,000.00$ -$ -$

74 POLARIS (ATV and utility vehicles) 200 -$ 18,000.00$ -$ -$

76 PRECISION SOLAR CONTROLS (radar trailer) 90 -$ 2,000.00$ -$ -$

77 PROTECTION SERVICES (sign trailer) 100 -$ 2,000.00$ -$ -$

78 RAYMOND (material handling) 30 -$ $ 5,000.00 -$ -$

79 READING (service truck bodies) 90 -$ 3,000.00$ -$ -$

80 ROLL-N-LOCK (pickup truck bed covers) 10 -$ $ 2,000.00 -$ -$

81 ROSENBAUER (battalion trucks) 30 -$ 2,000.00$ -$ -$

82 SETINA MANUFACTURING (vehicle accessories) 20 -$ $ 3,000.00 -$ -$

83 SIMPLEX (trailer mounted load banks) 30 -$ 2,000.00$ -$ -$

84 STAMM MANUFACTURING (traffic signal bodies) 40 -$ 4,000.00$ -$ -$

85 STAR EV (Electric recreational vehicles) 50 -$ 3,000.00$ -$ -$

86 SUPREME (van and cargo bodies) 30 -$ 4,000.00$ -$ -$

87 TCM (material handling) 40 -$ 2,000.00$ -$ -$

88 TENNANT COMPANY (sweepers and scrubbers) 80 -$ 2,000.00$ -$ -$

89 TESCO EQUIPMENT (signal lift trucks) 30 -$ 2,000.00$ -$ -$

90 TEXAS TRAILERS (Trailers) 40 -$ 3,000.00$ -$ -$

91 THERMO KING (refrigeration) 80 -$ 4,000.00$ -$ -$

92 THERMO LAY (asphalt equipment) 30 -$ 2,000.00$ -$ -$

93 THOMAS BUILT BUS 50 -$ $ 10,000.00 -$ -$

94 TORINO TRAILERS (Trailers) 40 -$ $ 3,000.00 -$ -$

95 TOYOTA (Material Handling equipment) 30 -$ $ 4,000.00 -$ -$

96 TRIVERUS 32 -$ $ 8,000.00 -$ -$

97 TROY PRODUCTS (vehicle accessories) 20 -$ $ 3,000.00 -$ -$

98 TWIN DISK (marine transmission) 100 -$ 4,000.00$ -$ -$

99 UNION CITY BODY (utility vans) 30 -$ 4,000.00$ -$ -$

100 UTILIMASTER (van bodies) 30 -$ 2,000.00$ -$ -$

101 VERMEER (agricultural equipment) 150 -$ $ 55,000.00 -$ -$

102 VOGEL (auto lube system) 30 -$ 2,000.00$ -$ -$

103 WACKER NEUSON (Light Tower, Construction Equipment 100 -$ 4,000.00$ -$ -$

104 WANCO 24 -$ 6,000.00$ -$ -$

105 WARN INDUSTRIES (winch and accessories) 30 -$ $ 3,000.00 -$ -$

106 WARREN EQUIPMENT 300 -$ 18,000.00$ -$ -$

107 WATERBLASTING TECHNOLOGIES 32 -$ 55,000.00$ -$ -$

108 WEATHER GUARD (cargo management accessories) 40 -$ $ 10,000.00 -$ -$

109 WHELEN ENGINEERING COMPANY (emergency lighting) 140 -$ $ 10,000.00 -$ -$

110 WORKHORSE CUSTOM CHASSIS 30 -$ 4,000.00$ -$ -$

111 YALE (material handling) 120 -$ 6,000.00$ -$ -$

112 YAMAHA (ATV and utility vehicles) 75 -$ 9,000.00$ -$ -$

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 24

Page 25: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item

No.

Group 4 will be used to procure supplies or accessory items specific to the

automotive industry for repair or maintenance of County owned vehicles

Estimated Annual

Expeditures (1 year)

Percentage (%)

Discount from

MSRP/Price List

MSRP / Price List ID or

Number and Date

Is MSRP/Price list

Available from

Manufacturer? Yes or No

1 3M (chemicals, abrasives and automotive products) $3,000.00

2 BLASTER CORPORATION (chemicals) $1,000.00

3 HTP (American Products Enterprises Corporation oil absorbents) $66,000.00

4 CRC INDUSTRIES (chemicals and automotive products) $3,000.00

5 DUPLI-COLOR (paints) $1,000.00

6 DUPONT (chemicals, PPE supplies and automotive products) $2,000.00

7 FORMULA 88 (chemicals) $29,000.00

8 GOJO INDUSTRIES (cleaners) $1,000.00

9 GUNK (cleaners & chemicals) $500.00

10 JOHNSONS PRODUCTS (chemicals) $500.00

11 KRYLON (paints) $500.00

12 LIQUID WRENCH (chemicals) $1,000.00

13 LOCTITE (chemicals) $500.00

14 LPS (chemicals) $500.00

15 LUCAS OIL (chemicals) $500.00

16 MICROFLEX (PPE supplies) $500.00

17 OIL DRY CORPORATION (absorbents) $2,000.00

18 PERMATEX (chemicals) $3,000.00

19 PYROIL (cleaners & chemicals) $1,000.00

20 RUSTOLEUM (paints) $1,000.00

21 SAS SAFETY CORPORATION (PPE supplies) $3,000.00

22 SCOTT (shop towels) $500.00

23 SEA-FOAM (cleaners & chemicals) $500.00

24 WD40 COMPANY (chemicals) $500.00

25 ZEP PROFESSIONAL (cleaners & chemicals) $500.00

26 SPILLTEC (absorbents) $1,000.00

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 25

Page 26: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item

No.

Group 5 will be used to procure general parts and repair/installation services

to County owned vehicles by vehicle type or vocation only in the event that an awarded brand is not

available under Group 3

Labor Rate Per Hour

Estimated Annual

Labor hours

Expenditure

Total Labor Cost

(Annually)

Estimated Annual

Parts Expeditures

Percentage (%)

Markup

Total Parts Cost

(Annually)

Total Cost to the

County Annually

(Total Labor Cost+

Total Parts Cost)

5A General repair of heavy duty truck. 1420 $55,000.00

5B General repair of utility and boat trailers 200 $10,000.00

5C General repair of heavy duty trailers (tag, transport, refuse, dry freight etc.) 360 $26,000.00

5D General repair of forklift and other warehouse material handling equipment. 500 $35,000.00

5E General repair of aerial bucket trucks, man lifts and platform lifts, either truck or trailer mounted 200 $40,000.00

5F General repair of electric or hydraulic utility cranes under 7 ton capacity 300 $40,000.00

5G General repair of heavy duty hydraulic cranes and knuckle booms over 7 ton capacity 200 $40,000.00

5H General repair of vehicle or trailer mounted ancillary equipment. (air compressors, light towers, water pumps, generators, etc.) 765 $37,000.00

5I General repairs to gasoline powered all terrain and utility vehicles 200 $15,000.00

5J General repairs to diesel powered utility vehicles 90 $2,000.00

5K General repairs to golf carts 220 $9,000.00

5L General repairs to construction equipment (loaders, dozers, backhoe, skidsteers, etc.) 110 $25,000.00

5M General repairs to agricultural equipment (farm tractors, mowers, implements) 260 $62,000.00

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 26

Page 27: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Line / Item No. Group 6 will be used to procure aftermarket parts for County owned vehicles. Estimated Annual

Expenditure (1 year)

Percentage (%)

Discount from

MSRP/Price List

MSRP / Price List ID

or Number and Date

Is MSRP/Price list

Available from

Manufacturer? Yes

or No

1 A.R.E. ACCESSORIES (pickup truck bed caps and covers) $ 2,000.00

2 AA AMERICAN AUTOMOTIVE (tire and wheel products) $ 2,000.00

3 ADRIAN STEEL (cargo management accessories) $ 5,000.00

4 AIR-MAC (air compressors) 10,000.00$

5 AIRMAN (generators) 5,000.00$

6 AIRTEX (automotive parts) $ 28,000.00

7 ALLIANCE TRUCK PARTS (TRUCK PARTS) 10,000.00$

8 ANCO (wiper blades) $ 43,000.00

9 ATLAS COPCO (air compressors) 50,000.00$

10 AVIATION SUPPLIES & ACADEMICS (carbon monoxide detector) $ 2,000.00

11 AVS (automotive accessories) $ 2,000.00

12 BAK INDUSTRIES (pickup truck bed covers) $ 2,000.00

13 BALDWIN (filters) $ 2,000.00

14 BENDIX (automotive brake products) $ 2,000.00

15 BOSAL (Exhaust) $ 6,000.00

16 BOSCH (automotive parts) $ 93,000.00

17 BUS AIR MANUFACTURING (HVAC products) 6,000.00$

18 BUYERS PRODUCTS COMPANY (truck and trailer parts) $ 2,000.00

19 CARDONE INDUSTRIES (automotive parts) $ 22,000.00

20 CARRIER CORPORATION (HAVC products) 5,000.00$

21 CATCO (emission) $ 7,000.00

22 CHILD CHECKMATE SYSTEMS 4,000.00$

23 CODE 3 (emergency lighting) 5,000.00$

24 COLEMAN RV AIR CONDITIONERS 6,000.00$

25 CONMET (wheel and brake) $ 5,000.00

26 COOPER BUSSMAN (fuses) $ 2,000.00

27 CURT MANUFACTURING (towing accessories) $ 2,000.00

28 DEFENDER EMERGENCY PRODUCTS (American LaFrance aftermarket parts) $ 10,000.00

29 DENSO (automotive parts) $ 3,000.00

30 DEXTER AXLE (trailer axles) $ 5,000.00

31 DINEX USA (exhaust aftertreatment systems) $ 10,000.00

32 DONOVAN ENTERPRISES (tarp products) 10,000.00$

33 DTAC (air conditioning products) 5,000.00$

34 E J WARD FUEL MANAGEMENT 240,000.00$

35 ECCO (lighting and accessories) $ 2,000.00

36 FEL-PRO (gaskets) $ 2,000.00

37 FIRE RESEARCH CORPORATION (lighting) 5,000.00$

38 FONTAINE FIFTH WHEEL 10,000.00$

39 GROENEVELD LUBRICATION SOLUTIONS 10,000.00$

40 HEAVY DUTY MANUFACTURING (exhaust) 40,000.00$

41 INTERMOTIVE INC. (vehicle control systems) 5,000.00$

42 JASPER REMANUFACTURED PRODUCTS 40,000.00$

43 KARGO MASTER (cargo management accessories) $ 5,000.00

44 KD LAMP / ATC LIGHTING AND PLASTICS 5,000.00$

45 KEITH MANUFACTURING (trailer floors) $ 20,000.00

46 KELSEY HAYES (Braking System) 5,000.00$

47 KOHLER (generators) 5,000.00$

48 KUSMAUL ELECTRONICS (lighting, electronics) 5,000.00$

49 LEER (pickup truck bed caps and covers) $ 3,000.00

50 LUBERFINER (filters) $ 3,000.00

51 MASTER RACK (cargo management accessories) $ 5,000.00

52 MOOG (suspension) $ 92,000.00

53 MR. GASKET (automotive products) $ 2,000.00

54 NAPA (automotive and truck parts) 553,000.00$

55 ONAN / CUMMINS GENERATORS 5,000.00$

56 OPTIMA (batteries) $ 1,500.00

57 PAR-KAN (dump/flipper body) 3,000.00$

58 PETERSON MANUFACTURING (lighting) $ 5,000.00

59 PHILIPS (lighting) $ 2,000.00

60 POWER TEC GENERATOR 3,000.00$

61 PRO-VISION (video systems) 6,000.00$

62 RAYBESTOS 126,000.00$

63 REACH COOLING (radiators) $ 6,000.00

64 RED DOT CORPORATION (HVAC products) 5,000.00$

65 REMY / BORG WARNER (starters and alternators) $ 6,000.00

66 ROLL-N-LOCK (pickup truck bed covers) $ 2,000.00

67 SAFETY VISION (video systems) 5,000.00$

68 SEALED POWER (engine components) $ 2,000.00

69 SETINA MANUFACTURING (vehicle accessories) $ 3,000.00

70 SKF (bearing & seals) $ 3,000.00

71 STANDARD MOTOR PRODUCTS (electrical & ignition ) $ 5,000.00

72 TAYLOR MADE GROUP (HVAC systems) 5,000.00$

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 27

Page 28: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

73 TECHTRAN (truck components) $ 50,000.00

74 TROY PRODUCTS (vehicle accessories) $ 2,000.00

75 TRUCK AIR PARTS (HVAC) $ 5,000.00

76 TYC GENERA (lighting) $ 3,000.00

77 VOGEL (auto lube system) 10,000.00$

78 WAGNER (brakes & lighting) $ 3,000.00

79 WARN INDUSTRIES (winch and accessories) $ 3,000.00

80 WEATHER GUARD (cargo management accessories) $ 5,000.00

81 WEATHER TECH (automotive accessories) $ 2,000.00

82 WELDON (lighting) 5,000.00$

83 WEP PARTS (waste equipment parts) 100,000.00$

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 28

Page 29: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES SOLICITATION NO.: FB-00399-S3

Rev. 7/11/16

APPENDIX

AFFIDAVITS FORMAL BIDS

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 29

Page 30: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

SOLICITATION TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES SOLICITATION NO.: FB-00399-S3

Rev. 7/11/16

SECTION 4

BID SUBMITTAL FOR:

Purchase of OEM and OE Parts and Services (Supplement No. 3)

ACKNOWLEDGEMENT OF ADDENDA

INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES

PART I:

LIST BELOW THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION

WITH THIS BID

Addendum #1, Dated

Addendum #2, Dated

Addendum #3, Dated

Addendum #4, Dated

Addendum #5, Dated

Addendum #6, Dated

Addendum #7, Dated

Addendum #8, Dated

PART II:

NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID

FIRM NAME:

AUTHORIZED SIGNATURE: DATE:

TITLE OF OFFICER:

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 30

Page 31: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

5

6

3 4

Solicitation No.FB-00399-S3                                              Solicitation Title: Purchase of OEM and OE Parts and Services - Supplement No. 3

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an

officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to

entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance

with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and

for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN

PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and

215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,

the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the

Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification

that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the

County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS

SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND

EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID

The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws

as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or

confidential.  In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by

signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a

trade secret and authorizes the County to release such information to the public for any reason.

Acknowledgment of Waiver:

Bidder’s Authorized Representative’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER

THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Bidder’s Authorized Representative ’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 31

Page 32: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

5

6

3 4

Solicitation No.FB-00399-S3                                              Solicitation Title: Purchase of OEM and OE Parts and Services - Supplement No. 3

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an

officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to

entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance

with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and

for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN

PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and

215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,

the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the

Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification

that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the

County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS

SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND

EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID

The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws

as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or

confidential.  In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by

signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a

trade secret and authorizes the County to release such information to the public for any reason.

Acknowledgment of Waiver:

Bidder’s Authorized Representative’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER

THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Bidder’s Authorized Representative ’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 32

Page 33: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

55

66

3 4

FAIR SUBCONTRACTING PRACTICES

In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed

statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors.

NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT

Signature Date

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 33

Page 34: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

55

66

3 4

Name of Bidder/Proposer: FEIN No.

Mark here if race, gender and ethnicity information is not available and will be provided at a later date.  This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business

development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.

SUBCONTRACTOR/SUPPLIER LISTING

(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)

In accordance with Sections 2 -8.1, 2 -8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more.  The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the

County.  The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.

I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers.   In the event that the recommended

Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business

Name and Address of

First Tier Direct Supplier

Principal Owner

Supplies/

Materials/ Services to be

Provided by Supplier

Principal Owner

(Enter the number of male and female owners by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

Business

Name and Address of

First Tier

Subcontractor/

Subconsultant

Principal Owner

Scope of Work

to be Performed by

Subcontractor/

Subconsultant

Principal Owner

(Enter the number of male and female owners  by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

SUB 100 Rev. 1/14

Signature of Bidder/Proposer Print Name Print Title Date

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 34

Page 35: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

ADDENDUM NO. 1

December 4, 2018

TO: ALL PROSPECTIVE BIDDERS/PROPOSERS

SUBJECT: SOLICITATION NO.: FB-00399-S3

TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES SUPPLEMENT NO. 3

This Addendum is and does become a part of the above mentioned solicitation.

Please see the responses below to the questions posted via BidSync. Be advice that the questions

are copied to this addendum as they are posted in BidSync.

Question 1 How do submit a bid for a line that the manufacturer does not have an MSRP ? This has been

the problem with the original bid 2 year ago as well.

Answer: Bids submitted for any brand must have an MSRP. Please see section 2.1.2 of the

solicitation for more details on a MSRP.

Question 2 The following mfg. DO NOT have MSRP

AIRTEX - ANCO - BOSCH - CARDONE - DENSO - FELPRO - MOOG

WAGNER BRAKES - WEATHER TECH.

How can we bid on them ?

Answer: Bids submitted for any brand must have an MSRP. Please see section 2.1.2 of the

solicitation for more details on a MSRP.

Question 3 I know you have fords and gms in your fleet of vehicles. I was wondering why I don't see

Motorcraft and AC Delco listed in group 2 or group 6??

Answer: Motorcraft and AC Delco are part of group 1 of the original solicitation that has been

awarded.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 35

Page 36: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Question 4 For each group that we decide to bid on do we need to fulfill the each qualification A, B, and

C. Or do we choose which ones we are able to fulfill?

Answer: When bidding on a group, the bidder must meet all the requirements of that specific

group they wish to participate in. Please see section 2.4 and section 4 for more details.

Question 5 What do you mean by designation on a manufacturer’s website?

Answer: Some manufacturers will have authorized dealers, distributors, or resellers on their

website to confirm they are able to provide their brands.

Question 6 On the columns titled MRRP/Price List ID or Number and Date, what do we put there?

Answer: To clarify, it is MSRP/Price List ID or Number and Date. This refers to the list’s

identification number and the date the list was obtained/provided.

Question 7 What happens to the vendor that are already awarded product lines?

Answer: Only un-awarded items from the original solicitation are being solicited in this

supplement, per section 2.1.

Question 8 Why are all these questions referring to FB-00987 and not FB-00399?

Answer: The correct solicitation number is FB-00399-S3.

Question 9 Can you please confirm that Bendix (automotive brake products - cars and light duty) that is

listed in Group 6 is not the same as Bendix (commercial vehicle brakes - heavy duty truck) that

was awarded as part of the original FB-00399?

Answer: The Bendix brand previously awarded in the original solicitation is not the same as the

one being requested in this supplement.

Additional Questions:

Question 1 Are there Ford parts, or Ford fleet vehicles in this bid?

Answer: This supplement is requesting bids based on brands, vocational type vehicles and/or

pool qualification. Please see each group in the supplement for more details.

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 36

Page 37: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

Question 2 Are there CENiehoff fire truck alternators in this bid?

Answer: Only the brands and vocational types stated on each of the supplement’s groups are

being requested.

All terms, covenants and conditions of the subject solicitation and any addenda issued

thereto shall apply, except to the extent herein amended.

Miami-Dade County,

Hendry Lopez

Procurement Contracting Officer

cc: Clerk of the Board

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 37

Page 38: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

ADDENDUM NO. 2

December 10, 2018

TO: ALL PROSPECTIVE BIDDERS/PROPOSERS

SUBJECT: SOLICITATION NO.: FB-00399-S3

TITLE: PURCHASE OF OEM and OE PARTS AND SERVICES SUPPLEMENT NO. 3

This Addendum is and does become a part of the above mentioned solicitation.

The excel attachment for group 5 has been modified in accordance to section 2.4.4. Please note

that the modified excel version shall be used when you are submitting your bid.

Name of document replaced: FB-00399 Supplement 3 Section 4 Group 5 11-09-18

Rev HL.

Name of new document: FB-00399 Supplement #3 Section 4 Group 5 Addendum 2 12-

10-18.

In addition, the solicitation has been extended, therefore, the new open/close date is December

17, 2018 at 6:00 PM.

All terms, covenants and conditions of the subject solicitation and any addenda issued

thereto shall apply, except to the extent herein amended.

Miami-Dade County,

Hendry Lopez

Procurement Contracting Officer

cc: Clerk of the Board

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 38

Page 39: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

5

6

Question and Answers for Solicitation #FB-00399-S3 - Purchase of OEM and OE

Parts and Services - Supplement No. 3

Overall Solicitation Questions

Question 1

How do submit a bid for a line that the manufacturer does not have an MSRP ? This has been the problem

with the original bid 2 year ago as well. (Submitted: Nov 16, 2018 12:47:30 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:27 PM EST)

Question 2

The following mfg. DO NOT have MSRP

AIRTEX - ANCO - BOSCH - CARDONE - DENSO - FELPRO - MOOG

WAGNER BRAKES - WEATHER TECH.

How can we bid on them ? (Submitted: Nov 19, 2018 12:30:22 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:27 PM EST)

Question 3

I know you have fords and gms in your fleet of vehicles. I was wondering why I don't see Motorcraft and AC

Delco listed in group 2 or group 6?? (Submitted: Nov 19, 2018 4:49:10 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:27 PM EST)

Question 4

For each group that we decide to bid on do we need to fulfill the each qualification A, B, and C. Or do we

choose which ones we are able to fulfill? (Submitted: Nov 21, 2018 8:04:18 AM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 5

What do you mean by designation on a manufacturer’s website? (Submitted: Nov 21, 2018 8:06:17 AM

EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 6

On the columns titled MRRP/Price List ID or Number and Date, what do we put there? (Submitted: Nov 21,

2018 8:06:36 AM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 7

What happens to the vendor that are already awarded product lines? (Submitted: Nov 27, 2018 9:20:09 AM

EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 8

Why are all these questions referring to FB -00987 and not FB-00399? (Submitted: Nov 28, 2018 9:47:12 AM

EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 9

Can you please confirm that Bendix (automotive brake products - cars and light duty) that is listed in Group 6

is not the same as Bendix (commercial vehicle brakes - heavy duty truck) that was awarded as part of the

original FB-00399? (Submitted: Nov 30, 2018 1:23:49 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

FB-00399 -S3--01-01 - Purchase Of OEM And OE Parts And Services - Supplement No. 3

Question 1

Are there Ford parts, or Ford fleet vehicles in this bid? (Submitted: Nov 16, 2018 2:59:45 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 2

Are there CENiehoff fire truck alternators in this bid? (Submitted: Nov 21, 2018 2:01:49 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 39

Page 40: Solicitation FB -00399 -S3 Purchase of OEM and OE Parts ... · fb -00399 s3 miami-dade county, florida i n v i t a t i o n t o b i d title: purchase of oem and oe parts and services

5

6

Question and Answers for Solicitation #FB-00399-S3 - Purchase of OEM and OE

Parts and Services - Supplement No. 3

Overall Solicitation Questions

Question 1

How do submit a bid for a line that the manufacturer does not have an MSRP ? This has been the problem

with the original bid 2 year ago as well. (Submitted: Nov 16, 2018 12:47:30 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:27 PM EST)

Question 2

The following mfg. DO NOT have MSRP

AIRTEX - ANCO - BOSCH - CARDONE - DENSO - FELPRO - MOOG

WAGNER BRAKES - WEATHER TECH.

How can we bid on them ? (Submitted: Nov 19, 2018 12:30:22 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:27 PM EST)

Question 3

I know you have fords and gms in your fleet of vehicles. I was wondering why I don't see Motorcraft and AC

Delco listed in group 2 or group 6?? (Submitted: Nov 19, 2018 4:49:10 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:27 PM EST)

Question 4

For each group that we decide to bid on do we need to fulfill the each qualification A, B, and C. Or do we

choose which ones we are able to fulfill? (Submitted: Nov 21, 2018 8:04:18 AM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 5

What do you mean by designation on a manufacturer’s website? (Submitted: Nov 21, 2018 8:06:17 AM

EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 6

On the columns titled MRRP/Price List ID or Number and Date, what do we put there? (Submitted: Nov 21,

2018 8:06:36 AM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 7

What happens to the vendor that are already awarded product lines? (Submitted: Nov 27, 2018 9:20:09 AM

EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 8

Why are all these questions referring to FB -00987 and not FB-00399? (Submitted: Nov 28, 2018 9:47:12 AM

EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 9

Can you please confirm that Bendix (automotive brake products - cars and light duty) that is listed in Group 6

is not the same as Bendix (commercial vehicle brakes - heavy duty truck) that was awarded as part of the

original FB-00399? (Submitted: Nov 30, 2018 1:23:49 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

FB-00399 -S3--01-01 - Purchase Of OEM And OE Parts And Services - Supplement No. 3

Question 1

Are there Ford parts, or Ford fleet vehicles in this bid? (Submitted: Nov 16, 2018 2:59:45 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Question 2

Are there CENiehoff fire truck alternators in this bid? (Submitted: Nov 21, 2018 2:01:49 PM EST)

Answer

- Please see addendum 1. (Answered: Dec 4, 2018 12:49:28 PM EST)

Solicitation FB-00399-S3Miami-Dade County

1/17/2020 9:42 AM p. 40