Loading...
Agenda 12/13/2011 Item #16E1112/13/2011 Item 16.E.11. EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to sign the Assumption Agreement from Parts Depot, Inc. to Uni- Select USA, Inc. d /b /a Auto -Plus for parts and filters for Fleet vehicles and equipment. OBJECTIVE: To substitute Uni - Select USA, Inc. d/b /a Auto -Plus ( "Uni- Select "), successor in interest to Parts Depot, Inc. ( "Parts Depot"), as one of four approved vendors for filters for Fleet vehicles and equipment and one of three vendors for parts. CONSIDERATIONS: On June 23, 2009, the Board awarded ITB #09 -5208 "Filters for Fleet Vehicles and Equipment" to 4 vendors, including Parts Depot (Agenda Item 16E5); and ITB #09- 5211 "Parts for Fleet" to 3 vendors, including Parts Depot (Agenda Item 16E4). On October 31, 2011 staff was notified that Uni - Select had purchased the assets of Parts Depot on October 26, 2011. Uni- Select requested to assume of the rights and obligations of Parts Depot under ITB #09 -5208 and ITB #09 -5211. Products were purchased by the County after the effective date of ownership change and Board approval is needed to process 32 accumulated invoices, 1 credit, and 36 P -card transactions totaling approximately $7,300. FISCAL IMPACT: There is no fiscal impact. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is legally sufficient, and requires majority vote for approval. -JAK RECOMMENDATION: That the Board of County Commissioners approves and authorizes the Chairman to sign the Assumption Agreement from Parts Depot, Inc. to Uni- Select USA, Inc. d/b /a Auto -Plus. for parts and filters for Fleet vehicles and equipment and approves payment of all obligations accrued after the effective date of the ownership change. PREPARED BY: Diana De Leon, Contracts Technician, Purchasing Department Packet Page -3194- 12/13/2011 Item 16.E.11. COLLIER COUNTY Board of County Commissioners Item Number: 16.E.11. Item Summary: Recommendation to approve and authorize the Chairman to sign the Assumption Agreement from Parts Depot, Inc. to Uni- Select USA, Inc. d /b /a Auto -Plus for parts and filters for Fleet vehicles and equipment. Meeting Date: 12/13/2011 Prepared By Name: DeLeonDiana Title: VALUE MISSING 11/22/2011 2:57:14 PM Submitted by Title: VALUE MISSING Name: DeLeonDiana 11/22/20112:57:16 PM Approved By Name: SmithKristen Title: Administrative Secretary,Risk Management Date: 11/22/20114:30:12 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 11/23/2011 12:05:20 PM Name: CarnellSteve Title: Director - Purchasing/General Services,Purchasing Date: 11/29/2011 10:40:36 AM Name: PriceLen Title: Administrator - Administrative Services, Date: 11/29/2011 10:20:55 PM Packet Page -3195- Name: KlatzkowJeff Title: County Attorney, Date: 12/1/20119:33:48 AM Name: FinnEd Date: 12/1/20113:05:39 PM 12/13/2011 Item 16. E.11. Name: IsacksonMark Title: Director -Corp Financial and Mgmt Svs,CMO Date: 12/2/20118:55:59 AM Packet Page -3196- 12/13/2011 Item 16.E.11. ASSUMPTION AGREEMENT This Assumption Agreement is made and entered into as of December 13, 2011 by and between Uni- Select USA, Inc. d/b /a Auto -Plus ( "Uni- Select ") and Collier County, a political subdivision of the State of Florida ( "County "). WHEREAS, on June 23, 2009 the Collier County Board of County Commissioners awarded Invitation to Bid (ITB) #09 -5211 "Parts for Fleet" to Parts Depot, Inc. ( "Parts Depot "), attached hereto as Exhibit A, and hereinafter referred to as "Agreement"; and WHEREAS, on June 23, 2009 the Collier County Board of County Commissioners awarded ITB #09 -5208 "Filters for Fleet Vehicles and Equipment" to Parts Depot attached hereto as Exhibit A, and hereinafter referred to as "Agreement"; and WHEREAS, Uni- Select hereby represents to Collier County that by virtue of an asset purchase agreement Uni- Select is the successor in interest to Parts Depot in relation to the Agreement; and WHEREAS, the parties wish to formalize Uni- Select's assumption of rights and obligations under the Agreement effective as of the date first above written. NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. Uni - Select accepts and assumes all rights, duties, benefits, and obligations of the Contractor under the Agreement, including all existing and future obligations to pay and perform under the Agreement. 2. Except as expressly stated, no further supplements to, or modifications of, the Agreement are contemplated by the parties. 3. Notice required under the Agreement to be sent to Contractor shall be directed to. CONTRACTOR: Uni- Select USA, Inc. d/b /a Auto -Pius 30 Hazelwood Drive, Suite 100 Amherst, NY 14228 Phone: 941 -628 -5264 Attention: Steve Decker, Area Manager of the South West Florida Group of stores With Copy to: Uni - Select, Inc. 170 Boulevard Industriel, Boucherville, Quebec 1413 2X3 Canada Attention: VP Legal Packet Page -3197- 12/13/2011 Item 16.E.11. 4. The County hereby consents to Uni- Select's assumption of the Agreement. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat Uni - Select as the Contractor for all purposes under the Agreement. IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. COLLIER COUNTY: ATTEST: DWIGHT E. BROCK, Clerk , Deputy Clerk Uni - Select USA, Inc. d/b /a Auto -Plus By: Richard G. Roy, r sident and Chief Executive er Date: Navembe_r o. 1, 2©tl Approved as to form and legal sufficiency: By: Jeffrey A. Klatzkow County Attorney BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: FRED W. COYLE, CHAIRMAN Date: 2 Packet Page -3198- Secretary N o v errLbe r o2 / , 2.011 M 12/13/2011 Item 16.E.11. BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed, 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. ,5. Any required drawings, descriptive literature, etc. have been included. &. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included, 9. Affidavit for Claiming Status as a Locai Business, if applicable. 10. The mailing envelope has been addressed to: Purchasing Director ; Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 - 11. The mailing envelope must be sealed and marked with: • Bid Number; • Bid Title; Opening Date 12. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID'NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. C an e Sig tore I {{ Date Revised 1/09 Packet Page -3199- 18 I 12/13/2011 Item 16.E.11. BID RESPONSE FORM r FROM: N S -' . LCE D1 Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: BID No. 09- 5211, "Parts for Fleet" Dear Commissioners: The undersigned, as bidder, hereby declares that he /she has examined the specifications and informed himself /herself fully in regard to all conditions pertaining to the work to be performed for Fleet Management Department as per the scope of work. The Bidder further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Bidder proposes and agrees, if this Proposal is accepted, to contract with the County furnish work in full, in complete accordance with the attached specifications, according to the following discounts and price list sources. Each bidder must complete discount and price list source tables. The Bidder may bid on one or both parts categories (Heavy Trucks, Heavy Equipment, Buses andlor Automobiles and Small Trucks) by filling out the detailed parts price list on either category. Each bidder must complete the detailed price list on the supplies, tools, and accessories categories whether bidding on one or both parts categories. Published Price Lists /Discount/Markup .- DISCOUNT (+ MAKE /BRAND MARKUP 1 +1 PRICE LIST souRr_F A -1 CARDONE AAI) AC DELCO ACCURIDE AIR SELECT (FTC) ALCOA _ AMMCOAMM) �ANCO (ANC) -- ARMORALL (ARM) Revised 1109 Packet Page -3200- 19 12/13/2011 Item 16.E.11. AUTOLITE A 'AUP) IBALDWIN ;BENDIX .BCA (BCA) BAR'S LEAK (BL) BAYCO BUYERS ASTER (BLS) CARDONE SELECT (CDS) :CARTER(CTR) !C.E.NIEHOFF :CENTURY(CEN) '!CHICAGO/RAWHIDE COLE CHAMP ITEMS (CI) CHAMPION (CSS) CHELSEA P.T.O. MIRRORS (CIP) -RCjSILOO (CRC) CR'EWSON BRUNNER (CURT MFG (CUR) iDANA -)AYCO DAYTON I— iDELCO REMY ;DELPHI (DLF) i,DENSO (DNC) ;,DEXTER AXLES !DONALDSON 'DONAVAN ENT. 'DORMAN (DOR) DUAL DYANMC6S DUPONT(DPG EATON EIC-CO FABCO FEDERAL MOGUL FJCJNC (Fil) F-l-L-PRO (FEL) FELSTED FEMCO— FIRESTONE AIR Revised 1/09 Packet Page -3201- 20 12/13/2011 Item 16.E.11. ry N 11-M yt i ;FRAM FREON (FRN) FULLER i !GABRiEL ;GATES (GAT) IGOLBAL (TAS) GO -JO (GOJ) °— j GOODYEAR ,,GROVER GROTE I _ IGUMOUT (GUM) GUNITE HALDEX ;HELL -COIL (HC} iHENDRJCKSON HOPPY/TAP (HOP) !HORTON HERSEE !IDEAL (1DL ) ,,,' .. JB WELD JBW) XEN TOOL KDT IKD TOOL (KDT) KEEPER (KEE) j -- 6-7- ~ — K &W CHEMICAL (KW) i rKIDDE (KJD) .-- !LISLE (LIS ) l/Z jW (MMM ) 1MARMON -HERB 'MARVEL MYSTER OIL (MRV) MERITOR !MGM BRAKE r MEGUTAR'S WAX MEG) IMIDLAND I (MILTON (MIL) 'MOBIL 1 (MOB) MONROE (MON) I,MOOG (MOG) IMOTORCRAFT (MCB) IMOTORMITE (MTM) !MUNCIE P.T.O. Revised 1109 Packet Page -3202- 5 12/13/2011 Item 16.E.11. INELSON j !NGK (NGK) NATIONAL (NAT) OPTRONICS LIGHT — jOX BODIES IPAI INDUSTRIES !PARKER rPARTS DEPOT PREFERRED -- j IPARTSMASTER PERMCO ---- j !PEAK (ANT) - — ' IPERMATEX (PER) ' -- PERFORMANCE FRICTION (PER) j -- PETERSON LIGHTING (PSN ) I PHOENIX USA CHROME PLASTIKOTE (PLA) iPLEWS (PLE) ! ;PRECISION (PJT) IPRESTONE (PRS) I PROLIANCE (GOM) !QUEST EF PRODUCTS (QST) I RACOR j ;RADIATOR SPECIALTY RSC j ;RAIN -X (RX) R&S BODY i RAMCO _ !ROLL -RITE i SAPTY SEAL (STS) SHELL/ROTELLA (ROT) ! !SIMPLE GREEN (SMP a ;SOLAR (SOL) i --- SPICER STANDARD MOTOR (STD) ISTANT (STA) + r' STEMCO J ! ;TECH CHEMICAL (TCC) ! 1 TIMKIN ! TR.iDON FLASHERS (TRD) _ TRUCK -LITE j 1 TRU -PILOT TRU -TECH (TT) Revised 1/09 Packet Page -3203- `TURTLE WAX JUR) IUSA INDUSTRIES (USA) PA—L—VO L I N �EMLCV) IVELVAC �V–EHICLE SAFTEY MFG, YISTEON (VST) LVYD-40 (WD) 2-0 C. WAGNER BRAKE (WAG) WAGNER LIGHTING (WAE) !WALKER MANUFACTURING (WAL) IWEATHERHEAD IWEBB [W:ILMAR TOOLS (WIL) IWILLIAMS CONTROLS—"' I PARTS Part Descriotion Rrnnei Kl-mnma 12/13/2011 Item 16.E.11. List County HEAVY TRUCKS. HEAVY —EQUIPMENT. BUSES Air Brake Chamber New 1 130/30 1 Brake Pads (Set) Performance 1844 Friction Front Brake Shoes (per I Meritor K6R2014703QP el) wheel) heel) Rear Brake Shoes (per I Meritor KSMA212471 OOP I wheel) I Front Brake Drum (Each) Webb 61958E F—Rear Brake Drum (Each) Webb 61989F FR—earBrake Drum Each (Gunite 3744 Air Brake Chamber (New) 20124 I D2 Air Brake Governor (New) LAutomatic Moisture Stemco 1 900-1062 Revised 1/09 Packet Page -3204- N AM% 12/13/2011 Item 16.E.11. Ejector 28mt Delco Starter (rema .) Delco Remy 10465151 28mt Delco Starter (rema .) Deico Remy 10455043 I Air Spring Hendrickson 56417-002 PPI Valve Air Brake Bendix 276567 Yellow Parking Brake Knob Benclix 248433 Brake Rotor Gunite, D8176 Front Brake Shoes (per wheel) Meritor KSR2014704QP Front Brake Drum each Tru-Pilot 3754 Front Brake Drum (each) Gunite 3753 Heavy-Duty Truck Shock each Gabriel 85043 Heavy-Duty Truck Shock (each) Hendrickson 60670-010 5.9L Cummins Water .Pump new 3802970 24 X 36 Splash Guard each (No Logo) Drive Shaft Support Bearin2 Meritor GCB21084-2X Axle Flange Gasket each Fel Pro 12645 AUTOMOBILES AND SMALL TRUCKS 2001 FORD TAURUS SE SEDAN, 3.0L 'V6 Starter (Premium New) 12 4 / f 0. 04) 3Q.. 664;z 5,,V 7-S 00 Water Pump (New)_ 14 5C wp- 903g 75,/o 3/5 Front Brake Pads (Premium) P /D --5 99 9q. 99 Valve Cover Gaskets (Premium) -z// 2ti 17. Upper Radiator Hose (Premium) 2002 FORD RANGER SUPER CAB 4X4, 4.01- V6y AUTOMATIC Starter (Premium New) 01AZI10m ' - -3 9- O SAI Water Pump (New) A 5 C! 9/(0(.. 3 Front m e Pads Premiu IvAd ve;2 x& 51-1 257-98 3 10 Valve Cover Gaskets rc'.g & I V 9,5-o:5*Q Fe -7/,33 P9.1�(=, Revised 1109 Packet Page -3205- 24 01, V 591 E 12/13/2011 Item 16.E.11. (rremtum) YJ gwgv 13 q-;7-$L0 Upper Radiator Hose'rl"(S Premium a G� U/. /-A 59 2001 FORD F -160 XL REGULAR CAB 4x2, 4.6L V8, AUTOMATIC Starter (Premium New) ► �d��1 -39, 6 16-s / �19,a 776, Water Pump (New) 009 S C 40P Front Brake PadsQ Premium �� &74 %?mob'., •.�/ Valve Cover Gaskets P r2 Premium's Upper Radiator Hose. Premium a2 0 2000 FORD F -450 CREW CAB CHASSIS 4x2, 7.31- POWER STROKE DIESEL, AUTOMATIC Starter (Premium New) e"4 76.1°7 / f?. Water Pump (New) � P . 3418.71 . Front Brake Pads Premium ls,� iGw 2 ,S X %+7 l37, Rear Brake Pads Premium Gtr49va ?C 777 /37 X, 7F Upper Radiator Hose Premiumy 3 SUPPLIES 1157 Miniature Laueps DOT 313rake Fluid 12az Each YJ gwgv 13 q-;7-$L0 Valvoline Syn.Grease (Eit.) Premium Antifreeze Gal. 1135 GOJO Band Cleaner ach f�' � 39. 97 14, 7,9 CRC Fuel Therapy 30 oz Starter Tire Plug Kit --HD Revised 1/09 TOOLS Packet Page -3206- 25 ;?I. 7 l 12/13/2011 Item 16.E.11. 3/8 OD 50' Air Hose Pistol Grip Grease Gun Lever Action Grease Gun 28" Whip Hose HD Dual Foot Straight Flat Angle Tire Pressure 20 /250 psi ACCESSORIES Fire Extinguisher /5# Class ABC Certificate Holder-Clip-On 3" Round Spot Mirror Two (2) copies of Pricelists Attached? 01bw06b Deviations from Specifications? If so, List ofDeviations Attached? f ■ ■ ` * * *SEE FOLLOWING PAGES Any discounts or terms must be shown on.the Bid Response Farm. Such discounts, if any, will be considered,: and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % - Days; Net3DDays Revised 1/09 Bid Response continued on next page.... Packet Page -3207- 26 r 12/13/2011 Item 16. E.11. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being noted of an award. BID RESPONSE CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of M AlZd k1 , 200?in the County of C Q U-t EE e- , in the State of r_. Firm's Complete legal Name,, 3 31 R &J 01 LID 1; A- if cs (Add ljr ss L o (City, State, ZIP) Phone No: 'Check one of the following: Fax No: ❑ Sole Proprietorship By: T ed and itten . na #ure rnok. Title Revised 1/09 Packet Page -3208- orp or P.A. State of JL — L . imited Partnership General Partnership 27 12/13/2011 Item 16.E.11. Send Payments To: ADDITIONAL CONTACT INFORMATION � (REQUIRED ONLY if different from above) /�,Q�°T.5 G. 4i (Company Name used as Payee) (Address) 47- -44174 , s 3a38 (City, State, ZIP) s Contact Name: _,�v44+•► SC E c3 t�Y' Phone No: X39 —Lai3 — i Title: M Fax No: X34 _6¢3— Email address: S 54,0, CR.5.,ruAPLa- Office Servicing Collier County Account /Place Orders /Request Supplies (REQUIRED ONLY if different from above) Contact Name Title Phone No: Y Fax No: Email Address: Revised 1109 a� (Address) (CRY, State, ZIP) Packet Page -3209- 26 0 12/13/2011 Item 16.E.11. Co er County AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ITBIRFPIRFQ #,09 -5211 (Check Appropriate Boxes Below) STATE OF FLORIDA AND COLLIER COUNTY Q LEE COUNTY PROPOSER /BIDDER/QUOTER AFFIRMS THAT IT IS A LOCAL BUSINESS AS DEFINED BY THE PURCHASING POLICY OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AND THE REGULATIONS THERETO. AS DEFINED IN SECTION XI OF THE COLLIER COUNTY PURCHASING POLICY; A "local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or tee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a 'local business" under this,section. Please provide the following information for the Proposer /Bidder /Quoter: Year Business Established in Collier County or F� Lee County: � � � ______� Number of Employees (including Owner(s) or Corporate Officers): 12-6 Number of Employees L'ving in�Wollier County or Lee (including Owner(s) or Corporate Officers): Revised 1/09 Packet Page -3210- 29 12/13/2011 Item 16.E.11. n If requested by the County, proposer /bidder /quoter will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in proposer/bidder /quoter's submission being deemed not applicable. A6 7-5 2)�-PO i' r Ts 1 Proposer/Bidder / Quoter Name r'/G� Title STATE OF FLORIDA CP�ZOLLJER COUNTY ❑ LEE COUNTY WENOELL N. BROWN Notary Publk State of Eladda My Comm, Exams JW 31, 2012 CCmmisslon # 00 Q10s17 ft ft* 7hfc b 141110211 Notary Assn. Swo to And Subscribed B o e Me, a Notary Public for the above State and County, on is Day 20 Notary Public My Commission Expires: _ �- 2 (AFFIX OFFICIAL SEAL) Revised 1/09 .Y Packet Page -3211- 9T+7 - — 12/13/2011 Item 16.E.11. 09/04/2899 18:19 2397555281 BUMPER M BUMPER PAGE 01 �., Date: Sept'4a` 2009 To: Collier County Purchasing Dept From: Parts Depot} Inc. Re, BID 09 -5211 We are now able to provide parts from these rnanufacturem at the listed diseouals. John aSe a ey Right peoplghPparts, Right now s - Packet Page -3212- 12/13/2011 Item 16.E.11. Packet Page -3213- A B C 1 AAI 1 A-1 CARDONE 55 2 ACD+DR IAC DELCO 53 3 ACP DELCO 53 4 AMM AMMCO 55 5 ANC IANCO 56 6 ANT !PARTS DEPOT PREFERRED j 50 7 ARM 1ARMORAL 56 8 ASC ASC INDUSTRIES 58 9 AUP iAUTOLITE 58 10 BAY BAYCO.____ 58 11 BCA BCA 58 12 BLI BLITZ 56 13 BLS !BLASTER 57 14 BRP PARTS DEPOT PREFERRED so 15 CAM 'CAMEL 45 16 CDS 'CARDONE SELECT 55 17 CEN iCENTURY 58 18 Cl ICHAMP ITEMS 54 19 CIP CIPA MIRRORS 58 20 CSS 'CHAMPION 58 21 CTR iCARTER 54 22 CUR 'CURT MFG. 25 23 DEL �DEKA 56 24 DEL DELCO 53 25 DLF DELPHI 56'. 26 DNC ;DENSO 54 27 DOB 'DORMAN 56 1281DOR !DORMAN 59 29 'DPC !DUPONT 0 30 DR !DELCO 53 31 EDE EDELMAN 55 EDE WEATHERHEAD FITTINGS r32 33 FED 'FEDERAL MOGUL 58 34 FEL FEL-PRO 57 35 FJI FJC INC. 55 36 FRN FREON 47 37 FTC AIR SELECT 50 38 FTC [PARTS DEPOT PREFERRED 50 39 GAT GATES._. 58 40 GOJ iGO-JO 54 41 GSP CV SHAFT 57 42 HC 'HELI-COIL 52 43 HOP 'HOPPY/TAP 35 44 IDL IDEAL 60 45 KDT KEN TOOL/KD TOOL 52 46 KEE "KEEPER 59 Packet Page -3213- 12/13/2011 Item 16.E.11. Packet Page -3214- A I B C 47 KID IKIDDE 0 48 KW K &W CHEMICAL j 58 49 LIS LISLE 52 50 LUC ILUCUS 57 51 MCB 1 MOTORCRAFT 54 52 MCC I MOTORCRAFT _ 1 30 53 MIL WILTON 48 54 MMM 3M 48 55 MOG 1 MOOG 56 56 MON ,MONROE I 57 57 MTM !MOTORMITE j 55 58 NAT _ NATIONAL 55 59 NGK iNGK ! 55 60 PBM ;PARTSMASTER 58 61 PCH _ !VERSACHEM 56 62 PDR ;PARTS DEPOT PREFERRED ! 50 63 PER P_ERMAT_EX 55 64 PFC PARTSMASTER 58 65 PHO iPARTSMASTER 58 66 PJT PRECISION 58 67 PLA 11PLASTIKOTE – _ 53 68 PLE 1 PLEWS 50 69 PMF ! PARTSMASTER ! 58 70 PMM .PARTSMASTER 1 58 71 POI PARTS DEPOT PREFERRED 50 72 PSF ;PARTSMASTER 58 73 PSN PETERSON 58 74 1 QST ;QUEST EF PRODUCTS 58 75 RCH I. _ PARTS DEPOT PREFERRED 50 76 RDR _ PARTS DEPOT PREFERRED 50 77 RPS PARTSMASTER 58 78 RSC _ RADIATOR SPECIALTY _ 47 79 SCL !SACHS 48 80 SCT !SCOTT 48 81 SEA !SEAFOAM ! 56 82 SOL ;SOLAR - -- -- 58 83 STA ;STANT 58 84 STD !STANDARD 57 85 STO SANTECH 48 86 STS _ 'SAFTY SEAL 27 87 _ TAS GLOBAL 58 88 TCC TECH CHEMICAL _ 0 89 TRD 7RIDON 56 TT - ',TRU -TECH 59 t92 _ USA USA INDUSTRIES 56 VLM !VALIANT - - - - -- — 56 Packet Page -3214- 12/13/2011 Item 16.E.11. Packet Page -3215- A B C 93 VLV VALVOLINE 55 94 VST VISTEON 56 95 WAE _....... WAGNER LIGHTING ....... 57 96 WAG WAGNER BRAKE 58 97 WAL WALKER MANUFACTURING 57 98 WD WD -40 58 99 WIL WILMAR TOOL 45 100 ZER ZEREX 56 Packet Page -3215- 12/13/2011 Item 16.E.11. i C O Ier C01414ty Administrative Services Division Pura Lasing February 11, 2011 Mr_ Anthony Lutsi, Manager Parts Depot, Inc, 3831 Arnold Avenue Naples, FL 34104 Fax: 643 -6305 Email: „ RE: Renewal of Contract #09- 5211 "Parts for Fleet" Dear Mr. Lutsi: Collier County has been under Contract with your company for the referenced services for the past two years, The County would like to renew this agreement under the same terms and conditions for one (1 ) additional year in accordance with the renewal clause in the agreement. If you are agreeable to renewing the referenced contract, please indicate your intentions by providing the appropriate information as requested below: V1 am agreeable to renewing the present contract for Filters for Fleet under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with response. • Provide updated and current insurance certificate, and • Provide a copy of the company's Department of Homeland Security executed E- Verify profile page or memorandum of understanding I am not agreeable to renewal of this contract. If you are agreeable to renewing the contract, said renewal will be in effect from June 23, 2011 until June 22, 2012. Purdiasm Depatment- 3327 Tamiams Trail East - Naples, Florda 34112 -4931 • wAw coifiergov.neVpurchasing Packet Page -3216- 12/13/2011 Item 16.E.11. 02121i2912 11.21 2397555281 SUMFER TO BUMPER PAGE a3 WC 2/1112011 I-52­12 PH -PJAE 4/006 r= svrvvr Ven7v or MOU at your =049 wwwWonce. Your pwapt Waftn is uVritly requested. If you have wy-Wes0p* You mq owv% ma at z3W252-0Wj eMll brerjdaMMMH@2*pUM= and flex 239-2526592 or 239-732 -0844. am regards, Brenda Ream Ccntrad Tadvidan Accepamwe of Cawwb*ct PonwwW – --- - ----- Name of Company A Company ftnatum (Cormw gp—=) 4 r Print Corporate Offim NOW Email Add-ess ftudure Date " , ; 7 7t . I UP46"d (in ardwln nm*a sure mw conbwt informaUao is cuawK,l contad Nam %�;We Qumber• FAX Number 334 - 7, Zl Z 30 9 Email Add-ess A00nm C' Dan CmtL FWA Packet Page -3217- Board of County Commissioners Purchasing Department Collier County, Florida BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign In the spaces Indicated and return with your bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. if required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Any addenda have been signed and included. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. The mailing envelope has been addressed to: r Purchasing Director Collier County Government Center Purchasing Building 3301 East Tamiami Trail Naples, Florida 34112 11. The mailing envelope must be sealed and marked with: • Bid Number; • Bid Title; • .Opening Date 12. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid..gannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE of THE COURIER PACKET. A -I s moo- (11pany qape fYi�t2 S Hato' title e 314 T� Date Revised 1/09 Packet Page -3218- 17 0 12/13/2011 Item 16.E.11. BID RESPONSE FORM FROM: /0 �' s 11 Poo Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: BID No. 09.5208, "Filters for Fleet Vehicles and Equipment" Dear Commissioners: The undersigned, as bidder, hereby declares that he /she has examined the specifications and informed himself /herself fully in regard to all conditions pertaining to the work to be performed for providing filters as per the scope of work. The Bidder further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Bidder proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to.comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * * * SEE FOLLOWING PAGES * * * Any discounts or terms must be shown on the Bid Response Form, Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days, Net .WDays .4 Revised 1/09 Bid Response continued on next page.... Packet Page -3219- F BID RESPONSE BID# 09.5208 Bid Response is as follows: 12/13/2011 Item 16.E.11. Filter Brand Name W Name of Price List and Source uj Discount Percentage © OR Markup Percentage WIX # 33011 33195 33390 33595 33630 42253 46040 46134 46174 46253 46416 46418 46484 46744 51064 51348 51516 5'1602 51734 57182 58840 58841 . Revised 1/09 Stock # if Different than WIX Manufacture Sale Price _ a. Q 9 3,56� 0 9 3 3 9,0 1 /1, 01 x,93 (,59 90 Packet Page -3220- 19 12/13/2011 Item 16.E.11. 58892 _ f,(1 / 18.-9j(' 58904 58968 Two (2) copies of Current Pricelist Attached? *,PJ&r 40='O- 7 Yes 'N �40 Deviations from Specifications? F1 Yes XNo If so, List of Deviations Attached? n Yes p No Note: If you choose to bidimanualiy, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. Revised 1/09 Packet Page -3221- 24 12/13/2011 Item 16.E.11. BID RESPONSE CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _ day of j! -i% c% gr , 2009 in the County of (2,6t- 0 eV- , in the State of __ fit___ Legal Name knuui caaq Q `W'Le5 . (City, State, ZIP) Phone No: Fax No: z) By: T e it#en S' ture Title .M Revised 1109 Packet Page -3222- Check one of the following: ❑ Sole Proprietorship ' orp or P.A. State of �-- L1 Limited Partnership ❑ General Partnership �I I 12/13/2011 Item 16.E.11. ADDITIONAL CONTACT INFORMATION Send Payments To:�'Ts (REQUIRED ONLY if different from above) c l�v ,r (Company Name used as Payee) P0. d/04(688 (Address) Zbr1-1A.vr,4 , 0A 3 0 3 6 (City, State, ZIP) Contact Name: 'roAQ 9C-14acat' Y Title: A-► Aou 4 =45Y Phone No: 239— C. V3 —6f(61. Fax No: _2a 3 9 . 6 eW3— & 3 otS' Email address: pr9�T5- �7� FbT_ Fang Office Servicing Collier County Account /Place Orders/Request Supplies (REQUIRED ONLY If different from above) (Address) Contact Name Title Phone No: Fax No: Email Address. Revised 1/09 (City, State, ZIP) Packet Page -3223- 22 12/13/2011 Item 16.E.11. Co *e6.�`--r County AFFIDAVIT FOR CLAIMING STATUS AS A LOCAL BUSINESS ITB #:09 -5208 (Check Appropriate Boxes Below) STATE OF FLORIDA >1 AND COLLIER COUNTY ❑ LEE COUNTY PROPOSER/BIDDER/QUOTER AFFIRMS THAT IT IS A LOCAL BUSINESS AS DEFINED BY THE PURCHASING POLICY OF THE COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS AND THE REGULATIONS THERETO. AS DEFINED IN SECTION XI OF THE COLLIER COUNTY PURCHASING POLICY; A "local business is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum bf one (1) year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well -being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Please provide the following - information for the Proposer /Bidder /Quoter: Year Business Established inXCoilier County or ❑ Lee County: i Number of Employees (Inpluding Owner(s) or Corporate Officers): Number of Employees Living in�<'Collier County orTRLee (including Owner(s) or Corporate Officers): _ 6 Revised 1109 Packet Page -3224- 23 12/13/2011 Item 16.E.11. If requested by the County, proposer/bidder /quoter will be required to provide documentation substantiating the information given in this affidavit. Failure to,do so will result in proposer /bidder /quoter's submission being deemed not applicable. A7,vov V S. A C,� 7-S PAW7--C Zaral:107' Proposer /Bidder /Quoter Name Title STATE OF FLORIDA d&COLLIER COUNTY ❑ LEE COUNTY WENDELL H. BROWN Notary Public • State of Florida • e • My Comm. Expires Jul a!, 2012 L Commisaton # UO 610817 I .° ll$�* Bonded Through National Notary Asia. Swor to iscribed • Notary Pubi' or the above State and County, on is' Day Notary Public My Commission Expires: ?^ -�7 / — 7—eJ Z' (AFFIX OFFICIAL SEAL) Revised 1109 Packet Page -3225- 24 a r Title STATE OF FLORIDA d&COLLIER COUNTY ❑ LEE COUNTY WENDELL H. BROWN Notary Public • State of Florida • e • My Comm. Expires Jul a!, 2012 L Commisaton # UO 610817 I .° ll$�* Bonded Through National Notary Asia. Swor to iscribed • Notary Pubi' or the above State and County, on is' Day Notary Public My Commission Expires: ?^ -�7 / — 7—eJ Z' (AFFIX OFFICIAL SEAL) Revised 1109 Packet Page -3225- 24 12/13/2011 Item 16.E.11. 1 %.,otuier County Administrative Services Division Purchasing February 11, 2011 Mr. Anthony Lutsi, Manager Parts Depot, Inc. 3531 Arnold Avenue Naples, FL 34104 Fax: 643 -6305 Email: RE: Renewal of Contract #09 -5208 "Filters for Fleet" Dear Mr. Lutsi: Collier County has been under Contract with your company for the referenced services for the past two years. The County would like to renew this agreement under the same terms and conditions for one (1) additional year in accordance with the renewal clause in the agreement. If you are agreeable to renewing the referenced contract, please indicate your intentions by providing the appropriate information as requested below V I am agreeable to renewing the present contract for Filters for Fleet under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with response. • Provide updated and current insurance certificate, and • Provide a copy of the company's Department of Homeland Security executed E- Verify profile page or memorandum of understanding 1 am not agreeable to renewal of this contract. If you are agreeable to renewing the contract, said renewal will be in effect from June 23, 2011 until .tune 22, 2012. Purdmsk. DeWrre .1.3327 7amiani Trail F,as; - Naples, Florida 34112 -4901 - vaommillergor_neJpurohasing Packet Page -3226- W (212312 01 1) Pat Bennett - 09 -5208 FiltersReet (PartsDepot).docx Page 2 of 2 RE: Renewal of Contract #09 -5208 "Filters for Fleet" 12/13/2011 Item 16.E.11. Page 2 Please return this letter to the Purchasing Department with your response, insurance certificate, E- Verify or MOU at your earliest convenience. Your prompt attention is urgently requested. if you have any questions you may contact me at 239- 252 -6020, email brendareaves @colliers- ov.net and fax 239 - 252 -6592 or 239- 732 -0844. Best regards, Brenda Reaves Contract Technician Acceptance of Contract Renewal (Submit updated insurance requirements and executed E- Verify profile page or MOU) Name of Company i i_ Company Signature (Corporate Officer) - j f, Print Corporate Officer Marne — �E -.3N? �° � Signature Date C, ail Pa4» (y Updated Contact Information (In order to make sure our contact information is current.) j Contact Name 4 Telephone Number - FAX Number Email Address C, ail Pa4» (y Packet Page -3227- 09 -5211 PartsFlest (PartsDepot).docx Pit Bennett - Address IvLt� (-es. F, I C: Dan Croft, Fleet Packet Page -3228- 12/13/2011 Item 16.E.11. Page 3 .. .. . . ..... 12/13/2011 Item 16.E.11. Agenda Item No. 16E4 June 23, 2009 Page 1 of 32 EXECUTIVE SUMMARY Recommendation to approve award of Bid #09 -5211, "Parts for Fleet," in two categories as follows: Heavy Trucks /Heavy Eau ioment/Buses — award to Genuine Parts Co. d /b /a NAPA Auto Parts as primary vendor and to Naples Truck Parts as secondary vendor; Automobiles /Light Trucks — award to Parts Depot, Inc., as primary vendor and to Genuine Parts Co. d /b /a NAPA Auto Parts and Merusa Auto, Inc. d /b /a Carquest of North Naples as secondary vendors. Expenditures on this contract are estimated to be $300,000 annually. OBJECTIVE: Obtain Board approval to award Bid #09 -5211, 'Parts for Fleet," in two categories as follows: Heavy Truck /Heavy Eauioment/Buses — award to Genuine Parts Co. d /b /a NAPA Auto Parts as primary vendor and to Naples Truck Parts as secondary vendor, Automobiles and Small Trucks — award to Parts Depot, Inc., as primary vendor and to Genuine Parts Co. d/b /a NAPA Auto Parts and Merusa Auto, Inc. d/b /a Carquest of North Naples as secondary vendors. CONSIDERATION: The Fleet Management Department has daily requirements for maintenance and repair parts, supplies, and tools to maintain County vehicles and equipment. Notices were sent to 101 prospective vendors on February 26, 2009, to bid on a two -year parts, supply, and tool contract with renewal options for two additional one year periods. The bid was split into two categories: Heavy Trucks/Heavy Eauioment/ Buses and Automobiles /Light Trucks. Bid specifications state that one vendor will be awarded as primary vendor in each category and the remaining qualifying bidders in each category will be awarded as secondary vendors. Four vendors responded by the March 25, 2009 closing date. Only one of the four vendors bid in both categories. Genuine Parts Co. d/b /a NAPA Auto Parts was the low qualified and responsive bidder for Heavy Trucks /Heavy Eguioment/Buses and is recommended for award as primary vendor in this category. Naples Truck Parts is recommended as secondary vendor. Parts Depot, Inc., was the low bidder and recommended primary vendor for the Automobiles/Light Trucks category. Genuine Parts Co. d/b /a NAPA Auto Parts and Merusa Auto, Inc. d /b /a Carquest of North Naples are recommended as secondary vendors. FISCAL IMPACT: Funds are budgeted in Fleet Management Administration, Fund 521, to repair and maintain County vehicles and equipment. Expenditures on this contract are estimated to be $300,000 annually. GROWTH MANAGEMENT IMPACT: No growth management impact will result from this action. LEGAL CONSIDERATION: This item is not quasi-judicial, no ex parte disclosure is required, requires majority vote only, and is legally sufficient for Board action. — CMG RECOMMENDATION: That the Board of County Commissioners approves award of Bid #09 -5211, "Parts for Fleet," in two categories as follows: Heavy Trucks/Heavy Eauioment/Buses — award to Genuine Parts Co. d /b /a NAPA Auto Parts as primary vendor and to Naples Truck Parts as secondary vendor; Automobiles/Light Trucks — award to Parts Depot, Inc., as primary vendor and to Genuine Parts Co. d/b /a NAPA Auto Parts and Merusa Auto, Inc. d/b /a Carquest of North Naples as secondary vendors. PREPARED BY: Dan Croft, Fleet Management Director Packet Page -3229- 12/13/2011 Item 16. E.11. r1 1=11V0 110111 I NV. I VLJ June 23, 2009 Page 1 of 3 EXECUTIVE SUMMARY Recommendation to award Bid #09 -5208, "Filters for Fleet Vehicles and Equipment ", to Parts Depot, Inc. as primary vendor and to Genuine Parts Company d/b /a NAPA Auto Parts, Merusa Auto, Inc. d /b /a Carquest of North Naples, and Glade & Grove Supply Co., Inc. as secondary vendors. Expenditures on this contract are estimated to be $70,000 annually. OBJECTIVE: Obtain Board approval to award Bid #09 -5208, "Filters for Fleet Vehicles and Equipment", to Parts Depot, Inc. as primary vendor and to Genuine Parts Company d/b /a NAPA Auto Parts, Merusa Auto, Inc. d/b /a Carquest of North Naples, and Glade & Grove Supply Co., Inc. as secondary vendors. CONSIDERATION: The Fleet Management Department has daily requirements for filters to maintain county vehicles and equipment. A filter bid request was posted by the Purchasing Department on March 2, 2009 and 71 notices were sent to prospective vendors. The bid allowed for award to multiple vendors. Five bid proposals were received by the March 18, 2009 closing date, with one of those being noncompliant with bid specifications. Muncie Reclamation and Supply d/b /a Muncie Transit Supply was considered noncompliant as they could only supply filters in bulk quantities and could not meet required delivery times. Parts Depot, Inc. submitted the lowest bid and is recommended for award as primary vendor. Genuine Parts Company d/b /a Napa Auto Parts, Marusa Auto Inc. d/b /a Carquest of North Naples, and Glade & Grove Supply Co., Inc. are recommended for award as secondary vendors. The contract term is two years with two one -year renewal options. FISCAL IMPACT: Funds are budgeted in Fleet Management Administration, Fund 521, to maintain and repair county vehicles and equipment. Expenditures on this contract are estimated to be $70,000 annually. GROWTH MANAGEMENT IMPACT: No growth management impact will result from This action. LEGAL CONSIDERATION: This item is not quasi-judicial, no ex parte disclosure is required, requires majority vote only, and is legally sufficient for Board action. — CMG RECOMMENDATION: That the Board of County Commissioners approves award of Bid #09 -5208, "Filters for Fleet Vehicles and Equipment", to Parts Depot, Inc. as primary vendor and to Genuine Parts Company d/b /a NAPA Auto Parts, Merusa Auto Inc. d /b /a Carquest of North Naples, and Glade & Grove Supply Co. as secondary vendors. PREPARED BY: Dan Croft, Fleet Management Director Packet Page -3230- 10/19/2011 02:19 12396436305 CANON wnrr w 9 Request for Taxpayer IBev.0oto11er8i1Di3 identification Number and Certification Qrc�ime 0144 01i.r Name M0 ae,oui m Uni-SWeat USA Wan= n■ns, tf tMarara km above 12/13/2011 Item 16.E.11. wvjii r.vv,tvvi (We fond to the requester. Do rat send to the WIS. 8 cr bm 0 WMAMMUSD > 0 caPoraaon 0 Pacng b! 0 � �trsnr��. Erdw f c to daal6cadon sent, r-- c;rpor w4 �� ► ....... To P� VI ndd•n iMrr+ w. shat, arse wr. or sLte no t e. 30 HueWood Dr. ate 1tlti +r s nwnu end aocaesa fWpnorrq O'cty, MIEW and ZIP cods e Amherst, NY 14229 0 ui t sm= -nu-*) Mre (optforsad) Eater your TIN in the appropriabs bwc. The T1N provided must MOM the rictus given on Lint 1 to avoid Eaovi "7w rwnber `) bad wo wWmk w%g Por iriowousis, u is is your coact aecvrily nirtrber P". However, for a resident _ j( alien, so* proprietor, or eie�rded eirttty, are the Pert i irti6rrrrftM on pros S. For other esMes, h is t your employer identlACatlOri MmbP1(l ire. 11 you do riot have a number, See HOW to gt;t a TW on page 3. or NOW if the AWOW1t Is In more than one name, m the chart on page 4 for guidear>ss on whom �P� iaesitrfitretion raarArar number to enter. 20 ! O?6963i► HIMME Under Pwwftk s Of Perjuy, I cwW th* I- 7tra number shorn on this form ie nW eorreat *gMw idenixicatim number (or I am waft for a rwnbor to be tssuad its me), and 2- 1 am not - to bwamp WWV*Ic ty be Must— # i arrr exaW from ba0jV wWftIdbip. or (b) I dove riot bm nodfisd by a* Wanal RevwuwZw►tl w6ftg) "Vd- I — to baoigrirw #Yiokllgp as a- result of a failure re to report alt*ow*at or dyidcarde..or (o) the RM hea _ .. rroWwd me t i am no bnW ab1•� to bookup � atxf that _._., 3, 1 am a U.S. 010M ar ~ U,S. Person (dMbwd b eW4 Gertlficatlen kW&WdwW You must cross 00 hear 2 Above if you have bow notified by the M that you arc ounw tfy sublea to blidap you 480 4sib t0 r Mb aA n OW dlVOdwi a on YOW tQX tdWM- for teal ORUO traMac5Gns, Rom 2 doss not apply, M end atoA itio►1 or adauldonment Of SMAW pmPa rty, owwdiation of daht, oot2utfaws to an - Ui*Adcad rem t o# than Lb*ftdand dividarrds, you ma not required to sign the Cation, but you trust prciwide yoer correct TtN. tare on page d. Sign of Here raa. naraoo V. C cues General lnswuctiohs ' L-k_1` SOCH m raferanees arc to the IriterrW ReVMM Coda artiess of u twise rioted. Purpose of Form A person who is regirhd to fire an irdwri 3 tiorr return with the M Nam obtain year cOnaat twqmw kiendketkm numbw (nf* to report, fir mpie, naoerin padd to Y.%L root estate ems. MWgaP IrAWM)OU PMd, SO4WWbon or aharKionmern of ova tad properW, c2rcObtion of debt, or CW*bub" you Made to an IPA. Use Fam W-S wily K you are a U.S. pwson (Includiry a resident alien), tW Provide Yow causal TiN to the Person requesting it (the requester) acid, when app6cabie, to; 1. Gerdy that the TiN you are giving is oorrect (or you am vraitirrg for a nun bet to be issued), 2. Certify that YOU am not subject to paokup wtthhokka Or S. i WIM ez4mptiaai from backup *V tip 9 you are a U.S. exMMt pww 9 ti`s. You are also ow" that as a U.B. pwson, Your mot" share of any wvmstip irroonw frorn a LUS. trade or business is not subject to laic, wnhhwdaig tax oil foreign pz MM' share of Gitectiudy con+rieated inoottre. NOW If a r&4U&0hr 006 -you a form other than Form W-9 to req uaw YMF TIN, you must use the requaa w% form if it is subsiSinb* similar to furs Farm W -S. t7ekw%on of a UAL person. For fewer.! tax preposee, you ale considered a U.S. peraw B you am • An individual who is a U.S. often or U.S. resident alien, e A P$r1rwrs*, co pwa oonv ry, or 8550aww created orgaribned in the United' - Sketm or solder the k w:i of the United swtesw • An Macs tOtl !r titan a fw4gn emote), or • A dorrmft trtast 4= adbrted in p pAgions amgc2tl4n 3W.7701-7). SPWW nice fcw Pmb-rd**- BPS #)A oonduct a bads or business In the tMbW States are VoWgL�, rsq,*W to fro i � 1=urdw, I ► eetten MM wtMM form W.9 has not b-n recatvad, a partnWIMP is t etitisrW to presion that a gannet Is .a foreign person. am pay Ow WjMftWg laic TheWOre. if You are a U.5. person Ow is a pan in a POrtnerSUP oarkluaft e trade or busii iess m the United SW s, Provide Foam W«9 to the Partnership to establish your US. SWUS d avodi wrthhokstip on YOUR shana of pm(Utergimp The Person Who ghm s Forrn W-9 to the parVWSWdp for one o Of tic fnf►i Uv �r�c �m the PWnerd f ft1°�n9 cur uu� or bustneas in the United Sulat is in the e The U.S. owner of a disregarded entity oriel not the wq, car.14M 10MIX rrorm Wag Pier, ID-w i Packet Page -3231- 12/13/2011 Item 16.E.11. . L UNInSELECT October 17, 2011 TO: Parts Depot, Inc. cttstotners Re: U21- Sclec:t to Milk assets of€'arts Depot Inc in Florida To whom it may concern, Effective October 26, 2011 Uni - Select USA, Inc. C'Uni- Select "), a Delaware corporation, will acquire certain assets of Parts Depot, Inc. in the state of Florida. Uni - Select writ] open new stores under its Auto -Plus trademark in those locations where teases will have been assumed. This transaction will add 39 points of sale and S distribution centers to Uni - Select operations in the U.S. allowing the company to also serve a numbcr of independent jobbers across the state. Uni- Scleet recognizes mid appreciates the importance of strong customer relationships and confirms (hart it will honor the bids that Parts Depot, Inc, cturcutly has w ue with its eustorrs. As such, its of October 26. 2011. it would be appreciated if you can amend your records to reflect U&Selcct t1SA, Inc. dba uto -Plus FErN number 20- 0769630. Best regards, Willi Alexander L'•xce6ve Vice President, Corporate Stores Packet Page -3232- 12/13/2011 Item 16.E.11. :,"rt' z Date: October 17, 2011 To: Our valued customers From: Allen Alexander VP — Store Operations Re: Uni- Select USA, Inc. acquisition of Parts Depot, Inc. assets in Florida To our valued customers: I am very pleased to announce today that effective October 26, 2011, Uni- Select USA, Inc., will acquire certain assets of Parts Depot, Inc. in Florida. Uni - Select USA is the 6th largest aftermarket parts distributor and premier independent distributor of coatings, body and equipment products to the collision repair industry in the United States. The Uni - Select Network includes over 2,500 independent jobbers and services more than 3,500 points of sale in North America. All of us at Parts Depot, Inc. want to express our appreciation for your past business and to assure you that your automotive needs will continue to be met in the future. Uni - Select USA will bring many enhancements to our business such as capital investments, new product lines and inventory updates that will help us stay competitive in the marketplace. All current bids that are in place will be honored with all customers. Although the invoice header will change from Parts Depot, Inc. "Bumper to Bumper" over to Uni - Select USA, Inc dba "Auto - Plus ", this acquisition should be fairly seamless to our customers. If you have a bid in force with Parts Depot, Inc., you will also receive a letter from Uni - Select USA, Inc., which will include their company information for your records and that will acknowledge and confirm the existing bid relationship. Once again, we sincerely appreciate your business and look forward to a renewed business relationship with you as "Auto - Plus ". Best Regards, oq&n .9. e&xandet Allen J. Alexander VP — Store Operations Parts Depot, Inc. Right people. Right parts. Right now Packet Page -3233- i www.sunbiz.org - Department of State Home Contact Us E- Filing Services Previous on List Next on List Return To List Events No Name History Detail by Entity Name Foreign Profit Corporation UNI- SELECT USA, INC. Filing Information Document Number F07000005948 FEI /EIN Number 200769630 Date Filed 12106/2007 State DE Status ACTIVE Last Event CANCEL ADM DISS /REV Event Date Filed 11/05/2008 Event Effective Date NONE Principal Address 20 HAZELWOOD DRIVE STE 100 AMHERST NY 14228 Mailing Address 30 HAZELWOOD DRIVE STE 100 TAX DEPARTMENT AMHERST NY 14228 Changed 04 /17/2011 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION FL 33324 US Officer /Director Detail Name & Address Title DV BUZZARD, JAMES B 20 HAZELWOOD DRIVE STE 100 AMHERST NY 14228 Title DP ROY, RICHARD 1700 INDUSTRIAL BLVD BOUCHERVILLE, QC J46 2X3 Title V RUTLAND, JOHN 20 HAZELWOOD DRIVE STE 100 12/13/2011 Item 16.E.11. Document Searches Forms Help Entity Name Search http: / /ccfcorp.dos.state.fl -us /scripts /cordet.� Packet Page - 3234- , &inq_doc_number= F07000... 11/4/2011 www.sunbiz.org - Department of State AMHERST NY 14228 Title S CHESNAY, PIERRE 1700 INDUSTRIAL BLVD BOUCHERVILLE, QB J46 2X3 Title O MCAULIFFE, JAMES 30 HAZELWOOD DRIVE STE 100 AMHERST NY 14228 Title D BUZZARD, ROBERT 20 HAZELWOOD DRIVE STE 100 AMHERST NY 14228 Annual Reports Report Year Filed Date 2009 03/02/2009 2010 05/0312010 2011 04/17/2011 Document Images Note: This is not official record. See documents if question or conflict Previous on List . Next on List Return n To List Events No Name History 12/13/2011 Item 16. E.11 I Home I Contact us I Document Searches I E- Filinq Services I Forms I Help I Copyrioht(c) and Privacv Policies state of Florida, Department of State Enti Name Search �e http: / /ccfcorp.dos.state.fl.us /scripts /cordet.e) Packet Page -3235 - _ ___,inq_doc_number= F07000... 11/4/2011