Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2022-054ADocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CONTRACT APPROVAL FORM
jr�
TO: BRIAN BULTHUIS, CITY MANAGER
THRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR
FROM: RAMSEY JIMENEZ, SENIOR PROCUREMENT AGENT °s
SUBJECT: VEHICLE REPAIRS
DATE: JULY 8, 2022
THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE
FOLLOWING:
1. APPROVE: Agreement between the City of Clermont and Rush Truck Centers of Florida,
Inc., to provide vehicle repair services for the Public Services Department. The agreement
shall take effect on the date of execution by both parties and shall remain in effect for three
(3) years, unless renewed or terminated as provided by the City of Orlando contractual
agreement. Upon mutual agreement, the agreement may be renewed for fiv (2) additional
one (1) year terms.
2. Why is this action necessary: In accordance with the City of Clermont Purchasing
Policy, the City Manager is authorized to approve contracts under $50,000 that do not
require a budget amendment.
3. ADDITIONAL INFORMATION: At the request of the Public Services Department, the
Procurement Services Department sought a contract with City of Orlando for vehicle
repair, contract number IFB22-0123. The estimated annual expenditures is less than
$48,000. The Procurement Services Department issued RFI 2205-005 to notify local
vendors of the City's intent to utilize other governmental entities' contract. At the
completion of the RFI the Procurement Services Department received no interest. The
City of Orlando. contract was fully competed, advertised, and complies with the City of
Clermont Purchasing Policy.
4. FISCAL IMPACT: The fiscal impact of $48,000.00 is included in the current year
approved budget.
5. EXHIBITS: City of Orlando Bid Tabulation
Vehicle Repair Agreement
APPROVAL AUTHORITY
Approved ® Disapproved ❑
Reason/Suggestion (If disapproved)
F
DocuSigned by:
V'I— Nit s
ss�ga�ca---
city Manager 7/8/2022
Signature Title Date
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
AGREEMENT NO. 2022-054 FOR
SUBLET VEHICLE REPAIR
THIS AGREEMENT, is made and entered into this 8 day of
July
2022, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and Rush Truck Centers of Florida, Inc., whose
address is: 2350 Diversified Way, Orlando, FL 32804, (hereinafter referred to as
"CONTRACTOR").
WHEREAS, City of Orlando through the public procurement process awarded an
Agreement for vehicle repair, City of Orlando Contract Number IF1322-0123;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the City of Orlando Contract Number I171322-0123;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I — SCOPE OF WORK
The CONTRACTOR shall provide vehicle repair as described in the City of Orlando
Contract Number IFB22-0123, which is attached hereto and incorporated herein as Exhibit
"A" and shall perform everything required by this Agreement and the other exhibits
attached hereto. Provided, however, that nothing herein shall require CITY to purchase or
acquire any items or services from CONTRACTOR that is not specified in the CITY's
purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the
terms and conditions of this Agreement shall prevail and govern. In all instances the CITY
purchasing policy, resolutions and ordinances shall apply.
ARTICLE 2 — THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit "4",
attached hereto and incorporated herein.
ARTICLE 3 — TERM AND TERMINATION
3.1. This Agreement is to become effective upon execution by both parties, and shall
remain in effect until March 16, 2025 unless terminated or renewed by City of
Orlando.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written
notice to CONTRACTOR, terminate this Agreement: a) without cause and for
CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with
any of the conditions of provisions of this Agreement; or e) CONTRACTOR is
experiencing a labor dispute, which threatens to have a substantial, adverse impact
upon the performance of this Agreement, without prejudice to any other right or
remedy CITY may have under this Agreement. In the event of such termination,
CITY shall be liable only for the payment of all unpaid charges, determined in
accordance with the provisions of this Agreement, for work, properly performed
and accepted prior to the effective date of termination.
3.3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2)
additional year term.
ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK;
WARRANTY
4.1. The CONTRACTOR shall only provide to CITY vehicle repair upon receipt of an
authorized order from CITY and shall provide the requested items in the timeframe
and as set forth in City of Orlando Contract Number IFB22-0123 or in the specific
purchase order or authorized order submitted by CITY. Nothing herein shall
obligate CITY to purchase any specific amount of product from CONTRACTOR
or create an exclusive purchase agreement between CITY and CONTRACTOR.
CITY shall not be obligated or required to pay for any items received until such
time as CITY has accepted the items in accordance with the order provided to
CONTRACTOR.
4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify
CITY if it has an issue or question related to the fulfillment of the order or whether
there will be any delay in providing the items requested. Failure of
CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeping
payment of any kind for any items that were delayed in delivery. Upon receipt of
notification of the delay, CITY may at its sole option cancel the order and seek the
items from any available source.
4.3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any
agent or representative as in compliance with the terms of this Contract shall not
operate as a waiver by the CITY of strict compliance with the terms of this Contract
and the CITY may require the CONTRACTOR replace the accepted gasoline,
diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and
specifications hereof.
4.4. CONTRACTOR specifically acknowledges that this Contract does not bind or
2
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
obligate CITY to purchase any minimum quantity of product during the term
hereof.
4.5 (1) Any warranties on any product(s) sold by CONTRACTOR or otherwise used
by CONTRACTOR in the course of providing vehicle repair services under this
Contract are limited only to any printed warranty provided by the applicable
manufacturer of the product. EXCEPT FOR ANY SUCH WARRANTIES MADE
BY MANUFACTURERS, THE PRODUCT(S) ARE PROVIDED WITHOUT
ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY
IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A
PARTICULAR PURPOSE, EACH OF WHICH IS EXPRESSLY DISCLAIMED.
(2) LIMITED WARRANTY ON SERVICES. CONTRACTOR warrants to the
CITY that all Services will be performed in a good and workmanlike manner in
accordance with industry standards ("Services Warranty"). The Services Warranty
is valid for a period of ninety (90) days from the date the Service is completed. The
CITY's sole and exclusive remedy, and CONTRACTOR's entire liability, under
the Services Warranty is the repair of any nonconfonning portion of the Services.
CONTRACTOR PROVIDES NO OTHER WARRANTIES, EXPRESS OR
IMPLIED, CONCERNING ITS SERVICES.
ARTICLE 5 — PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery of products to CITY as set forth in the applicable purchase order. CITY shall make
payment to the CONTRACTOR for all accepted deliveries and undisputed product
delivered and services provided, within thirty (30) calendar days of receipt of the invoice.
ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION
6.1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
6.3 The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County, Florida, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
3
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance — The CONTRACTOR shall take out and
maintain during the life of this Agreement, Worker's Compensation Insurance for
all its employees connected with the work of this Project and, in case any work is
sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to
provide Worker's Compensation Insurance for all of the subCONTRACTOR
employees unless such employees are covered by the protection afforded by the
CONTRACTOR. Such insurance shall comply with the Florida Worker's
Compensation Law. In case any class of employees engaged in hazardous work
under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liabilitv Insurance — The
CONTRACTOR shall take out and maintain during the life of this Agreement,
Commercial General Liability and Business Automobile Liability Insurance as
shall protect it from claims for damage for personal injury, including accidental
death, as well as claims for property damages which may arise from operating under
this Agreement whether such operations are by itself or by anyone directly or
indirectly employed by it, and the amount of such insurance shall be as follows:
(a) CONTRACTOR's Commercial General Liability, $1,000,000 Each,
($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, &
Property Damage Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury &
Property Damage Occurrence, Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined
Single Limit
(d) Garage Keeper Liability, $1,000,000 Each Occurrence, Combined Single
Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall
be amended to provide coverage on an occurrence basis.
7.3. Indemnification, Limitation of Liability
(a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify
and hold harmless the CITY and its employees from and against all third
party claims, damages, losses and expenses, including but not limited to
reasonable attorney's fees, arising out of or resulting from its performance
of the Work, provided that any such claim, damage, loss or expense (1) is
attributable to bodily injury, sickness, disease or death, or to injury to or
destruction of tangible property (other than the Work itself) , and (2) is
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
caused in whole or in part by any negligent act or omission of the
CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be
liable, except to the extent such claim, damage, loss or expense is caused by
a party indemnified hereunder. Such obligation shall not be construed to
negate, abridge, or otherwise reduce any other right to obligation of
indemnity which would otherwise exist as to any party or person described
in this Article; however, this indemnification does not include the acts of
negligence, damage or losses caused by the CITY, its employee or its other
contractors.
(b) in any and all claims against the CITY or any of its agents or employees by
any employee of the CONTRACTOR, any subcontractor, anyone directly
or indirectly employed by any of them or anyone for whose acts any of them
may be liable, the indemnification obligations under this Paragraph shall
not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the CONTRACTOR
or any subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the indemnification
provided herein.
(e) Except for CONTRACTOR'S indemnification obligations for third party
claims, the parties agree that in the event of any claim, litigation, civil action
or any other legal or administrative proceeding brought by one party against
the other, neither party shall be entitled to recover any incidental or
consequential damages as defined in the Uniform Commercial Code,
including but not limited to indirect or special damages, loss of income or
anticipated profits, or down -time, or any punitive damages.
ARTICLE 8 — NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: Rush Truck Centers of Florida, Inc.
1925 W. Princeton St.
Orlando, FL 32804
Attn: Mike Howell
5
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Copy to: Rush Enterprises, Inc.
555 IH35 South
New Braunfels, TX 78130
Attn: Legal Department
OWNER: City of Clermont
Attn: Brian Bulthuis, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE 9 — MISCELLANEOUS
9.1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret
any provision of this Agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
9.2. Waiver — The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
9.3. Severability — If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
9.4. Amendment — Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
9.5. Entire Agreement — This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
9.6. Assi ng ment — Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
6
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
9.7. Venue — The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Lake County, Florida.
9.8. Applicable Law — This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9.9. Public Records — Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
7
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
ARTICLE 10 — AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
10.1. This Agreement
10.2. Purchase Order / Notice To Proceed
10.3. An applicable Contractor Quote or Statement of Work
10.4. All documents contained in the City of Orlando Contract Number IFB22-0123.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this8 day of July 2022
CITY OF CLERMONT
EDocuSigned by:
bl�t, s
534781168A394C8_.
Brian Bulthuis, City Manager
ATTEST:
—DocuSigned by:
T4" Aa4o.,o4 Haws
Tracy Ackroyd
8
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Rush Trucks Center of Florida, Inc.
DocuSigned by:
By: E
a�,t, j°jbSa.V'�t,
599BD05F6ADD40C...
(Signature)
Print Name: Wade Bosarge
Title: Regional General Manager
Date: 71712022
9
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
City of Orlando
Rush Truck Centers of Florida, Inc.
IFB22-0123 : Sublet Vehicle Repair
1925 W. Princeton st.
Orlando, FL 32804
Mike Howell
Phone: 321 2212300
howellmike@rushenterprises.com
Item #
Group
Item
Quantity
Unit of
Measure
Require
d
Vendor
Item
Unit Price/
Percent
Extended
Price/
Percent
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
Original
Equipment
Manufacturer
REPAIR AND
(OEM) for GM
MAINTENANC
vehicles.
E OF GENERAL
Price/Percent:
MOTORS (GM)
Percent
CARS AND
Brand
LIGHT TRUCKS,
Name/Equal
GM
Value/Service:
FRANCHISE
Brand Name
1
DEALER
Only
100000
each
No
0.00%
0.00%
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
REPAIR AND
approval by the
MAINTENANC
City.
E OF GENERAL
Price/Percent:
MOTORS (GM)
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CARS AND
LIGHT TRUCKS,
GM
FRANCHISE
2 DEALER
REPAIR AND
MAINTENANC
E OF GENERAL
MOTORS (GM)
CARS AND
LIGHT TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF FORD
CARS AND
LIGHT TRUCKS,
FORD
FRANCHISE
DEALER
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for Ford
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF FORD
CARS AND
LIGHT TRUCKS,
FORD
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF FORD
CARS AND
LIGHT TRUCKS,
FORD
FRANCHISE
DEALER
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
71
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER CARS AND
LIGHT TRUCKS,
DODGE/CHRYS
LER
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER CARS AND
LIGHT TRUCKS,
DODGE/CHRYS
LER
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Chrysler/Dodge
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
LE CARS AND
LIGHT TRUCKS,
DODGE/CHRYS
LER
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF TOYOTA
CARS AND
LIGHT TRUCKS,
TOYOTA
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF TOYOTA
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Toyota vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CARS AND
LIGHT TRUCKS,
TOYOTA
FRANCHISE
11 DEALER
REPAIR AND
MAINTENANC
E OF TOYOTA
CARS AND
LIGHT TRUCKS,
TOYOTA
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF CARS
AND LIGHT
TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for all
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF CARS
AND LIGHT
TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF CARS
AND LIGHT
TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
161
REPAIR AND
MAINTENANC
EOFGM
MEDIUM
DUTY TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
EOFGM
MEDIUM
DUTY TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for GM
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
181
EOFGM
MEDIUM
DUTY TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF FORD
MEDIUM
DUTY TRUCKS,
FORD
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF FORD
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
Original
Equipment
Manufacturer
(OEM) for Ford
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
MEDIUM
DUTY TRUCKS,
FORD
FRANCHISED
20 DEALER
REPAIR AND
MAINTENANC
E OF FORD
MEDIUM
DUTY TRUCKS,
FORD
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER MEDIUM
DUTY TRUCKS,
CH RYSLER/DO
DGE
FRANCHISED
DEALER
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Dodge/Chrysler
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
231
REPAIR AND
MAINTENANC
E OF
DODGE/CH RYS
LER MEDIUM
DUTY TRUCKS,
CH RYSLER/DO
DGE
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CH RYS
LER MEDIUM
DUTY TRUCKS,
CH RYSLER/DO
DGE
FRANCHISED
DEALER
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
25
REPAIR AND
MAINTENANC
E OF MEDIUM
DUTY TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF MEDIUM
DUTY TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF MEDIUM
DUTY TRUCKS,
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for all
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
271
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF NISSAN
CARS AND
LIGHT TRUCKS,
NISSAN
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF NISSAN
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
Original
Equipment
Manufacturer
(OEM) for
Nissan.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CARS AND
LIGHT TRUCKS,
N ISSAN
FRANCHISE
29 DEALER
REPAIR AND
MAINTENANC
E OF NISSAN
CARS AND
LIGHT TRUCKS,
N ISSAN
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF
INTERNATION
AL MEDIUM &
HEAVY DUTY
TRUCKS,
INTERNATION
AL
FRANCHISED
DEALER
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
International
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
321
REPAIR AND
MAINTENANC
E OF
INTERNATION
AL MEDIUM &
HEAVY DUTY
TRUCKS,
INTERNATION
AL
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF
INTERNATION
AL MEDIUM &
HEAVY DUTY
TRUCKS,
INTERNATION
AL
FRANCHISED
DEALER
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF AUTOCAR
MEDIUM &
HEAVY DUTY
TRUCKS,
AUTOCAR
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF AUTOCAR
MEDIUM &
HEAVY DUTY
TRUCKS,
AUTOCAR
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Autocar
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
361
E OF AUTOCAR
MEDIUM &
HEAVY DUTY
TRUCKS,
AUTOCAR
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF HEAVY
DUTY TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF HEAVY
DUTY TRUCKS,
INDEPENDENT
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
Original
Equipment
Manufacturer
(OEM) for all
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR SHOP
Brand
(OTHER THAN
Name/Equal
FACTORY
Value/Service:
AUTHORIZED
Brand Name or
381
DEALERSHIP)
Equal
40000
each
No
20.00%
20.00%
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
REPAIR AND
MAINTENANC
Labor Rate in $,
E OF HEAVY
fixed hourly rate
DUTY TRUCKS,
for labor.
Price/Percent:
INDEPENDENT
REPAIR SHOP
Price
(OTHER THAN
Brand
FACTORY
Name/Equal
AUTHORIZED
Value/Service:
391
DEALERSHIP)
Service
750
hour
No
$90.00
$67,500.00
Sub Total
$67,500.00
Shipping
$0.00
Total
$270,000.00
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
� � O
March 22, 2022
Wade Bosarge
Rush Truck Centers of Florida
2350 Diversified Way
Orlando Florida, 32804
F QUAND0
SUBJECT: IFB22-0123-Sublet Vehicle Repair
The attached contract is the City of Orlando's acceptance of your offer in response to IFB22-0123,
Sublet Vehicle Repair, and is subject to all terms and conditions therein, as well as any addenda to
that solicitation.
This contract is an initial thirty-six (36) month contract, effective March 16, 2022, and will remain
in effect through March 15, 2025.
This contract may be renewed upon mutual agreement as provided in the solicitation. Any
amendments to this contract must be in writing and signed by both parties to be valid, binding, and
enforceable.
All invoices must reference the subject Contract Number. Invoices must be submitted to the
address below:
Accounts Payable
City of Orlando
4th Floor, City Hall
PO Box 4990
Orlando, FL 32802-4990
Please remember that only those goods/services specifically listed in this contract can be invoiced.
The description and unit prices on each invoice must match the description and unit pricing in the
subject contract. Invoices not meeting these requirements are considered Improper Invoices and
will be returned.
Sincerely,
David Billingsley, CPSM, . .
Chief Procurement Officer
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA , CONTRACT ACTIONS Page 1 of 1
(Submission of this Form Indicates that All Uploads are Complete)
Sublet Vehicle Repair
Cntfiract'NarriE';
CQ`tltr2dt # �Ra'I�;
IFB22-0123
C0 tr
Varun I]esai
pe'p%f f
Fleet and Facilities
CotGtf,l Nar10{
Jonathan Ford
,.
Rush Truck Centers of Florida
CzeO<
Wade Bosarge
Ila°
howelImike@rushenterprises.com
:.-
� if, I r A s s
Varib,Iet�5'Y�
IfYe47
C�h#�dcn.�lal Infnrrnation�
I
CAtiljl
l }
,<i.
`{Its
r5CN-
flAf
1F ,
, fljllSt:. to 3<t��i
;
i' F. 'IY P,4�A
3I
Wj�it111iA1
PkibT7 ¢Ycoo14
ion
£�
I,
,
:
3/22/2022
Original Award 3/16/2022 3/15/2025
36.0
$ 810,000.00
Initial Period
Renewal 3/16/2025 3/15/2026
12
$ 270,000.00
Renewal 3/16/2027 3/15/2028
12
$ 270,000.00
AfyT
,
U I I
60
$ 1,350,000.00
3/22/2022
Original Award
3/16/2022
3/15/2025
36.0
$ 810,000.00
Initial Period
a.
Vl
ACTUAL I. COITAACT VALUE T� DAYS
36.0
$ 810,000.00
Continue to next page (if applicable) REV 6/13/18
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CITY OF ORLANDO
COUNCIL AGENDA ITEM
Items Types: For Meeting of:
Business and Financial Services March 14, 2022
District: ALL From:
Contract ID: Document Number:
Exhibits: Yes On File (City Clerk) : Yes Draft Only: No
Grant Received by City?: No
Subject:
Award to Rush Track Centers of Florida Inc. for Sublet Vehicle Repair of Light and Medium Duty Ford Trucks,
IFB22-0123
Summary:
The following sealed bid was received in response to the subject solicitation:
5—Upplier Bid Amount
Rush Truck Centers of Florida Inc, Orlando, FL $270,000.00
The Fleet Management Division and Procurement and Contracts Division have evaluated the bid and recommend
award to the lowest, responsive, and responsible bidder, Rush Truck Centers of Florida Inc., of Orlando, FL, for
Sublet Vehicle Repairs of Light and Medium Duty Ford Trucks.
The initial contract term is three (3) years with an option to renew for two (2) additional one (1) year terms. This is
an indefinite quantity contract. Actual expenditures will vary as usage will be based on an as -needed basis at the
established unit prices and available funding. Based on prior usage reports and information provided by the primary
user, the estimated annual expenditure is $270,000.00.
The MBE Division has reviewed the procurement and determined there were no MWBE firms available to provide
this service.
Fiscal & Efficiency Data:
Fiscal impact statement is attached.
Recommended Action:
Approving and authorizing the Chief Procurement Officer to enter into an agreement and subsequent renewals
with Rush Truck Centers of Florida Inc. in the estimated annual amount of $270,000.00, subject to review and
approval by the City Attorney's Office.
Agenda Item attachment(s) on file in the City Clerks Office.
Note: AM agenda items must be in the City Clerk's office by Noon Friday, six(6) business days
prior to the regular Monday City Council meeting.
Contact: David Billingsley, Janiero Coulter (for MIWBE questions); david.billingsley@cityoforiando.net
Approved By:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Department Date and Time
Budget Outside Routing Approval 3/ 1 /2022 12:27 PM
City Clerk 3/3/2022 9:35 AM
ATTACHMENTS:
Name: �—�
Description: —�- �~
Type:
D FIS-IFB22-0123.doox
Fiscal Impact Statement
Backup Material
d IFB22-
0123_Sublet_Vehicle_Repair.pdf
MWBE Memo
Backup Material
d Bid_Evaluation_Memo-IFB22-
0160.pdf
Bid Evaluation Memo-IFB22-0.123
Backup Material
0 Bld_Tabulation_Sheet-IFB22-
�
0123.pdf
Bid Tabulation Sheet-IFB22-0123
Backup Material
"Enhance the quality of life in the City by delivering public services in a knowledgeable,
responsive and financially responsible manner."
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Mayor
Buddy Dyer
Chief Procurement Officer
David Billingsley, CPSM, C.P.M,
CITY OF ORLANDO
INVITATION FOR BIDS (IFB)
IFB NUMBER AND TITLE: IFB22- Sublet Vehicle Repair
DATE OF ISSUE: January 24 , 2022
Non -Mandatory ❑ Mandatory ❑(If mandatory, you must attend one of the two meetings below)
PRE -BID CONFERENCE, if applicable, on 92022
Pre -Bid Location: NIA
2nd PRE -BID CONFERENCE, if applicable, on , 2022
Pre -Bid Location: NIA
DEADLINE FOR QUESTIONS February I , 2022, 5:00 p.m., Local Time,
City of Orlando, FL
DIRECT ALL QUESTIONS & Varun Desai, Purchasing Anent II
INQUIRIES TO: Phone: (407) 246-3874
Email :varun.desai@orlando.gov
Cityof Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
IFB DUE DATE: FebruarL 10 , 2022
IFB DUE TIME:
2:00 p.m., Local Time, City of Orlando, FL
ONLY ELECTRONIC RESPONSES WILL BE ACCEPTED FOR THIS
OLICITATION - ALL OTHER RESPONSES SHALL BE CONSIDERED
NON -RESPONSIVE
Rev: 01.21.22
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
The City of Orlando Procurement and Contracts Division has implemented an electronic bidding
system to streamline solicitation responses,
To be responsive, bids for this solicitation must be submitted electronically. Paper responses will
be deemed non -responsive.
Parking is available in the City Commons garage at the southwest corner of Boone Avenue and
South Street. The City will not validate parking.
Procurement and Contracts Division Fage: 2
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
TABLE OF CONTENTS
SECTION TITLE PAGE
I. GENERAL INFORMATION......................................................................... 4-4 v
Pr- 14-4,
[I. SCOPE OF WORK— BRIEF DESCRIPTION...................................................6
0-b C'- "YJ
III. BID SUBMITTALS......................................................................................... 7
EXHIBITS
EXHIBIT 1 SCOPE OF WORK
EXHIBIT 2 SPECIAL CONDITION CLAUSES
EXHIBIT 3 STANDARD TERMS AND.CONDITIONS
EXHIBIT 4 ELECTRONIC BID PRICING FORM(S) INSTRUCTIONS
ATTACHMENTS
ATTACHMENT A BIDDER'S QUESTIONNAIRE AND AUTHORIZED
SIGNATORIES/NEGOTIATORS
ATTACHMENT B BIDDER'S CERTIFICATION FORM
ATTACHMENT C CONTRACT AND ACCEPTANCE FORM
ATTACHMENT D MiNORITYIWOMEN OWNED BUSINESS ENTERPRISE
PARTICIPATION FORM
ATTACHMENT E VETERAN BUSINESS ENTERPRISE
PARTICIPATION FORM
ATTACHMENT F CONFLICT OF INTEREST DISCLOSURE FORM
ATTACHMENT G CONFIDENTIAL AND/OR PROPRIETARY INFORMATION
EXEMPTION FORM
ATTACHMENT H ADDENDUM RECEIPT VERIFICATION FORM (If Applicable)
ATTACHMENT I VIRTUAL BID OPENING
Procurement and Contracts Division Page: 3
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
SECTION I — GENERAL INFORMATION
1. SOLICITATION INFORMATION:
The City's Procurement and Contracts Division is the official source to obtain information
relating to City of Orlando procurements.. It is incumbent on the Bidder to obtain current
bid and award information prior to and after the scheduled opening date of a solicitation.
Information is updated as it becomes available. An award, or recommendation of award,
may be made at any time after the scheduled opening date of a solicitation. You may obtain
award and other solicitation information in a variety of ways, such as:
a) Bid documents are available for download from the VendorLink website:
You may access solicitation information by visiting the City's VendorLink
website by copying the following link in your web browser:
vendorlink.orlando. =ov
b) You may also contact the Procurement and Contracts Division at (407) 246-2291
or visit us during normal business hours, to obtain award information and other
documents at:
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
Please remember, email notification is provided as a courtesy to our Bidders, but it is the
Bidder's responsibility to check with the City of Orlando's website at:
vend orlink.orlando.gov for current bid and other procurement information.
We appreciate your interest in doing business with the City of Orlando.
2. SCHEDULE:
The Cover page of this solicitation contains the scheduled calendar of events with
important dates and times for this Solicitation. Dates and times are subject to change by the
City's Chief Procurement Officer (CPO) or designee, at their sole discretion. If the
Procurement and Contracts Division determines that it is necessary to change these dates
or times prior to the Bid due date, the change will be announced via an addendum.
3. PRE -BID CONFERENCE:
The purpose of a Pre -Bid Conference is to review and discuss the solicitation (and any
addenda) as published. A representative from the Procurement and Contracts Division and
a technical representative from the using department will be present to discuss the
solicitation.
Procurement and Contracts Division Page: 4
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
_Non -Mandatory Pre -Bid Conference:
If a non -Mandatory Pre -Bid Conference is held, see the Cover Page of this solicitation for
the location, date, and time.
Mandatory Pre -Bid Conference:
If a Mandatory Pre -Bid Conference is held, in order to be considered present for a
Mandatory Pre -Bid Conference, a Bidder must have at least one (1) representative present
and signed in on the Pre -Bid Sign -In Sheet. See the Cover Page of this solicitation for the
location, date, and time.
Procurement and Contracts Division Page: 5
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
SECTION II — SCOPE OF WORK
I. BRIEF DESCRIPTION
The City of Orlando is inviting bids from qualified automotive service providers for an annual
Contract for sublet vehicle repairs.
Procurement and Contracts Division Page: 6
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
SECTION III - BID SUBMITTALS
1. Bidders are solely responsible for ensuring that their submittals are complete, uploaded
and submitted in the VendorLink system by the bid due date and time. The City shall
not be responsible for any submission delays or failures caused by any occurrence.
Bidders are expected to examine this solicitation, specifications, associated drawings, if
any, and all instructions. Failure to do so will be at the Bidder's risk.
Each Bidder shall furnish the information required on each bid submittal form and each
accompanying sheet thereof on which an entry is made.
The following items must be completed and uploaded as part of your electronic bid
submittal. Failure to complete and return required forms may result in your bid being
deemed non -responsive and not considered for award.
a. Bid Pricing - All prices shall be entered online. For instructions on submitting
Electronic Bid Pricing (which is required by this solicitation), See Exhibit 4.
b. Attachment A - Bidder's Questionnaire. This form must be downloaded,
completed, and uploaded as a part of the bid package.
c. Attachment B - Bidder's Certification Form. This form must be downloaded,
completed, signed, scanned, and uploaded as a part of the bid package.
d. Attachment C - Contract and Acceptance Form. This form must be downloaded,
completed, signed, scanned, and.uploaded as a part of the bid package.
e. Attachment D - Minority/Women-Owned Business Enterprise Participation Form.
This form must be downloaded, completed, and uploaded as a part of the bid
package.
f. Attachment E - Veteran Business Enterprise Participation Form. This form must be
downloaded, completed, and uploaded as a part of the bid package.
g. Attachment F - Conflict of Interest Disclosure Form. This form must be
downloaded, completed, and uploaded as a part of the bid package.
h. Attachment G - Confidential and/or Proprietary Information Exemption Form.
This form must be downloaded, completed, and uploaded as a part of the bid
package.
i. Attachment H - Addendum Receipt Verification Form. If an Addendum(s) is
issued, this form must be downloaded, completed, signed, scanned, and uploaded
as a part of the bid package.
Procurement and Contracts Division Page: 7
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
IFB22-0123
Sublet Vehicle Repair
Attachment I- Virtual Solicitation Opening- Bid opening will be held virtually via
Microsoft Teams.
k. Copy of Bidder's current W-9 is to be signed and uploaded as a part of the bid package.
1. Bid Security. If applicable.
Procurement and Contracts Division Page: 8
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
SCOPE OF WORK
Please see Exhibit 1 (uploaded as a separate document)
IFB22-0123
Procurement and Contracts Division page: 9
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
SPECIFICATIONS FOR SUBLET VEHICLE REPAIR.
I. GENERAL
The City of Orlando is inviting bids from qualified automotive service providers for an
annual Contract for sublet vehicle repairs as listed on the Bid Price Form. The City's fleet,
relevant to this solicitation, ranges from small passenger cars to light, medium, and heavy-
duty trucks. Other models or vehicle types may be added or deleted in the future as
required, by Contract Amendment. Contract Amendments must be signed by the
Contractor and the City's Chief Procurement Officer or designee before work on such
added equipment can take place.
II. SCOPE OF WORK
A. The Contractor shall provide all labor, material, equipment, supplies, and
transportation necessary for the performance of repairs and maintenance.
B. All work assigned.during the term of the Contract shall be strictly on an "as needed"
basis. The Contractor shall assume no guarantees as to the amount of work
allocated to the Contractor during the term of the Contract. Should multiple
Contracts result from this solicitation, the City reserves the right to allocate work
based on workloads and capabilities determined at the sole discretion of the City.
C. Estimated quantities are based upon previous usage and estimated needs for a
twelve-month period: These quantities are only given as a guideline for preparing
a bid and should not be construed as representing actual quantities to be repaired
and maintained. -
III. QUALIFICATIONS
A. All repair and maintenance work shall be performed by A.S.E. Certified technicians
or those with equivalent qualifications. The City reserves the right to define what
is an equivalent qualification at its sole discretion.
B. Bidders shall provide their Motor Vehicle Repair Registration Certificate and
Occupational License (as applicable) prior to award of a Contract. Failure to
provide required documentation may be cause for rejection of bids.
C. The Contractor's Local Service Facility (or Principal Place of Business if the same),
as indicated on the Bidder's Questionnaire, shall be located within a twenty (20)
mile radius from the City's Fleet Management Division, 1010 S. Westmoreland
Dr., Orlando, Fl.
D. The Contractor's facility shall have adequate provisions for the secured storage of
City vehicles when in the possession of the Contractor. Adequate provisions shall
include at a minimum: secured fencing of adequate height, security lighting, and
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
alarms guards or remote monitoring. The City reserves the right to inspect storage
provisions prior to award of a Contract and at any time during a Contract and
determine adequacy at the sole discretion of the City. Failure to meet these
requirements may be cause for rejection of bids or cancellation of a Contract.
E. It is expected that the Contractor shall give prompt and convenient service to the
City to the best of their ability, barring unforeseen circumstances, failure to do so
may be cause for termination of a Contract.
IV. WORK ORDER ISSUANCE AND APPROVAL PROCESS
A. Whenever the City deems it necessary to have repair or maintenance work
performed on any City vehicle, a work order shall be created by the City for the
work. The Contractor shall be notified verbally (followed up in writing within
twenty-four hours) or in writing of the work to be performed. In some cases, a work
order may be issued via telephone, using the City's Pro Card (credit card) for
payment.
B. The City shall provide a complete verbal (followed up in writing within twenty-
four. hours or written description of the work to be performed, to the best of its
ability. The Contractor, being a vehicle repair and maintenance professional, is
expected to have knowledge of what information must be taken into consideration
to produce a high -quality job and request additional information from the City when
necessary..
C. After receiving verbal (followed up in writing within twenty-four hours) or written
notification of the work to be performed, the Contractor shall have one (1) normal
business day in which to inspect the vehicle and submit a written quotation for the
work to the City. This written quotation must be in accordance with this Solicitation
and resulting Contract. (Quotations may not include items not covered under the
scope of the Contract). If the Contractor fails to respond in one (1) normal business
day, the work may be awarded to another Contractor by the City.
D. After receiving a written quotation, the City shall verify the work recommended by
the Contractor and if necessary, point out any discrepancies that shall be corrected
by the Contractor. A revised written quotation shall be submitted to the City by the
Contractor in such cases.
E. After verification of the written quotation by the City, and after receiving the City's
verbal (followed up in writing within twenty-four hours) or written approval of the
written quotation, the Contractor shall start the work within one (1) normal business
day, and thereafter, have two (2) normal business days to complete the work. Total
downtime acceptable, after receiving the City's verbal (followed up in writing
within twenty-four hours or written approval of the written quotation, including
pick-up and delivery) shall be three (3) normal business days. If the Contractor does
not meet the agreed downtime, the City reserves the right to have the vehicle(s)
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
returned to the Fleet Management Division or to another location designated by the
City.
F. When picking up vehicles from the City, if it becomes necessary, it is the
Contractor's responsibility to tow the vehicle at the Contractor's expense.
G. If (in the Contractor's judgment) any additional downtime is required exceeding
three (3) days, the Contractor shall notify the City in writing of such requirements
within one (1) normal business day of picking up the vehicle(s) from the City. The
Contractor shall provide good and sufficient reasons for requesting additional
downtime. The City, at its sole discretion, may elect to award the work to another
Contractor or have the Contractor return the vehicle to the City.
H. Except as may be directed otherwise, the Contractor shall deliver repaired vehicles
to the Fleet Management Division, 1010 S. Westmoreland Dr., Orlando, FL.
V. ADDITIONAL WORK
A. The Contractor shall not perform, or bill the City for, any additional work not listed
on the original, approved written quotation, without receiving the City's prior
approval in writing. The Contractor shall submit to the City a supplemental written
quotation, referencing the original approved written quotation, detailing the need
for additional work, clearly itemizing the price and indicating any additional
downtime required to perform the additional work.
B. After receiving a supplemental written quotation, the City shall verify the additional
work recommended by the Contractor and if necessary, point out any discrepancies
that shall be corrected by the Contractor. A revised supplemental written quotation
shall be submitted to the City by the Contractor in such cases.
C. After verification the supplemental written quotation by the City, and after
receiving the City's verbal (followed up in writing within twenty-four (24) hours)
or written approval of the supplemental written quotation, the Contractor shall
commence the additional work.
D. Additional work approved by the City shall be invoiced on one final invoice (along
with the originally approved work itemized separately and the additional work
clearly identified as approved additional work.
VI. MATERIAL REQUIREMENTS
A. The City prefers to purchase OEM parts. All materials used for the repair and
maintenance of City vehicles shall be in new condition.
B. Aftermarket, rebuilt, remanufactured, or exchange parts may be acceptable with
prior verbal or written approval by the City before making any (repairs, provided
they come with warranties equal to the new part warranties as specified in Section
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
VII, below. The Contractor shall be required to honor the bid pricing and Contract
Specifications for such purchases.
C. The Contractor may be required to furnish the complete current manufacturer's
price list and any parts catalog(s) that may be required by the City.
D. An adequate local stock parts and adequate facilities must be maintained at the
Contractor's place of business to assure the City of prompt service. The City
reserves the right to inspect the Contractor's inventory of parts and facilities prior
to award of a Contract and at any time during the Contract. Failure to meet the
City's requirements may be for rejection of a bid or cancellation of a Contract
at the City's sole discretion.
VII. WARRANTIES
A. The Contractor shall warrant that all work shall be performed in accordance with
the Specifications and be of the highest quality.
B. The warranty for equipment and parts provided during repair and maintenance
work, found to be defective or,not in conformity to the Specifications, shall be for
the manufacturer's warranty period, or thirty-six (36) months, 36,000 miles,
whichever is greater, to include the parts, labor, pick-up, and delivery.
C. The warranty for Preventive Maintenance (PM) items, and normal wear items such
as batteries, belts, bulbs, and tires, provided during repair and maintenance work,
found to be defective or not in conformity to the Specifications, shall be for the
manufacturer's warranty period.
D. The Contractor, in addition to all other warranties, shall be responsible for faulty
labor and workmanship and shall promptly correct improper work, without cost to
the City, within a reasonable time after receipt of notification of such faulty labor
and workmanship or reimburse the City for all costs related to the faulty labor and
workmanship. Payments in full or otherwise, do not constitute a waiver of this
warrantee. This warranty period shall be effective for one (1) year after acceptance
of the work by the City, at a minimum.
E. The Contractor shall warranty equipment or parts supplied to the City as wholesale
parts which are found to be defective or not in conformity to the Specifications.
The City reserves the right to cancel any orders and return such equipment or parts
to the Contractor, at the Contractor's expense, with no restocking or shipping
charges.
F. The Contractor shall provide detailed documentation of all non -warranty work, and
all warranty work performed for the City, in a written and electronic format.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
VIII, PRICING
A. The labor rate/hours shall be based on a fixed rate per hour. Hours charged shall
be based on a published labor rate standard such as Mitchell or Alldata, or actual
job hours, with prior verbal (followed up in writing within twenty-four (24) hours)
or written approval from Fleet Management.
B. Shop supplies and/or environmental fees required to complete maintenance or
repairs which are not parts, shall be charged at no greater than 2% of the total
invoice and shall not exceed $50.00 per invoice..
C. The parts percentage mark-up shall be based on the Contractor's bid fixed
percentage above the Contractor's actual cost of parts obtained through competitive
pricing. The City reserves the right to verify pricing with the Contractor's supplier.
Written documentation of the Contractor's cost and the Contractor's supplier for
parts sold to the City shall be provided to the City within seven (7) business days
upon Contractor's receipt of such request by the City.
D. Oils and lubricants shall be defined as parts and shall be subject to the Contracted
parts pricing.
E. The City shall not be charged shipping costs for Contractor stocked items,
Contractor stocked items which are `out of stock' or for non -stock items which are
available through a local inventory network, for items provided as part of repair
and maintenance or wholesale parts purchases.
F. Shipping charges for non -stock items which are not available through a local
inventory network, special order items or items shipped with expedited delivery at
the City's request, shall be estimated and itemized on the quotation provided to the
City for such items and shall require prior verbal (followed up in writing within
twenty-four (24) hours) or written approval by the City.
G. The Contractor should bid all items when bidding for each type of work. For
example, Contractor should bid on Markup %, Original Equipment Manufacturer
(OEM), Markup %, aftermarket, with prior approval by the City, and Labor Rate.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFI322-0123
SPECIAL CONDITION CLAUSES
Please see Exhibit 2 (uploaded as a separate document)
Procurement and Contracts Division Page; 10
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
I F622-0123
EXHIBIT 2
SPECIAL CONDITION CLAUSES
1. CONTRACT TERM:
It is the intent of the City to award a Contract for a three (3) year term to begin upon
approval and execution by the City. The Contract may, by mutual assent of the parties, be
renewed for two (2) additional twelve (12) month periods or portions thereof, up to a
cumulative total of 60 months.
2. AUTOMATED ORDER ENTRY SYSTEM:
B idders should furnish with their bid submittal details of any automated order entry
system available for use by the City.
3. CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result of this bid shall be
new (current production model at the time of this bid, unless otherwise specified). All
containers shall be suitable for storage or shipment, and all prices shall include standard
commercial packaging.
4. AVAILABILITY OF PARTS/SERVICE FACILITIES
The City of Orlando reserves the right to consider the availability of parts and service
facilities for the equipment offered. The failure of the Bidder to maintain a sufficient line
of parts to service the equipment may be cause for rejection of the bid.
5. REPORTING:
The Bidder shall report sales and usage data to the City on an annual basis in MS Excel
spreadsheet format. The following data at a minimum should be reported for each item
included on the Price Form that is procured during the reporting period:
• Contract name and number
• Bidder's name
• Item description
• Unit of measure
• Quantity
• Unit price
• Extended price
• Bidder's list price
Submission of requested Reports is the responsibility of the Bidder, without prompting or
notification by the City. The Bidder will submit by email the completed reports to the
Purchasing Agent identified in the Contract. The City shall work with the Bidder to
develop the approved electronic format and content of the Contract Sales Reports to be
used by the Bidder.
Failure to provide reports may be grounds for default and /or cancellation of the Contract.
Procurement and Contracts Division Page: 1
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
6. . INSURANCE RE UIREMENTS
For this Bid, the following types of insurance that are checked are required. For details,
please refer to Section 44 of the Standard Terms & Conditions.
✓
Workers Compensation and Employer's Liability
✓
Comprehensive Automobile Liability
✓
Commercial General Liability
❑
Commercial Crime
❑
Installation Floater
❑
Errors and Omissions Policy
❑
Privacy and Network Security Coverage
✓
Garage Keepers Liability
Procurement and Contracts Division Page; 2
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IF1322-0123
EXHIBIT 3
STANDARD TERMS AND CONDITIONS
1. COMMUNICATIONS• QUESTIONS REGARDING SPECIFICATIONS OR
BIDDING PROCESS:
a. All communication and contact regarding this solicitation shall be directed to the
Purchasing Agent referenced on the cover page of this solicitation.
b. To protect the integrity of the solicitation process and ensure fair consideration of all
respondents, a prohibited communication period is hereby established commencing as of
the time of the issuance of this solicitation and terminating upon execution of a contract
(or, if the solicitation is cancelled, upon cancellation of the solicitation).
Except for communication with the City's designated point of contact set forth in this
solicitation or as otherwise authorized by the City's Chief Procurement Officer, during the
prohibited communication period, the City prohibits communication regarding the
solicitation by a Bidder or potential Bidder (or on a Bidder or potential Bidder's behalf)
to or with any officer, elected official (including the Mayor and City Council), department,
division, office, or employee of the City, or any other person or entity providing advice to
the City related to this solicitation.
During the prohibited communication period, all contacts and communications regarding
the solicitation by a Bidder, or potential Bidder, including their agents, representatives and
others on their behalf, shall be directed to the City's Procurement and Contract Services
Division in the manner provided below in this solicitation, unless otherwise authorized by
the City's Chief Procurement Officer.
Prohibited contact or communications during the prohibited communication period may
result in disqualification from the solicitation process, rejection of the solicitation, or
termination of any resulting contract as determined by the Chief Procurement Officer. In
addition, prohibited contact or communications may also be grounds for suspension and
debarment of a Bidder or potential Bidder under the City's Procurement Code.
c. Any questions by a Bidder relative to the interpretation of specifications or the bid process
shall be addressed in writing as indicated below. In, order to be answered prior to the
submittal deadline, questions must be received by the Procurement and Contracts Division
ten (10) days prior to the date set for the receipt of bids. Any interpretation made to
prospective Bidders with respect to questions submitted prior to the cut-off date for
questions to be answered prior to the submittal deadline will be expressed in the form of
an Addendum to the specifications which, if issued, will be conveyed to all prospective
Bidders no later than five (5) days before the date set for receipt of bids. Oral answers and
written answers not answered in an Addendum issued by the Procurements and Contracts
Division will not be binding.
d. Bid openings shall be public, on the date and at the time specified on the bid form, with
the total bid amount being read aloud. It is the Bidders responsibility to assure that
Procurement and Contracts Division page: 11
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-a123
Their bid has been entered online no later than the due date and time of the bid opening.
The Bidder's name and verification of bond submittal, if applicable, will be publicly
announced aloud at the Bid opening.
2. BIDDER QUALIFICATION:
Bids will be considered from Bidders who have adequate personnel and equipment and who
are so situated as to perform prompt service or provide required goods. The City reserves
the right to request information or conduct an inspection of the Bidder's facility and
equipment prior to the award of the contract.
Bids will be considered only from Bidders which are regularly engaged in the business as
described in this bid package; with a record of performance for a reasonable period of time,
which have sufficient financial support, equipment, and organization to ensure that they can
satisfactorily execute the service if awarded a contract under the terms and conditions herein
stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully
equipped and well established company in line with the best business practice in the industry
and as determined by the City.
3. ALTERATIONS/CIIANGES TO BID PRICE FORM(S):
Bidder shall not change or otherwise alter the quantity or unit designations on the Bid Price
Form(s). The unit price bid and total extensions must correspond to these designations. Each
line item will be extended as indicated (quantity x unit price). The unit price shall prevail.
4. ADDENDA:
It is the Bidder's responsibility to contact the Procurement and Contracts Division prior to
submitting a Bid to ascertain if any Addenda have been issued, to obtain all such Addenda,
and return executed Addenda with the Bid. If you have downloaded this Bid from
VendorLink, please ensure that you also download all such Addenda. The failure of a Bidder
to submit acknowledgment of any Addenda that affects the bid price(s), is considered a
major irregularity and will be cause for rejection of the Bid.
5. UNBALANCED BIDS:
As determined by the City's Chief Procurement Officer in the CPO's discretion, the City
may consider a solicitation response irregular and reject it if any of the prices are excessively
unbalanced (either above or below the amount of a reasonable response) to the potential
detriment of the City. The City further reserves the right to require backup documentation
from the respondent if, in the Chief Procurement Officer's opinion, the prices are, or appear
to be, excessively unbalanced.
Procurement and Contracts Division Page: 12
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
6. WITHDRAWAL OF BIDS:
After bid opening, no changes in bid prices or other provisions shall be permitted. Bidders
may withdraw or correct a bid prior to the stipulated date and time for the opening of bids.
7. SELECTIONIREJECTION OF OPTIONS:
The City of Orlando reserves the right to select/reject options which are bid, based on price
and other considerations as deemed to be in the best interests of the City.
8. IRREVOCABLE OFFER:
The submission of a bid shall constitute an irrevocable offer to the City by the Bidder for a
period of ninety (90) days from the date of bid opening to provide the goods and services
set forth in this solicitation upon the terms, conditions, and provisions of this solicitation, at
the pricing set forth in the bid.
9. QUANTITIES
The quantities for the items listed in this solicitation are estimated annual quantities for
bid evaluation purposes only and should not be construed as representing actual quantities
to be purchased. Moreover, it is understood by all Bidders that the City is not obligated to
purchase any minimum or maximum amount during the life of a contract resulting from this
solicitation.
10. BIDDER'S CERTIFICATION FORM:
Each Bidder shall complete the "Bidder's Certification Form" included with this Invitation
for Bids. The form should be acknowledged before a Notary Public with notary seal affixed
on the document. The failure of a Bidder to include this document with their bid submittal
will be cause for rejection of the bid.
11. SUBMITTAL OF BIDS:
Bids shall be submitted utilizing the bid form(s) provided herein. All bids shall be properly
executed with all blank spaces filled in. The signatures of all persons signing shall be in
longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing
in the margin immediately opposite the correction the initials of a person signing the bid. If
the unit price and the total amount provided by a Bidder for any item are not in agreement,
the unit price alone shall be considered as representing the Bidder's intention, and the totals
shall be corrected to conform thereto.
12. INSPECTION, ACCEPTANCE, AND TITLE:
Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk
of loss or damage to all items shall be the responsibility of the Bidder.
Procurement and Contracts Division Page: 13
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair I)F'B22-0123
13. EXCEPTIONS TO TERMS AND CONDITIONS:
When completing your bid, do not attach any forms which may contain terms and conditions
that conflict with those listed in the City's bid document(s). Inclusion of additional terms
and conditions, such as those which may be on your company's standard forms, may result
in your bid being declared non -responsive.
14. SPECIFICATIONS:
a. The specifications shown in the Invitation for Bids are intended to represent items of
a quality level known to meet City's requirements. While the City endeavors to
promulgate written specifications that are accurate and nonrestrictive for bidding
purposes, they may also reference an item by manufacturer's name and model number.
Bidders are cautioned that in the event of a discrepancy therein, such difference must
be timely questioned in writing. Any written question must be received by the
Procurement and Contracts Division at the address on the cover of this solicitation no
later than ten (10) days prior to the bid opening.
b. If any proprietary, trade, brand, or manufacturers' name or part number is used herein
in describing the required equipment or materials, it shall be understood to indicate
the minimum standard of composition and quality desired, and shall not be construed
to exclude equipment or goods that equals or exceeds the functional capability and
quality of the named equipment. The City, in its sole discretion, shall determine
whether equipment or goods are equivalent in capability and duality.
C. In cases where an item is identified by a manufacturer's name, trade name, catalog
number, or reference, it is understood that the Bidder proposes to furnish the item so
identified and does not propose to furnish an "EQUAL" unless the proposed "EQUAL"
is definitely indicated therein by the Bidder. The reference to a name brand is intended
to be descriptive but not restrictive and only to indicate to the prospective Bidder
articles that will be satisfactory. Bids on other makes and catalogs will be considered
provided each Bidder clearly states in his bid or proposal exactly what he proposes to
furnish and forwards with his bid a cut illustration or other descriptive matter which
will clearly indicate the character of the article covered by his bid. The City hereby
reserves the right to approve as an equal, or to reject as not being equal, any article the
Bidder proposes to furnish which contains major or minor variations from the
specification requirements but may comply substantially therewith. If no particular
brand, model, or make is specified and if no data is required to be submitted with the
bid, the successful contractor after award and before emanufacturer or shipment may
berequired to submit working drawings or detailed descriptive data sufficient to enable
the City to judge if such requirement of the specification is being complied with.
d. Bidders are strongly encouraged to submit equivalent equipment or materials for
consideration during the question and answer period. If equivalent equipment or
materials is proposed, indicate the manufacturer's name and model number for the
Procurement and Contracts Division Page: 14
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
equipment and include any literature or other explanation of the equipment's quality
or performance with your bid.
e. The equipment bid herein shall be new and shall be of the current production model.
If applicable, detailed equipment specifications for make and model offered shall be
provided with bid.
Bidders may be required, at no expense or liability to the City, to make available for
test/demonstration, equipment equal in all aspects to the equipment bid, and/or equal
equipment that may be seen under operating conditions in the Central Florida area.
15. SILENCE OF SPECIFICATIONS:
The apparent silence of these specifications or any supplemental specifications as to details
or the omission from same of any detailed description concerning any point, shall be
regarded as meaning that only the best commercial practices are to prevail and that only
materials of first quality and correct type, size, and design are to be used. All workmanship
shall be first quality. All interpretations of specifications shall be made upon the basis of
this statement.
16. PRICES AND TERMS:
All prices must be firm for the delivery schedule quoted herein. All prices shall be bid
F.O.B. Destination delivered to any City of Orlando Department unless otherwise
stipulated in the IFB.
17. TAXES:
The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption
number is 85-8015427957C-9 and is also stipulated on all our Purchase Orders.
18. POLITICAL SUBDIVISIONS:
Under Florida Law, prices contained in State Contracts shall be available to the City of
Orlando, who might wish to purchase under a State Purchase Contract. The City of Orlando
therefore reserves the right to purchase any commodities from a State Purchase Contract if
in the best interest of the City.
19. MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices, and all
instructions pertaining to supplies and services. Failure to do so will be at the Bidder's risk.
Procurement and Contracts Division Page: 15
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair 1F 822-0123
20. SAFETY STANDARDS:
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies
shall comply with applicable requirements of Occupational Safety and Health Act 0nd any
standards thereunder.
21. MARKING:
Each individual container shall be marked with the brand name of the product, quantity and
the name and address of the manufacturer. Each shipping container shall include the name
of the Bidder and must also clearly indicate the City of Orlando Purchase Order Number.
22. INVOICING AND PAYMENT:
The Contractor shall be paid in accordance with Florida Statutes, upon submission of
invoices to: AP lnvaicesfa�cityoforlando.net or PO Box 4990, Orlando, FL 32802-4990.
Invoices are to be billed at the prices stipulated on the purchase order and/or as outlined in
this solicitation, All invoices must show the Purchase Order Number and/or City Contract
Number.
23. DISCOUNTS:
Bidders may offer a discount for prompt payment; however, such discounts shall not be
considered in determining the lowest net price for bid evaluation purposes. Discounts will
be computed from the date of satisfactory delivery at place of acceptance or from receipt
of correct invoice at the office specified, whichever is later.
Bidder is requested to offer price discount for prompt invoice payment. It is the policy of
the City of Orlando to make payments of invoices in time to earn any offered discounts.
Discount time will be computed from the date of satisfactory delivery at place of acceptance
or from receipt of correct invoice at the Accounts Payable Office, whichever is later.
24. PROMPT PAYMENT ACT:
Payment by the City shall be made in accordance with Sections 218.70. et sq. Florida
Statutes, Local Government Prompt Payment Act.
Proper Invoice
For purposes of billing submission and payment procedures, a "proper invoice" by a
Contractor or other invoicing party shall consist of at least all of the following:
a. a description (including quantity) of the goods and/or services provided to the
City (or a party on behalf of the City) reasonably sufficient to identify it (or them);
Procurement and Contracts Division page: 16
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
b. the unit pricing, quantity and total amount due in accordance with the contract
terms and conditions and applicable discount(s);
C. the full name of the Contractor or other party who is supplying the goods and/or
services including a mailing address in case of a dispute and a mailing address
for payment purposes (if they are different) and a telephone number;
d. the Purchase Order or contract number as supplied by the City; and
an identification by Division, Office or Department of the party(ies) to whom the
goods were delivered or services provided.
Finally, in addition to all of the above, in order to be considered a proper invoice, it
must be based on a proper delivery, installation, or provision of the goods and/or
services to and acceptance by the City (or party on behalf of the City); the Contractor
or other party who is supplying the goods and/or services has otherwise complied with
all of the contract's terms and conditions and is not in default of any of them; andif the
contract requires any subcontractors or other parties to be bound by similar other"flow-
down" requirements that those requirements have been complied with.
2. Dispute Resolution
in the event a dispute occurs between a Contractor or other invoicing party ("invoicing
party) and the City concerning payment of an invoice, the City Department, Office or
Division which has the dispute along with a representative of the City's Procurement
and Contracts Division and the invoicing party shall meet to consider the disputed
issues. The invoicing party shall provide to the City such material and information as
the City may reasonably require. Any such procedure shall be initiated by either party
notifying the other in writing of a dispute and stating with specificity its nature. This
procedure shall commence not later than forty-five
(45) days, and be resolved not later than sixty (60) days, after the date on which the
proper invoice was received by the City. Any decision by the City's Chief Procurement
Officer shall constitute the final decision of the City regarding these matters and shall
be communicated in writing to the invoicing party within three business days after such
decision. If no decision is rendered within the time period asset out above, then a
decision against the invoicing party shall be deemed to have been issued.
25. INSPECTION OF PUBLIC RECORDS:
Bidders may request copies of the solicitation records in person or by written request to the
City Records and Archive Management Services located at 400 South Orange Avenue, 2"a
Floor, Orlando, Florida, 32801 or by calling (407) 246-2148. You may also email your
request to records(& orlando.gov. Pursuant to Florida State Statute Chapter 119.07, sealed
bids are exempt from public inspection until such time as the City provides Notice of
Intended Action or until thirty (30) days after bid opening, whichever is earlier.
Procurement and Contracts Division Page: 17
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB22-0123
26. IRREGULAR BIDS:
Submissions made on documents other than the ones furnished .by the Procurement and
Contracts Division may not be considered. Changes in phraseology, additions, or limiting
provisions made on the Invitation for Bids may render the bid irregular and may cause
rejection. The City's Chief Procurement Officer, however has the authority to waive minor
irregularities.
27. CONTINGENT FEES:
The Bidder warrants that no City official or employee was paid a fee, commission, gift, or
other consideration contingent upon receipt of an award for the services and/or supplies
specified herein.
28. EVALUATION OF BID AWARD:
The City reserves the right to award the bid to the responsive and responsible Bidder who
submits the lowest bid meeting specifications. For purposes of this solicitation, the
determination of the responsive and responsible Bidder submitting the lowest bid shall be
made after the application of all applicable programs and preferences established by the
City, including but not limited to the City's MBE/WBE program and VBE preference. In
determining whether a Bidder is responsible, the City reserves the right to consider matters
such as, but not be limited to, quality offered, delivery terms, and service reputation of the
Bidder.
29. AWARD OR REJECTION OF BIDS:
The City's Chief Procurement Officer reserves the right to accept any, all or part of any
bids, to waive minor irregularities, or to reject any, all or part of any bids, and to advertise
for new bids, as the interest of the City may require. The City's Chief Procurement Officer
also reserves the right to reject the bid of a Bidder who has previously failed to perform
properly or complete on time contracts of a similar nature, or a bid of a Bidder who
investigation shows is not in a position to perform the contract. In determining
responsibility, the following other qualifications, in addition to price, may be considered
by the City's Chief Procurement Officer:
a. The ability, capacity, and skill of the Bidder to perform the service required.
b. Whether the Bidder can perform the contract or provide the service promptly, or
within the time specified, without delay or interference.
c. The character, integrity, reputation, judgment, experience, and efficiency of the
Bidder.
d. The quality of performance of previous contracts or services.
e. The previous and existing compliance by the Bidder with laws and ordinances
relating to the contract or service.
Procurement and Contracts Division Page: 18
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
f. The sufficiency of the financial resources and ability of the Bidder to perform the
contract or provide the service.
g. The quality, availability, and adaptability of the supplies, or services, to the
particular use required.
h. The ability of the Bidder to provide future maintenance and service for the use of
the subject of the contract.
i. Whether the Bidder is in arrears to the City on a debt or contract or is a defaulter
on surety to the City, or whether the Bidder's taxes or assessments are delinquent.
j. Such other information as may be relevant or secured.
30. AWARDS:
As the best interest of the City of Orlando may require, the right is reserved to make award(s)
by individual items, group of items, all or none, or a combination thereof, with one or more
suppliers; to reject any all bids or waive any informality or technicality in bids received.
31. MULTIPLE AWARDS:
The City reserves the right in its sole discretion after evaluation of all responsive bids, to
award the work described herein to more than one responsive and responsible Bidder. In
such cases where an award is made to more than one responsive and responsible Bidder, the
City shall apportion the work among the various primary, secondary and alternate providers
in such manner and at such time as it deems appropriate under the circumstances in its sole
discretion and no minimum amount or proportion of work is guaranteed to any single
provider or class of providers irrespective of such provider's designation as primary,
secondary or alternate.
32. PRICING AND ORDERING:
The awarded Bidder shall honor all orders in accordance with the terms and conditions of
the solicitation and their pricing and discounts terms as listed in their bid submittal. Unless
otherwise specified, the awarded Bidder shall stock sufficient quantities of supplies to meet
the requirements of the City on an "as -needed" basis within seventy-two (72) hours after
being notified of such requirements by the City.
33. RETURN OF PRODUCTS/EQUIPMENT:
All items delivered must meet the Specifications herein. Items delivered not as specified
will be returned at no expense by the City of Orlando. The City may return, for full credit,
any unused items received which fail to meet the City's performance standards.
Replacement items meeting Specifications must be submitted within a reasonable time
Procurement and Contracts Division Page: 19
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
after rejection of the non -conforming items. Unless a different time period is specified, the
Contractor is to accept for full credit, any merchandise returned by the City within ninety
(90) days from the delivery or pick up date. All merchandise to be acceptable for fuli credit
is to be returned in a condition to allow for resale by the contractor and include reference to
an applicable Contractor Invoice or Packing List. Full credit is to include all costs paid by
the City related to the subject merchandise as determined by the appropriate Contractor
Invoice or Packing List.
34. FAMILIARITY WITH SITE WORK AND CONDITIONS:
The responsibility for the determination of accurate measurements, the extent of work to be
performed, and the conditions surrounding the performance thereof shall be the Bidder's.
Submission of a bid shall constitute acknowledgment by the Bidder that it is familiar with
all such conditions. The failure or neglect of a Bidder to familiarize itself with the site of the
proposed work, shall in no way relieve it from any obligations with respect to its bid.
35. RIGHT TO AUDIT RECORDS:
The City shall be entitled to audit the books and records of a Contractor or any subcontractor
to the extent that such books and records relate to the performance of the contract or any
subcontract. The Contractor and its subcontractors shall retain and maintain financial
records and other records relating to the contract for a period of five (5) years from the date
of final payment under the contract and by the subcontractor for a period of five (5) years
from the date of final payment under the subcontract unless a shorter period is otherwise
authorized in writing by the City. If any litigation, claim, negotiation, audit or other action
involving the records has been started before the expiration of the 5-year period, the records
must be retained until completion of the action and resolution of all issues which arise from
it, or until the end of the regular 5-yearperiod, whichever is later.
36. ASSIGNMENT:
The Contractor shall not sell, assign, or transfer any of its rights, duties, or obligations under
the contract or under any purchase order issued pursuant to the contract, without the prior
written consent of the City. The Contractor shall give full attention to the contract, to the
faithful execution of the contract, and shall keep the same under its control.
37. FISCAL YEAR FUNDING APPROPRIATION:
a. Specified Period
Unless otherwise provided by law, a contract for supplies or services may be entered into
for any period of time deemed to be in the best interest of the City provided funds are
available for the first fiscal period at the time of contract. Payment and performance
obligations for succeeding fiscal periods shall be subject to appropriation by City Council
of funds therefor.
Procurement and Contracts Division Page: 20
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IF1322-0123
b. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods
When funds are not appropriated or otherwise made available to support continuation of
performance in a subsequent fiscal period, the contract shall be cancelled and the
Contractor shall be entitled to reimbursement for the reasonable value of any
nonrecurring cost incurred but not amortized in the price of the supplies or services
delivered under the contract or otherwise recoverable.
38. APPLICABLE LAW AND APPEALS:
This solicitation is issued in accordance with and shall be governed by the provisions and
procedures of Chapter 7 of the City .of Orlando's Code which can be accessed online at:
https://www.iiiunicode.coiii/libi-ary/fl/oriando/codes/code of ordinances?nodeld=T1TIICI
CO CH7PRC0 or by contacting the Procurement and Contracts Division. Any appeal of
matters relating to this solicitation must be filed in accordance with the requirements of
Chapter 7 of the City Code.
39. WARRANTY:
Bidder warrants that all equipment, materials and workmanship, whether furnished by
Bidder or its subcontractor(s), will comply with the City's specifications, drawings and other
requirements. The Contractor warrants -that the Work including equipment and materials
provided shall conform to professional standards of care and practice in effect at the time
the Work is performed, be of the highest quality, and be free from all faults, defects or errors.
Whenever required by the specifications of the Invitation to Bid, the Contractor warrants
that all equipment and materials provided shall be new. If the Contractor is notified in
writing of a fault, deficiency or error in the Work provided within one (1) year from
completion of the Work, the Contractor shall, at the City's option, either reperform such
portions of the Work to correct such fault, defect or error, at no additional cost to the City,
or refund to the City, the charge paid by the City, which is attributable to such portions of
the faulty, defective or erroneous Work, including the costs for reperformance of the work
provided by other Contractors.
40. CONTRACT AND ACCEPTANCE FORM:
In order to expedite the contracting process after bid opening and preclude delays
occasioned by subsequent contract execution, Bidders are requested to sign the Contract and
Acceptance Form included with this solicitation and return the form with their bid. In the
event that a successful Bidder fails to properly execute the Contract and Acceptance Form
or return said form (or, if necessary, a letter of authorization) with their bid, the City shall
notify the Bidder of the City's intent to make an award and the Bidder shall submit such
form properly executed (together with a letter of authorization, if necessary, as set forth
below) within fifteen (l 5) calendar days of receipt of notice from the City. Unless such time
is extended by the City, the failure of a Bidder to submit a properly executed form (and,
where necessary, a letter of authorization) within said time period shall because for
cancellation of the intended award by the City in its sole discretion. In the event that an
intended award is cancelled, the award may then be made to the next lowest responsive and
responsible Bidder or the City's Chief Procurement Officer may decline to
Procurement and Contracts Division Page: 21
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IF1322-0123
make an award. Successful Bidders who default in properly executing the Contract and
Acceptance Form after notification of the City's intent to make an award shall forfeit any
bid security to the City and are subject to suspension and/or debarment by the City. Unless
otherwise agreed by the City in its sole discretion, the Contract and Acceptance form shall
be executed and notarized as follows:
a. If the Contractor is a corporation, the Contract and Acceptance Form shall be
signed by an authorized corporate officer (i.e., President, Vice President, C.E.O,
orC.O.O.).
b. If Contractor is a Partnership, the Contract and Acceptance Form shall be signed
by a general or managing partner.
c. If the Contractor is a limited liability company, the Contract and Acceptance
Form shall be signed by a Manager or Managing Member having authority to
bindthe company.
d. If Contractor is a sole proprietorship, the owner shall sign the Contract and
Acceptance Form.
If an aforementioned signatory is not available and a different authorized signatory executes
the form, a letter of authorization reflecting the signatory's authority shall be submitted on
the Contractor's stationery stating that the person who signed the form is duly authorized
to enter into such contract on behalf of the Contractor. Such letter of authorization shall be
signed by one of the designated signatories above or such other representative as may be
acceptable to the City. If you have any questions regarding the execution of the Contract
and Acceptance Form, please contact the Procurement and Contracts Division at (407) 246-
2291 for further clarification.
If a bid is accepted by the City of Orlando, the Contract and Acceptance Form will be
executed by the City with respect to the items awarded and returned to the Contractor
evidencing the City's acceptance of the bid. No award shall be final, and no Contractor shall
have any entitlement to a contract or award, until such time as the City has executed the
Contract and Acceptance Form. Upon execution by both parties, the Contract and
Acceptance Form will constitute the formal written contract between the City of Orlando
and the Contractor. Any such resulting contract shall be non-exclusive, and the City may
procure the goods and services listed in said contract from other sources. Within one (1)
week of receipt of the fully executed Contract and Acceptance Form, an awarded Contractor
shall provide to the City with any required bonds, indemnities, and insurance certificate(s).
41. ACCEPTANCE OF MATERIALS/SERVICES:
The City will be deemed to have accepted the Work after the City's Chief Procurement
Officer is notified by the using Department of its satisfaction that the Work is completed, in
accordance with solicitation specifications. The Work under this Agreement shall remain
the property of the Contractor until the City accepts such work. In the event the Work
furnished under this Agreement is found to be defective or does not conform to the
Procurement and Contracts Division Page: 22
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
specifications, the City reserves the right to cancel the Agreement upon written nonce to the
Contractor.
42, CONTRACT ALTERATIONS:
No waiver, alterations, consent or modification of any of the provisions of the contract shall
be binding unless in writing and signed by the City's Chief Procurement Officer (CPO) or
the CPO's designee.
43. INDEMNIFICATION:
The awarded Bidder agrees to indemnify and hold harmless the City, its elected officials,
officers, agents, and employees, from and against any and all liability, claims, damages,
demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions,
including attorneys' fees for trial and on appeal, and for the preparation of same arising out
of the Contractor's, its officers', agents', and employees' acts, or omission_ s associated with
the contract.
44. INSURANCE:
General Insurance Requirements. Within seven (7) days of receipt of a notification of
intended award from the City, the Contractor shall provide the City with the required
Certificate(s) of Insurance in a form(s) acceptable to the City. The Certificate(s) of
Insurance shall demonstrate that the awarded Bidder has coverage in accordance with
the requirements set forth herein. Insurance coverage must be in force throughout the
contract term. Should a Contractor fail to maintain insurance as required or to provide
acceptable evidence of insurance within seven (7) days prior to the expiration date of an
insurance policy, the City shall have the absolute right to terminate the contract without
any further obligation to the Contractor. In such event the Contractor shall be liable for
the entire additional cost of procuring performance plus the cost of performing the
incomplete portion of the contract at the time of termination.
b. Subcontractors. Unless expressly specified otherwise in this solicitation, a Contractor
and its subcontractors of any tier will be required at their own expense to maintain in
effect at all times during the performance of the work insurance coverages with limits
not less than those set forth below with insurers and under forms of policies satisfactory
to the City. It shall be the responsibility of the Contractor to maintain the required
insurance coverages and to assure that subcontractors maintain required insurance
coverages at all times. Failure of a Contractor to maintain adequate coverage shall not
relieve it of any contractual responsibility or obligation. The requirements specified
herein as to types, limits, and City's approval of insurance coverage to be maintained by
a Contractor and its subcontractors are not intended to and shall not in any manner limit
or qualify the liabilities and obligations assumed by the Contractor and itssubcontractors
under a contract. Any insurance carried by the City that may be applicable shall be
deemed to be excess insurance and the Contractor's insurance primary for all purposes
despite any conflicting provision in the Contractor's policies tothe contrary.
Procurement and Contracts Division page: 23
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFIR22-0123
c. Certificates of Insurance. Prior to commencing work at the jobsite, and as a condition
precedent to the Contractor's and his subcontractors' initiation of performance, the
Contractor and its subcontractors shall furnish the City with certificates of insurance as
evidence that policies providing the required coverage and limits of insurance are in full
force and effect. The certificates shall provide that any company issuing an insurance
policy for the work under a contract shall provide not less than 30 days advance notice
in writing to the City prior to cancellation, termination, or material change of any policy
of insurance (except for notice of non-payment of premium for which not less than 10
days advance notice in writing shall be required). In addition, the Contractor shall
immediately provide written notice to the City upon receipt of notice of cancellation of
an insurance policy or a decision to terminate an insurance policy. All certificates of
insurance shall clearly state that all applicable requirements have been satisfied,
including certification that the policies are of the "occurrence" type. Certificates of
insurance for a Contractor and subcontractor -furnished insurance and notices of any
cancellations, terminations, or alterations of such policies shall be mailed to the
Procurement and Contracts Division at the address set forth for delivery of the bid.
d. Additional Insureds. All insurance coverages furnished under a contract except
Workers' Compensation, Employers' Liability and any Professional Liability Policy
shall include the City and its officers, elected officials, and employees as additional
insureds with respect to the activities of the Contractor and its subcontractors. The City
shall not by reason of their inclusion under these policies incur liability to the insurance
carrier for payment of premium for these policies.
e. Waiver of Subrogation. The Contractor and its subcontractors shall require their
insurance carriers, with respect to, all insurance policies, to waive all rights of
subrogation against the City, its officers, elected officials, agents and employees and
against other Contractors and subcontractors.
f. Types of Coverage to be Provided. Insurance will be provided by the Contractor as may
be required by the Special Conditions. If required, the awarded Contractor (and its
subcontractors to the same extent and on the same terms as set forth below for
Contractor) shall maintain the following coverages and furnish the certificate(s) of
insurance on the policies and renewals thereof which indicate that insurance coverage
has been obtained meeting the requirements of the contract.
(i) Workers Compensation and Employer's Liability. This insurance shall protect the
Contractor against all claims under applicable state workmen's compensation
laws. The Contractor shall also be protected against claims for injury, disease, or
death of employees that, for any reason, may not fall within the provisions of a
workmen's compensation law. This policy shall include an "all states" or "other
states" endorsement. Exemption certificates shall be accepted if valid during the
term of the contract, but only for those eligible corporate officers pursuant to
Chapter 440 of the Florida Statutes. Proof of workers' compensation coverage
must still be provided for all employees, sub -
Procurement and Contracts Division Page: 24
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
IFB22-0123
Sublet Vehicle Repair
contractors not eligible for exemption. The liability limits shall not be less than:
Workers' compensation Statutory
Employer's Liability $100,000 each occurrence
(ii) Comprehensive Automobile Liability. This insurance shall be written in
comprehensive form and shall protect the Contractor and the additional insureds
against all claims for injuries to members of the public and damage to property of
others arising from the use of motor vehicle, and shall cover operation on or off
the site of all motor vehicles licensed for highway use, whether they are owned,
non -owned, or hired. The liability limits shall not be less than:
Bodily injury and $1,000,000 combined single
Property damage limit each occurrence
(iii) Commercial General Liability. This insurance shall be an "occurrence" type
policy written in comprehensive form and shall protect the Contractor and the
additional insureds against all claims arising from bodily injury, sickness, disease,
or death of any person or damage to property of the City or others arisingout of
any act or omission of the Contractor or its agents, employees, or subcontractors.
This policy shall also include protection against claims insured by usual bodily
injury liability coverage, a "contractual liability" endorsement to insure the
contractual liability assumed by the Contractor under its contract withthe City,
and "Completed Operations and Products Liability" coverage (to remainin force
for 2 years after final payment and subsequent to project completion). Ifthe
Contractor's work, or work under its direction, requires blasting, explosive
conditions, or underground operations, the comprehensive general liability
coverage shall contain no exclusion relative to blasting, explosion, collapse of
structures, or damage to underground property. The liability limits shall not be
less than:
Bodily injury and $1,000,000 combined single
Property damage limit each occurrence
(iv) Commercial Crime. Prior to performance as a result of award of this bid
solicitation, the Contractor shall secure and maintain Commercial Crime
Insurance or the equivalent covering all of Contractor's employees engaged in
work as specified herein or having access to City buildings.
The Commercial Crime Policy, with endorsement CR04010300 covering client's
property shall provide a minimum coverage of $300,000 per employee/owner per
occurrence and shall remain in effect for the entire contract period and any
subsequent renewals. Evidence of required Commercial Crime Insurance shall be
submitted to the Procurement and Contracts Division prior to commencing work.
Procurement and Contracts Division Page: 25
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
It is highly recommended that Bidders confer with their respective insurance
carriers or brokers to determine, in advance of their bid submission, the
availability and cost of this required insurance and related endorsement.
(v) Installation Floater. Contractor shall purchase and maintain property insurance
for the work at the site, including the. value of any City supplied materials and
equipment in the amount of the full replacement cost thereof up to the value of
the contract. This coverage shall be written on an all risk basis and shall provide
coverage for physical loss or damage to the equipment on site, , in transit and while
temporarily in storage at the site or off site. Coverage shall also be provided for
performance testing, and shall be maintained in effect until final payment is made
unless otherwise agreed to in writing by the City. This policy shall include the
interest of the City who is deemed to have an insurable interest and shall be listed
as a named insured.
(vi) Professional Liability. The Contractor shall also purchase, maintain, and keep in
full force, effect, and good standing, a professional liability/errors and omissions
insurance policy having minimum limits of $1,000,000, with a maximum
deductible of $100,000 per claim and in the annual aggregate, or the Contractor
shall provide the City with policy coverage wherein the insurer agrees to pay
claims (up to the limits of coverage), and will thereafter recover the deductible
from the insured Contractor. The errors and omissions policy shall be in effect
and shall insure the Contractor's performance on City projects.
(vii) C ber Liability Coverage, To the extent that the Contractor/Supplier provides
software, hardware, software or system development, consulting services,
Internet/Application Service Provided services (e.g., outsourced functions such
as web -hosting), or any other technology service, Technology Errors &
Omissions (or technology professional liability coverage) insurance, including
coverage for loss or disclosure of electronic data, media and content rights
infringement and liability, network security failure and software copyright
infringement liability due to the failure of the Contractor's/Supplier's products or
services with limits of not less than $10,000,000 per occurrence.
If the Contractor/Supplier has access to Confidential Information, Privacy and
Network Security (sometimes otherwise known as Cyber Liability) coverage
which includes providing protection against liability do (a) system attacks, (b)
denial or loss of service attacks, (c) spread of malicious software code, (d)
unauthorized access and use of computer systems, (e) crisis management and
customer notification expenses, (i) privacy regulatory defense and penalties and
(g) liability arising from the loss or disclosure of confidential data with coverage
limits of not less than $10,000,000.00 per occurrence.
(viii) Garage Keepers Liability. Garage Liability Insurance in the amount not less than
$1,000,000.00 combined single limit per occurrence for bodily injury and
Procurement and Contracts Division Page: 26
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IF1322-0123
property damage endorsed to include: a. Automobile Service Operations; and b.
Garage keepers legal liability.
45. EQUIPMENT:
The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials,
tools, equipment, and consumables, left on City property by the Contractor.
46. LICENSES:
Unless otherwise extended by the City, the awarded Bidder will be required within fifteen
(15) calendar days of award date, to provide any and all local, state, and federal licenses,
approvals, permits, authorizations and/or certifications which would be applicable for all
services to be rendered during the term of the contract.
47. PUBLIC ENTITY CRIMES:
A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on
the convicted vendor list following a conviction for a public entity crime may not submit a
bid to provide any goods or services to a public entity, may not submit a bid with a public
entity for the construction or repair of a public building or a public work, may not submit a
bid on leases of real property to a public entity, may not be awarded or perform work as a
Contractor, supplier, subcontractor, or consultant under an agreement with any public entity,
and may not transact business with any public entity in excess of the threshold amount
provided in §287.017 of the Florida Statutes for Category Two, for a period of 36 months
from the date of being placed on the convicted vendor Iist.
48. PAYMENT OF SUBCONTRACTORS (FOR CONSTRUCTION PROJECTS
ONLY
_)
Final and complete payment will be made on the basis of completion and acceptance by the
City of the work performed under the contract and receipt of satisfactory evidence that all
payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made
in compliance with §218.735 (6) et sq. Florida Statutes. The existence of any unpaidbills or
charges for labor, materials or other supplies used directly by the Contractor or any
subcontractor under the contract, shall constitute cause for the City to withhold final
payment until said bills or charges are paid.
49. AFFILIATED AGENCIES
This solicitation is issued by the City of Orlando on behalf of itself and its affiliated
agencies, including but not limited to the Community Redevelopment Agency of the City
of Orlando ("CRA"), the Downtown Development Board ("DDB"), and the Downtown
South Neighborhood Improvement District ("DSNID") (each an "Affiliated Agency").
Upon the written agreement of the Contractor and an Affiliated Agency (or upon the
issuance of a Purchase Order by an Affiliated Entity in circumstances where the City places
orders by Purchase Order), Contractor shall provide such goods and/or services asset forth
in this solicitation to an Affiliated Agency upon the same pricing, terms, and conditions set
forth in the Contract between the City and Contractor, unless otherwise
Procurement and Contracts Division Page; 27
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
IFB22-0123
Sublet Vehicle Repair
agreed in writing by the Contractor and the Affiliated Agency. Except as may otherwise
be expressly provided in the agreement or Purchase Order authorizing the acquisition of
the goods or services, (i) the procuring Affiliated Agency shall be solely responsible for
all obligations and duties, and shall have all rights of the City, with respect to the goods
or services procured by the Affiliated Agency; and (ii) Contractor shall look solely to the
procuring Affiliated Agency for payment and the performance of any and all other
obligations for goods or services contracted for by a procuring Affiliated Agency. With
respect to work performed for an Affiliated Agency, actions may be taken on behalf an
Affiliated Agency by the Chief Procurement Officer of the City of Orlando, or his
designee(s).
50. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: Final
and complete payment will be made on the basis of completion and acceptance by the City
of the work performed under the contract and receipt of satisfactory evidence that all
payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made
in compliance with 218.735 (6) et sq. Florida Statutes. The existence of any unpaid bills or
charges for labor, materials or other supplies used directly by the Contractor or any
subcontractor under the contract, shall constitute cause for the City to withhold final payment
until said bills or charges are paid.
51. TERMINATION FOR CONVENIENCE:
The City's Chief Procurement Officer may terminate any contract resulting from this
solicitation for convenience with advance written notice to the Contractor. In the event of
such a termination by the City, the City shall be liable for the payment of all work properly
performed or materials provided prior to the effective date of termination and for all portions
of materials, supplies, services, and facility orders which cannot be cancelled and were
placed prior to the effective date of termination.
52. TERMINATION FOR DEFAULT:
The performance of Work under the contract may be terminated by the City's Chief
Procurement Officer, in whole or in part, in writing, whenever the Chief Procurement
Officer shall determine that the Contractor has failed to meet the performance requirements
of the contract. The Chief Procurement Officer has a right to terminate for default if the
Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor
fails to perform the Work within the time specified in the contract, or if the Contractor fails
to perform any other provisions of the contract. Notwithstanding the preceding, nothing
herein shall be deemed to preclude the Chief Procurement Officer in the CPO's sole
discretion on a case by case basis from providing the Contractor with written notice and a
reasonable opportunity to cure the default prior to termination.
Procurement and Contracts Division Page: 28
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
Failure of a Contractor to deliver or perform the required Work within the time specified,
or within a reasonable time as determined by the Chief Procurement Officer or failure
to make replacements of rejected articles or Work when so requested, immediately or as
directed by the Chief Procurement Officer, shall constitute authority for the Chief
Procurement Officer to purchase in the open market articles or Work of comparable
grade to replace the articles or Work rejected, not delivered, or not completed. On all
such purchases, the Contractor or his surety, shall reimburse the City, within a
reasonable time specified by the Chief Procurement Officer, for any expense incurred in
excess of the contract prices.
Such purchases shall be deducted from contract quantities or work. Should public
necessity demand it, the City reserves the right to utilize services or use and/or consume
articles delivered which are substandard in quality, subject to an adjustment in price to
be determined by the Chief Procurement Officer. The Contractor shall not be liable for
any excess costs if acceptable evidence has been submitted to the Chief Procurement
Officer that failure to perform the Work was due to causes beyond the control and
without the fault or negligence of the Contractor. Nothing herein shall be deemed to
preclude the City's exercise of any other rights or the City's pursuit of any other remedies
that it may have herein or under law or in equity, including but not limited to any right
of the City to terminate the contract for convenience.
53. AMERICANS WITH DISABILITIES ACT:
Notwithstanding any provision of this solicitation to the contrary, persons with
disabilities needing a special accommodation to submit a bid or participate in this
solicitation should contact the Procurement and Contracts Division, City Hall at One
City Commons, 400 South Orange Avenue, Orlando, Florida 32801, telephone number
(407) 246-2291, not later than seven (7) days prior to the submittal date for
accommodations related to the submittal, or seven (7) days prior to the date on which
any other accommodation is needed
54. PURCHASING CARD PROGRAM:
The City of Orlando uses the VISA Purchasing Card Program to streamline our
procurement process. In order to expedite payments to suppliers, The Bank of America
VISA Purchasing Card and ePayable solution has been implemented to more effectively
control our procurement activities and to achieve a significant cost savings over the
traditional paper, purchasing and payment system. As one of the City of Orlando's valued
suppliers, your business may also.achieve cost savings results by accepting the ePayables
solution. Identified supplier benefits of this Program may include:
• Reduction of payment time
• Direct electronic deposit to your primary banking account
• Increase in working capital
* Elimination of invoicing
• Reduced collection efforts
• Enhanced corporate relationships
• Reduced billing costs
• Enhanced reporting
+ Increased sales as a "Preferred Supplier"
Procurement and Contracts Division Page: 29
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
Additionally, you will be able to grow your customer base by accepting purchasing cards
from other corporate customers as well as all major credit cards, therefore, The City
encourages all Contractors to accept the VISA ePayable solution.
55. EMERGENCY SUPPORT:
It is hereby made a part of this Invitation for Bids that before, during and after a public
emergency, disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be
provided goods and services on a first priority basis. It is vital and imperative that the
citizens of the City are protected from any emergency situation which threatens public
health and safety, as determined by the City. Contractor agrees to provide, rent, sell, or lease
all goods and services required by the City on a first priority basis. The City expects to pay
a fair and reasonable price for all goods and services acquired before, during and after -a
disaster, emergency or hurricane. Contractor shall furnish a twenty-four (24) hour phone
number in the event of such an emergency.
56. SUBCONTRACTORS:
The Contractor shall perform all of its obligations and functions under the contract by means
of its own employees, or by a duly qualified subcontractor, which is approved in advance
by the City. In the event a subcontractor is employed, the Contractor shall continuously
monitor the subcontractor's performance, shall remain fully responsible to ensure that the
subcontractor performs as required and itself perform or remedy any obligations or
functions, which the subcontractor fails to perform properly.
57. BID PRICES:
Unless otherwise specified, Bid Prices must include all costs (labor, overhead, materials)
and profit to perform the work specified in this Invitation for Bids. Bid prices shall remain
firm for the entire contract period unless otherwise specified or changed by an Amendment.
At each renewal period, price increases or decreases may be considered, provided they are
reasonable and acceptable to the City. Any Amendment must be in writing and signed by
both parties.
58. GOVERNING LAW 1 VENUE
Any contract entered into as a result of this solicitation shall be deemed to be under and
shall be governed by, and construed according to, the laws of the State of Florida. Any
litigation arising out of this contract shall be commenced in the State and Federal Courts of
Orange County, Florida. Contractor shall comply with all applicable federal, state, and local
laws in the performance of work under the contract.
59. FLORIDA PUBLIC RECORDS LAW
To the extent applicable, Contractor shall comply with Florida public records laws,
including Sections 119.0701(2) (b) I through 4 of the Florida Statutes. IP THE
CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF THE PUBLIC RECORDS AT CIO DEPUTY CITY CLERK,
RECORDS(a,ORLANDO.GOV, TELEPHONE NUMBER (407) 246-3538, 400 S.
ORANGE AVE., ORLANDO, FL 32801.
Procurement and Contracts Division Page: 30
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IFB2.2-0123
60. RECYCLED CONTENT:
In support of the Florida's waste management laws, Bidders are encouraged to supply
with their bid, any information available regarding recycled material content in the products
bid. The City is particularly interested in the type of recycled material used(such as paper,
plastic, glass, metal, etc.); the percentage of recycled material contained in the product and
the cost and product performance impact of increasing the percentage of recycled content.
The City is requesting that Bidders provide detailed information regardingany known or
potential recycled material content in the product that may be extracted and recycled after
the product has served its intended purpose, on the Bidder's Questionnaire asprovided in this
solicitation.
If the specifications contained herein require the use of recovered materials, by submitting
a bid or response to this solicitation, a respondent agrees and certifies that it will meet
such requirement. Upon the conclusion of any contract resulting from this solicitation
requiring the use of recovered materials, the Contractor shall submit to the City's project
manager for the work a statement regarding the actual percentage of recovered materials
utilized in the completion of the contract.
61. LIVING WAGE POLICY:
As set forth in City Policy and Procedure 161.3 (for a copy, contact Procurement at
407.246.2291). Covered Service Contractors, as well as their subcontractors (first tier only
for non -construction, all tiers for construction), shall pay to all of their employees providing
Covered Services pursuant to a contract with the City, a living wage for the time spent
providing services to the City. (This provision does not include general administrative
personnel unless they are assigned to a City project.) "Living wage" means compensation
for employment of not less than $15.00 per hour for straight time, exclusive of FICA,
unemployment taxes, and workers compensation insurance and employee benefits. Unless
amended by the parties, the applicable Living Wage rate in effect when the solicitation
is issued shall be applicable for the entire term of the resulting contract, including any
renewals. Necessary payroll documentation shall be provided to confirm compliance with
this provision or the Respondent shall allow the City to audit (at Respondent's place of
business) its payroll records to determine if compliance has been achieved. Failure tocomply
with the provision may result in termination of the contract and/or preclusion from future
City contracts at the sole option of the City. This provision shall apply to all bidand proposal
awards for services which involve City expenditures that exceed $100,000.00per year.
More particularly, this provision shall apply to single and multiple award Contracts for
services regardless of the initial value of the award whenever City expenditures exceed
$100,000.00 in any one Contract year. As for multiple award Contracts (Contract award
which will be divided among several Contractors), at the point when the City has expended
$100,000.00 on that Contract in any one -Contract year, regardless of whether such
expenditure was to one Contractor or several, then the living wage provision shall apply to
all Contractors who are a party to that award. For those Contracts whose initial value was
less than $100,000.00 but exceeded $100,000.00 prior to the end of the Contract term, this
provision will be applicable to that Contract in the next quarter. To further clarify, the Living
Wage policy does not apply to part time employees, or the part time employees of all
subcontractors. Furthermore, the workers of temporary employment agencies are not
covered by the City's Living Wage Policy.
Procurement and Contracts Division Page: 31
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
62. ORDER OF PRECEDENCE:
This solicitation shall be included and incorporated in the purchase order or contract
resulting from .this solicitation. The purchase order or contract, including any exhibits
attached thereto, contains all the terms and conditions agreed upon by the parties. No other
contract, oral or otherwise, regarding the subject matter of the contract, shall be
deemed to exist or to bind either party hereto. Unless otherwise expressly provided in the
purchase order or contract, in the event of any conflict between the terms of the contract or
purchase order, the City's solicitation, and the Bidder's response, the order of precedence
shall be the contract or purchase order, followed by the solicitation, and then the response
to the solicitation.
63. PATENTS AND COPYRIGHTS:
The Contractor shall pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, product or device in performance of the
Work, which is the subject of patent rights or copyrights. Contractor shall, at its own
expense, hold harmless and defend the City against any claim, suit or proceeding brought
against the City which is based upon a claim, whether rightful or otherwise, that the Work,
or any part thereof, furnished under the contract, constitutes an infringement of any patent
or copyright of the United States. The Contractor shall pay all damages and costs awarded
against the City.
64. TIME OF COMPLETION:
The parties understand and agree that time is of the essence in the performance of the
contract. The Contractor or City, respectively, shall not be liable for any loss or damage,
resulting from any delay or failure to perform its contractual obligations within the time
specified, due to acts of God, actions or regulations by any governmental entity or
representative, strikes or other labor trouble, fire, embargoes, or other transportation delays,
damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of
or ability to obtain raw materials, labor, fuel or supplies for any reason including default of
suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's
or City's control, respectively, whether of a similar or dissimilar nature, which prevent or
hinder the performance of the Contractor's or City's contractual obligations, respectively.
Any such causes of delay, even though existing on the date of the Agreement or on the date
of the start of Work, shall extend the time of the Contractor's or City's performance
respectively, by the length of the delays occasioned thereby, including delays reasonably
incident to the resumption of normal Work schedules. However, under such circumstances
as described herein, the City's Chief Procurement Officer may at the CPO's discretion,
cancel the contract for the convenience of the City. The Contractor agrees that all Work
shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will
ensure full completion thereof within the time specified.
65. CORRECTION OF WORK:
The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or
failing to conform to the contract whether observed before or after substantial completion
of the 'Work, and whether or not fabricated, installed or completed. The Contractor shall
bear all costs of correcting such rejected Work.
Procurement and Contracts Division Page: 32
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
66. INFORMATION:
IF11322-0123
All information, data, designs, plans, drawings, and specifications furnished to or developed
for the City by the Contractor or its employees, pursuant to the contract, shall be the sole
property of the City and all rights therein are reserved by the City, except that the Contractor
may disclose any such information to its corporate affiliates and their agents as necessary
to perform the Work.
67. SAFETY MEASURES:
The Contractor shall take all necessary precautions for the safety of the City's and
Contractor's employees and the general public and shall erect and properly maintain at all
times all necessary vehicular and facility safeguards for the protection of the workmen and
public. if necessary, the Contractor shall post signs warning against hazards in and around
the work site.
68. EXTRA WORK:
The City, without invalidating the contract, may order changes in the Work within the
general scope of the contract consisting of additions, deletions, or other revisions, the
Agreement price and time being adjusted accordingly. All such changes in the Work shall
be authorized by a written amendment to the contract, and shall be executed under the
applicable conditions of the contract. If the Contractor plans to make a claim for an increase
in the contract price or an extension in the contract schedule/term, it shall first give the City
written notice within ten (10) calendar days after the occurrence of the event giving rise to
such a claim. This written notice shall be given by the Contractor to the City, and a written
approval secured from the using Department and the City's Chief Procurement Officer,
before proceeding to execute the Work, except in an emergency endangering life orproperty,
in which case the Contractor shall immediately proceed. No claim for extra workwill be
considered valid by the City unless first submitted in writing.
69. TITLE AND RISK OF LOSS:
The title and risk of loss to the Work shall pass from the Contractor to the City upon the
City's final acceptance of the Work.
70. FEDERAL, STATE, AND LOCAL RULES / APPROVALS:
The Contractor shall comply with all applicable federal, state and local laws, ordinances,
rules and regulations pertaining to the performance of Work under this Agreement The
Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans
or specifications as may be required by federal, state and local laws, ordinances, rules, and
regulations, for the proper execution and completion of the Work under this Agreement.
Lack of knowledge by the Bidder will in no way be cause for relief from responsibility.
71. MISCELLANEOUS PROVISIONS:
By submitting a bid, the Bidder shall be deemed to have certified that the contract is made
without prior understanding, agreement or connection with any corporation, firm or person
who submitted bids for the work covered by the contract and is in all respects fair and
without collusion or fraud. Bidder further warrants and certifies that they are authorized to
enter into the contract and to execute same on behalf of the Contractor as the act of the said
Contractor.
Procurement and Contracts Division Page: 33
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
The contract, including any Exhibits thereto, contains all the terms and conditions agreed
upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of
the contract shall be deemed to exist or to bind either party thereto. If any section, sentence,
clause, phrase, provision, or other portion of the contract is, for any reason, held invalid or
unconstitutional by a court or other body of competent jurisdiction, such portionshall be
deemed a separate, distinct, and independent provision and such holding shall not affect the
validity of the remaining portions of the contract. The contract is solely for the benefit of
the parties to the contract and no causes of action shall accrue upon or by reasonthereof to
or for the benefit of any third parties.
The City's Chief Procurement Officer or written designee shall have authority to act on
behalf of the City in matters related to the contract, including but not limited to the sending
and receiving of any notices required hereunder.
72. PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES:
In accordance with Section 287.135(2) of the Florida Statutes, "[a] company is ineligible to,
and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency
or local governmental entity for goods or services of:
Any amount if, at the time of bidding on, submitting a proposal for, or entering into or
renewing a contract, the company is on the Scrutinized Companies that Boycott Israel
List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or
2. One million dollars or more if, at the time of bidding on, or submitting a proposal for,
or entering into or renewing such contract, the company:
a. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created
pursuant to s. 215.473, or
b. is engaged in business operations in Cuba or Syria."
Section 215.473 of the Florida Statutes defines a company to include "all wholly owned
subsidiaries, majority -owned subsidiaries, parent companies, or affiliates of such entities or
business associations, that exists for the purpose of making profit."
By submitting a response to this solicitation, a respondent certifies that it and those related
entities of respondent as defined above by Florida law above are not on the Scrutinized
Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes,
and are not engaged in a boycott of Israel. In addition, if this solicitation is for a contract for
goods or services of one million dollars or more, by submitting a response to this solicitation,
a respondent certifies that it and those related entities of respondent as defined above by
Florida law are not on the Scrutinized Companies with Activities in Sudan List or the
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created
pursuant to Section 215.473 of the Florida Statutes and are not engaged in business
operations in Cuba or Syria. Any respondent awarded a Contract as a result of this
solicitation shall be required to recertify the aforementioned certifications at each renewal of
the Contract. The City may terminate any contract resulting from this solicitation if
respondent or any of those related entities of respondent as defined above by Florida law are
found to have submitted a false certification or any of the following occur with respect to the
company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott
Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of
Procurement and Contracts Division Page: 34
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair IF822-0123
one million dollars or more, it has been placed on the Scrutinized Companies with Activities
in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or it is found to have been engaged in business operations in Cuba or Syria.
Notwithstanding the preceding, the City reserves the right and may, in its sole discretion, on a
case by case basis, permit a company on such lists or engaged in business operations in Cuba
or Syria to be eligible for, bid on, submit a proposal for, or enter into or renew a contract for
goods or services of one million dollars or more, or may permit a company on the Scrutinized
Companies that Boycott Israel List to be eligible for, bid on, submit a proposal for, or enter
into or renew a contract for goods or services of any amount, should the City determine that
the conditions set forth in Section 287.135(4) of the Florida Statutes are met.
Accordingly, firms responding to this solicitation shall execute and return with their
response an executed copy of the attached, Certification Regarding Prohibition Against
Contracting with Scrutinized Companies. A contract shall not be awarded to a Respondent
who does not submit the certification form at the time of submittal or within seven (7) days
of the date the City requests the certification form be submitted, if a Respondent fails to
return the form with its response.
73. FAVORED CUSTOMER CLAUSE:
Should the awarded Bidder (also referred to hereinafter as "Contractor"), of a contract
resulting from this solicitation sell the same or substantially the same products or services
as listed in this solicitation to another Governmental Agency, within the State of Florida,
at a lower price than the price listed in this solicitation, the awarded Contractor agrees to
extend that same discounted price to the City of Orlando.
74. DRUG FREE WORKPLACE
By submitting a bid in response to this Invitation for Bids, you are certifying that your
company is a drug -free workplace in accordance with Florida Statute §287.087.
75. NON-DISCRIMINATION
Contractor shall:
1. Implement an employment nondiscrimination policy prohibiting discrimination in
the performance of the contract in the hiring, discharging, promoting or demoting,
matters of compensation, or any other employment -related decision or benefit on
account of actual or perceived race, ethnicity, color, religion, national origin,
gender, disability, age, military status, sexual orientation, gender identity, gender
expression, or marital or familial status.
2. Not discriminate in the performance of the contract on account of actual or
perceived race, ethnicity, color, religion, national origin, gender, disability, age,
military status, sexual orientation, gender identity, gender expression, or marital or
familial status.
3. Incorporate the foregoing requirements in all subcontracts related to its contract
with the City.
76. EMPLOYMENT ELIGIBILITY
Employment Eligibility: E-Verify System. Pursuant to Section 448,095 of the Florida
Statutes, prior to Contract execution and at all times during the term of the Contract,
Procurement and Contracts Division Page: 35
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
Contractor shall register with and use the E-Verify system to verify the work authorization
status of all newly hired employees. If Contractor enters into a contract with a subcontractor,
the subcontractor must provide the Contractor with an affidavit stating that the
subcontractor does not employ, contract with, or subcontract with an unauthorizedalien. The
Contractor shall maintain a copy of such affidavit for the duration of the Contractand, if
longer, for any additional audit period provided to the City in the Contract. Pursuantto
Section 448.095(2)(c) of the Florida Statutes, the City, Contractor, or a subcontractor who
has a good faith belief that a person or entity with which it is contracting has knowingly
violated s. 448.09(1) shall terminate the contract with the person or entity. If theCity has a
good faith belief that a subcontractor knowingly violated this subsection, but theContractor
otherwise complied with this subsection, the City shall promptly notify the Contractor and
order the Contractor to immediately terminate the contract with the subcontractor. Pursuant
to Florida Statute, a contract terminated pursuant to subparagraph
1. or subparagraph 2. of Section 448.095(2)(c) of the Florida Statutes is Lnot a breach of
contract and may not be considered as such, and the City shall have no liability to
Contractor, a subcontractor, or any entity or person arising -from or related to such a
termination. If the Contract with Contractor is terminated by the City pursuant to Section
488.095(2)(c), the Contractor may not be awarded a public contract for at least one (1) year
after the date on which the Contract was terminated and Contractor shall be liable to the
City for any additional costs incurred as a result of the termination of the Contract.
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH
VARY FROM THESE STANDARD CONDITIONS SHALL HAVE PRECEDENCE.
Procurement and Contracts Division Page: 36
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
I B22-0123
EXHIBIT 4
ELECTRONIC BID PRICING FORM(S) INSTRUCTIONS
The City of Orlando Procurement and Contracts Division has implemented an electronic bidding
system to streamline solicitation responses.
All responsive Bidders to this solicitation must submit electronic bids. Paper responses will be
deemed non -responsive.
BID PRICE INSTRUCTIONS FOR BIDDERS:
1. Once you have logged into your VendorLink account, go to the solicitation on which you
want to bid. Then click on "Submit a Quote/Bid."
2. There are two methods to submit your pricing:
a) Method "a" - Download the Excel Quote/Bid Spreadsheet and upload it after completion.
i. CIick on the VendorLink.xls link to open a fillable MS Excel spreadsheet.
ii. Complete the spreadsheet and save. Directions for completing the spreadsheet can
be opened by clicking on the Directions.pdf link.
iii. Upload the spreadsheet to VendorLink.
iv. Verify that your uploaded pricing is correct and appears on the Quote/Bid
Items Requested section.
b) Method "b" — Manually enter item pricing and other required information on the
Quote/Bid Items Requested field(s) in VendorLink.
3. Unit prices for each item bid shall be shown. A total shall be entered in the amount column for
each item bid. In case of discrepancy between a unit price and extended price, the unit prices
will prevail.
4. Although the City generally awards bids based on a "lump sum" basis to the responsive and
responsible Bidder submitting the lowest total bid, the City may choose to award on a "per
group" or "per item" basis. Therefore, Bidders must submit with their bids, all pricing pages on
the forms provided clearly indicating which items are bid and which are not. Failure to submit
these pages may render such bids non -responsive.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
ATTACHMENT A
BIDDER'S QUESTIONNAIRE
IEEI22-0123
The following questiormaire is to be completed by the Bidder and provided with its bid submittal.
If question is not applicable, so indicate by writing "NIA".
1. Discount Payment Terms (if any): J6ta-_2%, if paid within days after receipt of
invoice.
2. Is your company willing to accept the VISA ePayable solution for payment of all invoices?
EOYes 1:1 No
3. Is your company willing to serve as a secondary supplier in the event your company is not
selected for primary award? lzYes J___k_ No
4. CONTACT INFORMATION
Ugh 11A _M--rT
Name of. Company
Idl
Name of Contact Individual
ZO Y
i
Contact Address
Contact City, State, Zip
Contact "Telephone Number
jAIG Im, �e 0 ru_� . �Yt
hontact Email Address
—
DUNS Number (Dun & Bradstreet)
5. EXPERIENCE:
A. Years in business: l `l L
B. Years in business under this it
C. Years performing this type of
6. LOCAL SERVICE FACILITY IF APPLICABLE:
A. Name of local service center
B. Address of local service cent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
IFB22-0123
C. County local service center is located in:
D. Contact: i Telephone number: VJ:2
7. SUBCONTRACTORS -for informational purposes only: If the bidder intends to use
subcontractors, please provide the information below. All subcontractors listed remain
subject to approval by the City.
Name of subcontractors to be utilized and type of work:
Name Type of Work M/WBE
City Certirled?
(Y or N)
8. RECYCLED CONTENT:
VBE Certified
(Y or N)
A. List of items supplied containing recycled material and the percentage of recycled material
contained in the items:
B. Is your product packa ed/shipped in material containing recycled content? Yes 1-1No F
C. Is your product recyclable after it has reached its intended end use? Yes [] No�]
9. REFERENCES;
Please provide references related to the scope of work.
Name:
Address:
Telephone No.: Fax No.:
Contact:
E-mail:
Project/Contract Title,
Project Contract Number:
Project/Contract Amount:
Project/Substantial Completion Date or Percent Complete:
Name:
Address:
Telephone No.: Fax No.:
Contact: alLiaklibell
E-mail:W L.
Project/Contract Title:
Project Contract Number:
Project/Contract Amount:
Project/Substantial. Completion Date or Percent Complete: i '
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
Reference #3:
Name
Address:
Telephone No.:
Contact; 1 r ,,,
E-mail: hi'r 1iii. hi,
Proieet/Contfact Title:
IFB22-0128
Project Contract Number:
Project/Contract Amount:
Project/Substantial Completion Date or Percent Comp
Fax No..
Reference #4:
Name
Address:
Telephone No,: Fax No.:
Contact:
E-mail:
Project/Contract Title:
Project Contract Number:
Project/Contract Amount:
Project/Substantial Completion Date or Percent Complete:
AUTHORIZED SIGNATORIES
The Bidder represents that.the following; persons are authorized to sign bids, and/or sign contracts and
related documents to which the bidder will be duly bound,
The City will verify all named signatories on Sunbiz.coxn. If the authorized person is not registered on
Sunbiz.com, the bidder should provide with their bid submittal proof of authorization.
Name
Title
Indicate P_rincinai or
Authorize Authodt
JAL M. Alsiv Avs�
30-sdlae
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
RUSH TRUCK CENTERS OF FLORII)A; INC.
Mitten Consent -of Sole Director
In Lieu of Special Meeting
Pursuant to Section. 141 of the General Corporation Law of the State: of
Delaware, the undersigned, being the sole director of Rush Truck Centers of Florida, Inc.,
a Delaware corporation .(the "Company"), in lieu of special meeting, the notice and call
of which are hereby expressly waived, does. hereby consent to the adoption of the
following resolution:
RESOLVED, that Wade. Bosarge, as Regional Gxeheral Manager, is.
hereby authorized to execute on behalf of the Company any and all
documents required in connection with quotes, requests for bids,
quotations and proposals; and all contracts and related documents
contemplated thereby, until he is no longer employed by the Company.
Dated effective January i, 2014.
W. M. iRusty" Rush
BEING THE SOLE DIRECTOR
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehide Repair 1FS22-0123
ATTACHMENT B
BIDDER'S CERTIFICATION FORM
I. have carefully examined the Invitation for Bids, Instructions to bidders, Standard and Special
Conditions, Specifications, Contract and Acceptance Form and any other documents accompanying or
made a part of this Invitation for Bids.
I hereby propose to furnish the goods or services specified in the Invitation for Bids at the prices
or rates quoted in my bid. I agree that nay bid will remain firm for a period of up to ninety (90) days in
order to allow the City adequate time to evaluate the bids.
I agree to abide by all conditions of this bid and understand that a background investigation may
be conducted by the Orlando Police Department prior to award.
I certify that all information contained in this bid, including all exhibits and attachments
completed and submitted with this bid, is truthful to the best of my knowledge and belief. I further certify
that I am duly authorized to submit this, bid on behalf of the bidder as its act and deed and that the
vendor/contractur is ready, willing and able to perforrn if awarded the bid.
I certify, under oath, that this bid is made without prior understanding, agreement, connection,
discussion, or collusion with any other person, firm or corporation submitting a bid for the same product
or service. I further certify that no officer, employee or agent of the City of Orlando or of any other
Proposer has a financial interest in this bid. I further certify that the undersigned executed this Bidder's
Certification with firll knowledge and understanding of the matters therein contained and was duly
authorized to do so.
NAME OrFSINESS
BY:
th
SIGNATURE
NAME & TITLE, f. EDbR PRINTED
0
MAILING ADDRESS
CITY, STATE, ZIP CODE
(Y i a? ,
TELEPHONE NUMBER
FAX NUMBER
Saf r Y3 riscsLUM
E-MAIL A DRE S
State of 'V: k.a r i J a,.
County of r
The foregoing in trument was acknowled1nonli
before
me by mean of�physical presence orne
notarization, this I ra day of _tea , 20 a;?
by w % cA e r�>o 5 Q - � (name of person) as
type of authoirty, (e.g.,
officer, trustee, attorney in fact, etc.) for
(name of entity/party on behalf
of whom instnnnent was executed).
Signature of Notary Public - State of Florida
Print, Type, or�Nota► Name.:.--
DAWN
Commis ion# HH 057502
Expires December 15, 2024 - ..-
(Affix Notary Stamp or Seal Above)
QPersonally Known or❑Produced Identification
'Type of Identification Produced
Qttw,hmnnt R - Rieiripr`a C:nrtifiratinn Fnrm
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehlel a Repair I FB22-D 123
ATTACHMENT C
CONTRACT AND ACCEPTANCE FORM
Upon execution of this contract below by the City of Orlando ("City"), the undersigned hereby agrees to
provide all goods and services set forth in its bid in response to the above referenced solicitation
("Solicitation') in accordance with, and subject to, all terms, conditions, and provisions of the
Solicitation at the prices set forth in the undersigned's bid for the items and work awarded to it by the
City. This Contract and Acceptance Form together with the (i) Solicitation, including all addenda, and
(ii) the undersigned's bid in response to the Solicitation, including all schedules and forms submitted
with e bid, all of which are hereby incorporated herein by this reference, shall constitute the formal
writt cont� between the City and the undersigned.
State of C)
SIGNATURE County of O re', V-6
-IML & rat. pef
NAME & TITLE, IPE OR PRINTED
or nori1J6-Xy--.
NAME OF BUSINESS
310- :Di Ver*i- ed 14/Atl
MAILING ADDRESS
CITY, STATE, ZIP CODE
PHONE: [l1`%.
Sworn to (or affirmed) and subscribed before the
this t0 day of C4e Y-) , 20 P2, by
Signature of Notary
Notary public, State ofC1_
Personally Knowncircle if a plicable
IXON
DAWN D
R' > : commission # HH 051602
s" r,1 E%plres December 15, 2024
Produced ldcntificati fFl4f 8ondedTlwTtoyFainlsuranoae6e•3e5701e
FAX. Type of Identification:
E-MAIL: LlYfi
rrrrrrrrrrrrrrrrrrrrarr■rrrrrrrrrrrrrrrrrarrrrrrrrr.s•rrrrrrrrrrrrrrrsrrrrrrrrrrrrrrrr
FOR USE BY THE CITY OF ORLANDO ONLY
This contract is awarded to the party listed above as a: Primary Supplier; tel- Secondary supplier;
This contract is for: All Item Numbers: or Item Numbers: 4 1 Sr 6 19, 2 0 r ZI ►23.26, Z-•r X�e 3 ��
INITIAL CONTRACT TERM: 40 to 152p 23
ACCEPTANCE:
CITY OF ORLANDO, FLORIDA
By: -T—
Chief Procurement Officer
DAVID BILLINGSLEY, CPSM, C.P.M.
Date: M e'''(-\A
APPROVED AS TO FORM AND LEGALITY
for the use and reliance of the
City of Wlaudo, Flo a, only. ,
Alt —
Assistant City Attorney
ORLANDO, FLORIDA
Date; / , Ge^-- Z� 20 2Z
nu...,a-..........a r+ n.....a.,....a ---I n ..---4..--- r........
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair JFB22-0123
ATTACHMENT D
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM:
Chapter 57, Article It; Minority Business enterprise (MBE), and Axtiele III, Women/Owned Business
Enterprise (WBE)- of the -Orlando City Code, establishes goals of 18% (MBE) and '6% (WBE).,
respectively, of the City's annual monetary value of contracts and subcontracts for supplies, services and
construction to be awarded -to Minority and Women/Owned Business Enterprises (MWBE).
For further information regarding this program, please refer to Chapter 57 of the Code of the City of
Orlando or contact.
Minority Business Enterprise
City Mall at One. City Commons
400. South Oratige.Avenue - 8.`h Floor
Orlando, Florida 32801
(407) 246�2623
If your company is currently certified, please enter the. certification .number and the expiration..date in
spaces provided below or submit a copy of the certificate received from the City stating that your
company.is certified'by the City as. a Minority/Women-Owned Business Enterprise:
Business .Name:
Certification Number:
Expiration Date:
There shall be no third party beneficiaries of the Minority Business Enterprise or Women -Owned
Business Enterprise provisions of this contract. The City of Orlando shall have the exclusive means of
enforcement of the MBE/WBE Ordinance and contract terms. No right of action for non -signatories of
the contract is intended or implied. The. City of Orlando is the sole judge of compliance. All solicitations
and submittals awarded will be evaluated in accordance with Chapter 7 and Chapter, 57, Articles. II and
III.
In order for a bidder to receive credit for MBE/WBE certification, the firm must:be certified with the City
of Orlando MBE/WBE Offiee-on or before the date. set for submittal of bids.
City Code Chapter 57, Articles 11. and III, govern the City's Minority and Women Business Enterprise
Programs. The awarded Bidder may be asked to meet with the City's M/WBE Department after the
Notice of Intended Action -Award of Bid has been posted to discuss any potential subcontracting
opportunities with. City certified.MVBE firms.
Attachment D - Minority/Woinen Owned Business Enterprise Participation Form
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
sublot Vehicle.Repair
ATTACHMENT E
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM
1 FB22-0123
In order to: foster economic development -arid business opportunities, promote: the .growth -and
development of local businesses; and rectify the economic disadvantages 'of service -disabled veterans and
wartime -veterans who have made extraordinary sacrifices on behalf .of the nation., the City of Orlando has
adopted a. Veteran Business Enterprise t VBE') Preference. For further information regarding this
program, please refer to Chapter 7 of the Code of the City of Orlando. .
RI i order for a bidder to receive credit for VBE certificatioA for this solicitation, the bidder must have its
principal place of business in the Metropolitan Statistical Area (i.e. -Orange, Fake, Seminole or Osceola
Counties) and be .a certified veteran business enterprise by the State of Florida Department of
Management Services as set .forth in Section 2.95.187 of the Florida Statutes as of the date set for
submittal of bids.
If your company is currently certified, please enter the certification number and the expiration date in
spaces provided below or submit a. copy of the certificate received .from -the State of Florida Department
of Management Services 'stating that your company is certified as a veteran business enterprise.:
Business Name:. 1A
Certification Number;
Expiration Date:
There shall be no third party beneficiaries of the Veteran Business Enterprise Preference provisions of this
solicitation or resulting contract. The City of Orlando shall ,have .the. exclusive means of enforcement of
the Veteran Business Enterprise. Preference Ordinance and any contract terms. Na right of action, for non -
signatories of the contract is intended ,or implied. The City of Orlando is the sole judge of compliance. All
solicitations .and submittals awarded will be evaluated in accordance with Chapter 7 of the Code of the
City of Orlando.
Attachment E - VBE .form
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repair
ATTACHMENT F
CONFLICT OF INTEREST DISCLOSURE FORM
IFB22-0123
The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Respondents
must disclose within their Bid the name of any officer, director, employee or agent (or their spouse or child)
who is also an employee or officer of the City of Orlando. Furthermore, all Respondents must disclose the
name of any City employee or officer (or their spouse or child) who owns, directly or indirectly, an interest
of more than five percent (51%) in the Respondents firm or any of its affiliates or subsidiaries.
By submission of this Bid, the Bidder certifies, under penalty of perjury, that to the best of their knowledge
and belief, except as disclosed pursuant to the instructions above, that no officer or employee of the City (or
their spouse or child), directly or indirectly, owns an interest of more than five percent (5%) in the
Respondents firni or any of its affiliates or subsidiaries; nor does the Respondent know of any City officer or
employee having any financial interest in assisting the Respondent to obtain., or in any other way effecting,
the award of the contract to this Respondent.
Disclosures:
Nmlp-
Name of Company: &S k, M- V �� P�E�pC.',, ,
Afts%rhmant F - r nnfiirt of Intarsmat nicrinci iri:� Pnrm
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Sublet Vehicle Repalr IF822-0123
ATTACHMENT H
ADDENDUM RECEIPT VERIFICATION
Bidders must acknowledge each addenda on this form and upload document to the your bid submittal on
vendorlink. Failure to acknowledge and upload EACH addenda may result in a non -responsive bid.
The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date
of each):
Addendum No. Dated
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Com
�(Ira
Signature
.."Q-f.
Print Name
Dated
Dated
Dated
Dated
Dated
Dated
Dated
Attachment H — Addendum Receipt Verification
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
Form WM9,
(Rev. October 2018)
Inter Revemeinl nI'l, 3erT ulrco
Request for Taxpayer
.Identification Number and Certification
i Go to
on your income tax retu
for Instructions and the latest Information.
Give Form to the
requester. Do not
send to the IRS.
.a ousinass namareiaregareea entity name, it different ffom above
.3 Check appropriate box for federal tax classification of the parson whose name Is anterod on line 1. Chack'only one of the 4 Exemptions (codes apply onry to
afollowing seven boxes, certain 611110es; not Individuala;,see.
Enstructions on page 3):
o Indlviduallsolapropriataror M CCorporatlon Q SCorporatlon ❑ Partnership ❑ Trust/estate
single member LLC txempt payee code (If arty) 5
© Limited Ilablilty. Company. Eriter the tax classlNcallon (C=C corporation, SftS corporation, PAPartnership) P,
Note. Check the appropriate box In the line above for the tax cfasaification of the single -member owner, Do not check' Exemptton'from FATCA reporting
LLC If the LLCMs classl(led as a sfngle-meolbar LLC that Is disregarded from th's owner unless the owner of the LLC is code Of any)
another LLO that In not dlaredardad from the owner for U.S. federal tax purposes. Otherwise, a.singla-member LLC that
Is disregarded from the owner should check the appropriate box for the tax classllloation of Its owner.
Other (ass Instrucilons) ► r/Wnfw fa SOPPr"rs mak,i.h,adaulsda a& us!
8 Addresa'(nuinber, street, and apt or suite no.) See Instructions. Requester'a name and address (aption—oo
PO Box 34630
a city; state, and Zip code
5ah Antori)o TX 78265-4630
JMU Tax a er Identification Number (TIN)
Enter your TIN In the appropriate box. The TIN proAded.must match.ihe name.given on line 1 to avoid Social sacurity number
baftp withholding. For individuals, this Is generally.your social security number (SSN). However, for a m
resident allem'sola proprietor, or disregarded entity, see-theinstructlons.for Part I, later. For other
entitles, It Es your employer identiffcallon number (EIN). if you do not have a number, see Now -to get a
TiN. later: or
Note. If the account is in more then one name, see the instructions for line 1. Also see What !Name and I Employar Identification number
Number To Give the Aequesterfor guidelines on whose number to enter:
0 6 — t 6 1 '7 7 rt 0$
Under penalties of perjury,! certify that:
1. The number shown on this form is my correct taxpayer Identification number (or 1 am waiting for a number to be issued to me); and
2.1 am not subject to backup withholding because, (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that 1 am subject to backup withholding as a-resuit of a failure to report all Interest or dividends, or (c) the IRS has notified me that f am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. pemon.(deflned below); and
4. The FATCAoode(a) entered on this form (If any) Indicating that i am exempt from FATCA,reporting 1e correct.
certification Instructions. You must cross out.item 2 above If you have been notified by the IFIS that you are currently subject to backup withholding because
you have failed to report all Interest and dlvldends on your tax return. For real 'estate transactions, item 2 does not apply. For mortgage Interest paid,
acquisition or abandonment of secured property,.canceilatlan of debt, contributions to an Individual retirement arrangement (IRA), and.genarally, payments
other than -Interest and dividends, you are'not required to sign the certification, but you must provide your correofTIN, See the Instructions for Part 11, later.
Signature of
U.S. parson
General Instructions
Section referenges'are io the Internal Revenue Coda unless otherwise
noted..
Future developments. For the. latesUnformatlon about developments
related to Form W-9 and Its Instructions, such as legislation enacted
after they w.era published, go to www.lra.govlf-6rmW9.
Purpose of Form
An Individual or entity (Form W-g requester) who Is required to file an
inibrmatlon return with the IRS must obtaln your correct taxpayer
Identification number (TIN) which may be put -social security number
(SSN), Individual taxpayer identification number (ITIN), adoption
taxpayer identification number. (ATIN), or employer Identlf(oallon number
(EIN), to report on an Information return the amount-pald to you, or other
amount repbrtable on an Information return. Examples otinforrhation
returns Include, butare not limited to, the following.
• Form 1099-INT(Interest earned or paid)
date ► _ ..I . ck I - i I OW
■ Form 1099-DIV (dividends, Including those from Stocks or mutual
funds)'
• Form 1099-MISO (various types of Income, prizes, awards, or -gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certaln other
transactions by brokers)
• Form.1099-S (prcaaeds:from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
+ Form 1098 (home mortgage Interest), 1098-1= (student loan interest),
10g8-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition Or abandonntent of secured property)
Use Form W-9 onfy if you are a U.S. person (including a resident
allen), to provide your correct TIN.
if you dp not retum Foim W-9 to the requester with a TiN, you might
be subject to backup withholding. See What Is backup withholding,
later.
Cal. No.10231.t Form W-9 (Raw. 10-2016)
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
NOTICE OF INTENDED ACTION —
AWARD OF BID
Date: February 181h, 2022
TO: All Bidders
Re: Notice of Intended Action — Award of Bids
Sublet Vehicle Repair-IFB22-0123
On February 151h, 2022 at 2:00 P.M. Local Time, Orlando, Florida, sealed bids for the above
referenced project were received and opened in the Procurement and Contracts Division.
This notice serves as official notification that the City intends to award the above referenced project
to the following, in the best interest of the City:
Rush Truck Centers of Florida Inc of Orlando, Florida.
Company City, State
If you have any questions regarding the bidding procedures, please contact the Procurement and
Contracts Division at (407) 246-2291.
We appreciate your interest in doing business with the City of Orlando and look forward to receiving
submittals from your firm on future projects.
Procurement and Contracts Division
Posting Date: February 18, 2022
Time: 5:15 P.M.
Note: The Solicitation process is governed by Chapter 7 of the City Code
PROCUREMENT AND CONTRACTS DIVISION
CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. Box 4990 . ORLANDO, FLORIDA 32802-4990
PHONE 407.246.2291 • FAx 407.246.2869 • CityofOrlando.nct • esuppl ier. cityoforlando. net
N IA211812022
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
0RLANDO
February 16, 2022
MEMORANDUM
TO: David Billingsley, CPSM, C.P.M,, Chief Procurement Officer
Procurement and Contracts Division
THRU: Lee Donate, CPP, Procurement Supervisor
Procurement and Contracts Division
FROM: VarunDesai, Purchasing Agent 11
SUBJECT: Contract for IFB22-0123, Sublet Vehicle Repair
The Procurement and Contracts Division opened IFB22-0123, Sublet Vehicle Repair, on February
15th, 2022, at 2:00 p.m. The only bid received was from Rush Truck Centers of Florida Inc of
Orlando, Florida.
Per City Code Sec. 7,300. C. Single Response, the Chief Procurement Officer may award to the sole
respondent if he determines the following criteria have been meet:
The Price submitted is fair and reasonable- The Procurement and Contracts Division and the
Fleet Management Division reviewed the bid from Rush Truck Centers of Florida, Inc of
Orlando, Florida and determined the price was fair and reasonable.
2. Other prospective respondents had a treasonable_ opportunity to respond- The solicitation had
five (5) plan holders and over one thousand four hundred (1400) vendors where matched and
sent notifications of the solicitation.
3. It is in the best interest of the Qfty to proceed with award- The new contract covers twelve (12)
items to be awarded to Rush Truck Centers of Florida Inc. The remaining twenty-seven (27)
items will be solicitated again through Invitation for Bid (IFB) process. It is in the best interest
of the City to proceed with Rush Truck Centers of Florida since they provide repair to Ford
vehicles which covers majority of fleet cars with Fleet Management Division.
Based on the information provided above, my recommendation is that it is in the best interest of the
City to award the subject contract to Rush Truck Centers of Florida Inc of Orlando, Florida, the lowest;
responsive, and responsible bidder.
Concur
David Billingsley, CPS , .M.
Chief Procurement Officer
PROCUREMENT AND CONTRACTs DIvisION
400 SOUTH ORANGE AVENUE • P.O. Box 4990.ORLANDO, FLORIDA 32802-4990
PHONI3 407.246.2291 • FAx 407.246.2869 • CityofOrlando.net • esuppliencityoforlando.net -
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
City of Orlando
Rush Truck Centers of Florida, Inc.
IFB22-0123 : Sublet Vehicle Repair
1925 W. Princeton st.
Orlando, FL 32804
Mike Howell
Phone: 321 2212300
howellmike@rushenterprises.com
Item #
Group
Item
Quantity
Unit of
Measure
Require
d
Vendor
Item
Unit Price/
Percent
Extended
Price/
Percent
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
REPAIR AND
(OEM) for GM
MAINTENANC
vehicles,
E OF GENERAL
Price/Percent:
MOTORS (GM)
Percent
Brand
CARS AND
LIGHT TRUCKS,
Name/Equal
GM
Value/Service:
FRANCHISE
Brand Name
1
DEALER
Only
100000
each
No
0.00%
0.00%
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
REPAIR AND
approval by the
MAINTENANC
City.
E OF GENERAL
Price/Percent:
MOTORS (GM)
lPercent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CARS AND
LIGHT TRUCKS,
GM
FRANCHISE
2 DEALER
REPAIR AND
MAINTENANC
E OF GENERAL
MOTORS (GM)
CARS AND
LIGHT TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF FORD
CARS AND
LIGHT TRUCKS,
FORD
FRANCHISE
DEALER
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
Original
Equipment
Manufacturer
(OEM) for Ford
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF FORD
CARS AND
LIGHT TRUCKS,
FORD
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF FORD
CARS AND
LIGHT TRUCKS,
FORD
FRANCHISE
DEALER
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER CARS AND
LIGHT TRUCKS,
DODGE/CHRYS
LER
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER CARS AND
LIGHT TRUCKS,
DODGE/CHRYS
LER
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Chrysler/Dodge
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
Brand
Name/Equal
Value/Service-
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
LER CARS AND
LIGHT TRUCKS,
DODGE/CHRYS
LER
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF TOYOTA
CARS AND
LIGHT TRUCKS,
TOYOTA
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF TOYOTA
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Toyota vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CARS AND
LIGHT TRUCKS
TOYOTA
FRANCHISE
11 DEALER
REPAIR AND
MAINTENANC
E OF TOYOTA
CARS AND
LIGHT TRUCKS,
TOYOTA
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF CARS
AND LIGHT
TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #i
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for all
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF CARS
AND LIGHT
TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF CARS
AND LIGHT
TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior.
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor,
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
161
REPAIR AND
MAINTENANC
E OF GM
MEDIUM
DUTY TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF GM
MEDIUM
DUTY TRUCKS,
GM
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for GM
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
EOFGM
MEDIUM
DUTY TRUCKS,
GM
FRANCHISE
18 DEALER
REPAIR AND
MAINTENANC
E OF FORD
MEDIUM
DUTY TRUCKS,
FORD
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF FORD
Price/Percent-
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
Original
Equipment
Manufacturer
(OEM) for Ford
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model M
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
MEDIUM
DUTY TRUCKS,
FORD
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF FORD
MEDIUM
DUTY TRUCKS,
FORD
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER MEDIUM
DUTY TRUCKS,
CH RYSLER/DO
DGE
FRANCHISED
DEALER
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Dodge/Chrysler
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
231
REPAIR AND
MAINTENANC
E OF
DODG E/CH RYS
LER MEDIUM
DUTY TRUCKS,
CHRYSLER/DO
DGE
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF
DODGE/CHRYS
LER MEDIUM
DUTY TRUCKS,
CHRYSLER/DO
DGE
FRANCHISED
DEALER
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City,
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
251
REPAIR AND
MAINTENANC
E OF MEDIUM
DUTY TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIPI
REPAIR AND
MAINTENANC
E OF MEDIUM
DUTY TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF MEDIUM
DUTY TRUCKS,
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for all
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
271
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF NISSAN
CARS AND
LIGHT TRUCKS,
N ISSAN
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF NISSAN
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Nissan.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
CARS AND
LIGHT TRUCKS,
NISSAN
FRANCHISE
29 DEALER
REPAIR AND
MAINTENANC
E OF NISSAN
CARS AND
LIGHT TRUCKS,
NISSAN
FRANCHISE
DEALER
REPAIR AND
MAINTENANC
E OF
INTERNATION
AL MEDIUM &
HEAVY DUTY
TRUCKS,
INTERNATION
AL
FRANCHISED
DEALER
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
International
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
321
REPAIR AND
MAINTENANC
E OF
INTERNATION
AL MEDIUM &
HEAVY DUTY
TRUCKS,
INTERNATION
AL
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF
INTERNATION
AL MEDIUM &
HEAVY DUTY
TRUCKS,
INTERNATION
AL
FRANCHISED
DEALER
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in.$,
fixed hourly rate
for labor.
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Service
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR AND
MAINTENANC
E OF AUTOCAR
MEDIUM &
HEAVY DUTY
TRUCKS,
AUTOCAR
FRANCHISED
34 DEALER
REPAIR AND
MAINTENANC
E OF AUTOCAR
MEDIUM &
HEAVY DUTY
TRUCKS,
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for
Autocar
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
Labor Rate in $,
fixed hourly rate
for labor.
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
E OF AUTOCAF
MEDIUM &
HEAVY DUTY
TRUCKS,
AUTOCAR
FRANCHISED
DEALER
REPAIR AND
MAINTENANC
E OF HEAVY
DUTY TRUCKS,
INDEPENDENT
REPAIR SHOP
(OTHER THAN
FACTORY
AUTHORIZED
DEALERSHIP)
REPAIR AND
MAINTENANC
E OF HEAVY
DUTY TRUCKS,
INDEPENDENT
Price/Percent:
Price
Brand
Name/Equal
Value/Service:
Brand Name or
Equal
Make:
Model:
Model #t:
Model Upgrade/
Downgrade:
Description:
Markup
Original
Equipment
Manufacturer
(OEM) for all
vehicles.
Price/Percent:
Percent
Brand
Name/Equal
Value/Service:
Brand Name
Only
Make:
Model:
Model ##:
Model Upgrade/
Downgrade:
Description:
Markup %,
aftermarket,
with prior
approval by the
City.
Price/Percent:
Percent
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
REPAIR SHOP
Brand
(OTHER THAN
Name/Equal
FACTORY
Value/Service:
AUTHORIZED
Brand Name or
38
DEALERSHIP)
Equal
40000
each
No
20.00%
20.00%
Make:
Model:
Model #:
Model Upgrade/
Downgrade:
Description:
REPAIR AND
MAINTENANC
Labor Rate in $,
E OF HEAVY
fixed hourly rate
DUTY TRUCKS,
for labor,
INDEPENDENT
Price/Percent:
REPAIR SHOP
Price
(OTHER THAN
Brand
FACTORY
Name/Equal
AUTHORIZED
Value/Service:
39
DEALERSHIP)
Service
750
hour
No
$90.00
$67,500.00
Sub Total
$67,500.00
Shipping
$0.00
Total
$270,000.00
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
MEMORANDUM
DATE: February 15, 2022
TO: Jonathan D Ford, Fleet Management Division Manager
Fleet Management
FROM: Varun Desai, Purchasing Agent II
Procurement and Contracts Division
SUBJECT: Award Recommendation Letter
BID NUMBER/TITLE: IFB22-0123-Sublet Vehicle Repair
The bids for the subject solicitation were opened on February 15th, 2022. Procurement
and Contracts have reviewed the bid submittals for responsiveness. Please see the
attached Bid Tabulation Sheet. Pending final review by your office, the recommendation
of award is as follows:
Line 4,
Rush Truck Centers of Florida, Inc, Orlando, Florida.
$270,000.00
5, 6,
19, 20,
21, 25,
26, 27,
37, 38,
39.
Once submittals have been fully evaluated by you and the Office of MWBE, please sign below
to acknowledge your concurrence of this recommendation of award and return by at your earliest
convenience. In addition, forward a Fiscal Impact Statement* (in Word format) to the assigned
Purchasing Agent.
Procurement will then prepare the Council Agenda for award approval and the tirnely
development of the Contract(s).
Fleet D
ignature
Fleet Management Division
Department
Manager
PROCUREMENT AND CONTRACTS DIVISION
CITY HALL • 400 SOUTH ORANGE AVENUE • P.O. Box 4990.ORLANDO, FLORIDA 32802-4990
PHONE 407.246.2291 • FAx 407.246.2869 • CityofOrlando.net • esuppliencityoforl ando. net
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
DivISlgN OF CORPORATIONS
Dg-p?AMfflt of State 1 Division of Corp-ot&M I $earchhRecor� / Searchby E-UW_Nam 1
Detail by Entity Name
Foreign Profit Corporation
RUSH TRUCK CENTERS OF FLORIDA, INC.
Fig Information
Document Number F03000000232
FEIIEIN Number 06-1672108
Date Filed 01/16/2003
State DE
Status ACTIVE
Princknal Addresg
555 IH 35 SOUTH, STE 500
NEW BRAUNFELS, TX 78130
Changed: 02/23/2009
i WIing Address
555 IH 35 SOUTH, STE 500
NEW BRAUNFELS, TX 78130
Changed: 04/25/2015
Rggistered gent Name & Address
CORPORATION SERVICE COMPANY
1201 HAYS STREET DR.
TALLAHASSEE, FL 32301
Name Changed: 07/11/2014
Address Changed: 07/11/2014
OfficerlDlrector Detail
Name & Address
Title CEO, DIRECTOR, PRESIDENT
RUSH, W.M. "Rusty"
238 Lismore
San Antonio, TX 78258
Title VP
DocuSign Envelope ID: 84BE35C5-1413-4D9D-8174-2937A38857CA
ANDERSON, SCOTT THOMAS
119 Cliff Run
Horseshoe Bay, TX 78657
Title Secretary, Treasurer, VP
WEAVER, DERREK
502 Castano Avenue
San Antonio, TX 78209
Annual forts
Report Year
Filed Date
2019
01/22/2019
2020
01/15/2020
2021
04/20/2021
Document Images
04/20/2021 -- ANNUAL REPORT
View image in PDF format
01/15/2020 -- ANNUAL REPDRT
View Image In PDF format
01/2212019 __ ANNUAL REPORT j
View image in PDF forma
01/3012018 --ANNUAL REPORT
View image in PDF format J
07/0712017 --AMENDED ANNUAL REPORT.,
View image in PDF format
04/15/2017 -- ANNUAL REPORT
View image in PDF format
0412212016 -- ANNUAL REPORT II
View Image in PDF format
0412512015 ANNUAL REPORT
View image in PDF format
OES12712014 --AMENDED ANNUAL R< PORT
View image in PDF format
07AV2014 -- Reg_Agent Change
View image in PDF format
_.---------- ---------- __..___-_.._J
04/30/2014 -- ANNUAL REPORT
View image in PDF format
05(1 @12QJ 3 ANNUAL REPORT
View image in PDF formal
04(2712Q12 -- ANNUAL REPORT
........ ....... ..__. _. .
View image in PDF format
02/2112011 --ANNUAL REPORT
View image in POF format
04 2 10 -- ANNUAL REPORT
View Image In PDF format
0 12 23/2009 --_ANNUAL REPORT
View image in PDF format
01/31120g8 -- ANNUAL REPORT
_J
View image in PDF format_t
04120=07 -- ANNUAL REPORT
—�—
View image in PDF format
W
05/1712006 --ANNUAL E^REPORT
View image in PDF format
05/0212006 -, Rag. Agent C a ge
View image in PDF format
03/1412005 -- ANNUAL REPORT
View Image In PDF format
08/1612004 -- ANNUAL REPORT
View Image in PDF format
01116/2003 -- Forei go Profit
View image In PDF format
M'K--e OeVa- 0' 5taic. Divirlo er Cqr{;CrBtlnrt:
DocuSign Envelope I D: 84BE35C5-1413-4D9D-8174-2937A38857CA ,. t TY OF
64ah OR LANDO
MEMORANDUM
TO: Varun Desai, Procurement & Contracts
THRU: Janeiro R. Coulter, MBE Division Mari?
FROM: Chisha Lewis, Contract Compliance Investigator III
DATE: February 28, 2022
SUBJECT: MBE DIVISION APPROVAL MEMORANDUM
The Minority Business Enterprise Division concurs with the Procurement & Contracts Division and Fleet
Management Division recommendations for the award of IF1322-0123, Sublet Vehicle Repair to Rush Truck
Centers of Florida, Inc. in the amount of $270,000.00 per contract year.
The scope of work is to provide all labor, material, equipment, supplies and transportation necessary for the
performance of repairs and maintenance of the City's light vehicles.
r
The MBE Division has reviewed the procurement and determined there were no MWBE firms available to
provide this service.
cc: David Billingsley, Chief Procurement Officer
EXECUTIVE OFFICES • MINORITY BUSINESS ENTERPRISE
Orlando City Hall • 400 South Orange Avenue • Eighth Floor
PO Box 4990 • Orlando, FL 32802-4990
P 407.246.2623 • Oriando.gov
Companies can demonstrate Good Faith Effort by achieving MWBE participation or providing documentation of their efforts to do so in
such sufficiency that the expected outcome would be MWBE participation (but for they did not) or a combination thereof.