33
Solicitation ITQ - 01264 - 01 Purchase of OEM Parts, Maintenance and Repairs Services Solicitation Designation: Private Miami - Dade County Solicitation ITQ-01264-01 Miami-Dade County 3/19/2020 5:13 AM p. 1

Miami-Dade County - Solicitation ITQ -01264 -01 Purchase ......Miami-Dade County Strategic Procurement Division Solicitation No.: ITQ-01264-01 111 NW 1st Street, Suite 1300, Miami,

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • 55

    66

    Solicitation ITQ-01264-01

    Purchase of OEM Parts, Maintenance and Repairs Services

    Solicitation Designation: Private

    Miami-Dade County

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 1

  • 5

    6

    Solicitation ITQ-01264-01

    Purchase of OEM Parts, Maintenance and Repairs Services

    Solicitation Number    ITQ -01264 -01

    Solicitation Title    Purchase of OEM Parts, Maintenance and Repairs Services

    Solicitation Start Date Feb 4, 2020 10:41:57 AM EST

    Solicitation End Date Feb 18, 2020 6:00:00 PM EST

    Question & Answer

    End Date Feb 7, 2020 7:00:00 AM EST

    Solicitation Contact    Shantrell Page

    Procurement Contracting Associate

    ISD - Procurement Management Services

    305 -375 -4708

    [email protected]

    Solicitation Contact    Robert Mendoza

    Procurement Contract Officer 1

    ISD - Strategic Procurement Division

    305 -375 -3704

    [email protected]

    Solicitation Contact    Vanessa Stroman

    Procurement Contracting Manager

    ISD - Procurement Management Services

    305 -375 -4263

    [email protected]

    Contract Duration    See Bid Documents

    Contract Renewal    Not Applicable

    Prices Good for    See Bid Documents

    Solicitation Comments The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes for the purchase of Original Equipment Manufacturer ’s parts, maintenance and repairs services for all County Passenger Cars, Station Wagons, Vans, Pickup Trucks, Utility Vehicles, Suburban, Walk-in-Step Vans and Motorcycles from manufacturer certified dealers.

    Addendum # 1

    New Documents           Solicitation Addendum No. 1 ITQ -01264.pdf

    Previous End Date    Feb 14, 2020 6:00:00 PM EST New End Date    Feb 18, 2020 6:00:00 PM EST

    Item Response Form

    Item     ITQ-01264 -01 --01-01 - See Section 4

    Quantity    1 each

    Prices are not requested for this item.

    Delivery Location          Miami -Dade County

    No Location Specified

    Qty 1

    DescriptionPlease refer to Section 4 to submit pricing. 

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 2

  • 5

    6

    Solicitation ITQ-01264-01

    Purchase of OEM Parts, Maintenance and Repairs Services

    Solicitation Number    ITQ -01264 -01

    Solicitation Title    Purchase of OEM Parts, Maintenance and Repairs Services

    Solicitation Start Date Feb 4, 2020 10:41:57 AM EST

    Solicitation End Date Feb 18, 2020 6:00:00 PM EST

    Question & Answer

    End Date Feb 7, 2020 7:00:00 AM EST

    Solicitation Contact    Shantrell Page

    Procurement Contracting Associate

    ISD - Procurement Management Services

    305 -375 -4708

    [email protected]

    Solicitation Contact    Robert Mendoza

    Procurement Contract Officer 1

    ISD - Strategic Procurement Division

    305 -375 -3704

    [email protected]

    Solicitation Contact    Vanessa Stroman

    Procurement Contracting Manager

    ISD - Procurement Management Services

    305 -375 -4263

    [email protected]

    Contract Duration    See Bid Documents

    Contract Renewal    Not Applicable

    Prices Good for    See Bid Documents

    Solicitation Comments The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes for the purchase of Original Equipment Manufacturer ’s parts, maintenance and repairs services for all County Passenger Cars, Station Wagons, Vans, Pickup Trucks, Utility Vehicles, Suburban, Walk-in-Step Vans and Motorcycles from manufacturer certified dealers.

    Addendum # 1

    New Documents           Solicitation Addendum No. 1 ITQ -01264.pdf

    Previous End Date    Feb 14, 2020 6:00:00 PM EST New End Date    Feb 18, 2020 6:00:00 PM EST

    Item Response Form

    Item     ITQ-01264 -01 --01-01 - See Section 4

    Quantity    1 each

    Prices are not requested for this item.

    Delivery Location          Miami -Dade County

    No Location Specified

    Qty 1

    DescriptionPlease refer to Section 4 to submit pricing. 

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 3

  • Sol

    icita

    tion

    ITQ

    -012

    64-0

    1M

    iam

    i-Dad

    e C

    ount

    y

    3/19

    /202

    0 5:

    13 A

    Mp.

    4

  • Miami-Dade County Strategic Procurement Division

    Solicitation No.: ITQ-01264-01

    111 NW 1st Street, Suite 1300, Miami, FL 33128 INVITATION TO QUOTE (ITQ) NO. 01264-01 ITQ DUE DATE/TIME: January 31, 2020, at 6:00PM EST ITQ TITLE: Purchase of OEM Parts, Maintenance and Repairs Services CONTACT PERSON: Robert Mendoza CONTACT PHONE/ EMAIL: 305-375-3803 ISSUING DEPARTMENT: Internal Services Department

    SECTION 1 – GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS:

    All general terms and conditions of Miami-Dade County Procurement Contracts are posted online. Bidder(s) 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 this solicitation and resultant contract may be viewed online at Miami-Dade

    County’s Strategic Procurement Division webpage by clicking on the below link:

    http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r19-1.pdf

    NOTICE TO ALL BIDDER(S): 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(s) to ensure their Bid reaches BidSync before the solicitation closing date

    and time. There is no cost to the Bidder(s) to submit a Bid 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 work/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, specifications/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 Bid documents. Bidder(s) should not wait until the last minute

    to submit their Bid. 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 Bid will be considered late and will not be accepted.

    PLEASE NOTE THE FOLLOWING:

    No part of Bidder’s Bid 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 will be considered evidence that the Bidder(s) has familiarized themselves with the nature

    and extent of the work, and the equipment, materials, and labor required. The entire Bid must be submitted in accordance with all

    specifications contained in the solicitation electronically.

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 5

    http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions.pdfhttp://www.bidsync.com/http://www.bidsync.com/

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    SECTION 2 – SPECIAL TERMS AND CONDITIONS

    2.1 PURPOSE The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes for the purchase of Original Equipment Manufacturer’s parts, maintenance and repairs services for all County Passenger Cars, Station Wagons, Vans, Pickup Trucks, Utility Vehicles, Suburban, Walk-in-Step Vans and Motorcycles from manufacturer certified dealers.

    2.2 DEFINITIONS

    1. Vehicles: refers to sedans, vans, pickups, medium and heavy trucks, marine vessels, motorcycles, utility/construction equipment, material handling and agricultural equipment.

    2. Dealer: Refers to a company authorized by the manufacturer to provide product support, parts and service, and warranty repairs.

    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 manufacturers use the following terms interchangeably: MSRP, MRP (Manufacturer Retail Price) or RP (Retail Price). Submissions based on price lists that reflect government, resale, wholesale, jobber, internet and any other non-retail pricing from the manufacturer will not be considered. The list submitted by the Bidder(s) may be confirmed by the manufacturer. Manufacturer parts are identified as and limited to any part included in the manufacturer price list published for dealerships.

    4. Original Equipment Manufacturer (OEM): refers to the manufacturer of the original equipment and parts manufactured directly for or by this company.

    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. The hourly labor rate shall be deemed to provide full compensation to the Bidder(s) for in house and/or field service labor, equipment used, travel time and any other element of cost or price. Bidder(s) 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.

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

    2.3 METHOD OF AWARD The award will be made by group in accordance to each of the group’s requirements as stated below.

    Award of Groups 1-5 (Parts Only) will be made to at most, five (5) responsive, responsible Bidder(s) on a line by line basis (per part category as further detailed in section 4) who offer the highest percentage (%) discount based on MSRP list from the manufacturer. If no discount is being provided, Bidder(s) shall state no discount.

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 6

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Award of Group 6 (Parts and Labor) will be made to at most, five (5) responsive, responsible Bidder(s) per manufacturing brand sub-group who offer the lowest total cost to the County upon calculation of the hourly labor rate and the average percentage discount for the cost of parts as shown below. To be considered for award, Bidder(s) shall provide the hourly labor rate and the percentage discount for each part category. If no discount is being provided, Bidder(s) shall state no discount.

    For evaluation purposes of Group 6, the County will calculate pricing as shown in the example below: Est. Annual Spend on Labor + Est. Annual Spend on Parts = Total Cost to the County

    Groups to be awarded are as follows:

    Group 1: General Motors (GM) This group will be used to procure OEM/OE parts from GM manufacturer brands for County owned vehicles.

    Group 2: Ford Motor Company (Ford) This group will be used to procure OEM/OE parts from Ford brands for County owned vehicles.

    Group 3: Toyota Motor Sales (Toyota) This group will be used to procure OEM/OE parts from Toyota brands for County owned vehicles.

    Group 4: Nissan USA (Nissan) This group will be used to procure OEM/OE parts from Nissan brands for County owned vehicles.

    Group 5: Fiat Chrysler Automobiles (FCA) This group will be used to procure OEM/OE parts from FCA brands for County owned vehicles.

    Group 6: Repair, Maintenance and Installation Services This group will be used to procure repair, installation, and maintenance services for County owned vehicles based on the following manufacturer sub-groups:

    6A. General Motors 6B. Ford Motor Company 6C. Toyota Motor Sales 6D. Nissan USA 6E. Fiat Chrysler Automobiles

    2.4 TERM This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order issued by the County's Internal Services Department, Strategic Procurement Division, and contingent upon the completion and submittal of all required bid documents. The contract shall expire on the last day of the last month of the one-year contract term.

    2.5 INSURANCE The insurance requirements in the General Terms and Conditions, Section 1.22 shall not apply for Groups 1-5.

    2.6 WARRANTY REQUIREMENTS Groups 1-5: Manufacturer’s standard warranty on all parts shall apply.

    Group 6: Manufacturer’s standard warranty on all parts and a minimum of one-year warranty and/or 12,000 miles on all labor shall apply.

    A) CORRECTING DEFECTS OR DEFICIENCY Awarded Bidder(s) shall promptly correct any deficiencies, at no cost to the County, within five (5) calendar days after the County notifies the Bidder(s) of such deficiency either verbally or in writing. If the awarded Bidder(s) fails to correct the defective work or replace the damaged part within the period specified, the County may, at its discretion, notify the awarded

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 7

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Bidder(s) in writing that the awarded Bidder(s) may be subject to contractual default provisions if the corrections or replacements are not completed to the satisfaction of the County within the time defined in the notice. If the awarded Bidder(s) fails to satisfactorily complete the corrections and/or replace the damaged part as detailed in the notice, the County shall place the vendor in default, may procure the parts and/ or services from another vendor to correct the deficiencies, and charge the awarded Bidder(s) for these costs; either through a deduction from the final payment owed to the vendor or through invoicing. If the awarded bidder fails to honor this invoice or credit memo, the County may terminate the contract for default.

    B) 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 product provided by the awarded Bidder(s) 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 to the awarded Bidder(s) at no cost to the County. At the County’s own option, the awarded Bidder(s) shall either provide a direct replacement for the item, or provide a full credit for the returned item. The awarded Bidder(s) shall not assess any additional charge(s) for any conforming action taken by the County under this clause.

    2.7 PRICE Groups 1-5: Percentage (%) discount on parts bid, is fixed and firm for the term of the contract.

    Group 6: Percentage (%) discount on parts and labor rate, is fixed and firm for the term of the contract.

    Miami Dade County reserves the right to request an MSRP parts list for groups 1-6 during the term of this contract. The list shall serve as a reference source to be utilized in case of any questions or disputes.

    2.8 REBATES AND SPECIAL PROMOTIONS All rebates and special promotions, or further discount (goodwill) offered by an OEM or the awarded Bidder(s) during the term of the contract shall be passed on to the County at time of invoicing. It shall be the responsibility of the awarded Bidder(s) to notify the County of such rebates and/or special promotions during the contract term. Special promotions shall be offered by the awarded Bidder(s) to the County provided that the new price charged for the item(s) is lower than would otherwise be available through the contract 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.

    2.9 DELIVERY (GROUPS 1-5 ONLY) The awarded bidder shall adhere to the following delivery time frames. Should the awarded Bidder(s) not be able to meet these requirements within the specified timeframe, the County reserves the right to place the order with the awarded Bidder(s) providing the next highest discount for the line item.

    A. In-Stock Items Awarded Bidder(s) shall deliver 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(s). The County estimates that 80% of all orders placed will be in-stock items.

    B. Special Orders Awarded Bidder(s) shall deliver all special orders (orders of parts which are not currently in stock) 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(s). The County estimates that 15% of all orders placed will be special orders.

    C. Emergency Orders Awarded Bidder(s) shall deliver all emergency orders for in-stock items within four (4) hours after receipt of an order from the County. Emergency orders for items which are out of stock shall be delivered within 12 hours of receipt of an

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 8

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    order from the County. If the delivery timeframe were to fall outside of regular work hours, the delivery shall be made by the end of the first hour of the following work day. Any shipping costs in order to comply with the delivery schedule shall be borne solely by the awarded Bidder(s). The County estimates that 5% of all orders placed will be emergency orders.

    2.9.1. The awarded Bidder(s) shall provide a complete packing slip, delivery ticket, or invoice with any items to be delivered in conjunction with this bid solicitation. One of the documents cited above shall be attached to the shipping carton(s) which contain the items and shall be made available to the County’s authorized representative during delivery. The document shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and if applicable, back-order quantities and estimated delivery timeframe of backorders.

    2.9.2. All deliveries shall be made in accordance with good commercial practice and all delivery schedules shall be adhered to by the awarded 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 awarded Bidder(s). In these cases, the awarded Bidder(s) 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.

    2.9.3. Should the awarded Bidder(s) 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 awarded Bidder(s) may be charged with any associated re-procurement costs. If the awarded Bidder(s) fails to honor these re-procurement costs, the County may terminate the awarded Bidder(s) from this contract. The awarded Bidder(s) shall also have the ability to allow County staff to pick-up ordered parts at the County’s request.

    2.10 BACK ORDERS (GROUP 1-5 ONLY) If the awarded Bidder(s) cannot deliver an ordered part in accordance with the scheduled delivery date due to a current existing backorder of that part with the awarded bidder’s manufacturer; the awarded Bidder(s) 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 awarded Bidder(s) 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 awarded bidder, and may charge the incumbent bidder for any directly associated re-procurement costs. If the awarded Bidder(s) fails to honor these re-procurement costs, the County may terminate the awarded Bidder(s) from the contract for default.

    2.11 INVOICES The standard invoice requirements listed in the General Terms and Conditions section 1.35, shall apply to include the following additional information for the Internal Services Department (ISD), Fleet Management Division:

    The awarded Bidder(s) shall submit an invoice at the time of delivery of parts or upon the completion of any service work being provided, at the time the unit is delivered back to the County. Invoices shall be directed to the attention of the ISD Fleet shop supervisor.

    The invoices for repair services must contain the following information:

    County vehicle #

    Year

    Make and Model

    VIN

    Current odometer reading

    Total Hourly Cost per service (total hours billed X awarded hourly labor rate).

    Awarded hourly rate to the Bidder(s)

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 9

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    For all other departments, the awarded Bidder(s) may be required to submit their invoice by regular mail or e-mail (one or the other, not both) as indicated on the department’s purchase order.

    2.12 MAINTENANCE/REPAIR SERVICES (GROUP 6 ONLY)

    A. Vehicle Initial Service Time Awarded Bidder(s) shall accept a County vehicle for service within 24 hours after receipt of an order from the County.

    B. Repair/Maintenance/Repair Time Upon request for service, the awarded Bidder(s) may be required to quote an estimated timeframe to complete the service request and adhere to the downtime quoted.

    C. Request for Service The County reserves the right to request service from awarded Bidder(s) whom:

    1. Are geographically located closer to the County facility requesting the service. 2. Can provide the fastest turnaround time. 3. Provide no charge pickup and delivery service for warranty or regular repair work.

    The County may require a written estimate of repairs for approval prior to the awarded Bidder(s) commencing any service work.

    All service work shall be made in accordance with good commercial practice and shall be adhered to by the awarded 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 awarded Bidder(s). In these cases, the awarded Bidder(s) 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 awarded Bidder(s) not be able to meet these requirements within the specified timeframe, the County reserves the right to select another awarded Bidder(s) within this group based on geographical location, and/or the timeframe to complete service work and provide delivery to the County.

    2.13 STOCK LEVELS/ SHELF LIFE – All GROUPS Parts delivered to the County or used in repair services shall be within one year of manufacture date. The awarded Bidder(s) shall ensure that parts with a limited shelf life are inspected and certified to be in excellent working condition prior to shipment to the County.

    2.14 RETURNS OF PRODUCT BY THE COUNTY – GROUP 1-5 ONLY The County may return to the awarded Bidder(s) any unused parts within one year of purchase for a full credit of the amount paid. Restocking fees are not to be applied to the credit owed to the County.

    2.15 RELATED/TRAVEL EXPENSES The Bidder(s) firm fixed costs provided in response to this solicitation, must include any costs for travel and miscellaneous expenses. No additional costs will be accepted by the County.

    2.16 ADDITIONAL WORK Upon approval of the County, any additional work requiring completion through a sub-contractor shall be charged to the County at cost. The awarded Bidder(s) shall submit a copy of the subcontractor’s invoice to the County.

    2.17 FAILURE TO PERFORM If the awarded Bidder(s) fails to perform in accordance with the terms and conditions of the contract, the awarded Bidder(s) may be deemed in default of the contract. If the awarded Bidder(s) default, the County shall have the right to negotiate with the next responsive, responsible Bidder(s).

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 10

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    SECTION 3 – SCOPE OF WORK/TECHNICAL SPECIFICATIONS

    3.1 SCOPE OF WORK

    The contract resulting from this solicitation will be used to purchase Original Equipment Manufacturer (OEM), Original Equipment (OE) and repair/installation services for Miami-Dade County light and medium vehicles. Additionally some vehicles that are classified as “Heavy” will also be included in this solicitation, such as heavy vehicles over 1 ton and can be compared to models such as a Ford F-450, F-550, and Dodge Ram 4500. It will be at the County’s discretion to select which heavy vehicles will be serviced under the resulting contract.

    3.2 PARTS LISTS The following price lists shall be used by Bidder(s) to ensure uniformity of parts being supplied to the County.

    A. General Motors Bidder(s) must use GM’s MSRP list price for all parts available and published internally and available for download

    through Global Connect, Parts, GM EPIC.

    B. Ford Motor Company Bidder(s) must use Ford’s MSRP list price for all parts available and published through parts.ford.com

    C. Toyota Motor Sales Bidder(s) must use Toyota’s MSRP list price for all parts available and published through parts.toyota.com

    D. Nissan USA Bidder(s) must use Nissan’s MSRP list price for all parts available and published through parts.nissanusa.com

    E. Fiat Chrysler Automobiles Bidder(s) must use FCA’s MSRP list price for all parts available and published through store.mopar.com

    3.3 VEHICLES EQUIPPED WITH EMERGENCY LIGHTING (GROUP 6 ONLY) Awarded Bidder(s) under Group 6 shall be required to install “out-of-service” light covers on all vehicles equipped with

    emergency lighting (i.e., Police and Corrections) upon taking possession of the vehicle. Light covers should not be removed

    until the vehicle is returned and accepted by the County. A copy of the “Outside Repairs Authorization Form” must be kept

    with the vehicle at all times.

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 11

  • Miami-Dade County Strategic Procurement Division

    Solicitation No.: ITQ-01264-01

    111 NW 1st Street, Suite 1300, Miami, FL 33128

    SECTION 4 – BID SUBMITTAL FORM

    Bidder’s Name: ____________________________________________________________________________________

    Group 1 - General Motors This group will be used to procure OEM/OE parts for General Motors (GM) manufacturer brands for County owned vehicles.

    The County estimates it will spend approximately $ 136,000.00 in GM parts for 1 year.

    Section 3.2

    Description Check / Acknowledge

    A

    Bidder(s) must use GM’s MSRP list price for all parts available and published internally and available for download through Global Connect, Parts, GM EPIC.

    Item Category Percentage Discount (%) off MSRP

    1 Diesel and Gasoline Engine

    ___________________%

    2 Cooling System-Grille-Oil System

    ___________________%

    3 Starter-Generator-Ignition-Electrical-Lamps

    ___________________%

    4 Fuel System-Exhaust-Emission System

    ___________________%

    5 Automatic Transmission

    ___________________%

    6 Brakes

    ___________________%

    7 Brakes-Rear Axle-Propeller Shaft-Wheels-Tires

    ___________________%

    8 Front Axle-Front Suspension-Steering

    ___________________%

    9 Frames-Springs-shocks-Bumpers

    ___________________%

    10 Front End Sheet Metal-Heater-Vehicle Maintenance

    ___________________%

    11 Body Mounting-Air Conditioning-Audio-/Entertainment

    ___________________%

    12 Cab and Body Structure-Mirrors-Doors-Trim-Seat Belts-Wipers

    ___________________%

    13 RR Body Structure-Moldings & Trim-Cargo Stowage

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 12

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 1 - General Motors (Continued)

    Item Category Percentage Discount (%) off MSRP

    14 Accessories (No Illustrations)

    ___________________%

    15 Associated Parts (Mechanical)

    ___________________%

    16 Associated Parts (Collision)

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 13

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 2 - Ford Motor Company This group will be used to procure OEM/OE parts for Ford Motor brands for County owned vehicles.

    The County estimates it will spend approximately $ 631,000.00 in Ford parts for 1 year.

    Section 3.2

    Description Check / Acknowledge

    A

    Bidder(s) must use Ford’s MSRP list price for all parts available and published through parts.ford.com.

    Item Category Percentage Discount (%) off MSRP

    1 Ford Accessories

    ___________________%

    2 Body

    ___________________%

    3 Brakes

    ___________________%

    4 Climate Control

    ___________________%

    5 Electrical

    ___________________%

    6 Engine

    ___________________%

    7 Exhaust

    ___________________%

    8 Filters

    ___________________%

    9 Fluids, Chemicals and Lubricants

    ___________________%

    10 Fuel System

    ___________________%

    11 Hardware and Fasteners

    ___________________%

    12 Steering

    ___________________%

    13 Suspension

    ___________________%

    14 Transmission

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 14

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 2 - Ford Motor Company (Continued)

    Item Category Percentage Discount (%) off MSRP

    15 Wheels and Tires

    ___________________%

    16 Wiper and Washer

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 15

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 3 - Toyota Motor Sales This group will be used to procure OEM/OE parts for Toyota Motor brands for County owned vehicles.

    The County estimates it will spend approximately $ 70,000.00 in Toyota parts for 1 year.

    Section 3.2

    Description Check / Acknowledge

    A

    Bidder(s) must use Toyota’s MSRP list price for all parts available and published through parts.toyota.com.

    Item Category Percentage Discount (%) off MSRP

    1 Accelerator

    ___________________%

    2 Body Components

    ___________________%

    3 Door & Lock Components

    ___________________%

    4 Exterior Trim

    ___________________%

    5 Floor

    ___________________%

    6 Fuel

    ___________________%

    7 Interior Trim

    ___________________%

    8 Radiator & Hood

    ___________________%

    9 Seating

    ___________________%

    10 Windshield & Instrument Panel

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 16

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 4 - Nissan USA This group will be used to procure OEM/OE parts for Nissan USA brands for County owned vehicles.

    The County estimates it will spend approximately $ 18,000.00 in Nissan parts for 1 year.

    Section 3.2

    Description Check / Acknowledge

    A

    Bidder(s) must use Nissan’s MSRP list price for all parts available and published through parts.nissanusa.com.

    Item Category Percentage Discount (%) off MSRP

    1 Engine Mechanical

    ___________________%

    2 Fuel & Engine Control

    ___________________%

    3 Exhaust & Cooling

    ___________________%

    4 Engine Electrical

    ___________________%

    5 Body Electrical

    ___________________%

    6 Power Train

    ___________________%

    7 Axle & Suspension

    ___________________%

    8 Brake

    ___________________%

    9 Steering

    ___________________%

    10 Body (Front, Roof, & Floor)

    ___________________%

    11 Body (Side & Rear)

    ___________________%

    12 Seat & Seat Belt

    ___________________%

    13 Body (Back Door & Rear Body)

    ___________________%

    14 Miscellaneous

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 17

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 5 - Fiat Chrysler Automobiles This group will be used to procure OEM/OE parts for Fiat Chrysler Automobiles (FCA) brands for County owned vehicles.

    The County estimates it will spend approximately $ 574,000.00 in FCA parts for 1 year.

    Section 3.2

    Description Check / Acknowledge

    A

    Bidder(s) must use FCA’s MSRP list price for all parts available and published through store.mopar.com.

    Item Category Percentage Discount (%) off MSRP

    1 Alternator

    ___________________%

    2 Automatic & Manual Transmission

    ___________________%

    3 Body Hardware

    ___________________%

    4 Brakes

    ___________________%

    5 Clutch

    ___________________%

    6 Cooling System

    ___________________%

    7 Electrical

    ___________________%

    8 Emission System

    ___________________%

    9 Engine

    ___________________%

    10 Exhaust System

    ___________________%

    11 Front Drive Axle

    ___________________%

    12 Front Suspension

    ___________________%

    13 Fuel System

    ___________________%

    14 HVAC

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 18

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 5 - Fiat Chrysler Automobiles (Continued)

    Item Category Percentage Discount (%) off MSRP

    15 Maintenance & Lubrication

    ___________________%

    16 Rear Suspension

    ___________________%

    17 Starter

    ___________________%

    18 Steering

    ___________________%

    19 Steering Column

    ___________________%

    20 Transfer Case

    ___________________%

    21 Universal & Rear Axle

    ___________________%

    22 Accessories

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 19

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    Group 6 – Repair, Maintenance, and Installation Services This group will be used to procure repair/installation and maintenance services for County owned vehicles based on vehicle manufacturer. To be considered for award, Bidder(s) shall provide the hourly labor rate and the percentage discount for each part category, if no discount is being provided, Bidder(s) shall state no discount.

    SUB-GROUP 6A: GENERAL MOTORS (GM) The County estimates it will need approximately 1,560 labor hours and will spend approximately $160,500.00 in GM parts for one year.

    Item Description Hourly Rate

    1 Hourly labor rate for repair, installation and maintenance services $___________________

    Item Parts Category Percentage Discount (%) off MSRP

    1 Diesel and Gasoline Engine

    ___________________%

    2 Cooling System-Grille-Oil System

    ___________________%

    3 Starter-Generator-Ignition-Electrical-Lamps

    ___________________%

    4 Fuel System-Exhaust-Emission System

    ___________________%

    5 Automatic Transmission

    ___________________%

    6 Brakes

    ___________________%

    7 Brakes-Rear Axle-Propeller Shaft-Wheels-Tires

    ___________________%

    8 Front Axle-Front Suspension-Steering

    ___________________%

    9 Frames-Springs-shocks-Bumpers

    ___________________%

    10 Front End Sheet Metal-Heater-Vehicle Maintenance

    ___________________%

    11 Body Mounting-Air Conditioning-Audio-/Entertainment

    ___________________%

    12 Cab and Body Structure-Mirrors-Doors-Trim-Seat Belts-Wipers

    ___________________%

    13 RR Body Structure-Moldings & Trim-Cargo Stowage

    ___________________%

    14 Accessories (No Illustrations)

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 20

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    SUB-GROUP 6A: GENERAL MOTORS (GM) (Continued)

    15 Associated Parts (Mechanical)

    ___________________%

    16 Associated Parts (Collision)

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 21

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    SUB-GROUP 6B: FORD MOTOR COMPANY The County estimates it will need approximately 4,140 labor hours and will spend approximately $361,000.00 in Ford parts for one year.

    Item Description Hourly Rate

    1 Hourly labor rate for repair, installation and maintenance services $___________________

    Item Category Percentage Discount (%) off MSRP

    1 Ford Accessories

    ___________________%

    2 Body

    ___________________%

    3 Brakes

    ___________________%

    4 Climate Control

    ___________________%

    5 Electrical

    ___________________%

    6 Engine

    ___________________%

    7 Exhaust

    ___________________%

    8 Filters

    ___________________%

    9 Fluids, Chemicals and Lubricants

    ___________________%

    10 Fuel System

    ___________________%

    11 Hardware and Fasteners

    ___________________%

    12 Steering

    ___________________%

    13 Suspension

    ___________________%

    14 Transmission

    ___________________%

    15 Wheels and Tires

    ___________________%

    16 Wiper and Washer

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 22

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    SUB-GROUP 6C: TOYOTA MOTOR SALES The County estimates it will need approximately 770 labor hours and will spend approximately $88,600.00 in Toyota parts for one year.

    Item Description Hourly Rate

    1 Hourly labor rate for repair, installation and maintenance services $___________________

    Item Parts Category Percentage Discount (%) off MSRP

    1 Accelerator

    ___________________%

    2 Body Components

    ___________________%

    3 Door & Lock Components

    ___________________%

    4 Exterior Trim

    ___________________%

    5 Floor

    ___________________%

    6 Fuel

    ___________________%

    7 Interior Trim

    ___________________%

    8 Radiator & Hood

    ___________________%

    9 Seating

    ___________________%

    10 Windshield & Instrument Panel

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 23

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    SUB-GROUP 6D: NISSAN USA The County estimates it will need approximately 25 labor hours and will spend approximately $6,000.00 in Nissan parts for one year.

    Item Description Hourly Rate

    1 Hourly labor rate for repair, installation and maintenance services $___________________

    Item Parts Category Percentage Discount (%) off MSRP

    1 Engine Mechanical

    ___________________%

    2 Fuel & Engine Control

    ___________________%

    3 Exhaust & Cooling

    ___________________%

    4 Engine Electrical

    ___________________%

    5 Body Electrical

    ___________________%

    6 Power Train

    ___________________%

    7 Axle & Suspension

    ___________________%

    8 Brake

    ___________________%

    9 Steering

    ___________________%

    10 Body (Front, Roof, & Floor)

    ___________________%

    11 Body (Side & Rear)

    ___________________%

    12 Seat & Seat Belt

    ___________________%

    13 Body (Back Door & Rear Body)

    ___________________%

    14 Miscellaneous

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 24

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    GROUP 6E: FIAT CHRYSLER AUTOMOBILES The County estimates it will need approximately 3,100 labor hours and will spend approximately 284,500.00 in FCA parts for one year.

    Item Description Hourly Rate

    1 Hourly labor rate for repair, installation and maintenance services $___________________

    Item Category Percentage Discount (%) off MSRP

    1 Alternator

    ___________________%

    2 Automatic & Manual Transmission

    ___________________%

    3 Body Hardware

    ___________________%

    4 Brakes

    ___________________%

    5 Clutch

    ___________________%

    6 Cooling System

    ___________________%

    7 Electrical

    ___________________%

    8 Emission System

    ___________________%

    9 Engine

    ___________________%

    10 Exhaust System

    ___________________%

    11 Front Drive Axle

    ___________________%

    12 Front Suspension

    ___________________%

    13 Fuel System

    ___________________%

    14 HVAC

    ___________________%

    15 Maintenance & Lubrication

    ___________________%

    16 Rear Suspension

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 25

  • Internal Services Department Strategic Procurement Division

    Invitation To Quote 111 NW 1st Street, Suite 1300, Miami, FL 33128

    GROUP 6E: FIAT CHRYSLER AUTOMOBILES (CONTINUED)

    17 Starter

    ___________________%

    18 Steering

    ___________________%

    19 Steering Column

    ___________________%

    20 Transfer Case

    ___________________%

    21 Universal & Rear Axle

    ___________________%

    22 Accessories

    ___________________%

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 26

  • 5

    6

    Solicitation No.                                                                              Solicitation Title:

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

    *

     Bidder’s 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 Section 2 -8.6 of the Code of Miami -Dade County (County), 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 Countyat 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 affirm this certification at this time may render the Bidder ineligible for Local Preference.

    IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.

    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 the requirements for the Locally-Headquartered Preference (LHP) . Failure to affirm

    certification at this time may render the Bidder ineligible for the LHP .

    The address of the Locally-Headquartered office is:  

    IN ACCORDANCE WITH CFR 200.319(b), LOCALLY-HEADQUARTERED BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED

    PURCHASE.

    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 Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification must be submitted with the bid.

    IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.

    SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable):

    A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) 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 SBD 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.

    Place a check mark here only if affirming Bidder is a Miami-Dade County Certified Small Business Enterprise.

    IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE

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

    PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL 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, or the Scrutinized Companies that Boycott Israel List, as

    those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. 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, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies

    that Boycott Israel List.                                                                                  ORIn 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 through a duly authorized representative and shall also initial this space: ______________. In this event, the Bidder shall furnish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or

    215.4725 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 could be applicable.

    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

    *

    Representative ’s Name:*

    Representative ’s 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 BELOW 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

    *

    Representative ’s Name:*

    Representative ’s Title: *

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 27

  • 5

    6

    Solicitation No.                                                                              Solicitation Title:

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

    *

     Bidder’s 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 Section 2 -8.6 of the Code of Miami -Dade County (County), 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 Countyat 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 affirm this certification at this time may render the Bidder ineligible for Local Preference.

    IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.

    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 the requirements for the Locally-Headquartered Preference (LHP) . Failure to affirm

    certification at this time may render the Bidder ineligible for the LHP .

    The address of the Locally-Headquartered office is:  

    IN ACCORDANCE WITH CFR 200.319(b), LOCALLY-HEADQUARTERED BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED

    PURCHASE.

    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 Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification must be submitted with the bid.

    IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.

    SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable):

    A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) 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 SBD 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.

    Place a check mark here only if affirming Bidder is a Miami-Dade County Certified Small Business Enterprise.

    IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE

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

    PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL 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, or the Scrutinized Companies that Boycott Israel List, as

    those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. 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, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies

    that Boycott Israel List.                                                                                  ORIn 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 through a duly authorized representative and shall also initial this space: ______________. In this event, the Bidder shall furnish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or

    215.4725 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 could be applicable.

    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

    *

    Representative ’s Name:*

    Representative ’s 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 BELOW 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

    *

    Representative ’s Name:*

    Representative ’s Title: *

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 28

  • 5

    6

    Solicitation No.                                                                              Solicitation Title:

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

    *

     Bidder’s 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 Section 2 -8.6 of the Code of Miami -Dade County (County), 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 Countyat 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 affirm this certification at this time may render the Bidder ineligible for Local Preference.

    IN ACCORDANCE WITH CFR 200.319(b), LOCAL PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.

    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 the requirements for the Locally-Headquartered Preference (LHP) . Failure to affirm

    certification at this time may render the Bidder ineligible for the LHP .

    The address of the Locally-Headquartered office is:  

    IN ACCORDANCE WITH CFR 200.319(b), LOCALLY-HEADQUARTERED BUSINESS PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED

    PURCHASE.

    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 Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification must be submitted with the bid.

    IN ACCORDANCE WITH CFR 200.319(b), LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE PREFERENCE SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE.

    SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (if applicable):

    A Small Business Enterprise (SBE) must be certified by the Division of Small Business Development (SBD) 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 SBD 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.

    Place a check mark here only if affirming Bidder is a Miami-Dade County Certified Small Business Enterprise.

    IN ACCORDANCE WITH CFR 200.319(b), SMALL BUSINESS ENTERPRISE MEASURES SHALL NOT APPLY TO FEDERALLY FUNDED PURCHASE

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

    PETROLEUM ENERGY SECTOR LIST, OR THE SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL 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, or the Scrutinized Companies that Boycott Israel List, as

    those terms are used and defined in Sections 287.135, 215.473, and 215.4725 of the Florida Statutes. 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, the Scrutinized Companies with Activities in the Iran Petroleum Energy Section List, or the Scrutinized Companies

    that Boycott Israel List.                                                                                  ORIn 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 through a duly authorized representative and shall also initial this space: ______________. In this event, the Bidder shall furnish together with its bid a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287.135 and/or

    215.4725 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 could be applicable.

    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

    *

    Representative ’s Name:*

    Representative ’s 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 BELOW 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

    *

    Representative ’s Name:*

    Representative ’s Title: *

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 29

  • 5

    6

    SUBCONTRACTING FORMSolicitation Number ITQ-01264-01

    *Vendor Name   *FEIN #

    (Duplicate this form if additional space is needed to provide the required information)

    When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code – Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final

    payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to

    each subcontractor via the BMWS at http://mdcsbd.gob2g.com.

    Pursuant to Section 2-8.1(f) of the Code – Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and

    employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com . The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor 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.

    Complete “A” or “B” :

    A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation.

    B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation:

    Business Name and Address of

    First Tier Subcontractor/

    Subconsultant Name of Principal Owner

    Scope of Work to be Performed by

    Subcontractor Subconsultant

    Subcontractor/

    Subconsultant

    License (if

    applicable)

    Business Name and Address of

    First Tier Direct SupplierName of Principal Owner

    Supplies, Materials, and/or Services to be Provided by

    Supplier

    And

    Below and/or attached is a detailed statement of the firm ’s policies and procedures for awarding subcontractors:

    55

    66

    I certify that the information contained in this form is to the best of my knowledge true and accurate.

    *Signature of Vendor’s Representative

    *Print Name *Print Title *Date

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 30

  • 5

    6

    SUBCONTRACTING FORMSolicitation Number ITQ-01264-01

    *Vendor Name   *FEIN #

    (Duplicate this form if additional space is needed to provide the required information)

    When Subcontracting is allowed and subcontractors will be utilized, the Contractor shall comply with Section 2-8.8 of the Code – Fair Subcontracting Practices: (1) Prior to contract award, the Bidder shall provide a detailed statement of its policies and procedures for awarding subcontracts and (2) As a condition of final

    payment under a contract, the Contractor shall identify subcontractors used in the work, the amount of each subcontract, and the amount paid and to be paid to

    each subcontractor via the BMWS at http://mdcsbd.gob2g.com.

    Pursuant to Section 2-8.1(f) of the Code – Listing of subcontractors required on certain contracts, for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender, and ethnic origin of the owners and

    employees of its first tier subcontractors and suppliers via the BMWS at http://mdcsbd.gob2g.com . The race, gender, and ethnic information must be submitted via BMWS as soon as reasonably available and, in any event, prior to final payment under the Contract. The Contractor 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.

    Complete “A” or “B” :

    A. No subcontractors or direct suppliers will be utilized pursuant to this solicitation.

    B. The below listed subcontractors and/or suppliers will be utilized pursuant to this solicitation:

    Business Name and Address of

    First Tier Subcontractor/

    Subconsultant Name of Principal Owner

    Scope of Work to be Performed by

    Subcontractor Subconsultant

    Subcontractor/

    Subconsultant

    License (if

    applicable)

    Business Name and Address of

    First Tier Direct SupplierName of Principal Owner

    Supplies, Materials, and/or Services to be Provided by

    Supplier

    And

    Below and/or attached is a detailed statement of the firm ’s policies and procedures for awarding subcontractors:

    55

    66

    I certify that the information contained in this form is to the best of my knowledge true and accurate.

    *Signature of Vendor’s Representative

    *Print Name *Print Title *DateSolicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 31

  • 5

    6

    Miami-Dade County

    Contractor Due Diligence Affidavit

    Per Miami-Dade County Board of County Commissioners (Board) Resolution No. R-63-14, County Vendors and Contractors shall disclose the following as a condition of award for any contract that exceeds one million dollars ($1,000,000) or that otherwise must be presented to the Board for approval:

    (1) Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and/or board members based on a breach of contract by the firm; include the case name, number and disposition;

    (2) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances;

    (3) Provide a list of any instances in the five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non-compliance or non-performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami-Dade County or not.

    All of the above information shall be attached to the executed affidavit and submitted to the Procurement Contracting Officer (PCO)/ AE Selection Coordinator

    overseeing this solicitation.  The Vendor/Contractor attests to providing all of the above information, if applicable, to the PCO.  

    Contract No. :

    Federal Employer

    Identification Number (FEIN):

    Contract Title:

    Printed Name of Affiant Printed Title of Affiant Signature of Affiant

    Name of Firm Date

    Address of Firm State Zip Code

    Notary Public Information

    Notary Public – State of County of

    Subscribed and sworn to (or affirmed) before me this day of, 20___

    by He or she is personally known to me or has produced identification

    Type of identification produced

    Signature of Notary Public Serial Number

    Print or Stamp of Notary Public Expiration Date Notary  Public Seal

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 32

  • 55

    66

    Question and Answers for Solicitation #ITQ-01264-01 - Purchase of OEM Parts,

    Maintenance and Repairs Services

    Overall Solicitation Questions

    There are no questions associated with this Solicitation.

    Solicitation ITQ-01264-01Miami-Dade County

    3/19/2020 5:13 AM p. 33