Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
07-14-2015 Supporting DocumentsCLERf ONT CITY OF CLERMONT
Choicea(Champians COUNCIL MEETING AGENDA
6:30 PM, Tuesday, July 14, 2015
Welcome to our Council meeting. In the interest of time efficiency and ensuring that everyone who wishes to address the Council
is given the opportunity to do so, the following will apply to all comments made by the public. For items listed on the agenda,
each speaker will be permitted 5 minutes to address the Council. For non -agenda items, each speaker will be permitted 3 minutes
to address the Council. These time limits may be extended by the Mayor. Thank you for participating in your City Government.
CALL TO ORDER
INVOCATION & PLEDGE OF ALLEGIANCE
PRESENTATIONS
Volunteer Service Presentation
Annual Police Report Presentation
PUBLIC COMMENTS
REPORTS
CONSENT AGENDA
The next portion of the meeting is the consent agenda which contains items that have been determined to be
routine and non -controversial. If anyone in the audience wishes to address a particular item on the consent
agenda, now is the opportunity for you to do so. Additionally, if staff or members of the City Council wish
to speak on a consent item, they have the same opportunity.
Item No. 1 - Meeting Minutes Consider request to approve minutes of
the February 24, 2015 and March 10,
2015 Regular Council meeting; and the
February 26, 2015 and March 23,
2015 Special Council meeting.
Item No. 2 - Surplus Request Consider request to declare surplus end
of life inventory as surplus from Fire,
Environmental Services, Parks and
Recreation, and Public Works
Departments and dispose of in
accordance with the Purchasing Policy.
Item No. 3 - Contract Award Consider request to piggyback the City
of Orlando contract with Altair
Environmental Group, LLC and B&D
Waterblasting Company, Inc. d/b/a B&D
Enterprises to provide sewer cleaning
and inspection.
Item No. 4 - Contract Award Consider request to piggyback the City
of Orlando contract with Rush Truck
Center of Florida to provide vehicle
repair services including garbage and fire
trucks.
CITY OF CLERMONT
COUNCIL MEETING AGENDA
6:30 PM, Tuesday, July 14, 2015
Item No. 5 - Contract Award Consider request to piggyback Volusia
County B.C.C. contract with Cintas
Corporation No. 2 to provide uniform
rental/lease services.
Item No. 6 - Bid Award Consider approval of bid award to Jordan
Brothers Construction, LLC to provide
stormwater improvements to Linden
Street and Lake Avenue in the amount of
$518,006.30 and contingency cost of
$51,800.
Item No. 7 - Bid Award Consider approval of bid award to
Innovative Construction & Engineering
LLC to provide exterior renovation of
historical Kern House and Cooper
Library and a budget amendment in the
amount of $17,220.
Item No. 8 - Event Request
Consider Event and Road Closure
Request to allow the Clermont
Downtown Partnership to host a monthly
car show on the second Saturday of
every month in Downtown Clermont.
UNFINISHED BUSINESS
Item No. 9 - Hancock Park Grant Request
Tourist Development Council Discussion
NEW BUSINESS
Item No. 10 -Lien Release
Consider request for a reduction of the
Belgian Capital/South Lake Medical Arts Center
fine to $3,000 and release of the lien.
Item No. 11 - Variance Request
Consider a variance request to allow for
Sundar Investments
a rear yard setback of 20 feet, located at
4444 Harts Cove Way.
Item No. 12 - Ordinance No. 2015-66; Introduction
Consider introduction of Ordinance to
Thompson/Mirror Lake
close unused right-of-way for
Thompson/Mirror Lake property.
Item No. 13 - Ordinance No. 2015-67; Introduction
Consider introduction of Ordinance to
Thompson/Citrus Tower Centre
close easement for the Citrus Tower
Centre property.
Item No. 14 - Ordinance No. 2015-69; Introduction
Consider introduction of Ordinance to
Citrus Tower Blvd. & Hooks Street
rezone property from Urban Estate to C-
2 General Commercial.
CITY OF CLERMONT
COUNCIL MEETING AGENDA
6:30 PM, Tuesday, July 14, 2015
ADJOURN
Any person wishing to appeal any decision made by the City Council at this meeting will need a record of the proceedings. For
that purpose, such person may need to ensure that a verbatim record of the proceedings is made, which record includes the
testimony and evidence upon which the appeal is based. In accordance with the Americans with Disabilities Act (ADA), if any
person with a disability defined by the ADA needs special accommodation to participate in this proceeding, then not later than
two business days prior to the proceeding he/she should contact Clermont, City Clerk's Office, 352-241-7330.
Please be advised that if you intend to show any document, picture, video or items to the Council or Board in support or
opposition to any item on the agenda; a copy of the document, picture, video or item must be provided to the City Clerk for the
City's records.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
The Clermont City Council met in a regular meeting on Tuesday, February 24, 2015 in the Council
Chambers at City Hall. Mayor Ash called the meeting to order at 6:30pm with the following Council
Members present: Council Members Goodgame, Mullins, Bates and Travis. Other City officials present
were: City Manager Gray, City Attorney Oyewale and City Clerk Ackroyd.
INVOCATION
Pastor Danny Hartzog gave the invocation followed by the Pledge of Allegiance.
PROCLAMATIONS
City Clerk Ackroyd read the Irish American Heritage Month proclamation aloud.
PRESENTATIONS
2014 Plant Operations Excellence Award
Environmental Services Director Kinzler presented the 2014 Plant Operations Excellence Award. The
awards are presented each year to recognize water and wastewater facilities that demonstrate excellence
in operation, maintenance, innovative treatment, waste reduction, pollution preventions, recycling, and
other special achievements. The City of Clermont East Water System received the Plant Operations
Excellence Award from the Department of Environmental Protection for the third year in a row. Special
recognition was given to Bob Reed, Duane Lamb, Steve Berry, Rick Laney, Jay Buttram, and Jessie
DelValle.
Mayor Ash extended her appreciation to staff.
PUBLIC COMMENTS
Jim Purvis complimented the Police Department and Fire Department for having a successful fundraiser
at Family Christian Center.
REPORTS
City Manager Gray announced there would be a Special Council Meeting on February 26 at 6:30pm. The
Cemex sand mine hearing before the Lake County Board of County Commissioners was postponed to
March 24 at 1:30pm. The Florida Legislature adopted an Ethics Training requirement for elected officials
and the Florida League of Cities will hold a training session in Tavares on March 13 from loam until
3pm.
City Attorney Oyewale suggested Council inform City Attorney Mantzaris if his office should provide the
Ethics Training. The benefit of City Attorney Mantzaris providing the session was the training would be
more specific to City issues.
Council agreed City Attorney Mantzaris would provide the training. City Manager Gray will coordinate
the training session with City Attorney Mantzaris.
Council Member Bates attended the legislative meetings during Lake County Days in Tallahassee and
participated in a session to request funding for the Lake County Water Initiative.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
Council Member Goodgame reported on the large attendance for the Sally and James Townsend play.
Susan Goldfuss; Metropolitan Planning Organization Executive Secretary, passed away and a memorial
service will be at the Tavares Civic Center on February 25 at 2pm. The South Lake Trail dedication will
be held February 26 at 9:30am, parking will be available at Lake Hiawatha Preserve.
Council Member Mullins commented the Farmers Market has 90 vendors every Sunday. He reported
Music on Montrose will be held Friday, March 6.
Council Member Travis reported South Lake County was awarded the Florida Bicycle Association's
Community of the Year award.
Mayor Ash attended the chili cook off and tug of war between the Clermont Fire Department and
Clermont Police Department. The Fire Department won the tug of war and the Police Department won
the chili cook -off. She attended the Black Achievement Awards and the Rotary Club Anniversary events.
CONSENT AGENDA
Mayor Ash advised the next item on the Agenda for consideration was the Consent Agenda and requested
anyone wishing to have any item pulled for discussion to please come forward at this time.
Item No. I — Meeting Minutes
Item No. 2 — Contract and Budget Amendment
Item No. 3 — Contract Award
Item No. 4 — Bid Award
Item No. S — Utility Service Agreement
Item No. 6 — Interlocal Agreement
Consider request to approve minutes of the
October 28, 2014 Regular Council meeting.
Consider request to piggyback City of Lakeland
contract with Bartow Ford to replace one police
vehicle and a budget amendment in the amount
of $35,000.
Consider request to piggyback the City of St.
Petersburg contract with Layne Inliner, LLC. to
provide sanitary sewer cleaning services.
Consider approval of Request for Proposals
award to Affordable Lock & Security Solutions
to provide all labor, material and equipment
necessary for security cameras on an as -needed
basis.
Consider request for water service to a single
family home owned by the Yahmom
Investment Corp.
Consider approval of Interlocal Agreement
between the City of Clermont and Lake
County for use and reimbursement of State
funds for the South Lake Regional Water
Initiative Group's Regional Water Planning
Study.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
Item No. 7 — Interlocal Agreement
Item No. 8 — Easement Agreement
Item No. 9 — Resolution No. 2015-05
Item No. 10 — Event Request
Item No. 11— Event Request
Consider approval of Interlocal Agreement
for a consultant to oversee water supply and
infrastructure studies for the South Lake
Regional Water Initiative Group.
Consider approval of easement to Duke
Energy for the underground power lines
required for Lake Hiawatha 1B construction.
Consider request to approve agreement with
the Florida Department of Transportation for
landscape maintenance related to the State
Road 50 and US Highway 27 improvements.
Consider approval of Downtown Clermont
Merchants "Vintage Market" event request
and road closure in Downtown Clermont.
Consider "Taste of Caribbean & Jerk
Festival" event request from the Caribbean
American Association of Lake County to
include alcohol sales and South Lake Trail
closure.
Council Member Goodgame moved to approve the Consent Agenda as submitted;
seconded by Council Member Mullins. The motion passed with all members present
voting aye.
ILILWAIA : Ibak,I*.Y.l
Item No. 12 — Waterfront Splash Pad
Recreation Director Teske reported the splash pad ribbon cutting will be held on March 14 at 11 am
during Pig On The Pond. The official opening is the first day of Spring Break, Friday, March 27.
During the months of March, April, May, September and October, the splash pad will be open Monday
through Thursday from 11 am to 6pm; Friday through Sunday and holidays the hours of operation will be
from loam to 5pm. Group rentals Friday through Sunday and holidays will be available from 5pm to
7pm.
During the months of June, July, and August, the splash pad will be open Monday through Thursday from
loam to 7pm; Friday through Sunday and holidays the hours of operation will be from loam to 5pm.
Group rentals Friday through Sunday and holidays will be available from 5pm to 7pm.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
The proposed fees were $2 per person for general admission, and a group rental fee of $125 for Clermont
residents and $160 for non-residents.
Seven proposed part-time positions were requested for collecting fees, enforcing rules, general
maintenance, and providing general first aid.
Staff requested approval of the Waterfront Splash Pad operation dates, times, fees, and part-time staff.
Council Member Travis questioned why the general admission fee for non-residents was the same as
residents. Recreation Director Teske stated verification of residency was not accessible for general
admission. The group rentals are booked in advance, allowing staff to verify residency prior to use of the
facility.
Council Member Goodgame inquired what the general admission fee Tavares charged. Recreation
Director Teske stated Tavares charges $2 and does not offer group rentals.
Council Member Mullins asked if parking fees would be reinstated at Waterfront Park. City Manager
Gray stated costs to enforce parking fees exceeded collections.
Council Member Bates inquired about the maximum occupancy rate. Recreation Director Teske stated
the maximum occupancy rate was 74 patrons.
Mayor Ash opened the public hearing. There were no public comments. Mayor Ash closed the public
hearing.
Council Member Goodgame moved for approval of the water splash pad dates, fees,
times, and staff; seconded by Council Member Mullins. The motion passed with all
members present voting aye.
Item No. 13 — Resolution No. 2015-04
City Clerk Ackroyd read Resolution 2015-04 aloud by title only.
A Resolution of the City Council of the City of Clermont, Lake County, Florida, granting
a Conditional Use Permit to allow for an outdoor commercial ice machine/vending unit in
the C-2 General Commercial zoning district.
Senior Planner Kruse presented the request for a self-service ice vending machine in the C-2 General
Commercial zoning district at 1 Westgate Plaza. The ice machine area will be 6 feet by 11 feet and the
height of the unit will not exceed 10 feet. The applicant has agreed to update the parking stalls and install
additional landscaping. Planning and Zoning Commission recommended approval of the Conditional Use
Permit. Staff recommended approval of the Conditional Use Permit.
Mike Latham; Gatorsktch Architects, and Tracy Waalewyn; applicant, were present to answer any
questions.
Mayor Ash opened the public hearing. There were no public comments. Mayor Ash closed the public
hearing.
4
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
Council Member Mullins supported the request.
Council Member Travis expressed concern regarding the aesthetical view from Highway 50.
Mayor Ash suggested concealing the view of the ice machine from Highway 50.
Council Member Bates inquired what color would be used for the awning. Mr. Waalewyn responded the
awning would be blue.
Council Member Goodgame suggested turning the ice machine so the rear of the machine was shielded
from Highway 50. Tracy Waalewyn commented the machine could be turned and portions could be
screened.
Mike Latham commented a condition of the Conditional Use Permit could include screening the machine
and moving the machine to the back corner, as long as traffic flow and parking would not be impeded.
Council Member Travis expressed concern regarding vandalism. Mr. Waalewyn commented the proposal
includes state of the art lighting under the canopy, an alarm system, and four cameras.
Council Member Goodgame suggested changing the color. Tracy Waalewyn commented the ice machine
was branded white and blue; however the machine could be painted another color.
Mayor Ash suggested postponing the request to provide the applicant an opportunity to address Council
concerns and suggestions.
Council Member Goodgame moved to table Item 13 to March 10; seconded by Council
Member Mullins. The motion passed 4 to 1 with Mayor Ash opposing_
Item No. 14 — Resolution No. 2015-06
City Clerk Ackroyd read Resolution 2015-06 aloud by title only.
A Resolution of the City Council of the City of Clermont, Lake County, Florida, electing
to use the uniform method of collecting non -ad valorem assessments for more than one
year levied in Clermont, Florida; stating a need for such levy; providing for the mailing
of this Resolution; and providing an effective date.
Finance Director VanZile provided information on a proposed fire assessment fee. The Resolution
included agreements with the Property Appraiser and Tax Collector. The City Council authorized a study
to determine the basis for a Fire Assessment Fee and the first draft is anticipated to be presented for
discussion in June. Resolution 2015-06 does not approve a fee, it reserves the City's option to have a
potential fee on the annual property tax notice. Staff requested approval of Resolution 2015-06 and the
applicable agreements.
Mayor Ash opened the public hearing.
Jim Purvis commented the resolution was broadly written and provided general authority for imposition
of any special fee tax.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
City Manager Gray stated the resolution notifies the Lake County Tax Collector and Lake County
Property Appraiser the City would place a Council approved fire assessment fee on the annual property
tax notice.
Helmut Michelson inquired if a fee assessed by the City would be in addition to the fee assessed by Lake
County. City Manager Gray stated the Lake County fire fee assessment does not include Clermont
residents. Residents would only pay the City's fire assessment if approved by City Council.
Mayor Ash closed the public hearing.
Council Member Bates was in favor of continuing to look into the option.
Council Member Mullins commented Council would have the opportunity to reject a fire assessment fee
at a later date.
City Attorney Oyewale stated the resolution allows the City to continue with the process. The notice
must be submitted no later than March 1 if the intent is to place a potential fee on the annual property tax
notice.
Council Member Mullins moved for adoption of Resolution 2015-06; seconded by
Council Member Travis. The motion passed with all members present voting aye.
Item No. 15 — Ordinance No. 2015-08, Introduction
City Clerk Ackroyd read Ordinance 2015-08 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
amending Chapter 2 "Administration", Article III "Boards, Committees and
Commissions", Division 2 "Planning and Zoning Commission", Section 2-79 "Regular
Meetings" of the City Code providing that the time for the regular meetings of the
Planning and Zoning Commission shall be determined by the City Council; providing for
codification, severability, conflict, and effective date.
Council Member Goodgame moved to introduce Ordinance 2015-08, seconded
Council Member Bates. The motion passed with all members present voting aye.
Item No. 16 — Ordinance No. 2015-16; Introduction
City Clerk Ackroyd read Ordinance 2015-16 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida, under
the Code of Ordinances of the City of Clermont, granting a garbage collection franchise
to Good Fella's Roll Off Waste Disposal, Inc., providing for the term of the franchise and
for other purposes connected with a franchise for the collection of garbage within the
City of Clermont.
Council Member Goodgame moved to introduce Ordinance 2015-16; seconded by
Council Member Bates. The motion passed with all members voting aye.
6
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
February 24, 2015
ADJOURN: With no further comments, this meeting was adjourned at 7:41pm.
APPROVED:
Gail L. Ash, Mayor
Tracy Ackroyd, City Clerk
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
February 26, 2015
The Clermont City Council met in a special meeting on Thursday, February 26, 2015 in the Council
Chambers at City Hall. Mayor Ash called the meeting to order at 6:30 pm with the following Council
Members present: Council Members Goodgame, Mullins, Bates and Travis. Other City officials present
were: City Manager Gray, City Attorney Mantzaris and City Clerk Ackroyd.
Police Station Site Consideration
City Manager Gray stated Council requested staff review the Kings Ridge Professional Centre as a
potential location for the new police station.
Kevin Radigan; Architect Design Group, reported the estimated cost of $7,684,899.00 for the Kings
Ridge Professional Centre site did not include site development and site acquisition expenses. The
location is adequately sized for a police station, has public visibility from Highway 27, all infrastructure is
on -site, and retaining walls are not required. The front of the building would not face Highway 27 unless
parking was reduced, parking would be visible from Highway 27, access to Highway 27 would be
limited, requires compliance with Kings Ridge Development covenants, utilities would have to be
relocated, and the property is not owned by the City.
Site A at North Hammock Ridge at the Arts and Recreation Complex has a strong public presence along
Hammock Ridge Road, minimal connecting roads would be required, retains the landscape buffer on the
west edge of the property, requires minimal modifications to utilities, and has a clear separation from the
Arts and Recreation Center. The location would require removal of approximately four acres of pine
trees, requires retaining walls and tie -down slopes, less efficient parking, limited internal traffic flow for
police vehicles, requires extension of utilities, and could limit use of the south area of the complex.
Site B at Hooks Street provides direct access to Hooks Street and Citrus Tower Boulevard, permitting was
complete, the property is owned by the City, and the site is centrally located. The location requires
extensive retaining walls, future expansion is limited, the City and Developer Agreement has not been
resolved, site development costs were higher, increased construction time would be involved, and the site
may have better use as a private development.
The cost comparisons for the Hammock Ridge and Hooks Street sites were reviewed. The approximate
cost for the Hammock Ridge site would be $10,250,026.00. The Hooks Street location would require
additional expenses for retaining walls, permitting fees, and overall site development. The approximate
cost would be $10,504,251.00.
Mayor Ash commented the costs were higher than budgeted.
Council Member Travis stated the sale of the existing police station and the Hooks Street property could
make up the cost difference.
City Manager Gray commented purchasing items directly would save money on sales tax.
Council Member Goodgame gave a presentation reviewing the costs to build city hall today versus the
costs in 2002. He reviewed his pros and cons for the police station sites under consideration and
supported the site at Hooks Street.
Council Member Goodgame moved to approve the police station at Hooks Street.
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
February 26, 2015
The motion died for lack of a second.
Council Member Bates was opposed to the Hooks Street site.
Mayor Ash commented the Hooks Street site and the Hammock Ridge location have many issues.
Council Member Travis was in favor of selling the Hooks Street property and building on the Hammock
Ridge location.
Mayor Ash stated additional parking would be required at the Hammock Ridge site as the City moves
forward to increase use of the Clermont Community Center facility and property.
City Manager Gray commented four areas on the Clermont Community Center location were reviewed
and the northwest corner near Hammock Ridge Road was the best site. The City is working with Lake
County on placing flashing lights at the entrance.
Council Member Mullins stated both the Hammock Ridge and Hooks Street locations have vision and
traffic issues. The Hooks Street location will take months of litigation and money to resolve. The
Clermont Community Center location near Hammock Ridge Road is ready for building a police station.
Mayor Ash opened the public hearing.
Ginger Martin spoke in favor of the Hammock Ridge location.
Jim Purvis supported the Hooks Street property.
Bob Peraza spoke in opposition of the Kings Ridge Centre site.
Brent Joyner; representing the Clermont Police Officers, stated the majority of the police officers
preferred the Hooks Street site.
Mayor Ash closed the public hearing.
City Manager Gray stated the issues at the Hooks Street location was the reason the Clermont Community
Center site was considered. The Hooks Street site has potential legal issues which could take time to
resolve.
Council Member Travis moved to vote on the Hammock Ridge property; seconded by
Council Member Bates. The motion passed 4 to 1 with Council Member Goodgame
opposed.
City Manager Gray will follow up with a financial plan for the new police station. The sale of the Hooks
Street property will be placed on an agenda.
Police Take Home Vehicle Program
Police Chief Broadway presented a proposal for an assigned take-home vehicle program. The program
provided for a vehicle to be assigned to each sworn police department employee for use by that employee.
Currently the department uses a pooled vehicle program for most officers. The benefits of an assigned
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
February 26, 2015
take-home vehicle program include decreased operating costs, quicker off -duty officer response time,
increased sense of security in officer's neighborhoods, a valuable recruitment and retention tool, and the
program is recommended by an International Association of Chief s of Police study.
The program could be implemented in the current fiscal year with the purchase of seven vehicles in
addition to thirteen vehicles currently on order. The cost of the additional seven vehicles is $280,000 and
could be funded from the Infrastructure Sales Tax fund. Police Chief Broadway requested approval to
purchase seven marked police vehicles and a budget amendment in the amount of $280,000.00.
City Manager Gray stated the fleet was aging and a program in place to replace the vehicles in the next
three to four years. The shared vehicles are difficult to maintain as they are on the road twenty-four hours
a day all year long. Fuel costs would increase and maintenance expenses would remain the same.
Council Member Mullins asked if there was a substantial cost difference. Finance Director VanZile
stated an analysis to determine cost effectiveness of the program as it applied to the City had not been
done. Financing the vehicles was not cost effective due to paying interest rates and financing fees.
Council Member Mullins inquired how many vehicles would be necessary for all officers to have a take-
home vehicle. Finance Director VanZile reported there were currently forty-two vehicles in the fleet,
thirteen vehicles were on order, and the seven requested vehicles would be used by the sixty-two officers.
The majority of the replaced vehicles would be used as spare vehicles.
Mayor Ash asked what impact the purchase would have on the budget. Finance Director VanZile stated
the thirteen vehicles on order were budgeted and the seven additional vehicles would be absorbed in the
Infrastructure Sales Tax Fund without having an effect on the budget.
Council Member Goodgame asked how far the vehicles would be driven home. City Manager Gray
responded the current take-home policy was twenty miles.
Mayor Ash questioned what the impact would be on insurance. Finance Director VanZile stated there
would be an increase in rates due to the additional vehicles; however there would not be any impact
related to having a take-home vehicle program.
Council Member Mullins stated police officers were previously provided a pay rate increase to recruit and
retain officers in lieu of take-home vehicles and inquired if the pay rate scale would change under the
program. City Manager Gray recommended Council retain the pay rate scale.
Mayor Ash expressed concern regarding future requests from other departments for take-home vehicles.
Council Member Travis supported the request.
Council Member Goodgame inquired if any officers lived further than twenty miles from work. Police
Chief Broadway stated the majority of officers lived within the twenty mile take-home vehicle policy.
Mayor Ash expressed concern regarding future funding.
Council Member Mullins commented there was the risk the sales tax may not be renewed by voters this
November.
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
February 26, 2015
City Manager Gray commented there was a five-year replacement program for the existing fleet. The
City would not replace as many vehicles if the program was fully implemented.
Finance Director VanZile stated historically the City replaces twelve vehicles a year.
Mayor Ash opened the public hearing.
Jim Purvis requested Council seek alternatives and suggested leasing the vehicles.
Jeremy Kevitt spoke on behalf of the Clermont Police Officers and requested approval.
Chris Jenkins spoke in favor of the take-home vehicle program.
Ginger Martin requested Council table the request until a new police station was built.
Mayor Ash closed the public hearing.
Mayor Ash requested any motion made include revisiting the program after two years to review the
impact on City finances.
Council Member Mullins preferred tabling to a future meeting and requested staff provide more data on
cost savings.
Council Member Travis moved to accept the assigned vehicle program; seconded by
Council Member Bates. The motion passed 510 with all members present voting aye. For
clarification, Council Member Travis noted the intent of the motion was as presented by
staff. The Council agreed with the intent.
Reserves Policy
Finance Director Van Zile presented information regarding a proposed Reserves Policy. The purpose of
the policy was to provide sufficient cash flow for daily financial needs, secure and maintain investment -
grade bond ratings, offset significant economic downturns, and provide funds for unforeseen
expenditures. The policy provided for external restrictions, emergency reserves restrictions, and capital
replacement reserves restrictions. Staff requested a consensus to place the proposed policy on the March
10, 2015 agenda for formal approval.
There was a consensus to place on the March 10, 2015 agenda.
ISBA Annexation Strategy
City Manager Gray stated due to the approval of the Interlocal Service Boundary Agreement between the
City of Clermont and Lake County, the City will phase -in annexation of properties which have a Utility
Service Agreement with the City.
Economic Development Director Hitt presented the four primary phases for annexation into the City.
The first phase annexations included Plaza Collina and Toyota of Clermont. The second phase of
annexations consisted of Don Mealey Chevrolet, Pine Valley Industrial Park, Manlow properties,
Napleton Chrysler Dodge Jeep, Lake County Sheriff's Department, Clermont Nissan,
4
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
February 26, 2015
Senninger Irrigation, Hartle Groves, Johns Lake Landing, and Headquarter Honda. The third phase of
annexations included the BP gas station, Discount Tire, Harbor Federal Savings Bank, Value Place Hotel,
Magnolia Center, U-Haul, East Town Center, and the Hithersay property. Phase four annexes the road
right-of-way on State Road 50 from the current City limits on State Road 50 to the Lake -Orange County
line.
Council Member Goodgame noted there were dealerships currently under an approval process with Lake
County. City Manager Gray stated the City was working with the property owners to obtain a Planned
Unit Development for City Council review.
Council Member Mullins inquired if the City would have costs associated with the annexations. City
Manager Gray stated Finance Director VanZile will provide a financial impact report at the public
hearings.
Council Member Mullins noted the largest impact for the City would be related to police and fire services.
ADJOURN: With no further comments, this meeting was adjourned at 9:07pm.
APPROVED:
Gail L. Ash, Mayor
ATTEST:
Tracy Ackroyd, City Clerk
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
The Clermont City Council met in a regular meeting on Tuesday, March 10, 2015 in the Council
Chambers at City Hall. Mayor Ash called the meeting to order at 6:30pm with the following Council
Members present: Council Members Goodgame, Mullins, Bates and Travis. Other City officials present
were: City Manager Gray, City Attorney Mantzaris and City Clerk Ackroyd.
INVOCATION
Choice Edwards gave the invocation followed by the Pledge of Allegiance.
PRESENTATIONS
Finance Director Van Zile presented the highlights of the quarterly performance report for period of
October 1, 2014 through December 31, 2014. The Top Ten Revenues and Major Operating Fund
Revenues are on target for the first quarter, with the exception of Impact Fees, Infrastructure Sales Taxes,
and the Building Services Fund. The Major Fund Expenditures and Departmental Expenditures do not
display any negative trends.
City Manager Gray commented staff will continue to monitor revenues and expenditures.
PUBLIC COMMENTS
Miguel Ramos stated the City intended to build a fence behind residential property in the Legends in the
area of the site for the Police Station. The fence is a waste of money and is not aesthetically pleasing.
City Manager Gray commented the fence request came from the Legends Home Owners Association.
The Homeowners Association expressed concern with individuals who walk into the community from the
Arts and Recreation Center. In addition, the apartments under construction near Hammock Ridge are
working with the Home Owners Association to secure their portion of the area.
Mayor Ash suggested the residents address the issue with the Home Owners Association.
Mike Corradino; South Lake Tablet owner, stated he was working with the State of Florida changing the
requirement to have legal notices published only in paid circulation newspapers. He offered to publish
the City's legal notices in the South Lake Tablet at no charge until the State changes the requirement.
Erin Moulton expressed concern with the proposed fence on City property behind the Legends.
Gregory Lightner stated his wife was a business owner at Hillside Terrace and noted an increase in
criminal activity. Police Chief Broadway is aware and has increased patrol.
City Manager Gray commented Development Services Director Hollerand will review the Conditional
Use Permit for the property.
REPORTS
City Manager Gray confirmed the Ethics Training workshop for March 23 and April 27 from 3pm to
5pm. The Cemex sand mine application will be heard by the Lake County Board of County
Commissioners on March 24 at 1:30pm. City Attorney Mantzaris and City Manager Gray will be
speaking on behalf of the City. The City Council will hold a Special Meeting on March 23 at 6pm
regarding the Master Plan.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
City Attorney Mantzaris No report.
Council Member Bates congratulated City Manager Gray on receiving the Lake County Community
Service Leadership Award. He encouraged the community to support the softball tournaments at the
National Training Center.
Council Member Goodgame congratulated City Manager Gray on receiving the award. He commented
he received two emails requesting the City promote the softball tournaments.
City Manager Gray noted he responded to the emails. The City works with PFX on advertising the events
through community centers and homeowners associations.
Council Member Travis stated the Sports and Tourism Committee are aware of the events and promote
attendance.
Council Member Mullins reported the Arts and Cultural alliance held their quarterly meeting at the Arts
and Recreation Center building. Events Coordinator Dudeck provided an excellent tour of the facility.
Council Member Travis announced the Sports and Tourism Committee meetings are held the third
Wednesday of the month at 8am at the National Training Center. There is a free park run each Saturday
at Waterfront Park.
Mayor Ash reported she welcomed the Police Soccer World Championship teams to Clermont. Sweden
won the championship. There will be a dedication of the Splash Park at 11 am on Saturday, March 14.
CONSENT AGENDA
Mayor Ash advised the next item on the Agenda for consideration was the Consent Agenda and requested
anyone wishing to have any item pulled for discussion to please come forward at this time.
Item No. I — Contract Award
Item No. 2 — Contract Award
Item No. 3 — Contract Award
Consider request to piggyback the St.
Johns County contract with Pierce
Manufacturing, Inc. and Ten-8 Fire
Equipment, Inc. to purchase one
Velocity 100' Aerial Fire Apparatus and
related EMS equipment in the amount of
$1,092,127.
Consider request to piggyback the City
of Miami contract with Signal
Technology Enterprises, Inc. d/b/a
Public Safety USA to provide
emergency vehicle equipment
installation.
Consider request to piggyback Florida
Sheriffs Association contract with Ring
Power Corporation to purchase one
hydraulic excavator in the total amount
of $58, 090.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
Item No. 4 — Event Request Consider request to allow open alcoholic
beverage containers during the Sommer
Sports 2015 race season.
Item No. 5 — Resolution No. 2015-10 Consider request to approve a Reserves
Policy.
Council Member Goodgame moved for approval as written; seconded by Council
Member Mullins. The motion passed with all members present voting aye.
UNFINISHED BUSINESS
Item No. 6 — Resolution No. 2015-04
City Clerk Ackroyd read Resolution 2015-04 aloud by title only.
A Resolution of the City Council of the City of Clermont, Lake County, Florida, granting
a Conditional Use Permit to allow for an outdoor commercial ice machine/vending unit in
the C-2 General Commercial zoning district.
Senior Planner Kruse stated the request was presented at the February 24, 2015 Council meeting. The
Council tabled the request to allow the applicant time to revise the plan. The applicant is requesting a
Conditional Use Permit for an outdoor commercial ice machine vending unit.
City Manager Gray commented the applicant is amenable to considering the boat ramp site as suggested
at the February 24, 2015 meeting. City Attorney Mantzaris would work on an agreement for use of the
property.
City Attorney Mantzaris stated the City would need to enter into a lease agreement to a vendor, which
may be problematic to the City.
Council Member Goodgame inquired if the applicant wished to move forward with the current location in
addition to the Waterfront Park location. Tracy Waalewyn replied the plan was for placement of one ice
machine.
City Manager Gray stated an ice machine at Waterfront Park would have to go through the bid process.
Mr. Waalewyn preferred to move forward with the location on Highway 50.
Alex Busta; GatorSktch Architects, presented options for an ice vending machine on Highway 50. A
retaining wall would block the view of the site from the east. Landscaping would be the most prominent
scene from the road. The machine will fit in an area the size of a parking space. Images of cypress trees,
the Citrus Tower, Historic Downtown Clermont sign, mountain scenes, glacier scenes, waterfall, and
scenic land scenes were presented as wrap options to improve the appearance of the machine. Mr. Busta
requested approval from the Council.
Mayor Ash opened the public hearing. There were no public comments. Mayor Ash closed the public
hearing.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
Council Member Mullins preferred the cypress wrap.
Council Member Goodgame concurred with Council Member Mullins.
Council Member Bates preferred an earth tone to blend in with the current structures.
Mayor Ash spoke in opposition of the Highway 50 location, preferring the Waterfront Park boat ramp
area.
Council Member Mullins suggested a green and brown wrap with a green roof. Requesting the applicant
to change the location to the boat ramp is inappropriate. An ice machine at the boat ramp is something to
consider and the City should send out a Request for Proposal.
City Manager Gray stated if Council would like an ice machine at the boat ramp, the City could send out
a Request for Proposal.
Council Member Travis commented the Council could approve the request and move forward with a
Request for Proposal for an ice machine at the boat ramp.
Council Member Mullins moved to approve the ice machine at this location with a green
awning and earth colored vegetative wrap; seconded by Council Member Goodgame.
Under discussion, Council agreed to have the applicant send the rendering to staff. The
motion passed 4 to 1 with Mayor Ash opposed.
Item No. 7 —Ordinance No. 2015-02; Final
This item has been withdrawn.
Item No. 8 — Ordinance No. 2015-08, Final
City Clerk Ackroyd read Ordinance 2015-08 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
amending Chapter 2 "Administration", Article III "Boards, Committees and
Commissions", Division 2 "Planning and Zoning Commission", Section 2-79 "Regular
Meetings" of the City Code providing that the time for the regular meetings of the
Planning and Zoning Commission shall be determined by the City Council; providing for
codification, severability, conflict, and effective date.
City Attorney Mantzaris stated the Planning and Zoning Commission requested to change the meeting
time to 6:30pm. Council could include the meeting time change in the motion.
Mayor Ash opened the public hearing. There were no comments. Mayor Ash closed the public hearing.
Council Member Mullins moved to adopt Ordinance 2015-08 and set the meeting time at
6:30pm; seconded by Council Member Goodgame. The motion passed 5 to 0 on a roll
call vote.
4
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
Item No. 9 — Ordinance No. 2015-16; Final
City Clerk Ackroyd read Ordinance 2015-16 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida, under
the Code of Ordinances of the City of Clermont, granting a garbage collection franchise
to Good Fella's Roll Off Waste Disposal, Inc., providing for the term of the franchise and
for other purposes connected with a franchise for the collection of garbage within the
City of Clermont.
Mayor Ash opened the public hearing. There were no comments. Mayor Ash closed the public hearing.
Council Member Mullins moved for the adoption of Ordinance 2015-16, seconded by
Council Member Goodgame. The motion passed 5 to 0 on a roll call vote.
NEW BUSINESS
Item No. 10 — Ordinance No. 2015-07; Introduction
City Clerk Ackroyd read Ordinance 2015-07 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
amending the Comprehensive Plan of the City of Clermont, Florida, pursuant to the Local
Government Comprehensive Planning Act, Chapter 163, Part II, Florida Statutes by
adopting text changes to the policies of the Intergovernmental Coordination Element of
the Comprehensive Plan; setting forth the authority for adoption of the Comprehensive
Plan Amendments; setting forth the purpose and intent of the Comprehensive Plan
Amendments; establishing the legal status of the Comprehensive Plan Amendments;
providing for severability, conflict and an effective date.
Council Member Mullins moved to introduce Ordinance 2015-07; seconded by Council
Member Travis. The motion passed with all members voting ave.
Item No. 11— Ordinance No. 2015-09; Introduction
City Clerk Ackroyd read Ordinance 2015-09 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida, closing
and permanently abandoning the easement of the north 10 feet of lots 16 and 17, block
61, according to the plat thereof, as recorded in Plat Book 8, Page 17; Public Records of
Lake County, Florida; repealing all Ordinances in conflict herewith, providing for
severability, publication, recording, and for an effective date.
Council Member Mullins moved to introduce Ordinance 2015-09; seconded by Council
Member Travis. The motion passed with all members voting ave.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
Item No. 12 — Ordinance No. 2015-10; Introduction
City Clerk Ackroyd read Ordinance 2015-10 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
providing for the annexation of a certain parcel of land in accordance with the Interlocal
Service Boundary agreement dated December 2, 2014; providing for an effective date,
severability, recording, and publication.
Council Member Mullins moved to introduce Ordinance 2015-10; seconded by Council
Member Travis. The motion passed with all members voting aye.
Item No. 13 — Ordinance No. 2015-11; Introduction
City Clerk Ackroyd read Ordinance 2015-11 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
adopting the Large Scale Comprehensive Plan Amendment for the City of Clermont,
Florida, pursuant to the Local Government Comprehensive Planning Act, Chapter 163,
Part I1, Florida Statutes; setting forth the authority for adoption of the Large Scale
Comprehensive Plan Amendment; setting forth the purpose and intent of the Large Scale
Comprehensive Plan Amendment; providing for the adoption of the Large Scale
Comprehensive Plan Amendment; establishing the legal status of the Large Scale
Comprehensive Plan Amendment; providing a severability clause and providing an
effective date.
Council Member Mullins moved to introduce Ordinance 2015-11; seconded by Council
Member Travis. The motion passed with all members voting aye.
Item No. 14 — Ordinance No. 2015-12; Introduction
City Clerk Ackroyd read Ordinance 2015-12 aloud by title only.
An Ordinance under the Code of Ordinances of the City of Clermont, Lake County,
Florida amending the Official Zoning Map of the City of Clermont referred to in Chapter
122 of Ordinance No. 289-C, Code of Ordinances; rezoning the real properties described
herein as shown below; providing for severability, effective date, and publication.
Council Member Mullins moved to introduce Ordinance 2015-12; seconded by Council
Member Travis. The motion passed with all members voting aye.
Item No. 15 — Ordinance No. 2015-13; Introduction
City Clerk Ackroyd read Ordinance 2015-13 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
providing for the annexation of a certain parcel of land in accordance with the Interlocal
Service Boundary Agreement dated December 2, 2014; providing for an effective date,
severability, recording, and publication.
6
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
Council Member Mullins moved to introduce Ordinance 2015-13; seconded by Council
Member Travis. The motion passed with all members voting ave.
Item No. 16 — Ordinance No. 2015-14; Introduction
City Clerk Ackroyd read Ordinance 2015-14 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
adopting the Large Scale Comprehensive Plan Amendment for the City of Clermont,
Florida, pursuant to the Local Government Comprehensive Planning Act, Chapter 163,
Part II, Florida Statutes; setting forth the authority for adoption of the Large Scale
Comprehensive Plan Amendment; setting forth the purpose and intent of the Large Scale
Comprehensive Plan Amendment; providing for the adoption of the Large Scale
Comprehensive Plan Amendment; establishing the legal status of the Large Scale
Comprehensive Plan Amendment; providing a severability clause and providing an
effective date.
Council Member Goodgame tabled Ordinance 2015-14 to April 14; seconded by Council
Member Mullins. The motion passed with all members present voting aye.
Item No. 17 — Ordinance No. 2015-17, Introduction
City Clerk Ackroyd read Ordinance 2015-17 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
providing for the annexation of a certain parcel of land contiguous to the present city
boundaries; providing for an effective date, severability, recording, and publication.
Council Member Mullins moved to introduce Ordinance 2015-17; seconded by Council
Member Travis. The motion passed with all members voting aye.
Item No. 18 — Ordinance No. 2015-18, Introduction
City Clerk Ackroyd read Ordinance 2015-18 aloud by title only.
An Ordinance of the City Council of the City of Clermont, Lake County, Florida,
adopting the Small Scale Comprehensive Plan Amendment for the City of Clermont,
Florida, pursuant to the Local Government Comprehensive Planning Act, Chapter 163,
Part II, Florida Statutes; setting forth the authority for adoption of the Small Scale
Comprehensive Plan Amendment; setting forth the purpose and intent of the Small Scale
Comprehensive Plan Amendment; providing for the adoption of the Small Scale
Comprehensive Plan Amendment; establishing the legal status of the Small Scale
Comprehensive Plan Amendment; providing a severability clause and providing an
effective date.
Council Member Mullins moved to introduce Ordinance 2015-18; seconded by Council
Member Travis. The motion passed with all members voting ave.
City of Clermont
MINUTES
REGULAR COUNCIL MEETING
March 10, 2015
Item No. 19 — Ordinance No. 2015-19; Introduction
City Clerk Ackroyd read Ordinance 2015-19 aloud by title only.
An Ordinance under the Code of Ordinances of the City of Clermont, Lake County,
Florida amending the Official Zoning Map of the City of Clermont referred to in Chapter
122 of Ordinance No. 289-C, Code of Ordinances; rezoning the real properties described
herein as shown below; providing for severability, effective date, and publication.
Council Member Mullins moved to introduce Ordinance 2015-19; seconded by Council
Member Travis. The motion passed with all members present voting aye.
ADJOURN: With no further comments, this meeting was adjourned at 7:44pm.
APPROVED:
Gail L. Ash, Mayor
ATTEST:
Tracy Ackroyd, City Clerk
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
March 23, 2015
The Clermont City Council met in a special meeting on Monday, March 23, 2015 in the Council
Chambers at City Hall. Mayor Ash called the meeting to order at 6:OOpm with the following Council
Members present: Council Members Goodgame, Mullins, Bates and Travis. Other City officials present
were: City Manager Gray and City Clerk Ackroyd.
Pledge of Allegiance
Master Plan
City Manager Gray stated the Downtown and Waterfront Master Plan was the result of input from the
community's visioning sessions two years ago. The City and Staff were tasked with bringing new
vibrancy to the downtown and waterfront area. Portions of the vision have become a reality through
projects including the Community Redevelopment Association (CRA) incentive program, acquisition of
the Clermont Community Center, Lake Hiawatha Preserve, the new Boathouse, KaBoom Park, and the
Champions Splash Park. Following the visioning sessions, the City adopted a new brand. The Master
Plan provides a ten year vision of projects for the area.
Pete Seckler; GAI Consulting Group, reviewed the early settlement of Clermont and where the
community is today. Linking the City is important and people want to connect with Historic Downtown
Clermont. There is an opportunity for new residential development in the Historic Downtown area and
the Greater Downtown area to support existing retail businesses.
Five points were determined as a strong link in the vision and for developing a strategy for revitalization:
(1) A place for people, (2) A great waterfront, (3) A quality sense of place, character and image, (4)
Connect the centers, and (5) High performing infrastructure and services.
Several key strategies included: (1) Create a window to Downtown on State Road 50, (2) Connect the
Downtown parks and neighborhoods, (3) Add energy and activity to the Downtown Core, and (4) Re-
orient and diversify waterfront activities.
Mr. Seckler provided an overview of the twenty year long-range vision plan which included creating a
new open space venue in the Downtown Core, gateway signage, and moving the trail into the City. The
recommendation was for the City to begin with key fundamental projects, including a Downtown
Promenade, signage and way finding, a West Lake Wetland Park, a Minneola Greet Street, a "Front
Door" image improvement, and switchbacks. The cost estimate was approximately $15 million; however
grants are available for these projects.
Mayor Ash opened the public hearing.
Edward Apadaca, Mark Graff, Alison Strange, Ray Sanfratello, Paul McPherson, and Lake County
Commissioner Parks spoke in support of the proposal.
Karen Border inquired if the trail change would be in the form of a boardwalk. Pete Seckler stated the
concept would include a trail system which works well for exercising and competition, and a
complimentary series of expanses for those who would like to engage.
Stacey Uptain Smith urged Council to continue with the plans and keep sailing in mind. Mr. Seckler
stated consideration was for a sailing area on the eastern component of the lake, with a local community
park.
City of Clermont
MINUTES
SPECIAL COUNCIL MEETING
March 23, 2015
Mayor Ash closed the public hearing.
Council Member Mullins spoke in support of the plan.
Council Member Travis questioned if the trail would remain where it is when the boat ramp is moved to
East Avenue. Pete Seckler stated the details would have to be worked out. The trail would be realigned
to follow the new geometry created. Any modification to the trail would include a clear through -trail and
other opportunities for people to explore the Waterfront and the businesses.
Council Member Bates inquired the amount the City could receive in grant funding. Mr. Seckler
commented there are different mechanisms available on the public side and as a strategy towards certain
key elements are developed, certain grant opportunities will be available.
City Manager Gray commented 75 percent of what the City of Eustis accomplished was funded by grants
or through other agencies.
Council Member Goodgame spoke in support of the plan.
Council Member Goodgame moved to accept the long range planning vision presented
tonight; seconded by Council Member Mullins. The motion passed unanimously.
ADJOURN: With no further comments, this meeting was adjourned at 7:05pm.
APPROVED:
Gail L. Ash, Mayor
ATTEST:
Tracy Ackroyd, City Clerk
f
CLER 1ONT
CilO'. of Ch-111w s
CITY OF CLERMONT
AGENDA ITEM
Page 1 of 1
Tuesday, July 14, 2015
Surplus Request
Motion to approve and declare end of life inventory as surplus from Fire, Environmental Services,
Parks and Recreation, and Public Works Department and dispose of in accordance with the
Purchasing Policy.
The Purchasing Department, on behalf of Fire, Environmental Services, Parks and Recreation, and
Public Works Department, recommends approval of the above action.
The following inventory have reached their end of life service and approval to surplus these
equipment is being requested.
Fire Department:
See attached list.
Environmental Services Department:
Vehicle 5225 — 2000 Ford Ranger
Vehicle 5210 — 2002 Ford Ranger
Vehicle 5207 — 2000 Ford Ranger
Parks and Recreation Department:
See attached list.
Public Works Department:
See attached list.
Salvageable surplus property will be sold through GovDeals.com, an electronic auction website for
government property.
PR
•..
ImpactFiscal ..
1. Environmental Services Property Disposal Environmental Services Property Disposal.pdf
2. Public Works Property Disposal Public Works - Surplus Request.pdf
3. Fire Department Property Disposal Fire Department Property Disposal.pdf
4. Parks and Recreation Property Disposal Parks and Recreation Property Disposal.pdf
PROPERTY DISPOSAL FORM
Department: Environmental Services
Contact Person: Heather Wooding
Year / Make / Model: 2000 Ford Ranger
Asset Tag#: 10011
Phone: 352-241-0178
Vehicle No. 5225
Miles / Hours: 142,562 Serial / VIN: 1FTYR1MY131333505
Description of Property 2000 Ford Ranger
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)***'
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑x OTHER: high mileage, has reached end of use
Director Signature:
Date Approved by City Council:
Method of Disposal:
Purchasing Manager:
Asset Number:
Completed by:
Date: 6/18/15
to
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 1-28-15
PROPERTY DISPOSAL FORM
Department: Environmental Services
Contact Person: Heather Wooding
Year / Make / Model: 2002 Ford Ranger
Miles / Hours: 151,534
Description of Property 2002 Ford Ranger
Asset Tag#: 10012
Phone: 352-241-0178
Vehicle No. 5210
Serial / VIN: 1FTYR10U22PA58915
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
QOTHER: high mileage, has reached end of use
Din
Date Approved by City Council:
Method of Disposal:
Purchasing Manager:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 1-28-15
PROPERTY DISPOSAL FORM
Department: Environmental Services
Contact Person: Heather Wooding
Asset Tag#:
Phone: 352-241-0178
Year / Make / Model: 2000 Ford Ranger Vehicle No. 5207
Miles/Hours: 111,682 Serial / VIN: 1FTYR10V5YPA74804
Description of Property 2000 Ford Ranger
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑x OTHER: high mileage, has reached end of use
Director Signature:
Date Approved by City Council:
Method of Disposal:
Purchasing Manager:
Asset Number:
Completed by:
Date: 6/18/15
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 1-28-15
PROPERTY DISPOSAL FORM
Department: PUBLIC WORKS
Contact Person:THOMAS WERNER - FOREMAN
Year / Make / Model: N/A
Miles / Hours: N/A
Asset Tag#:
Phone:352-394-7177
Vehicle No. N/A
Serial / VIN: N/A
Description of Property OLD STREET SIGNS, IE STOP SIGNS, NO PARKING,4WAY,SPEED LIMIT, ETC.
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑ OBSOLETE: Refers to any item or material that is of no use to the City.
0 SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date: (0-23�%1�
*****This form must be sent to the Purchasing Department to dispose of property"***
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
OLD STREET SIGNS
Inventory Signs
Size
Quantity
Notes
STOP SIGNS
30 x 30
418
MISC SIGNS
30 x 30
40
4-WAY SIGNS
12 x 6
180
ROAD CLOSED
48 x 30
6
MISC
24 x 48
4
ONE WAY
12 x 36
8
ALL WAY
18x6
11
YIELD
25 ;; 28
5
ARROW
12 x 26
2
ARROW
30 x 18
5
MISC
24 x 18
17
NO PARKING
18 x 12
217
MISS, YELLOW
30 x 30
46
DEAD END
18 x 18
11
MISC, YELLOW
30 x 30
120
SPEED LIMIT
30 x 24
283
MISC, YELLOW
18 x 18
3
MISC
18 x 24
49
SCHOOL CROSS
35 x 36
19
JCT SIGNS
21 x 15
2
INFO SIGNS
36 x 30
36
WATERFRONT PARK
36 x 48
4
STREET SIGN
72 x 12
2
STREET SIGN
30 x 6
13
DOWNTOWN SIGN
24 x 6
17
MISC
24 x 36
27
TOTAL
1,545
Department: Fire Department
Contact Person:joe Silvestris
PROPERTY DISPOSAL FORM
Asset Tag#:N/A
Phone:352-394-7662
Year / Make / Model: 18volt Ryobi saw kit Vehicle No.
Miles / Hours: Serial / VIN:
Description of Property 18 volt Ryobi 51/2" Saw/Flashlight/Reciprocating saw with case
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date: C0 - 2 3 - /S'
*****This form must be sent to the Purchasina Department to dispose of property*****
Date Approved by City Council: Agenda Item:
Method of Disposal: Date Disposed:
Purchasing Director:
Asset Number:
Completed by:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Fire Department Asset Tag#:wA
Contact Person:Joe Silvestris Phone:352-394-7662
Year / Make / Model: Cast Aluminum Circle D Firefighter flVehicle No.
Miles / Hours:
Serial / VIN:
Description of Property Cast Aluminum Circle D Firefighter flood lights
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
Q OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Date: CQ - z3 -/ r
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Fire Department
Contact Person:Joe Silvestds
Year / Make / Model: 2 Wooden Desk Chairs
Miles / Hours:
Description of Property Wooden Desk Chairs
Asset Tag#:wA
Serial / VIN:
Phone:352-394-7662
Vehicle No.
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
Q OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date: % - z 3 --/ s
*****This form must be sent to the Purchasing Department to dispose of property*****
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Fire Department Asset Tag#:N/A
Contact Person:Joe Silvestris Phone:352-394-7662
Year / Make / Model: Small Supervac Fan - Gas Powered Vehicle No.
Miles / Hours:
E"-TMM FAVAI►F
Description of Property Small Supervac Fan - Gas Powered
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
Q OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature.
Date: 6 - z � / S'
o�
*****This form must be sent to the Purchasing Department to dispose of property*****
Date Approved by City Council: Agenda Item:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
Department: Fire Department
Contact Person:Joe Silvestris
PROPERTY DISPOSAL FORM
Asset Tag#:wA
P h o ne:352-394-7662
Year / Make / Model: Rvobi 5-1/2" Circular Saw Vehicle No.
Miles / Hours:
Serial / VIN:
Description of Property Ryobi 5-1/2" Circular Saw - Battery Powered
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST l STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature: CDate: (o -:2
*****This form must be sent to the Purchasing Department to dispose of property*****
Date Approved by City Council: Agenda Item: _
Method of Disposal: Date Disposed:
Purchasing Director:
*****Finance Section Office Use Only*****
Asset Number:
Completed by:
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Fire Department
Contact Person:Joe Silvestris
Year / Make / Model: Leather Office Chair
Miles / Hours:
Description of Property 2 - Leather Office Chair
Asset Tag#:NSA
Serial / VIN:
Phone:352-394-7662
Vehicle No.
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
Q OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature: C=2�4 lG, Date. —2 3 —/s
*****This form must be sent to the Purchasing Department to dispose of property"****
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Fire Department
Contact Person:Joe Siivestris
Year / Make / Model: UHF Antenna
Asset Tag#:NSA
Miles / Hours: Serial / VIN:
Description of Property UHF Radio Antenna
Phone:352-394-7662
Vehicle No.
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature: �Date:
*****This form must be sent to the Purchasing Department to dispose of property*****
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Fire Department
Contact Person:joe silvestris
Year / Make / Model: Assorted Fire hose
Miles / Hours:
Asset Tag#:N/A
Serial / VIN:
Phone:352-394-7662
Vehicle No.
Description of Property 1 Pallet of assorted fire hose and 1" Rubber hose
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date: 6 `A 3 /S
*****This form must be sent to the Purchasing Department to dispose of property*****
Date Approved by City Council: Agenda Item:
Method of Disposal: Date Disposed:
Purchasing Director:
Asset Number:
Completed by:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
Department: Fire Department
Contact Person:Joe Silvestris
PROPERTY DISPOSAL FORM
Asset Tag#:NSA
Year / Make / Model: Aluminum High Pressure Air bag storms
Miles / Hours: Serial / VIN:
Phone:352-394-7662
Vehicle No.
Description of Property Aluminum High Pressure Air Bag Storage shelve
❑ See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
❑x OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date: (o a a l,S
-,r
*****This form must be sent to the Purchasina Department to dispose of property*****
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
PROPERTY DISPOSAL FORM
Department: Parks and Recreation Asset
Contact Person:Cheryl Sutherland
Year / Make / Model:
Miles / Hours:
Description of Property TV's and Children's Desks
Serial / VIN:
Phone:352-708-5987
Vehicle No.
Q See attached form with multiple items listed. All items must include above information.
*****MUST CHECK ACTION BELOW (One Action Per Form)*****
❑ CANNIBALIZED: The equipment is in non -repairable condition but components parts of
the equipment may be used to repair or replace parts on other pieces of equipment.
❑ LOST / STOLEN: Accidental loss or damage - disposition is unknown (Police report must
be attached to this form).
❑ TRADE-IN: Returned to vendor. Submit any other information as to the asset(s)
description, trade-in value, etc.
❑ NON -REPAIRABLE: A piece of equipment that is not repairable or not cost effective to
repair.
Q OBSOLETE: Refers to any item or material that is of no use to the City.
❑ SCRAP: Any metallic material that can be dissolved to produce new metals.
❑ OTHER:
Director Signature:
Date:
*****This form must be sent to the Purchasing Department to dispose of property*****
Date Approved by City Council:
Method of Disposal:
Purchasing Director:
Asset Number:
Completed by:
Agenda Item:
Date Disposed:
*****Finance Section Office Use Only*****
Date:
Rev. 6-19-15
DISPOSITION SUMMARY
1. The Department Director makes the determination that the equipment, item or material
requires disposal. If the property being disposed of is capital (value of $1,000 or greater),
remove the asset tag sticker and submit it with completed Property Disposal Form to the
Purchasing Department.
2. The Purchasing Department will process an agenda item for City Council approval.
3. When conducting a trade-in, the full cost of the new purchase must budgeted by the
Department (do not include the trade in value).
4. When disposal or trade-in is complete, the Purchasing Director will forward the completed
form to the Finance Department.
DEFINITIONS
Surplus Property — All City property that is obsolete, excess, or no longer needed by the
owning Department. All vehicles, equipment, desk, chairs, tables, office equipment, etc. shall
be reported to the Purchasing Department for disposition coordination.
Rev. 6-19-15
S-
IcI.ER
Clermont Arts & Recreation Center
Parks & Recreation Department
Surplus Equipment
July 6, 2015
Quantity
Size
Item
2
20"
Toshiba TV
1
20"
Toshiba VHS/DVD/TV Combo
1
27"
Toshiba TV
1
24"
Sony TV
1
Eliminator Lighting Ball Model E-143 (Disco Ball)
25
S.j
Rectangular Wood Kids Table
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Page 1 of 1
Tuesday, July 14, 2015
Contract Award
Motion to approve a piggyback contract number IFB15-0048-02 from the City of Orlando with Altair
Environmental Group, LLC. and B&D Waterblasting Company, Inc. d/b/a B&D Enterprises to provide
sewer cleaning and inspection.
• •
The Purchasing Department and the Environmental Services Department recommend approval of the
above action.
At the request of the Environmental Services Department, the Purchasing Department sought a
contract from the City of Orlando to obtain the services of storm sewer cleaning and inspection. In
accordance with the direction of City Council, the Purchasing Department issued a Request for
Interest (RFI) number 1506-001 and 1506-004 to notify local vendors of the City's intent to utilize
other governmental entities' contract. The RFI was posted on the City's website for seven (7)
business days. At the completion of the RFI, the Purchasing Department received no interest. Based
on this, staff recommends that Council approve to piggyback the City of Orlando contract with Altair
Environmental Group, LLC. and B&D Waterblasting Company, Inc. d/b/a B&D Enterprises
The City of Orlando contract was obtained through a fully competitive solicitation and complies with
the City of Clermont Purchasing Policy.
..
7—
Services are included in the current year approved budget.
ImpactFiscal ..Budget
1. RFl1506-001 RFl1506-001.pdf
2. RFl1506-004 RFl1506-004.pdf
3. City of Orlando Contract IFB15-0048-01 Altair -Executed Contract IFB15-0048-01.pdf
4. City of Orlando Contract IFB15-0048-02 IFB15-0048-02 B & D Executed Contract.pdf
Sl
WONTCLER
Choice of Champions
REQUEST FOR INFORMATION
Intent to Utilize the City of Orlando Contract for Storm Sewer Cleaning and
Inspection
CONTACT INFORMATION:
RFI No. 1506-001
ISSUED DATE: June 22, 2015
Freddy L. Suarez, MPA, CPPB
Purchasing Director
NOTICE OF INTENT TO PIGGYBACK A CONTRACT
EMAIL: fsuarez .clermontfl.org
NOTICE END DATE: June 30, 2015 at 2:00 P.M. (EST)
Phone: (352) 241-7350
DEADLINE FOR WRITTEN QUESTIONS: Not Applicable
SOLICITATION RESPONSE: Responses will be received until the notice end date specified above or as
otherwise amended. No late responses will be accepted.
Responses may be submitted electronically to the Purchasing Director by email.
Hardcopy responses may be delivered to: City of Clermont Purchasing Department, 685 West Montrose Street,
211 Floor, Clermont, FL 34711.
This Request for Information (RFI) is intended to notify local vendors of the City's intent to utilize other
government entities' contract. This is not an invitation to submit a bid or quote. If no local vendor
responds to the RFI, the Purchasing Department will proceed with utilizing the referenced contract.
Local vendor is defined as businesses located in South Lake County, preferably located within the City
limits. This notice will be posted for seven (7) business days.
1 — PIGGYBACK CONTRACT INFORMATION
(a) Department: Environmental Services
(b) Company Name: B&D Waterblasting Company, Inc. d/b/a B&D Enterprises
(c) Contract Number and Title: IFB15-0048-02 / Storm Sewer Cleaning and Inspection
(d) Length of Contract: Ends February 9, 2016 w/optional four, 1-year renewal periods.
(e) Product or Service Provided: Stormwater sewer cleaning and inspection.
RFI No: 1506-001
Page 1 of 2
2 — ACTION TO BE TAKEN
If you're a local vendor, please contact the Purchasing Director by email or by mail prior to the "Notice
End Date" indicated above to advise whether your company can provide any of the product or service
mentioned above.
Prospective local vendor respondents are requested to provide information regarding their ability to
provide the product or serve described. Respondents are not to provide pricing. All responses will
be evaluated by the Purchasing Department and the Department requesting the product or service
which will be the sole determining power in establishing the approved equal status of the commodity
offered by the respondent.
RFI No: 1506-001
Page 2 of 2
Sl
WONTCLER
Choice of Champions
REQUEST FOR INFORMATION
Intent to Utilize the City of Orlando Contract for Storm Sewer Cleaning and
Inspection
CONTACT INFORMATION:
RFI No. 1506-004
ISSUED DATE: June 29, 2015
Freddy L. Suarez, MPA, CPPB
Purchasing Director
NOTICE OF INTENT TO PIGGYBACK A CONTRACT
EMAIL: fsuarez .clermontfl.org
NOTICE END DATE: July 7, 2015 at 2:00 P.M. (EST)
Phone: (352) 241-7350
DEADLINE FOR WRITTEN QUESTIONS: Not Applicable
SOLICITATION RESPONSE: Responses will be received until the notice end date specified above or as
otherwise amended. No late responses will be accepted.
Responses may be submitted electronically to the Purchasing Director by email.
Hardcopy responses may be delivered to: City of Clermont Purchasing Department, 685 West Montrose Street,
211 Floor, Clermont, FL 34711.
This Request for Information (RFI) is intended to notify local vendors of the City's intent to utilize other
government entities' contract. This is not an invitation to submit a bid or quote. If no local vendor
responds to the RFI, the Purchasing Department will proceed with utilizing the referenced contract.
Local vendor is defined as businesses located in South Lake County, preferably located within the City
limits. This notice will be posted for seven (7) business days.
1 — PIGGYBACK CONTRACT INFORMATION
(a) Department: Environmental Services
(b) Company Name: Altair Environmental Group, LLC.
(c) Contract Number and Title: IFB15-0048-01 / Storm Sewer Cleaning and Inspection
(d) Length of Contract: Ends February 9, 2016 w/optional four, 1-year renewal periods.
(e) Product or Service Provided: Stormwater sewer cleaning and inspection.
RFI No: 1506-004
Page 1 of 2
2 — ACTION TO BE TAKEN
If you're a local vendor, please contact the Purchasing Director by email or by mail prior to the "Notice
End Date" indicated above to advise whether your company can provide any of the product or service
mentioned above.
Prospective local vendor respondents are requested to provide information regarding their ability to
provide the product or serve described. Respondents are not to provide pricing. All responses will
be evaluated by the Purchasing Department and the Department requesting the product or service
which will be the sole determining power in establishing the approved equal status of the commodity
offered by the respondent.
RFI No: 1506-004
Page 2 of 2
Chief Procurement Officer
David Billingsley, CPSM, C.P.M.
DATE OF ISSUE: NOVEMBER 13, 2014
IFB DUE DATE: December 11, 2014
IFB DUE TIME: 2:00 p.m., Local Time, City of Orlando, FL
BID DELIVERY LOCATION: City of Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
Bid opening to be held at the Agenda Conference Room,
2nd Floor, City Hall.
IFB TITLE: STORM SEWER CLEANING AND INSPECTION
IFB NO: IFB15-0048
(IFB NUMBER MUST BE PLACED ON FRONT OF
ENVELOPE)
THIS IS NOT AN ORDER
DIRECT ALL INQUIRIES TO: Maureen S. Bowman, Purchasing Agent II
Phone: (407) 246-2363
Email: TeamC@cityoforlando.net
BUSINESS NAME & ADDRESS
Business Name
-7in !rnn h p' i'Lee Sfit=+
Address
Ci , State, Z'
THIS BID USES AN ELECTRONIC
BID PRICE FORM (EXCEL DOC)
C}�n ��.339.713Y.
Contact Person / Telephone Number
It is the intent and purpose of the City of Orlando that this Invitation for Bid promotes competitive bidding. It
shall be the bidder's responsibility to advise the City's Procurement and Contracts Division at the address
noted herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits
the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in
writing and must be received by the Procurement and Contracts Division not later than ten (10) days prior to
the bid closing date. Rev: Services — 07/29/14
Storm Sewer Cleaning and Inspection
IFB15-0048
SUBMITTAL CHECK LIST: V
Bidders should use the following bid check list of standard forms which are to be completed and returned
as part of your bid submittal. Failure to complete and return required forms may result in your bid being
non -responsive and not considered for award. Return one (1) original and one (1) copy of bid submittal
Additional forms/items may be required to be submitted under the terms of this Invitation for Bid which
are not listed below; therefore, it is the bidder's responsibility to read and understand the provisions of this
Invitation for Bid.
V Solicitation Cover Page.
/ Invitation for Bid Price Form(s) (Unit Price and Total Price Columns completed).
V Bidder's Certification, signed and notarized.
V/ Bidder's Questionnaire.
y Contract and Acceptance Form.
J Minority/Women Owned Business Enterprise Participation Form. (If applicable)
V/ Veteran Business Enterprise Participation Form. (If applicable)
V/ Addendum Acknowledgment Form: It is the bidder's responsibility to contact
the City's 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
the Internet, please ensure that you also download all such addenda.
(If applicable)
Spec/ial Items:
1. Bid Security 10%
2.
3.
NOTE:
Certificate of Insurance: Within seven (7) days of a notification of intended award, the
Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s)
acceptable to the City.
Written Question(s) Form: Written questions must be received at least ten (10) days prior to
the solicitation due date.
Procurement and Contracts Division Page: 4
Storm Sewer Cleaning and Inspection
IFB 15-0048
ELECTRONIC BID PRICING FORM(S) INSTRUCTIONS
****ALL LINE ITEMS IN ALL SECTIONS MUST BE BID****
This Solicitation uses an Electronic Bid Price Form. You may download the Microsoft Excel
spreadsheet from eSupplier, or you may receive a disc from the Procurement and Contracts Division at
no cost to you.
Complete the Electronic Bid Price Form using Microsoft Excel. Insert your Vendor Name, City, State
and Zip in the fields located at the top of the form (in yellow). The Electronic Bid Price Form has been
designed to allow the vendor to insert data into the appropriate unlocked fields. These fields are labeled
Item No., Description, Qty, Unit, Unit Price, and Total. For convenience, the Electronic Bid Price Form
will automatically calculate and total.
Once complete, "save as" the Electronic Bid Price Form on a blank CD or flash drive (that you provide).
Return Electronic Bid Price Form and one (1) hard copy of your completed Bid Price Form
together with your completed Invitation for Bid submittal in a sealed envelope, by the due date and
time specified herein. Again, ensure your Vendor Name, City, State and Zip are included on both the
Microsoft Excel spreadsheet and on the front of the envelope that you submit to the City. Be sure to save
a copy for yourself as well.
If you need further assistance in obtaining the Electronic Bid Price Form, you may contact the
Procurement and Contracts Division at (407) 246-2291 and we would be more than happy to assist you.
Procurement and Contracts Division Page: 48
Storm Sewer Cleaning and Inspection IFB15-0048
BIDDER'S CERTIFICATION FORM:
I have carefully examined the Invitation for Bid, Instructions to bidders, General, Standard and Special
Conditions, Specifications, Contract and Acceptance Form and any other documents accompanying or made a part
of this Invitation for Bid.
I hereby propose to furnish the goods or services specified in the Invitation for Bid at the prices or rates
quoted in my bid. I agree that my 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 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/Contractor is ready, willing and able to perform 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 full knowledge and
understanding of the matters therein contained and was duly authorized to do so.
oJ t•
OF
SIGNATOW
NAME ( TITLE, TYPi OR PRI&T Df
7V SaAn f1,ltze, SkrcA
MAILING ADDRESS
l orxr, ceQ 4 V-i- '429so
CITY -,'STATE, ZfP CODE
W�.Wy
TELEPHONE NUMBER
/?'
FAX 1u
W.. 1 r+ ����1 con
E-MAIL ADDRESS
State of -tort vl�
County of
Sworn to (or affi ed) and subscribed before me
this 116 day of PfCflr b4 20 q _, by
K; r J '�
gnature of Notary /
Notary Public, State of T/ovt A
Personally Known
-OR-
Produced Identification
Type:
Company Tax ID # op— C)5� /3 //
(The City only requires Company Tax ID numbers. The
City is not requesting individual social security numbers.)
ANotary public State of Florida
Jose R Molina
My Commission EE 868747
Expires 03/10/2017
Procurement and Contracts Division Page: 49
Storm Sewer Cleaning and Inspection
IFB 15-0048
CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO. IFB15-0048 :
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 the
)bid, all of which are hereby incorporated herein by this reference, shall constitute the formal written
c act bet en the City and the undersigned. I
State of T/01k/41,
SIGNATU County of 1rra,Z1,n1e
rl f Sworn to (or affirmed) and subscribed before me
NAME & TITLE, TYPED 90 PRINTED this V-# day of AsnO4 ,4 , 20/1', by
A i
►T" t�'J 717 T 9 o 2, 0 ,
NAME OF BUSINESS 1
7)0 Soomn MJ&.X0e- Sllep-+
14rAILAJG ADDRESS
gignature of Notary -�/
Notary Public, State of OVI a
a Personally Known (circle i b)ye
,rMr Notary Public State of Florida
ICI , STATE, IP CODE -OR- Jose R Molina
My Commission EE 869747
PHONE: ((*7 ) ✓� 3� 7 � Produced Identification: aRW Expires 03/1o/2017
FAX: (YO7) .3-I "�#*/,P Type of Identification:
E-MAIL:a�^l�*n oe-alk rr<<lu'enai qW con
--------------------------------------------------------------------------------------
FOR USE BY THE CITY OF ORLANDO ONLY
This contract is awarded to the party listed above as a: Primary Supplier: V Secondary Supplier:
This contract is for: All Item Numbers: or Item Numbers:
INITIAL CONTRACT TERM: � 1O to °2-
ACCEPTANCE:
APPROVED AS TO FORM AND LEGALITY
CITY OF ORLANDO, FLORIDA o for the use and reliance of the
ity of Or ndo, Florida, only./
By: -
Chief Procurement Officer Assistant City Attorney
ORLANDO, FLORIDA
DAVID BILLINGSLEY, CPSM, C.P.M.
Date: ��` , 201 Date: y �&C2 Q ,20_/5
Procurement and Contracts Division IPage: 50
Storm Sewer Cleaning and Inspection
IFB 15-0048
BIDDER'S QUESTIONNAIRE:
The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a
question is not applicable, so indicate by writing "N/A".
1. COMPANY NAME:
Address of Principal Place of Business:
City/State/Zip:
Phone:
Name of primary Contact:
2. TYPE OF ORGANIZATION:
Fax:_
Email:�t`����gi r'
e401' 04TYlACA .Con
Sole Proprietorship Partnership Non -Profit
Joint Venture Corporation Other:
State of Formation: Federal ID #69-05a93?L_DUNS #O6'3Y3 *;WJ
(The City only requires a Federal Tax ID Number, not a Social Security number.
3. EMERGENCY CONTACT PERS,
Phone: 2'339' 9)33( F
4. INSURANCE COMPANY NAME:7brwS FZ - G!> (`0 t )1
Agent Contact: 17i (:7[!1! Phone:_`)M - R9E_
5. EXPERIENCE:
A. Years in business: 3
B. Years in business under this name:_ Igg
C. Years performing this type of work:3 j(
6. SUBCONTRACTORS -for informational purposes only: If 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 VBE Certified?
City Certified? (Y or N)
(Y or N)
T - N
.91Q&L)Wr ;vets
Goon9n 'ron,No 1, _ M
cem5ul s
7. LOCAL SERVICE FACILITY, IF APPLICABLE:
A. Name of local service center
B. Address of local service cent
Procurement and Contracts Division Page: 51
Storm Sewer Cleaning and Inspection
IFB15-0048
C. County local service center is located in:
D. Contact: Donn_n Telephone number:,
8. RECYCLED CONTENT: Mf P
A. Percentage of recycled material contained in the product: %
B. Is your product packaged/shipped in material containing recycled content? Yes No
C. Is your product recyclable after it has reached its intended end use? Yes No
9. ADDITIONAL INFORMATION:
A. FOB Point Destination
B. Discount Payment Terms (if any): %, if paid within days after receipt of invoice.
C. Is your company willing to accept the VISA ePayable solution for payment of all invoices?
Yes X No
D. Is your company willing to serve as a secondary supplier in the event your company is not selected for
primary award? _)�_ Yes No
10. REFERENCES:
Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for
similar products which your firm has provided within the last three (3) years.
Reference #1:
Name: F
Address: 133
Telephone No.:: 5W -.qrz - 7_ew Fax No.:
E-mail:Areme" I,. dl;gMS
Projects/Contracts/Work Orders
Reference #2:
Name:
Address:
Telephone No.::�`�- `j► %�,
name, date completed and value of
Fax No.:_90Y 1 y?2 - zWJ
E-mail: JaAsed CD , y )
Pr9iects/Contracts/Work Orders (List project name, date pompleted and value of project);, _
Procurement and Contracts Division Page: 52
Storm Sewer Cleaning and Inspection
IFB15-0048
Reference #3:
Name: FICoT
Address: 133
Telephone No.::
E-mail:
Reference #4:
Name: SiOt
• Dr " k� . • 32�1 �
Fax No.:
IU .;4 r !I
IWIKIIMA
" m-i� ti.!J�_ gal •
Projects/Contra ts/Work Orders (List project name, date com lete and value ofLroject):
.�►----t - Bch A �,�__ �-.- - -
10. CCTV NAME AND VERSION:
The Contractor shall include the name and version number of the CCTV software in their bid, and certify that
it will provide DVD videos in a format compatible with Microsoft software running on the Windows 705.
&20t j-r,-W 5.4/.I0
I1140r 0741' ics 4q+ e-) VVD Vlal:�5 arc co 1e
Procurement and Contracts Division Page: 53
Storm Sewer Cleaning and Inspection
IFB15-0048
WRITTEN QUESTIONS) FORM:
Any questions relative to interpretation of specifications or the solicitation process must be
o addressed to the City in writing. For uniformity, the City requests that you use the
following format. No verbal inquiries will be accepted. Written questions must be received
at least ten (10) days prior to the solicitation due date. Written questions received within
ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the
Purchasing Agent as identified in this Invitation for Bid. This form is provided for your convenience,
however, emails to the Purchasing Agent are acceptable.
Only written answers and clarifications in the form of a written Addendum to the solicitation will be
binding. Oral answers will not be authoritative.
SOLICITATION NUMBER: IFB 15-0048
DATE SUBMITTED:
SOLICITATION TITLE: STORM SEWER CLEANING AND INSPECTION
COMPANY NAME:
ADDRESS:
CITY:
CONTACT NAME:
2
3.
4
5.
STATE:
PHONE:
ZIP:
Procurement and Contracts Division Page: 54
Storm Sewer Cleaning & Inspection
IFB14-0252
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM: NJA
Chapter 57, Article II, Minority Business Enterprise (MBE), and Article 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 Hall at One City Commons
400 South Orange Avenue - 5th 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 Office on or before the date set for submittal of bids.
Procurement and Contracts Division Page: 55
Storm Sewer Cleaning and Inspection
IFB15-0048
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM N/A
In order to foster economic development and 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 ("VBE") Preference. For further information regarding this
program, please refer to Chapter 7 of the Code of the City of Orlando.
In order for a bidder to receive credit for VBE certification for this solicitation, the bidder must have its
principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, 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 295.187 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:
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. 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 of
the Code of the City of Orlando.
Procurement and Contracts Division Page: 56
Storm Sewer Cleaning and Inspection IFB15-0048
ADDENDUM ACKNOWLEDGMENT FORM:
The undersigned acknowledges receipt of the following addenda to the Documents (Give number and
date of each):
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Dated 2.
Dated
Dated
Dated
Dated
Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a
major irregularity and will be cause for rejection of the bid.
" L
Company
1
Z9'C6 CJO r.-ni
Title
Procurement and Contracts Division Page: 57
Storm Sewer Cleaning and Inspection
IFB 15-0048
"NO BID" RESPONSE
TO
INVITATION FOR BID
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
If your firm is unable to submit a bid at this time, would you please provide the information requested in
the space provided below and return to:
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
We have received Invitation for Bid No. IFB 15-0048, Storm Sewer Cleaning and Inspection, opening at
2:00 p.m., Local Time, City of Orlando, FL, on December 11, 2014.
Reason for not bidding:
Signature
Name & Title, Typed or Printed
Company Name
Procurement and Contracts Division Page: 58
O
M
n
N
M
J
LL
M
O
O
3
aD
c
O
J
El
W-
W—
W
i Q
O
O
O
O
O
O
O
O
LLnn
O
O
Ln
O
O
Cl
N
O
Ll
N
O
O
r-I
N
M
l0
N
c n
pj
VIP
qj)
V).
4 "
if,Ln
OLQ
Ol
N
O
N
O
O
ri
N
m
lD
N
rn
p�
V'j-
•j)-
LL
LL
LL
LL
LL
J
J
J
J
J
J
J
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
N
N
N
41
N
41
N
Q)
N
m
m
m
o
0
4-
O
O
O
O
O
O
o\'\'
O
O
0-01
0
o
O
O
T-
O
O
U
O
U
O
U
O
41
V
p
0
41
c
+�
c
4-
c
++
-
o
c
O
O
o
o
o
r
o
O
M
co
O
N
C
O
C
O
O
M
N
N
!�
•m N
LnL
N
N
N--
L
m
m
L
L
L
�
-C
41
E
C
E
C
c
E
C
c
C
C
b
C
C
.� �
00
•�
a
Ln
"a
O
"c
d
"a
d
'c
Ln
N a)N
V1
N
Co
a1 N
co
ri
a)
�
06
M
n
Q)
N
06
Ln
N
a)
�
66
oD
m
�
N
06
c I
c i � �+
U Ojf
0 .�
++
aJ
N
0L�
(u
0
41
iNN
.
0
4-.
LNN
a)
.41
U
�7.L
a)
U>41
U
L i
..Q
a)
L
aJ
C
a)
s
a)
m
aJ
f0 -O •�
N
(a -� •�
N
t o a)
J �
CL
.Q
pq
J
a)
'0
LL
.Q
Lp
J
aJ
-
CL
Q
Oq
J
a)
:
Q�
.Q
2
W
:
Q
O_
N O
_ , co
� d
= � Lo
m
v=v
0o
ooC, C:, 0 C) C:, C:, 0 0 C:, C:, 000
0 0 0 Ln 0 Ln 0 C) 0 0 C) 0 0 0 0
Ln C� C�
VII r-I tfl- C4 -zt Cq C) N LO 0 -t C14
r
vr
V� 4jlr vi- ) I l III I 1 1 I I I 1 1 1 1 I I I I I
0
q
Ln
r-I
i^
LL
—1
C)
0
Ln
0
9
0
Ln
qj)-
0
0
C*
0
0
c;
0
C14
0
C)
00
C:
000
O
0
r-i
V).
LU
Ln
O
00
Ln
4A.
LU
N
O
Ln
44-
LLJ
ri
000
C!
0
-*
-V}
LU
Ln
q
00
0
cq
LLI
N
q
0
N
LU
"i
0
q
0
0
Rt
LLI
to
00
C?
C)
0
to
IA.
LLJ
q
0
0
tD
V).
LU
"i
0
C!
0
0
00
LU
Ln
co
00
q
0
0
N
LU
N
C!
0
0
N
LU
ri
m
m
=3
=3
0
=3
0
=3
=3
0
(D
co
E
E
E
.=3
E
E
E
E
E
-E
-E
-E
-E
-E
E
E
E
E
E
E
E
E
E
E
0
-a
_0
-0
-0
10
"o
-0
a
0
.2
.2
.2
.2
.2
. 2)
.2
C)
U)
E
(D
cu
a)
a)
w
a)
(D
OL-
a-
CL
CL
CL
ila-
0-w
CL
CL
E
(D
4--
0)
r"
0
r-
0
r-
0
1-
0
CU
m
rn
m
m
0)
0
W
E
(D
>
0
CO)
O 0
(D
co
0
C:
C: u
r_
U
C
L)
C
C:
75
00
00
00
0
0
N
d
r�
ci
C)
L:3
:3
cu
tr-
>
u
u
u
u
00
Ln
is
0
Ln
00
0
c 0
0
0 E
0
E
0
E
0
E
0
(o
0 L-
1)
2
L-
L-
L-
06
Lm
Ln
Lm M (L)
0
a)
(A
W
(n
CL)
Ln
Ln
Ln
a)•
-�o
0
m: 00
X: U')
Q-- =3
Cl
C) 0 O C�
M M
V-j- vi-
qI qq1 q
m Lo r�
10j). oj)� 4011).
LL. I LL I LL U-
--i -j -ii-i
0101010
0 0 00
0 0 00
-C
-C
-C
u
u
u
-C
u
c
E
C
C
—
co
.
.
.
00
z
w
0
M
-C
-C
-C
-C
4-J
4-J
�
4+
-C
=
-C
-C
u
u
u
u
.S
G
S
S
Ln
0
ct
11
rH
m
Ln
co
E
E
E
E
0
0
2
0
N
N
N
N
CL
C_C.
C.EL
. EL
a
I
4-
4-
4-
4--
0
0
0
0
tW
tO
bD
W
S
S
S
0
0
0
0
u
u
u
u
w
w
w
w
I=
cc
cc
i=
c
c
a
c
.0
U
.0
u
.0
u
.0
�p
u
w
w
w
w
CL
CL
C.
s
S
C
0
0
0
0
tD
o
r4
V4,
V4
bOA
IA O Vl I 0 Vl I O I O O I O O Vl O O I O I O O O 1 O I O 1 O O O 1 O O O O O O
to to to O n w in I- m O I,- O m O to O Vl O Vl O Vl O o O Vl O O O
V} V} V)• V). r-4 r-I N%--I M N M M d' q Vl Vl to O n n 00 00 Ol Ol O O N r l
V� V? Vl. V1• V} V} V? V� Vl• V1. V} Vl• V)• VII V). V). V). V�- in in 4 r Z � .z
in (/? V} V}
O O O O O O O O O O O O O O O O O O O O O O O O Cl
O O O O O O O O O O O O O O O O O O O O O O O O O
O ul O Vl 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
to to O r- to Vl 1l m O I- O Vl O to O m O Vl O Vl O m O Vl O
V} V? V} %--1 r l N r 1 M N M M I d' Vl Vl to to I- II, 00 00 m m O Cl
V} 14 A. V11 1A. V? Vn V? in An. An, rj r-I
AA- V}
alalaI<1<1<lalQlQlalalaI<I<1<I<1<1<I<1<1<I<I<I<1<1<I<la
W W W W W W W W W W W W W W W W W W W W W W W W W W W W
If
lI�lIr-I Ir-I IrHIr-I Ir-iI�lIr-qIr-I I%-IIr-iIr-iIr-I Fr-I Ir-iI�lIr-I I�iIT-1Ir-iIr-I Ir-I Ir-I Ir-iIrqIr-II%--I
0 3_ 0 ♦r 0 0 ♦r 0 ♦✓ 0 0 = 0 0 0 •� 0 0 0 •O
•� •L .� •L 2 •L •L 0 •L Q •L ,0 •L Q •L ,O •L 2 •L .9 •L ,2 •L .� •L ,0 0)
L L 0) L 0) L � L U L w L w L w L w L Q� .L a L W L Q) L CL
CL 0) Q. N Q 0) Q N CL 0) a 0) a N CL a) a 01 CL 0) Q � IZ 41 IZ di In
CL to Q (n CL rn IZ In CL Vf CL N CL N CL N CL Ln IZ o Q. to Q VI IZ 1_n 0. '—
n .— .— N N .— ..� N .— N .— N
Ln
w _U 0) U_ 41 •U N U_ N U_ 0J _U N U_ _U 0) U_ 0) U_ 0J U_ N U_ 0J U 'L
U L U L U i- u L u L U L u L U L U L U L U L U L u L V
•L •L �' •L �' •L •L �' •L •L d •L •L •L •L CL•L CL•L a 'L }�
CL 4� a 4 a +1 o_ +• a +.1 a ;4� a +1 a a- a +- a 41 a +• o_ 4-1 M a c
cp cam,=�c� cZ)aD cD c>>`Z �� c--
u u t u s u s u s u t u s u t u t u s u u u t .�
u •� u u= u u .s u •0 u ,� u E u c u ,S u ,S u ,s u= 0
c- c c c- c- c- c- c- c- c- c- c- c '- � o0
Ln •- 00 •- d' •- O •- to •- N •- 00 •- � '- O •- to •- N •- d' •- W .- O
Ul rH 00 `i Ct N O M t0 M N 00 -* Vl O to to O N I\ d' 00 w P) 00 rH
Ln to to r� 00 Ol i p i
0J 0) 0J i 0) 0J 0J i 0) I 01 I 0) I 0) 1 01 01 r-I 0)
L L L L L L L L L L L. L L L
VI 0{A (n 0 to N to to In to Vf of to
Ln 0 0 0 0 0 N 0 0 0 to 0 w 0 to 0 to 0 to 0 cn 0 in 0 to O to 0
v E a� E v E a� E v E E v E E E E E v E E a E
L L L L L L L L L L L L L L L L L L L L L L L L L L L L
0 0 0 0 0 0 0 0 O 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0
4N 1 VI VI VI 4 4 to In 1 N in to to of to of 4 4 4 to v 4 In 1 VI In VI
C C C C C C c C C C C C C c C C C C C C c C c C C != C C
.a .a .a .a .a .a .a .a .a .a .a .o .o .a .a .a .a .a 1,6
1,5
1'61*6
.a
: I.
', Vl ', Vl '. Vl *,: *L * Vl : Vl : Ill Wi Vl w ;; : Vl : Vl : 'L *- Vl
w
E
m
Z
L
M
m
m
C
f0
E
3
o
m
vi
c
N
d
c
N
tw
a
z
O C
N o
u
E Q
a S
a o -0z o c
H N �
Z Lt0
O m
U m
z O
Z 2
a � L
ri
Z 3
N Ln
ri C
W N C
U p N
O CO
n O
0 9
0 Ln
Z CO
� LL
O
O
U
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
00
O
O
O
O
O
O
O
O
O
O
ri
O
N
o
1,0
0
o
0
0
o
O
o
0
o
O
o
ri
o
o0
o
Ln
o
r-I
O
O
O
O
O
O
O
O
o
fl
N
it
00
N
Ln
00
r-I
,
Ln
Ln
Ln
Ln
Ln
Ln
Ln
Ln
Ln
w
LO
I,
L0
0)
Co
r.i
ri
tn•
-L4
tn•
in•
tn•
V?
in•
t/?
in
t/?
tn
in
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
r-I
O
N
O
t p
p
O
O
O
o
O
O
o
C)
O
O
m
O
00
O
Ln
o
r-I
o
O
O
O
O
O
O
o
O
I-
N
Ct
00
N
Ln
00
r-I
Ln
Ln
U)
Ln
Ln
Ln
Ln
Ln
Ln
l0
l0
I-
l0
0)
00
0)
O1
to
in
r.
to
to
t/}
In
tn•
tn•
tn•
tn•
tn•
tn.
4n
V/
to
to
tn-
.-a
`3
LU
LLL
LLI
LU
LU
ui
LLJ
LU
LU
LU
UJ
LLI
LU
W
LU
LLJ
LU
ri
c-i
ri
ri
c-I
ri
ri
ri
ri
c-i
ri
ri
ri
ri
� i
e-i
ri
N
N
•�
f0
C
m
C
f0
C
CL
CL
cNif
a)
O
a
a
N
N
C
lU
C
.f6
C
•(O
0
_Q
w
V)
N
N
N
N
O
L
O
L
O
L
w
N
L
0O
+1
N
++
N
41
N
N
+1
Ln
N
_
N
F0
+p
C
•Q
_u
'L
C
•Q
U_
'L
C
•Q
U_
'L
C
,Q
C)
C
lV
C
=
l-
C
N
h
N
N
N
a
a
a
'L
a
L
L
L
C
C
to
41
-70
C
O
S
O
S
O
C
L
C
C
L
C
C
L
C
C
C
�;
.�
Q
N
N
N
N
c-I
C
C
_
ri
C
C
_
r-I
C
O
C
C
f6
cn
vi
Vf
vI
O
N
N
L
@
f6
o
+�
r-I
++
r-I•O
r-I
L
ri
i-+
ri
ri
.O
L
ri
}
C
ri
L
N
n
En
0A
.0
o
N
tW
C
M
NW
c•i
tW
C
C
++
0-
0
+1
O
C
CO
Ctn
C
Lto
C
Cbn
r-I
ri
r-1C
r0
is
N0l�
N
U
—
—��
4-
•O
4-
•O
_.LCn
•Oi
0m
_y�CO3
•O
++
++
U
++
++
U
�
4+
Ln
4
+,
4+
i-
C
n
C
a.
S
N
C
a
C
C
a
tn
C
C
C
C
N
,:
O
L
N
L
N
L
N
i
4-
O
N
u
` -
0
+'
4-
O
N
u
4-
O
+'
`~
O
U
`�-
O
C
;�
,O
4-
.O
,_
E
+N+
E
+N.+
E
+N+
E
ut
•L
N
C
•L
N
C
N
(L
N
O
L
O
L
O
SC
_
o
v
•L
a)
•L
•L
N
L
C
•L
41
40
401
a.
i-+
4
�
In
4'
N
A
4'
N
++
O
N
7
N
7
0J
E
C
E
E
c
E
E
D
E
_
N
'N
N
L
N
N
O
O
N
O
N
O
N
Q
•�
LJ
•�
.0
•�
=
LJ
•�
.0
^
N
•�
,�
O
ri
N
L
u
•L
N
L
u
•L
N
.N
L
S
a-+
r
L
i
+,
L
_
+-�
L
-C
�
"a
a'
=
a•
Q
is
is
Q
-
O
-
'S
a
�
a
•L
�
N
u
3
3
3
3
a
N
N
++
.=
++
a•
00
a-
41
is
++
Cr
++
Cr
L
r-I
r-,
ri
ri
00
C
v
00
C"
O
L1
C
i
sw
O
O
0
r1
+�
O
L
Q
O
L
O
•L
O
•L
O
•L
o
,�
3
N
3
�
Ln
3
},
3�
+,
3
c
+,
3
c
+,
3
j
0
+;
c
"
O
c
O
c
O
+.
.��
-a
��
o�
.�
a
o
C
°
•L
d
o
N
°
d
.�
N
o a
.� N
o
o
°^°
o
c
a_
-
Q.
CL °
,Q
,a
a. °
,Q
CL
Q.
,Q
°
a_
0
N
4-
L
O
,N
0
L,
O
Ln
4-
L
O
N
.N
L
0
00
4-
L
O
.N
7A
L
O
L
O
L
00
Q
N
0
N
0.
N
a
N
Q.
C
N
C
C
w
C
C
N
C
=
tw
ri
O
N
O
O
L
O
O-
O
O
,L
O
O
N
O
•-
O
N
O
'-
O
N
O
•-
C
._
N
t
N
t
C
N
t
N
t
L
t
C
N
N
N
_
O
v-
N
-
N
N
—
O
N
_
N
N
_
O
4-
N
41
N
4-
N
4-
Ln
�
N
++
.-
d
n
�
O
�
O
l0
�
l0
N
N
.Q
_
N
_Q
_
Q
N
_
N3
O
O
cD
d
N
a'
N
M
�'
M +�
M
!�
M
41
O
L
O
M
O
L
O
M
O
L
O
6
N
N
N
N
N
N
N
00
L
c
L C
•S
L
C
L C
'p
L
C
L
C
'Q
L
C
L
C
CC
G
O
4-
CC
G
N
N
c
G
O
4-
CC
G
N
v)
CC
G
Q
4-
cc
G
N
urtA
.N
4-
O
O
LL
O
LL
O
LL
Z)
O
LL
O
LL
O
LL
O
LL
p
O
L.L.
'Q
QEj
dC5
Q
'
e+I
N
L
Lnbff
M
k!
Llf
h
fl0
-
Lf1.
LA
ut
iA
in,
- LA-
lD
lCt
tp
tp
co
l0
0
v
b.0
a
r� � o cri o 400 O 1- 00 Ln � Iq r-I O lO N I- O O 00 r-1 r-1M
O C ri O d• rl M l0 Ol il O 00 N r-i M N Ll ff
r-1r1 ri ri r-1 r-1r-1 ri ri r-1 N r-1 N N N N N N
o d• o 00 0 0 00
ao o o 00 0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
lz�
O
ri
O
O
Ln
N
O
O
O
10
O
O0
O
d
O
cM
O
q*
O
00
O
O
00
00
O
I-
O
00
O
ri
O
M
0
00
O
1,
00
Ln
ICT
d•
r-1
O
LO
N
r�
l0
O
00
ri
ri
(yy
O
C
ri
O
d•
I�
cA
lO
01
I�
O
00
N
ri
M
N
L!1
cr
r-1
c I
ri
ri
r-1
a 1
r 1
ri
H
ri
N
ri
N
N
N
N
N
N
t/?
i/1
t/i
i/?
t/�
•j).
t/)-
V).
1/1,
• to
14
t/}
i/i
t/)-
i/>
i4
t/�
t/)-
LU I LU I LU I LU I Lu l LL) I LU I LU l LU I LU l LU I LU I LL) I LU I LU I Lai.) I w l w l
r-1I HI HI r-1I HI HI �iI r-iI HI HI II r-iI r-1I r-1I -iI T-1I ril ril
a a a a a a a s a a a a m a m a s CL
V) cu
IA N (AV) N (A 0 00 IA M Ln N Ln (A
C U C U C C O O �+ a) � 4- +
O O4-0)
U U C U C U C U C •U C U
2 1i a a` o a` a 1i o at a o a a
C C C c C C c C C c C C C c C C C c
c c c v v c c Lai a)v c v c �
_ _ N _ V1 _ _ - N C
O O N N N v O O O O (O O 10 O (O O 1p
O O O
O Vf O 0 O O N `A O 0 O fn O `A O N O Ln
ri C ri C ri r-1C C ri r-1C r-I C ri C r-1 C
.O a- .O 4- 4- .O O 4 O 4- .O 4- .O 4- O
O _ O O O O _ O O O p
C C C C C C C C C C C C C C C C C C
0)
a) w L) C C C O C w C C
L
L •L ,L •L •L •L •L •L •L
cr > cr > cy cr > > c > cr > a > a > O' >
Li O L1 O a) v O O cu O O w O a) O cu O
41 C 41 C 4- 41 C C +.i C C �, C .N C
+, C
3 r, � 3 ° 3 3 3 ,� 3 r°
ri ri .Q ri ri ri � ri ri r-1 � ri
.o E o o O E o O E o o E o E
O Q 4-;O 0 4 0 � 0 O � O Q 41 O Q U O 4-1O 0 O
o `� 4 C `� C `�- `� `� C `� `� C 4- `� C 4- `� C `�
O1 p OJ 0) p 0J () p N p 0J O) 0) O O) N O 0) O) O 0) OJ O OJ 0) p 0)
O _fl O O O O 1Z >_? LI
_Q !Z _fl >] >Z !? Q >Z >z !Z
>? O O !Z >Z O_ !Z a s? a aJ O O_ O O_ O O_ SZ
V7 VI V) VI VI
C VL C 0L C_ 0L C Ln C VLI C VL C' VL) C VLI C 0L C VLI ILL
VL CVL UC
LVC)
ONO O O O .NO LO O O NO O L O O M O O O O O
st 0) -Ct O t a) .0 t O t t 0) .0 0) - t Q)
C C C C C C C C C
00 00 O LlO a- O l0 N d w n w O_dO O dlfl
4-; Ln +Ln a; lO _lO LO 4-; lO a � +r- 4-; �+� 4-; 00 00 4-; OlG) 4.; Ql :t T
= = LOO = O=_= .LL .LL LL LLLL LL LL LL LL LL LL LL L
a�
m
l0
O
V1
N
to
m
a
] -i
m
] LL
o rn o .-+ o 0 0 0 O O O O
o ui 0 o 0 0 0 0 0 0 0
nn r- i- 0 0 0 o m 0 0 0
l� d' N Lr fl O L_ Ln InN N
0 O 0 O O O O O o 0 0 0
o rn o rl0 0 0 0 0 0 0 0
M d I� t0 N O l0 O tD 00
t� d I, In i/) V). i/} u1 lf} M V). V)•
Q I Q( iQ l LQ ®; �oi I I w I w I J I= I= I=
�� �� �� �■ _ I0-IinI�1 1C141 IrIC,
CA
_LA
Q)
m
OL
f0
Q.
to
N
N
N
41
c
N
4'
O
N
L
L
c
c
c
c
N
�
N
+,
4+
vi
Vi
O
l6
O
f0
r-i
r I
U
O
N
O
N
++
41
Sri
4•
•N
ri
4-
O
4-
O
O
_
O
_
41f0
41
f6 -
U
C
C
C
c
GF
CN
L
�
N
E
L
V
0)
C
LJ
LJ
�
.�
•O
•O
.O `v<
V)
L
O
3
v
L
o
v
L
o
°
3
+-
a'
�
C
O
3
CU
r-'
3
(D
ri.�z
u
O
.O
.-i
o
c
L
•L
v
c�0
L
O
O
w
4+
(9
E
f0
L
SZ
_ 0
•a
Q.
,_
>Z
_ 0
�a
!Z
,_
O
O
41
�
N
N
OA
N
41
41
f0
L
•L
fl.
•L
a �. ..
L
O
=
O
v
V)
C
(6
L
.N 0)
4-
.N Q)
0
4- i(A
LA.
O
VI
OJ
>
L
L
O
O
C !�
O
s
O
c !^
O
t
U
IOiI
u
++
LQ
•Q
O
—
:3
O
u
C U
N
C-
m
c0
m
C
an
t—
d
c0
U=
O
2
0)
N •L
O
.�
N
O
00 •L
0
.�
00
O
CA
�.J
U
fl
Q
VI
w
E
L
C'
C
�
r-iO
•1-,
N
'O
a1
E
=
U
Q
4,L
c
L c
L C
L C
a-
Mt1A
N
u_
LL .o
U-
U-O
W
U
o
N
U
U
cc
O
ao-
M
v
c
a�
CL
O
as
C
L
oj
m
.0
U
O
C
c�
G
0
M
m
d
to
H
m
O
O
O
Q
m
aW
m
L
W
s
wv'
W
ai
O
Z
9F
9t•
M"
m
Z
a
M
M
m
0
tto
ao
m
co
a
Jun 26 14 09:26a C & R Epoxy Systems, LLC.
352-241-8724 p,1
Tflisis to certify that
Chester Durden
attended the following seminar(s) at
World of Concrete
Crackinjection:...Epoxies
January 20, 1998
'Mr(d of Concrete seminars contain practical
how -to -do -it information designed to enable attendees togain
a clear understanding of the technology involved, and to perform
the construction techniques associated with that technology.
Danie[P..rbUirson
President
2(ie Aberdeen Group
Aberdeens
Chuc(LS. Simane(.
Vice P. resident.
World of Concrete Expositions
} W.
�0
J
Z•d bZLB- HvZ-ZS£
7-n'sweisAQ Axod7 11 +o n
Pr%7*nA 4,1 n*7 unn
01,011 0�1
OFM
ISSUED: 09/1512014
DISPLAY AS REQUIRED BYLAW SEQ # L1409150003382
Y .
tt Randolph, Tax Collector =
Logical Busyness Tax Receipt Orange County,(ori
al business tax receipt is m
addition to antl noun lieu of`any other'tax required by law or municipal ordinance Btsmesse"s are subject to regulation of:zomng :health anc
authorities: This receipt is valid from October.1 through September 30 of receippt year: Delm vent penaltyis:added.Ocfober 1:
i�PIRES 9130j,
20,1:4';
" 3100113,2194
i100 DRAIN -&'PIPE CLEANING $30 00
1 EMPLOY
[OTAL TAX ,. $30 ,
'REVIOUSLY PAID $30 00
_ tj
U
GARNO.KEVIN
f,OTAL DUE $0 00
TAIR ENVIRONMENTAL GROUP LLC
10 S MILWW ST."
y `.,
4436 OLD WINTER GARDEN RD
Q. LONGINOOD FL 32750
U - ORLAND0,=3281.1
PAID: $30.00 2501-G06618i.8 9/29/2014 "
This receipt is official when validated by the Tax Collector.
tt Randolph, Tax Collector
Local`Business Tax x Receipt Orange County, Flora
;al business tax receipt is in addition to and not in lieu of.
any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health�anc
authorities. This receipt is valid from October 1 through September 30 of receipt year. Delinquent penalty is added October 1.
2013
EXPIRES 9/30/2014 3100-1132194
00 DRAIN & PIPE AEAi'.`NG $15.00.
1 EMPLOYE
JTAL TAX $15.00
REVIOUSLY PAID $15.00
x ®A ARNO KEVIN
OTAL DUE $0.00
AIR ENVIRONMENTAL GROUP LLC
r� �»
�4 S
136 OLD WINTER GARDEN RD
� LONGWOOD FL 32750
' O WOODMILWW IL
��1 d �
'O
- ORLANDO, 32811
j n
AID: $15.00 2501-n0661819 9/29/2014
State of Florida
Department of State
I certify from the records of this office that ALTAIR ENVIRONMENTAL
GROUP, L.L.C., is a limited liability company organized under the laws of the
State of Florida, filed on June 3, 2002.
The document number of this company is L02000013946.
I further certify that said company has paid all fees due this office through
December 31, 2014, that its most recent annual report was filed on January 8,
2014, and its status is active.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Eighth day of January, 2014
Secretary of State
Authentication ID: CC7473277037
To authenticate this certificate,visit the following site,enter this
ID, and then follow the instructions displayed.
https://efile.sunbiz.org/certauthver.htmi
2014 - 20
r�wotA. Cty of Ltngwcoenn
::175 W W/rlrjre RRAvenu``/Aw�ee,■■■ LongN
3 t?,
66N: 710S MILWEE ST
�E
e C. t on:
Al
Of ;RAC70I
' 8/29/14
I Receipt # 15-00010028
F&275Q
STATE # SUBCi)N"I�RA `
1?_
CAC e'
CITY TAX
_
;ys
ADMINISTRATIVE FEs
;Zr
TRANSI✓FiE,:t h ,
Ai
r
FL 327
yKEVIN
' a 'I
.....
TQTAL$
-09/
C CONS
1 sDIRECTOR
,t I�bU LX: q1 I
OF
LAYED ,AT. BUSINESS LOCATION.
FINANCED~/<n
c lCc
ALTAIR ENVIRONMENTAL GROUP,LLC
710 S MILWEE ST
LONGWOOD FL 32750
DATE: December 5, 2014
TO: All Prospective Respondents
FROM: Maureen S. Bowman, Purchasing Agent II
Procurement and Contracts Division
SUBJECT: IFB15-0048 Storm Sewer Cleaning and Inspection Project STW0003_P
Addendum No. One (1)
Please be advised of the following changes/clarifications to subject solicitation. The solicitation
is hereby changed accordingly.
CLARIFICATIONS TO SOLICITATION
A. The Pre -Bid Conference held on November 21, 2014 was Non -Mandatory.
B. Bid Security:
Bid Security shall be made payable to City, in an amount equal to ten percent of the
bidder's Total Base Bid in the form of a certified check, cashier's check, or a Bid Bond
issued by a Surety that is licensed to conduct business in the State of Florida and has at
least an "A-" rating in accordance with the most current A.M. Best Company financial
strength rating.
The Bid Security of the low bidder shall be retained until such time as the City has
executed and provided the awarded bidder with the Contract and Acceptance Form, and
the bidder has furnished the required contract security, any insurance certificates and
endorsements, whereupon it will be returned. If the low bidder fails to comply with the
solicitation requirements, or to furnish any required contract security or required
insurance certificates and endorsements, within seven (7) days of the notification of
intended award, the City may cancel the intended award and the Bid Security of that
bidder may be forfeited up to the difference between the total bid of the forfeited bidder
and the next lowest bidder.
The Bid Security of all other bidders may be retained until the earlier of thirty (30) days
after execution of the Contract and Acceptance Form or ninety (90) days after bid
opening, whichever occurs first.
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 • esupplier.cityoforlando.net
IFB15-0048 Storm Sewer Cleaning and Inspections
Project No. STWO03_P
Addendum One (1)
December 5, 2014
C. FINAL COMMENT: Only written questions answered in writing by formal Addendum
will be binding. Oral and other interpretations or clarifications will be without legal
effect. As indicated in the solicitation, questions received after 12:00 p.m. on December
1, 2014 will not be given any consideration.
Firms are reminded to review the original solicitation and all subsequent Addenda issued.
THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED
WITH YOUR SUBMITTAL AT THE END OF THE SUBMITTAL.
In other respects, except as specifically stated above, all other terms and conditions of the
solicitation remain unchanged.
Page 2 of 3
IFB15-0048 Storm Sewer Cleaning and Inspections Addendum One (1)
Project No. STW003_P December 5, 2014
SIGNATURE PAGE
Respondents are asked to acknowledge receipt of this Addendum Number One (1), by
completing the information requested below and submitting this information with the submittal.
Failure to do so may subject the Bidder/Proposer to disqualification.
BY:
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
�c r
NAME OF
SIGNA
710 sa�f� /l:/� c�
MAILING ADDRESS
, STATE, ZIP CODE
339-7/3y 4��1�
AREA CODE WITH TELEPHONE and FAX NUMBERS
Page 3 of 3
CAA�ltair-
Environmental Group
12/11/14
City of Orlando
Storm Sewer Cleaning and Inspection
IFB15-0048
To Whom It May Concern,
Utility System Services
Inspection • Evahiation • Maintenance • Rehabilitation
Please find, attached, a complete listing of Altair Environmentals equipment
including an overall list, actual State of Florida vehicle registrations and a
sampling of equipment photographs. This submittal shall address the
Specification requirement page #9, Item B9 Minimum Requirements, Item 3 B,
"Bidder must provide proof of the possession of acceptable vehicles and
equipment with their bid submittal. Proof may include any of the following
with the location address shown: photo's, descriptions, proof of ownership or
leasing company contract." In addition Altair has included a copy of the State of
Florida corporate charter, local business tax certificate(City of Longwood and
Orange County) and State of Florida General Contractor license #CGC060385.
Altair Environmental Group, L,L,C.
710 South Milwee Street • Longwood • Florida 32750-5150
Telephone: 407-339-7134 • Fax: 407-339-6618
E-Mail: admin@altairenvironmental.com Website: www.altairenvironmental.com
W
V
w
ac
Q
Il
Q
'�
��
in
.pi
t
to
.O
N
a
N
Q�
x
00
LC)
m
an
d
z
z
z
V
Q
1-3
cow�)
aLl
O
O
O
O
O
,
in
O
0\
O
LO
inOO
O�
W
CC
L
�
�
�O
0\
0
0
�
�
lf)
W
0
O
0
M
N
10
10
.~-�
„may
C
O
}
d
a
M
M
M
fM
M
M
M
It
�It
d
in
If)
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Lb
N
N
N
N
N
N
N
N
N
N
N
N
N
N
°
fM
M
M
IM
M
.N-�
.N-�
M
fM
M
M
M
O
O
11
d
N
N
N
N
N
N
N
N
N
N
N
N
10
L.
VI
N
0!
d"
O�
�O
N
O�
O
N
\0
I0
`O
11
10
M
O
°O
N
bo
�
d^
00
M
M
a
zLO
o
a
Z
w
z
=
m
V
Lo
O
n
W�
a
.UO
^
3
3
T�
d\
T
m
Qm
Q
J
N
.-i
z
CL
>
�
LLLO
w
w
O
"
N
3
o
LL
M
v'
M
3=
3
m
Q
m
z
z�
a
o
Z
z
_�
Z
U-
U-
U-
Z
ti
a
O
Lul
u\0
0
p
0
F°-
=
p
p
,-�
O
p
0
ix
°
O0
LO
LO
L
LC)0
^
IL')
IIf
O
0
to
M
lJJ
M
UJ
N
N
N
N
x
tL
V
LO
U
z
z
Q
d
�L
N
>
Z
W
�
LU
v¢i
c
T
O
O
O
�I
H
H
H
V
Z
V
LL
Z
Z
=
F-
W
ix
LL
.--�
N
N
In
10
N
LO
m
m
N
N
qt
O
LU
O
O
O
O
O
O
O
O
O
O
O
O
O
O
>,
N
N
N
N
N
N
N
N
N
N
N
N
N
(M
�
h
H
O
O
O
V)
L'
V
z
O
O
O
O
LL
D
d
d
d
d
d
W
O
,..�
N
V
>
d
d
>
oN
>
6
I-
>
>
~
O
N
M
d
DC
to
>
>
>
>
>
l: Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right comer of license plate.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
IMPORTANT INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
FLORIDA VEHICLE REGISTRATION CO/AGY 17 / 3
PLATE N4155S DECAL 16244476 Expires Midnight Tue 12/31/2013
YR/MK 2011ANTL BODY TK
VIN 1 HI WNAZTXBJ334244
Plate Type TUR NET WT 40180
DL/FEID 680509371-01
Date Issued 12/13/2012 Plate Issued 2/4/2011
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
TUR - TRUCKS WITH TWO PLATES
COLOR WHI
TITLE 105776282
GVW 66000
T# 734722613
B# 766784
Reg. Tax
1,112.65 Class Code 41
Init. Reg.
Tax Months 12
County Fee
3.00 Back Tax Mos
Mail Fee
Credit Class
Sales Tax
Credit Months
Voluntary Fees
Grand Total
1115.65
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
Wc,�or S�.,cr clewnios
R'S
L Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right corner of license plate.
IMPORTANT -INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
l transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE ST
LONGWOOD, FL 32750-5150
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurce to
be maintained continuously throughout the entire registration period; failure to maintain an
the required coverage could result in suspension of your driver license and registration.
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
FLORIDA VEHICLE REGISTRATION CO/AGY 17 / 3 T# 734721770
B# 766784
PLATE N8656S DECAL 16244115 Expires Midnight Tue 12/31/2013
YR/MK 20121FRHT BODY TK
VIN 1FVHC3BS4CHBJ4249
Plate Type TUR NET WT 16238
DLIFEID 592029147-01
Date Issued 12/13/2012 Plate Issued 3/29/2012
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE ST
LONGWOOD, FL 32750-5150
TUR - TRUCKS WITH TWO PLATES
COLOR WHI Reg. Tax 948.65 Class Code 41
TITLE 107209063 Init. Reg. Tax Months 12
GVW 60000 County Fee 3.00 Back Tax Mos
Mail Fee Credit Class
Sales Tax Credit Months
Voluntary Fees
Grand Total 951.65
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
vo
b
iccon seuxt C lea a i r)
s
1. Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right corner of license plate.
IMPORTANT INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Mail To:
ALTAIR ENVIONMENTAL GROUP Important note: If you cancel the insurance for this vehicle,
710 S MILWEE ST immediately return the license plate from this registration to a Florida
LONGWOOD, FL 32750 driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
CO/AGY 17 / 3 T# 7347212$3
FLORIDA VEHICLE REGISTRATION B# 766784
PLATE N2213T DECAL 16243938
Expires Midnight Tue 12/31/2013
YR/MK 20121VACN BODY TK
VIN 1HTWPAZT9CJ601630
COLOR WHI Reg. Tax 948.65 Class Code 41
Plate Type TUR NET WT 35000
TITLE 108876156 Init. Reg. Tax Months 12
GVW 60000 County Fee 3.00 Back Tax Mos
DLIFEID 680509371-02
Mail Fee Credit Class
Date Issued 12/13/2012 Plate Issued 5/10/2012
Sales Tax Credit Months
Voluntary Fees
Grand Total 951.65
ALTAIR ENVIONMENTAL GROUP
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale
710 S MILWEE ST
LONGWOOD, FL 32760
of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
TUR - TRUCKS WITH TWO PLATES
vakj:C( I Sewn Cleam ns
ag
v ..a av avas—a a�_Amlu LC.4HL
1. 'Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right comer of license plate.
IMPORTANT INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
(} SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
CO/AGY 17 / 3 T# 734720580
FLORIDA VEHICLE REGISTRATION B# 766784
PLATE C795LC DECAL 16243645 Expires Midnight Tue 12/31/2013
YR/MK 2005/CHEV BODY VN
VIN 1 GBE4V1 E65F511836
Plate Type RGR NET WT 8600
DLJFEID 680509371-01
Date Issued 12M 3/2012 Plate Issued 8/4/2005
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
RGR - FLORIDA REGULAR
COLOR WHI Reg. Tax 209.65 Class Code 41
TITLE 93715733 Init. Reg. Tax Months 12
GVW 17500 County Fee 3.00 Back Tax Mos 0
Mail Fee Credit Class
Sales Tax Credit Months 0
Voluntary Fees
Grand Total . 212.65.
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
1v�6ro� R� Cues
UNa I MU%-, 11UN3 rVK H 1 I /il.nhVh 1)1:lUIXL.
i. Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right corner of license plate.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE ST
LONGWOOD, FL 32750-5150
IMPORTANT —INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida NO -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
VEHICLE FLOMA REGISTRATION
PLATE W842YD DECAL 16243571
YR/MK 2006/FORD BODY TK
VIN 1FDAF56P96ED08862
Plate Type RGS NET WT 11440
DL/FEID 592029147-01
Date Issued 12/13/2012 Plate Issued 9/12/2006
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE ST
LONGWOOD, FL 32750-5150
RGS - SUNSHINE STATE
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
CO/AGY 17 / 3
Expires Midnight Tue 12/31/2013
COLOR WHI Reg. Tax
TITLE 96681762 Init. Reg.
GVW 19999 County Fee
Mail Fee
Sales Tax
Voluntary Fees
Grand Total
T#
734720438
B#
766784
209.65
Class Code
Tax Months
3.00
Back Tax Mos
Credit Class
Credit Months
212.65
IMPORTANT INFORMATION
41
12
0
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
-rv/�tro�t R�
Cues
1. Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right corner of license plate.
IMPORTANT_ INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
1 transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida NO -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC, KEVIN
DALGARNO
710 S MILWEE STREET
LONGWOOD, FL 32750
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
CO/AGY 17 / 3
FLORMA VEHICLE REGISTRATION
PLATE 75OXAK - DECAL 16243371 Expires Midnight Tue 12/31/2013
YR/MK 2012INISS BODY VN
VIN 1N6BF0LY6CN102609
Plate Type RGS NET WT 5811
DL)FEID 680509371-01
Date Issued 12113/2012 Plate Issued 5/26/2009
ALTAIR ENVIRONMENTAL GROUP LLC, KEVIN
DALGARNO
710 S MILWEE STREET
LONGWOOD, FL 32750
RGS - SUNSHINE STATE
COLOR WHI
TITLE 108083782
GVW 7000
2ND DL# D426500611390
-ry I;k%5
Reg. Tax
Init. Reg.
County Fee
Mail Fee
Sales Tax
Voluntary Fees
Grand Total
T# 734719961
B# 766784
110.40 Class Code
Tax Months
3.00 Back Tax Mos
Credit Class
Credit Months
113.40
IMPORTANT INFORMATION
41
12
0
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
Aries
0
I. Clean area where new annual decal is to be affixed.
2. Peel deecal from this document.
3. Affix decal in the upper right corner of license plate.
IMPORTANT INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
\ i Z SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
v transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 a separate carrier or seat belt may be used. years,
MailTo:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
FLORBA TRUCK/TRACTOR REGISTRATION CO/AGY I7 / 3 T# 7720385
B# 766
784
PLATE BKYT44 DECAL 16243548
Expires Midnight Tue 12/31/2013
YR/MK 20I5/CHEV BODY TR
VIN 1GBE5V1275F528700
COLOR WHI Re . Tax
t. 209.65 Class Code 41
Plate Type RGS NET WT 14505
TITLE 94880245 Init. Reg. Tax Months 12
GVW 19500
County Fee 3.00 Back Tax Mos 0
DL/FEID 680509371-01
Mail Fee Credit Class
Date Issued 12113/2012 Plate Issued 6/29/2012
Sales Tax Credit Months 0
Voluntary Fees
Grand Total 212.65
NI
ALTAIR ENIIN VIRONMETALGRQUP LLC
IMPORTANT INFORMATION
710 S EESTRE
1. The Florida license plate must remain with the registrant upon sale of vehicle.
LONGWOODD, FL 32750
2 . The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
RGS -SUNSHINE STATE
TV 'Ri'5 cues
11. Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right corner of license plate.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE ST
LONGWOOD, FL 32750-5150
uv1FUKTANT_INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee
Surrendering the , FL 32399.
plate will prevent your driving privilege from being
suspended.
FLORIDA VEHICLE REGISTRATION CO/AGY 17 / 3 T# 7720203
B# 766784
PLATE A597NU DECAL 16243472 Expires Midnight Tue 12/31/2013
YR/MK
VIN
2009/FORD BODY VN COLOR WWI
1 FTNE24W79DA43421
Reg. Tax
125.65 Class Code
Plate Type
RGR NET WT 5480 TITLE 804996879
GVW 8999
Init. Reg.
41
Tax Months 12
Coun Fee
tY
3.00 Back Tax Mos 0
DL/FE1D
592029147-01
Mail Fee
Credit Class
Date Issued
12/13/2012 Plate Issued 12/6/2004
Sales Tax
Credit Months 0
Voluntary Fees
Grand Total
128.65
ALTAIR ENVIRONMENTAL GROUP LLC IMPORTANT INFORMATION
710 S MILWEE ST 1 I. The Florida license plate must remain with the registrant upon sale of vehicle.
LONGWOOD, FL 32750-5150 2• The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
RGR - FLORIDA REGULAR
- Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right corner of license plate.
Mail To:
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
IMPORTANT —INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
FLORIDA VEHICLE REGISTRATION CO/AGY 17 / 3 T# 734720062
B# 766784
PLATE J457VA DECAL 16243416
Expires Midnight Tue 12/31/2013
YR/MK 2009/FORD BODY VN
VIN 1 FTNE24W59DA45152
COLOR WHI Reg. Tax 125.65 Class Code
Plate Type 60
RGR NET WT 54
TITLE 41
104996826 Init. Reg. Tax Months 12
GVW 8999
County Fee
tY 3.00 Back Tax Mos 0
DL/FEID 680509371-01
Mail Fee Credit Class
Date Issued 12/13/2012 Plate Issued 12112/2007
Sales Tax Credit Months 0
Voluntary Fees
Grand Total 128.65
ALTAIR ENVIRONMENTAL GROUP LLC
IMPORTANT INFORMATION
710 S MILWEE STREET
1. The Florida license plate must remain with the registrant upon sale of vehicle.
LONGWOOD, FL 32750
2• The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
RGR - FLORIDA REGULAR
Mail To:
ALTAIR ENVIONMENTAL GROUP
710 S MILWEE ST
LONGWOOD, FL 32750
IMPORTANT INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be
in possession of the operator or carried in the vehicle while the vehicle is being used or
operated on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle while
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain the
required coverage could result in suspension of your driver license and registration.
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
FLORIDA VEHICLE REGISTRATION
PLATE AVY3727 DECAL
YR/MK 2012 ! NISS BODY VM
VIN 1N6BF0KY2CN117156
Plate Type TDL NET WT
DL/FEID 68050937102
Date Issued 12/11/12 Plate Issued 12/11/12 .
Mail To:
ALTAIR ENVIONMENTAL GROUP
710 S MILWEE ST
LONGWOOD, FL 32750
Joo
CO/AGY 69/09
Expires Midnight 01/09/13
COLOR WHI
TITLE
Reg. Tax 2.00
Init. Reg.
County Fee
Mail Fee
SalesTax
Voluntary Fees
Grand Total 2.00
T# 734398263
B# 64871609
Class Code 13
Tax Months
Back Tax Mos
Credit Class
Credit Months
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
TDL-PRINT ON DEMAND TEMP PLATE PLATE ISSUED N
S��oet Van
b c0+
0
O
C > N
O cd bA O td
.O+ C �• � 7 M �N.,
> y 00A i O
O15
.0 A '00 'U �O w t0.)
W 4-> - Cd z N
u.. u O 'tl N 4,00 U
o 9 A A 4 o n(u cd e
0 OAT cd-C C
R.'Y o O 'O 'fl
U.
>Ocad
U eU N N E E 0A w
� p
O O r y .t. ,,,, •N O •O
m
y > t O
1. •cf � N
El
N O N bq ' pTj V7 p C
N w O y Tb
w rd T - C cdd a
M U tCd N M 0 U
;D •C 0E C EA � 'O bA'.U+ LL O O C p
y C y U c+ N O>
M O N O �o U o
o
Cl
O W 'b W a v n E
N
t3oo. u�
O� M
o on
'
p 3 M OC _
W]�
�O+ 2
= 2 -
0.
N cd
O
3]C
CD
O C p
U�U
O w T_..0 C
vt n
> O O bA
o
�y
c N
�aai�>
UFWUU
$�i x`cli
�N�
bA A F n
� �'. S
kn o to
O
°C E. o
z O N y O 4.
T C
V y cd •�
F
q
00 00
O b o O G
be U
p 0 0. 0
. �. O y T
0000
o 0 3 r,,, N �•"
.'r7 U u O u C
�
0
coo
N
ei,u
O
o'U'—��rn3
�YaN�
0.v o
r.
r�SUv�>C7
O Y
oF
E
7Mn
r,°
TN bA
ooy C
=
-.oo
N E E 3 o b
u ai ti
c
C C
00
.� •O O
b fn y m
C G
=�tro�
c. N 'bN
�Cd�x
rlOr- b6v
C
'.C.. C
C4
w
N
o�aW
3
OUFCG7
J
�
M
J
�
i
a
[-�
to
Ol
cc
C)
,
V
Y N N
N
J
IL
LL
U)
O �l
>W�
mv.r. f%
J
cc
W 00
W
g
0 c
Z W Lo
a
F Z
CC oN M�
o
2¢M
1-
w
OC
a
CD
U.
z
°w�
O
I --1
N r � c°0o �
LU
e�
z
W J O
OJ
Qz
M u
aoz
LL
P4
i >w AA
Qi OJ
cc
Sr; 91fkipP
.7_ '
y �
o
U '
U
U ate+ q p, N .y l O M 'N I O A
het wb y°ti s $jagq� iM UF.V a? q iy ab p
bo
> O ° M IN y V .. y bOA N'p 'y G7
too
toIas
F'c� a�ian�ya� 8 . 'oo �U
�o c O�
a6k+
o
Wo is 84 a� i t iy M oy a Trf'� �•0 0
p O .M-i •q 3 q H �9 M a I y g q I C cn a- ._v o« �C w
M ri o o M cai w •� cn�v p� cooo to cpcC ��7 Z o 0'�3 7 �'r w O$ g Zer-OI NiC
�„Cy.yc O �w27� i Q o'W��ca�
W O Cd
0 S� W � s5a7� � o s.�a va]i HF� w�" WSJ °go-..1w°
aa«.o UvWi y Sri
ti O
uo
.�a
Z
a
J
a ° d ODJ
o a
W s W Q 1'� O 1•+i ' N M Y
W W N
= a Acq
AO00
o f O
z=O PQZ w O
ay No o WWN a
y F- O ZO �- Z LL N 2 �� W
Ix
J —
U � �`ti7 NeZ-C' Z=o Ix
O qb W ° WF O
Q vO) uJ
.: ri C+i 0
INSTRUCTIONS FOR ATTACHING DECAL
1. Clean area where new annual decal is to be affixed.
2. Peel decal from this document.
3. Affix decal in the upper right comer of license plate.
Mail To:
IMPORTANT_ INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be in
possession of the operator or carried in the vehicle while the vehicle is being used or operated
on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
Q. provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
j a separate carrier or seat belt may be used.
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period; failure to maintain
the required coverage could result in suspension of your driver license and registration.
ALTAIR ENVIRONMENTAL GROUP LLC Important note: If you cancel the insurance for this vehicle,
710 S MILWEE STREET immediately return the license plate from this registration to a Florida
LONGWOOD, FL 32750 driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrendering the plate will prevent your driving privilege from being
suspended.
CO/AGY 17 / 2
Til
808599010
FLORIDA VEHICLE REGISTRATION
B#
1348426
PLATE BKYT46 DECAL 09243208 Expires
Midnight Tue 6/3012015
YR/MK 2010/HYUN BODY UT COLOR
SIL Reg. Tax
68.15
Class Code
VIN 5NMSG3ABXAH339341 TITLE
103524023 Init. Reg.
Tax Months
Plate Type RGS NET WT 3725
County Fee
3.00
Back Tax Mos
Mail Fee
Credit Class
DLTEID 680509371-01
Sales Tax
Credit Months
Date Issued 6125/2014 Plate Issued 6129/2012
Voluntary Fees
Grand Total
71.15
ALTAIR ENVIRONMENTAL GROUP LLC
710 S MILWEE STREET
LONGWOOD, FL 32750
RGS - SUNSHINE STATE
1
12
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
5. I understand that my driver license and registrations will be suspended
immediately if the insurer denies the insurance information submitted
for this registration.
15j&'(4 \Oe4si
c,��
INSTRUCTIONS FOR ATTACHING DECAL
1. Clean area where new annual decal is to be affixed
2. Peel decal from this document.
3. Affix decal in the upper right comer of license plate.
IMPORTANT INFORMATION
SECTION 320.0605, Florida Statutes, requires this registration certificate or an official
copy or a true copy of a rental or lease agreement issued for the motor vehicle described be in
possession of the operator or carried in the vehicle while the vehicle is being used or operated
on the highways or streets of this state.
SECTION 316.613, Florida Statutes, requires every operator of a motor vehicle
transporting a child in a passenger car, van or pickup truck registered in this state and
operated on the highways of this state, shall, if the child is 5 years of age or younger,
provide for protection of the child by properly using a crash -tested, federally approved child
restraint device. For children aged through 3 years, such restraint device must be a separate
\V carrier or a vehicle manufacturer's integrated child seat, for children aged 4 through 5 years,
a separate carrier or seat belt may be used
SECTION 627.733, Florida Statutes, requires mandatory Florida No -Fault Insurance to
be maintained continuously throughout the entire registration period, failure to maintain
the required coverage could result in suspension of your driver license and registration.
Mail To:
ALTAIR ENVIRONMENTAL GROUP INC
710 S MILWEE ST
LONGWOOD, FL 32750
Important note: If you cancel the insurance for this vehicle,
immediately return the license plate from this registration to a Florida
driver license or tax collector office or mail it to: Dept. of Highway
Safety, Return Tags, 2900 Apalachee Parkway, Tallahassee, FL 32399.
Surrenderingpthe plate will prevent your driving privilege from being
sus
CO/AGY 17 / 2
FLORIDA VEHICLE REGISTRATION
PLATE CPBH54 DECAL 09243139 Expires Midnight Tue 6/30/2015
YR/MK 2011ITOYT BODY 513
VIN JTDKN3DUOB1337659
Plate Type RGS NET WT 2965
DL/FEID -
Date Issued 6/25/2014 Plate Issued 2/20/2014
ALTAIR ENVIRONMENTAL GROUP INC
710 S MILWEE ST
LONGWOOD, FL 32750
RGS - SUNSHINE STATE
COLOR WHI Reg. Tax
TITLE 105906953 Init. Reg.
County Fee
Mail Fee
Sales Tax
Voluntary Fees
Grand Total
T# 808598908
B# 1348426
54.65 Class Code I
Tax Months 12
3.00 Back Tax Mos
Credit Class
Credit Months
57.65
IMPORTANT INFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibility of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
5. 1 understand that my driver license and registrations will be suspended
immediately if the insurer denies the insurance information submitted
for this registration.
sT *k"IC6
O
7
in p
ME
CE
n
�� �
�E
�°
� c
W
G.
7
(7
f0
O
� c
aW
Mayor
Buddy Dyer
DATE OF ISSUE:
IFB DUE DATE:
IFB DUE TIME:
BID DELIVERY LOCATION:
IFB TITLE:
IFB NO:
Chief Procurement Officer
David Billingsley, CPSM, C.P.M.
NOVEMBER 13, 2014
December 11, 2014
2:00 p.m., Local Time, City of Orlando, FL
City of Orlando
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
Bid opening to be held at the Agenda Conference Room,
2"d Floor, City Hall.
STORM SEWER CLEANING AND INSPECTION
IFB15-0048
(IFB NUMBER MUST BE PLACED ON FRONT OF
ENVELOPE)
THIS IS NOT AN ORDER
DIRECT ALL INQUIRIES TO: Maureen S. Bowman, Purchasing Agent II
Phone: (407) 246-2363
Email: TeamC@cityoforlando.net
BUSINESS NAME & ADDRESS
B,k D
Business Name
;l 5:0 I ftSea%, -sjt II 1 e fI( �c/
Address
k0w� r l vl c
City, State, Zip
N40. 14,0_55' r 0102 iWa— R7,3�
Contact Person / Telephone Number
THIS BID USES AN ELECTRONIC
BID PRICE FORM (EXCEL DOC)
It is the intent and purpose of the City of Orlando that this Invitation for Bid promotes competitive bidding. It
shall be the bidder's responsibility to advise the City's Procurement and Contracts Division at the address
noted herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits
the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in
writing and must be received by the Procurement and Contracts Division not later than ten (10) days prior to
the bid closing date. Rev: Services — 07/29/14
Storm Sewer Cleaning and Inspection
IFB15-0048
SUBMITTAL CHECK LIST:
Bidders should use the following bid check list of standard forms which are to be completed and returned
as part of your bid submittal. Failure to complete and return required forms may result in your bid being
non -responsive and not considered for award. Return one (1) original and one (1) copy of bid submittal
Additional forms/items may be required to be submitted under the terms of this Invitation for Bid which
are not listed below; therefore, it is the bidder's responsibility to read and understand the provisions of this
Invitation for Bid.
Solicitation Cover Page.
Invitation for Bid Price Form(s) (Unit Price and Total Price Columns completed).
Bidder's Certification, signed and notarized.
Bidder's Questionnaire.
Contract and Acceptance Form.
Minority/Women Owned Business Enterprise Participation Form. (If applicable)
Veteran Business Enterprise Participation Form. (If applicable)
Addendum Acknowledgment Form: It is the bidder's responsibility to contact
the City's 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
the Internet, please ensure that you also download all such addenda.
(If applicable)
Special Items:
I. Bid Security 10%
2.
3.
NOTE:
Certificate of Insurance: Within seven (7) days of a notification of intended award, the
Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s)
acceptable to the City.
Written Question(s) Form: Written questions must be received at least ten (10) days prior to
the solicitation due date.
Procurement and Contracts Division Page: 4
r
Storm Sewer Cleaning and Inspection IFB15-0048
BIDDER'S CERTIFICATION FORM:
I have carefully examined the Invitation for Bid, Instructions to bidders, General, Standard and Special
Conditions, Specifications, Contract and Acceptance Form and any other documents accompanying or made a part
of this Invitation for Bid.
I hereby propose to furnish the goods or services specified in the Invitation for Bid at the prices or rates
quoted in my bid. I agree that my 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 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/Contractor is ready, willing and able to perform 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 full knowledge and
understanding of the matters therein contained and was duly authorized to do so.
NAME OF BUSINESS P;Vjfe4-pj-66�*
BY: Li4k
SIGNATURE ff
_()O( kR-551- f— L/ 10
NAME & TITLE, TYPED OR PRINTE
a 15 0I d Sri _y4o c Qdie&AU
MAILING ADDRESS
ll/ke
CITY, STATE, tIP C0J6E
Ho-2 -o5 q2, - $%�/
TELEPHONE NUMBER
!K yid g ? 3 6
FAX NUMBER
doh &
E-MAIL ,0 RESS
State of �' I01-1ALL
County of `)C.► VV1 j ode
Sworn to (or affirmed) and subscribed before me
this - I day of Qe-cP-W1, , LSD' 20—L t-1, by
Signature of Notary
Notary Public, State of F Lot ti"- t d 4
onall Known
-OR-
Produced Identification
Company Tax ID # 19 - 3 -! e165 F
(The City only requires Company Tax ID numbers. The
City is not requesting individual social security numbers.)
;Ry P11B�% MK,' MLPASQUARELLO
* * MY COMMISSION f EE 6 076
EXPIRES: February 23,2017
Bonded Thru Budget Notary Services
Procurement and Contracts Division Page: 49
Storm Sewer Cleaning and Inspection
IFB15-0048
CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO. IFB15-0048 :
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 fortes submitted with the
bid, all of which re hereby incorporated herein by this reference, shall constitute the formal written
coqKrac� betyee e �ity and the undersigned.
TURE
v
NAME & TITLE, TYPED OR
BID h U-
NAME OF BUSINE
State of r ( () t-i d (,
County of 5(?1 t/Y1,,,V, .e
Sworn to (or affirmed) and subscribed before me,
this _1_�_ day of 0 w� Lj'ey , 20 + `- y
Signature of Notary
15 01OLC suin 'Ka�C� a16f r Notary Public, State of
MAILING ADDRESS
Personally K (circle if applic,ia,�ue�,c MICHAEL PASQUARELLO
* * MY COMMISSION # EE 869076
CITY, STATE, Z COD -OR- s P EXPIRES: February23, 2017
'grF��o�`O Bonded Thru Budget Notary Services
PHONE: ''j 7% � � �j__�j__— Produced Identification
FAX: (` o) ) . � YI 7,`6 Type of Identification:
E-MAIL: t pt-1305, (Cr
---------------------------------------------------------------------------------------
FOR USE BY THE CITY OF ORLANDO ONLY
This contract is awarded to the party listed above as a: Primary Supplier: Secondary Supplier: V
This contract is for: All Item Numbers: 1/ or Item Numbers:
INITIAL CONTRACT TERM: c2110,11.,Tto 9 /�
ACCEPTANCE:
CITY OF ORLANDO, FLORIDA-
By:
Chief Procurement Officer
DAVID BILLINGSLEY, CPSM, C.P.M.
APPROVED AS TO FORM AND LEGALITY
for the use and reliance of the
City of Orlprido, Florida, only.
Assistant City Attorney
ORLANDO, FLORIDA
Date: M��� , 20 5", Date: �20/5
Procurement and Contracts Division Page: 50
Storm Sewer Cleaning and Inspection
IFB15-0048
BIDDER'S QUESTIONNAIRE:
The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a
question is not applicable, so indicate by writing "N/A".
1. COMPANY NAME
Address of Principal
Name of primary Contact: (19ACL61 "PS,S lt
2. TYPE OF ORGANIZATION:
Sole Proprietorship Partnership Non -Profit
Joint Venture _4 Corporation Other:
State of Formation: F I l-I&A Federal ID # jQ_ "�� 5 DUNS #
(The City only requires a Federal Tax ID Number, not a Social Security number.
3. EMERGENCY CONTA.C,T PERSON:
al
Phone: q0:7 -,D -9 73'Y Fax:
Cell: q19) - g192
4. INSURANCE COMPANY NAME: Lro-s. 4e 4' IA,gr"-e
Agent Contact: e trts,y► e -Tuare z Phone: L16 2- 4 - " / Lfl
5. EXPERIENCE:
A. Years in business:_
B. Years in business under this name: 3 vea (1-S
C. Years performing this type of work:
6. SUBCONTRACTORS -for informational purposes only: If 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
7. LOCAL SERVICE FACILITY, IF APPLICABLE:
A. Name of local service center:
B. Address of local service center:
M/WBE VBE Certified?
City Certified? (Y or N)
(Y or N)
-0 N
Procurement and Contracts Division Page: 51
Storm Sewer Cleaning and Inspection
IFB15-0048
C. County local service center is located i
D. Contact:
8. RECYCLED CONTENT:
Telephone number:
A. Percentage of recycled material contained in the product: Q %
B. Is your product packaged/shipped in material containing recycled content? Yes No
C. Is your product recyclable after it has reached its intended end use? Yes No
9. ADDITIONAL INFORMATION:
A. FOB Point Destination
B. Discount Payment Terms (if any): __Pn,—%, if paid within days after receipt of invoice.
C. Is your company willing to accept the VISA ePayable solution for payment of all invoices?
Yes No
D. Is your company willing to serve as a secondary supplier in the event your company is not selected for
primary award? __X_ Yes No
10. REFERENCES:
Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for
similar products which your firm has provided within the last three (3) years.
Reference #1:
Name: r_
Address: i (AAit.0 6s a - A V e-
Telephone No.: • '� ® `7 a q6 - 2 28 R
E-mail:
Projects/Contracts/Work Orders (List project naine, date
Reference #2:
Name: !-r
Address: a I
Fax No.: c/o 7-,2. ` 6 ` 76Z
and value of project):
Telephone No.:: Fax No. Y07-A7 - 77 ;
Contact:
E-mail: Qvtyt S gQ. r Tit- () i . C ©4t.,
Projects/Contracts/Work Orders (List project name, date completed and value of vroiect):
Procurement and Contracts Division Page: 52
Storm Sewer Cleaning and Inspection
IFB15-0048
Reference #3:
Name: C
Address: —
Telephone No.::
Contact:
E-mail:
Projects/Contras
ork Orders (List
Fax No.:
name, date completed and value of project):
Reference #4:
Name: fi- t v►c, o_ C e vti v�eLc. E r tl e,
Address: i n a i e) PL -4-: R A i^
Telephone No.:: 0 -7-
Fax No.: qO7 i
Contact: J^r�yL T it-e�"d l
E-mail: 7'�P I&4A ,�Al ✓tom: - S��, C�tM
Projects/Contracts/Work Orders (List project n4me, date completed and value of project):
10. CCTV NAME AND VERSION:
The Contractor shall include the name and version number of the CCTV software in their bid, and certify that
it will provide DVD videos in a format compatible with Microsoft software running on the Windows 70S.
Procurement and Contracts Division Page: 53
Storm Sewer Cleaning and Inspection IFB15-0048
WRITTEN QUESTIONS) FORM:
? Any questions relative to interpretation of specifications or the solicitation process must be
�y. ° addressed to the City in writing. For uniformity, the City requests that you use the
following format. No verbal inquiries will be accepted. Written questions must be received
at least ten (10) days prior to the solicitation due date. Written questions received within
ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the
Purchasing Agent as identified in this Invitation for Bid. This form is provided for your convenience,
however, emails to the Purchasing Agent are acceptable.
Only written answers and clarifications in the form of a written Addendum to the solicitation will be
binding. Oral answers will not be authoritative.
SOLICITATION NUMBER: IFB 15-0048
DATE SUBMITTED:
SOLICITATION TITLE: STORM SEWER CLEANING AND INSPECTION
COMPANY NAME:
ADDRESS:
CITY:
CONTACT NAME:
1.
2.
Q
STATE:
PHONE:
ZIP:
Procurement and Contracts Division Page: 54
Storm Sewer Cleaning & Inspection
IFB14-0252
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM:
Chapter 57, Article II, Minority Business Enterprise (MBE), and Article 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 Hall at One City Commons
400 South Orange Avenue - 5th 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: 1 1 A
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 Office on or before the date set for submittal of bids.
Procurement and Contracts Division Page: 55
Storm Sewer Cleaning and Inspection IFB15-0048
VETERAN BUSINESS ENTERPRISE PARTICIPATION FORM
In order to foster economic development and 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 ("VBE") Preference. For further information regarding this
program, please refer to Chapter 7 of the Code of the City of Orlando.
In order for a bidder to receive credit for VBE certification for this solicitation, the bidder must have its
principal place of business in the Metropolitan Statistical Area (i.e. Orange, Lake, 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 295.187 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: N A
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. 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 of
the Code of the City of Orlando.
Procurement and Contracts Division Page: 56
Storm Sewer Cleaning and Inspection IFB15-0048.
ADDENDUM ACKNOWLEDGMENT FORM:
The undersigned acknowledges receipt of the following addenda to the Documents (Give number and
date of each):
Addendum No. 1
Dated �-
Addendum No.
Dated
Addendum No.
Dated
Addendum No.
Dated
Addendum No.
Dated
Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a
major irregularity and will be cause for rejection of the bid.
v ir,ua Lui %.
V
Title
Procurement and Contracts Division Page: 57
CW�
DATE: December 5, 2014
TO: All Prospective Respondents
FROM: Maureen S. Bowman, Purchasing Agent II
Procurement and Contracts Division
SUBJECT: IFB15-0048 Storm Sewer Cleaning and Inspection Project STW0003_P
Addendum No. One (1)
Please be advised of the following changes/clarifications to subject solicitation. The solicitation
is hereby changed accordingly.
CLARIFICATIONS TO SOLICITATION
A. The Pre -Bid Conference held on November 21, 2014 was Non -Mandatory.
B. Bid Security:
Bid Security shall be made payable to City, in an amount equal to ten percent of the
bidder's Total Base Bid in the form of a certified check, cashier's check, or a Bid Bond
issued by a Surety that is licensed to conduct business in the State of Florida and has at
least an "A-" rating in accordance with the most current A.M. Best Company financial
strength rating.
The Bid Security of the low bidder shall be retained until such time as the City has
executed and provided the awarded bidder with the Contract and Acceptance Form, and
the bidder has furnished the required contract security, any insurance certificates and
endorsements, whereupon it will be returned. If the low bidder fails to comply with the
solicitation requirements, or to furnish any required contract security or required
insurance certificates and endorsements, within seven (7) days of the notification of
intended award, the City may cancel the intended award and the Bid Security of that
bidder may be forfeited up to the difference between the total bid of the forfeited bidder
and the next lowest bidder.
The Bid Security of all other bidders may be retained until the earlier of thirty (30) days
after execution of the Contract and Acceptance Form or ninety (90) days after bid
opening, whichever occurs first.
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 - esupplier.cityoforlando.net
IFB15-0048 Storm Sewer Cleaning and Inspections
Project No. STWO03 P
Addendum One (1)
December 5, 2014
C. FINAL COMMENT: Only written questions answered in writing by formal Addendum
will be binding. Oral and other interpretations or clarifications will be without legal
effect. As indicated in the solicitation, questions received after 12:00 p.m. on December
1, 2014 will not be given any consideration.
Firms are reminded to review the original solicitation and all subsequent Addenda issued.
THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED
WITH YOUR SUBMITTAL AT THE END OF THE SUBMITTAL.
In other respects, except as specifically stated above, all other terms and conditions of the
solicitation remain unchanged.
Page 2 of 3
lJ �
N_ 0
E n
Q
< o c
zN tt
O m
U
� O �
Q \ U
z 3
W N N
5 N
w
Ir L
Ocr 00
N
a �
o
O q
o a
cc
z m
gLL
O
UL
U
d
O
O
O
O
O
O
p
zBIM
O
O
O
O
O
O
O
O
O
O
O
Cl
i
O
O
O
O
O
O
O
1 t
!!;
Ln
M
Ln
Ln
lD
Ln
l0
L(i
N
Ln
I�
Ln
Ol
t4
V�
to
d
i
@%
??
00
M!-
o
i Ya
LL
INYl
Q
2
,
Q
i
C ,
k-
H
O
O
O
O
O
O
O
Vid
•
3
j kry
} 7F
Lr)
M
Ln
Ln
L6
I ii
6
Ln
t11
Ln
I�
Ln
LU
Ol
1A
R
Z
Q
ca
1
A,
1
L_
LL
LL
LL
LL
LL
LL
LL
z
c
z �;
a
o
0
0
0
0
0
0
��
mO
O
O
O
O
O
O
O
ho
�=
'
Z
�
Q W Z W UJ
LL,
a:
O
°
a
z
�';
Z X
Lu
O°"
m
z
3
�4o
o�
F
Z H
W
41
W Z W
F- W a
�
30
(/i
of
U
Q
LU
J H
=
z
O Lu
m
O
a W P
O
Z
4A
N
W
J
c
00
Li J O
W
HLU
CO
W y
O ..J
�--
aWzoLLa
O
W
Z
L
L
L
L
C
O
'
W Q
z a
Q
W
N
+,
N
N
N
C
Ln
�... W
cc
Q
—
LL
�_
c�c
a)
E
Ci
OCC
a)
c�c
,!.
C
cC
c6
C
c6
C
cC
�
M
J O W
Q
LU
m
y
-a
o
0
Q
LL
m
J
LJ.
H
N
CS
a
O
CD
W
N
O
O
O
O
O
U
t
C
o
Q J 2
Z
N
a)
01
Ol
Gl
O
O
5=
N
C
N
C
N
C
N
U
O t
o
0
Z_ Z uj Q
:
00
o
00
o
t10
o
O
O
M
M
m
�O
OC W
CC
LJu LU
400
,
C
O
*
C
O
00
C
O
00
O
M dt
(0)
to
GJ
U
P
2 C
N
N
N
Vf
c I
N
W
a LL
Z
p
7(
U 4
ca
-
L
m
m
L
Q
O
'
aj
4-L
�
N
O
0
p
W
W
N
z CO
Z'
3'
U
-
F'
U
+'
U
+,
N
U
+�
+' +'
C
C
Z
l7 H
Lu
=
v
u
v
u
a�
U
a�
a� u
E_ 00_
00
9E
m
Z W p
N
2
H
F_
d;
C
—
E
c
—
.�
—
.�
—
C
.�
—
'� d
�
O ti
�
0
Z
Q Q
LL.O
5�a._
N
N
N�
OM
N
N
Ln
N
N
00_
W
0)
(B N i
*
°.
O W
Y
'?F C`
r�I
N
N
N
N
N
r�-I
N
U O�f y--.
W
U
t �
d
Z
o?S
v
06
a,
co
a,
0,6
v
o2S (v
�..i
W
O
>,
0
.N
.�49
N
.�
42)
Vf
.�
N
.�
N .�
.C:
>, .�
41
w Q
C.
.Q
w
.Q
w
.�
w
.�
a�i
,Q
O
42)
€
y
L
m D: LL
IL
r�
r J
a
_J
.J
Q
_J
Q
S
Q
I
m
Lys W
e,.
O
O
Lfl
l0
n
}
a�
M
0o
<D
O
O1
M
a
l7
Z
U
K
d
z
O
N O
CL
U
N
N E
E
CL
Q o -O
o c
O
U d
a L
Lu N N
Lu E
K N
U
O 00
C O CD
o
0
o Ln
Z CO
cc
g LL
O
O
O
0
0
0
00
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Ln0Ln
000
000
000
0000
p
N
Ln
N
O
O
O
O
O
O
O
O
O
O
O
O
O
I�
O
O
ri
t/1
V).
O
N
0
It
00
0
d'
00
O
O
O
0
.cz
00
00 -.g,F,
M
N
N
M
N
N
'.
N
N
ri
e-i
Mall
N
ERN
A,r
O
O
O
O
=
O
O
O
O
00
O
O
O
O
O
O
O
O
O
Ln
O
O
0
0
0
O
O
O
O
O
O
O
O
O
00
O
O
rn
O
O
_`
Lri
Lri
Lri
0
0
0
O
O
O
0
0
0
4
i
t/.
O
r-I
0
ri
N
i/}
N
-tn
N
i/)•
O
N
O
N
O
N
O
l0
O
N
O
00
O
l0
O
N
O
00
N
N
r-I
o
o
a
a
a
a
a
a
a
a
a
a
a
a
�'
LL
LL
LL
LL
` ,.
W
W
W
W
W
W
W
W
W
W
W
LU
t �
P;
„
O
0
O
O
O
O
O
W
r
Ln
N
r-I
Ln
N
r-I
Ln
N
r-I
Lr)
N
r-I
O
O
O
O
�-•I
ri
ri
c-1
Ch
=3
�L
�L
;.
U
�
L
E
C7
E
C7
E
C7
E
c�
E
c�
E
C7
E
cM
E
c
a
c_
a
sC=
a
E
Cc_
•G
cc_
•C
cam_
.E
.E
Cc_
.E
cc_
E
Cc_L
E
L
O
O
O
O
O
0
0
B,
_O
a)
v
ai
v
_O
a�
ai
aj
a�
i,
�'
a
s
a
s
a
s
a
s
�i
C
C
c
•0
p
ns
A
ns
t0
t0
>
to
A
c0
to
A
c0_
r
.0
Ct
00
00
�
N
'---- �
W
O
n
O
r-
0
n
0
ca
m
m
m
mIle
w L
C
U
^ct
a)
OhA
s
>
L-n
OM
�
p
,,
O
00
x:
�0=
a)
O
o
O
o
4-
4-
OCr
U
U
ui
t
t
t
u
_O
p
(0
O
�x
,�
00
Q
0-
Q
0-
.Q
I?
Q
CL
CL
U
N
00
00
O
O
�e
0
0
O
O
co
=
L
p0
�
00
0A
0A
CA
N
M
4-ice1
4�
4F— U
c
>
L N
p
3
u
O
u
u
3L -
r0
0
O
O
m
O
a,
.�
E
v
M =3
a'
�n
c-i
o
M
�t
Ln
�r
00
aaii
DE
(u
w
=
=
O
d
C
C
C
C
p r
O
O~
•J
E
E
E
E
O
O
O
O
N
N CDO
V
�
Cr,
O
O
O
O
+ +
++
'++
Q
O
ai
O
Q
Q
Q
U
"A
N
•N
N
•N
N
•V
N
•N
H
1A
C
N
C
VI
C
Vf
C
•L U
L U
L
k
(Cf -Q •=
N N
O :3
O F
O C
O 'N
a
a)
CL
v
Q
a)
CL
�:
ai
ai
a)
a)
2�00
2(n
Oa
Q3
a
a
a
u
>>
>>
Co
Q1
f0
u
N
'R
.Q
u
M
m
u
t0
.Q
s0'`
1A
l0
I�
00
!i
ti
ri
r'I
!�
e'1
! 1
!�
ai
!�
e1
!�
ri
H
H
rq
ei
r�
GJ
a
m
0
N
a1
bA
a
(7
Z
U
cc
a
Z
O
N_ O
CL
N
E
Q
a 0-0
� 0 c
F- N (6
Z
O
U d
Z a3
a N U
r-I
Lu
h N
N N
c
w
K v L
U a (j
O
cc
a p 0
0 O
O Ln
Z -i
gca
cr
0
LL
0
U
Ln I o I Ln I o I Ln I o I Ln I Ln I Ln I O I O I o
N Ln N o N o N N N o o o
V1. r-I Ln %-1 V/ r•i ifs N V/ N i/} M
Ln Ln Ln Ln
M15 lo 115lo 11:5CI o
U') Ln Ln
M i/} M i/} M i/} M
0 0 0 0 0 0 0 0 0 0 010100
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 o O o 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 o O O O c 0 0
0 0 0 o 0 0 0 0 Ln o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C) 0 0
N o N o N o N N N Ln o Ln o o Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln
V). ri i/� ri V/ ri i/? N i/} n� Mtn M N iiV). M i/)- M t/? M in- M i/} M V)- M in� M
in� t4 V). i/? i/} V)- in i/} in� i/� i/} i )- t!t in
TITITITITITITIT a a a a a a aaaaaa w w w w w w w w w w w w
'iI-4I�lI.-II(-iI-I I -I I 'I I 'i I 'i I --i I -i I HI-iI'iI'iI'iI-iI'iI II-II�lI�iI�iIHI"IHI.-I
}' S +1 •O +1 •O +1 .O S� +1 .O +1 •O +1 .O }' S 41 •O S 4� .O 4' +; O
p O_ O 0 ,O O p O p 0 p O_ O O O O p O p p ,O O_ O O_ O
L L O^ L .O L .O L .o L .O L .O L .O L 2 L O^ L R L .o OL a
L •L •L a •L a •L a •L a •L a •6.. a •S.. a •L a •L a •L •L .L
a a a Q U Q Q O O a Q a Q a Q h
Q (n Q. V) Q. o Q. V) Q V) Q N Q o Q. N Q VI Q. L_A Q Vf Q N Q (_n Q •_
V) V) V) LA LA V) V) L- L- L- V) V) V)
a - a - a a - a - •a - a - •a - a - �a - a - •a Ln U
U L U L U L U L U L U L U L U L U L U L U L... U L. U
0- 'L a- 'L 0- 'L CL 'L C 'L 0 'L d •L 0 'L d •L 0- 'L Q_ .
L N
a a +_' a +_ a +� a 4- a +_ a a +- a 4�_ a n +_ a +_ a+ a r
4� C +_ C, 4- C 4+ C 4I C +- i +_ C 4� C 4� C 4+ C +� C +- C +_ C 4-
c� c 0 c n c z c o cz) c n c c c c D -E Z) cZ) 0
��
t t U',L U s U� U L U U- U- U� c� - t t U t
c c c c c c c c c c c c c -
U U U U U U U U U U U U u,
c c c c c c c c c c c c- O
- Ln .- 00 .- � .- O .- lfl .- N .- 00 � .- O .- lD .- N .- d' •- lfl
Ln `-1 00 ri ct N O M (p M N -ct Op 1* Ln 0 t.0 L.0 (O N r- d 00 O M 00 ri
ri a ri aN aM a M Ct d• Ln T aT a r� a00 a T CH:)o ri
a
L L L L L L L L L L L L L.
Ln L
V) Ln Ln VI V) AV O
� O H O v) O V) O y O N O N O Ln VI V) V) V) (n � O 0 0 0 O 0 O 0 O (n p
_a E _a E _a E a E a E _a E a E _a E _a E a E a ;_ _a E a E _a E
L L L L L L L L L L L L L L L L L L L L L L L L L L L L
0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
C C C C C C C C C C C C C C C C C C C C C C C C C C C C
.O O O .O O .O .O .O .O .O O O O O O O O .O .O O O O .p O p O O O
Ln * Ln rct Ln -t Ln ;t Ln q Ln d' Ln -t Ln �* Ln d' Ln d Ln d• Ln * Ln
LO
0
M
N
bA
f0
a
W
Q
O
O
N
d'
O
e-I
�-I
N
0
U
N
Q
C
C
bA
c
N
Gi
N
Gi
N
E
L
O
N
00
0
0
Ln
ai
m
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
6
6
6
6
6
6
o
L i
Li
o
0
0
0
0
0
o
o
o
Ln
o
o
o
0
0
r,
r-�
w
00
o
Ln
o
0
Ln
i/�
Ln
tn•
N
i Ar
N
N
N
tD
(0
I-
n
O
CD
t/?
••I
Kim-,
AT w
t �r
Alkgu
e
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O_
Q
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Ln
O
Ln
O
Ln
O
O
O
I�
n
o0
0o
Ln
Ln
O
O
,1
Ln
qj)-
Ln
in
N
i/?
N
N
N
d
CF
w
tD
r
O
O
,;
7
i/}
V)-
lr
ON,
MON,
a
a
a
a
a
a
a
a
a
a
a
a
a
w
w
w
w
w
w
w
w
w
w w
w
w
w
w w
w w
w
w w
y �
a)
N
c6
C
.0
c0
C
•0
fd
C
Q
.Q
Q
.Q
O
L
L
L
t
N
N
N
,O
Q
N
O
N
Qi
N
O
N
y,.
a)
Cf0
0
L
H
to
N
N
to
h
-
ai
a
O
O
u
+,
C
ai
U
4-
O
4-
C
ai
U
aL
a
°
a
0
a
ai
++
a
(U
a�
aj
+�
ai
c
c
+
C
C
C
`=
f°
-
"
O
L
�k
O
O
O F;
'�
O
L
a)
=
v
L
a1
=
v
L
a)
=
v
(1i
v
O
a i_7
O
F
CDO
(�
f0
l7
!/I
a+
�,
t.
:r
p
p
.O
Q ^
O
CD
O0
O0
�A
O
In
^
.O
^
O
a1
L
a1
a)
0
O
O
4..
bn
w
C_
on
C_ O
w
C
d0 O
C_
w
C .�
hA
t]A
—
,�
a,
�
+,
�O
+,
+1
4E
C
VIN
_ •L
_ U)_
•L
O—
O
C
C
4
0
4
0
4
O
O
(0 N
c6 (v
c6 N
ca a)
M
M U
—
—
_
O
_
O
_
O
O
_
•m
N
l�/I .V
h
N .V
N
N L
d
^
++
O
f6
C
+-+
C
c0
C
+J
C
c0
C
+•�
✓
s
O
'�
i L
a
C
C L
a
O .�
O
4-
N a-•+
_
N •C:
�
In
O
'-
O
L
O
i
C
0)
C
L
ai
L
N C
N .L
C
N
N a
N D
0 L
O L
O '�
%1
a)
v
C
C
c
O L-
O
,N
+1.N
O
0)
�
a)
•�
a)
•�
a)
(v �_
a)
cu
N
w
(D C
C
C
C L
C,
>
a'
>
O•
>
6
>
'3
ei
L 'L
Ei
'�
,L L
,L a)
,
N.
Cy
a)
C7 o
Cr c
Cr o
Cy
cr O
a=3
a=3
3
3
H
3
f
00
d
v
C
L1 00
^
i1
C
O
C
a)
L Q
a)
L
a)
L a
-0
0
H
O
H
.Q
O
H
O
E
E
E
E
hk
{J
.�..I
+•,
i••+
°
O
O
n
Ln
3
3 00
L
L
}i
L
O
L
O
.��
-
o
° •-
v-�4-
o
-
-
ai
ai
a;
ai
ai
o
9
0
.� a,
.�
Ln
.� v°
N
d
00
.0 m
o °°
�
o °°
(,
o .—
a •°
L
0
'Q
0°
'Q L
0
'Q
n°
'Q L
a
.Q
CL
'Q L
o-
.Q
O
O v1
O �+-
L
O •N
L
O 4-
L N
O •N
L O
L O
L 00
Q.
a1
a)
a1
+ O
`+- N
+- O
a)
+- O
4- O
O 4-
�O +1
O O
C
0
(A
0
0
U)
N
Cl
N
�
C O
O N
C
O-
•L-
O
O
C
O -
•L
O N
O
O -
•L
bCL
bA
-1
O .'^
t
O
O ,D
t
O
t
O !^
t
O
O
O .�
O
N
•N
N
•�
�0 •O
.�
O
cliL
O
a1
L O
t
!6
f6
f0
m
f6
c6
L-
•L
L a--�
C U
C
C V
C
C U
C
C U
C
N a)
N O
N N
N Q
N O
N O
a1 N
a1 Lf1
N
_
'8
: �
� '-
:n v,
- -
:Q
16 O
n3 O
f6 d
N ;-
N .,;
m +�
CO �
m +'
m +s
ue �
d +
":;,
O L
C O
O c6
cc v
O L
c O
O c0
C O
O L
C O
O c6
C a1
N
•�
N
.N
4-
L C
O
L C
O '°
L C
O
O 'O
° O
O 'O
O
O 'O
=
G
G to
G
G N
G 4-
C to
0
o O
L.L �...
L.L
LL
LL
LL
LL
LL
LL
00
O
O'
a -I
N
M
d
Ln
to
G1Ln
PO fl
N
Ln
Ln
Ln
Ln
�r'�o
n
Ln
tC
to
W
1p
m
(7
Z
U
K
CL
Z
0
u
U
Q
I-
Z
O
U
0
Z
Q
Z
W
LU
w
D
U
0
n.
O
0
Z
Q
0
LL
E
Q
O
O
N
i-+
f0
0
O
N
l-i
N
ei
0
++
U
N
SZ
C
m
M
C
.E
Q
U
L
3
n
E
0
N
00
0
0
r-I
m
LL
o
O
O
O
O
o
O
O
0
0
0
0
O
O
o
O
O
O
0
O
0
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
O
o
O
O
O
ON
O
O
O
00
00
Ln
Ln
Ln
Ln
O
O
O
O
Lrn
Ln
Ln
ri
ci
r-I
r-I
N
Q1
N
a)
Ln
Ln
M
fM
d'
d'
Ln
V)
lt)
c-I
ri
ri
ri
ri
l'
ri
('
ri
r
c-I
r-I
ri
rl
ri
r4
ri
to
ir).
V",
V)*
to
iq
V,
irk
"n
V,-
t/}
t/?
V"-
i/?
t/}
O
O
O
O
O
O
O
O
O
O
O
O
0
O
Cl
O
O.
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
p
p
O
O
00
00
Ln
Ln
Ln
Ln
O
O
O
O
Ln
Ln
Lr)
Ln
r-I
ri
ri
ri
ri
N
Ol
(14
0)
Ln
Ln
m
m
d'
�t
Ln
Ln
(O
r-I
r-I
r-I
ri
r1
Itn
ri
r-I
ri
ri
ri
r-I
r-1
ri
ri
t/}
to
t/).
t/}
ir}
t/}
t/?
to
to
to
in
to
-L }
a
a
a
a
a
a
a
a
a
a
a
a
a
a
¢
LU
Q
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
w
ri
ri
r-I
ri
c-1
r-I
r-I
ri
r-I
r-I
r-I
ri
ri
ri
ri
r-I
ri
VI
L
VI
L
N
L
L
L
L
L
V1
L
VI
m
IZ
m
iZ
m
m
iZ
I?
m
Q
m
a
m
IZ
co
Q
m
N
N
h
N
N
N
N
N
H
V)
V)
Q
C
U
C
V
C
C
U
U
C
U
O
U
C
V
U
C
0-
°
a
°
a
a`
°
a
°
a
°
a
o
0
76
+=
i0
*'
i0
+
m
C
C
c
C
C
C
C
C
c
C
c
C
C
C
C
C
c
�i
��
`i41
L
C
H
O
f0
O
f0
O
O
f0
70
O
f0
0
f6
O
O
O
Or
r-I
Q
r"I
Q
r-I
ri
a)
Q
ri
Q
r-I
Q
r•-I
a)ri
N
-I
O
N
4+
O
N
4-++
O
O
N
N
41
O
in
4-
O
Ln
a-+
O
N
41
O
0
O
ri
C
ri
C
r-I
r-I
C
C
41
ri
C
.O
ri
C
41
r-I
C
r-IC
++
+1
T-1
4-
O
O
-Fa
4
O
O
4-
O
4-
O
O
O
4.
O
4-
O
O
4-
O
O
4-
O
O
—
+�
C
C
41
C
t0
C
++
C
4-
C
is
C
Wu
C
+1
C
i0
C
+�
C
i0
C
+1
C
0
C
4
C
0
C
4�
C
Q
L
Q
C
L
Q
C
Q
E
L
L
Q
E
L
Q
L
Q
L
Q
E
L„
Q
Q
Q
Q
Q
•L
•L
Q
•L
Q
•L
Q
•L
Q
=
Q
L
Q
L
Q
�
s
i
a>
>
>
>
i
ia
L1
1
.
Q
L
Q
Q
Q
wQ
w
Q
1
O
'C:
C
t
.0
t
t
t
o
E
.o
E
o
.Q
E
E
•o
E
•Q
E
•o
E
•o
E
•QL
O
_
O
�
O
O
L
O
—O
L
O
—L
O
L
4O-
4-
�OLQO
4-
4-
i,
Q
Q
'Q
Q
Q
Q
'Q
Q
Q
'Q
Q
Q 'Q
Q
Q Q
Q
Q
O
S?.
SZ
CL
Q
a-
Q
CL
CL
CL
CL
Q.
0.
I?
CL
02
0-0.
SZ
Q
CL
a
Q
's2
Q
Q
Q
Q
Q
Q
O
O Q
Q
Q
h
O
.N
N
O
N
O
.�
N
O
N
O
^
N
O,
n
N
O
In
O
0
O
.�
N
O
N
O
.L
N
O
N
O .N
0
O
V)N
O ,�
Q
N
p
Q
Cl
!L
t
Q
t
t
Q
t
Q
t
L
L
Q
t
t
a)t
..0 0)L
.0 Q
L
t
U_
U_
U
V
oo
a
00
-
d
°
T
--
0
0-
(D
0-
o
(0 .�
N
00
n-
00
� o-
d -•�
o o-O
l0
a
ct
+_
d
+�
Ln
+J
Ln
.N
(o
!=
(O
t
(D
N
(O +�
r-
�
h 4-;
h
n 4-;
00 �
00 4-;O)
+t
0)
4-;
01
+=
L
C
L
C
L
C
L
C
L
C
L
C
L
C
L C
L
C
L C
L
L C
L
L C
L
L
C
L
=LQl
=
=
=
=
=
LQL
LQL
.Q
LQL
LL
LL
LL.Q
Li-
L.L .�
LL
LQL .Q
L.L
LL.Q
LQL.
LQL
LQL
u1
(O
h
00
G1
O
ri
N
rn
d
LA
w
h
06
G1
O
tG
tD
c0
w
%D
w
h
P%
h
1l%
h
h
n
^
00'.
E
m
Z
m
0
Ln
to
m
CL
VEHICLE LIST AND TAG #'S
012
T-1
2013
FORD
Man. Truck
F150
BLACK
1 FTFW1 CT4DFB16356
T-2
2005
FORD
Work Truck
F350
WHITE
1 FDWF37P75EB33325
T-3
2006
Ford
Work Truck
250 4X4
WHITE
1 FTSF21 P46EC41330
T-6
2001
FORD
Work Truck
F150
BLACK
2FT2F072X1CA53943
T-7
2000
BERING
Work Truck
TRK
WHITE
KMFPB69B1YC008476
T-9
2001
FORD
Work Truck
F350 -
WHITE
3FTSF30S11 MA68977
T-11
2012
FORD
Man. Truck
F150
WHITE
1FTMF1CM5CKD38006
T-12
2012
FORD
Man. Truck
F250
WHITE
1FTBF2A68CEA23779
T-13
2003
FORD
Man. Truck
F150
BURG
2FTRX072X3CA84030
T-14
2006
FORD
Work Truck
F350
RED
1 FTWX31956EA44607
T-15
2004
FORD
Work Truck
F150
WHITE
1FTRF12W54NC07764
T-16
2007
FORD
Man. Truck
F150
BURG
1 FTRF12247NA37639
T-17
1998
FORD
Work Truck
F150
BLACK
2FTZX17W7WCA74844
T-18
2014
FORD
Dons Truck
F150
RED
1 FTFW1 CF1 EFA75454
T-19
2015
FORD
Work Truck
F250
WHITE
1 FTBF2B64FEB67168
T-61
2008
FORD
Work Truck
F250
BLUE
1 FTSW21 R18EC08614
T-64
2011
FORD
Dons Truck
F350
BURG
1FT8W30T2BEC39274
V-1
1997
FRT LINER
Vac Truck
FL-80
BLUE
1FVXJJBB4VH714789
V-2
2007
Peterbuilt
Vac Truck
340
WHITE
2NPRLZOX67M738021
V-3
2007
STERLING
Vac Truck
LT7500
WHITE
ZFZHATDA77AX30476
V-6
2013
FRT LINER
Vac Truck
VAC ALL
WHITE
1FVHG3DV4DHFD3050
V-7
2013
WESTERN
STAR
Recycle Vac
4700SB
WHITE
5KKHAXDV8DPBT0671
V-8
2013
WESTERN
STAR
Recycle Vac
4700SB
WHITE
5KKHAXDV4DPFF1976
V-7 body
2014
Cappellotto
Recycle Vac
V-8 Body
2014
Cappellotto
Recycle Vac
V-9
1998
Intl
Vac Truck
Vac Con
WHITE
1 HTGBADR8WH561292
R-1
2002
FORD
Grout Truck
E350
WHITE
1 FDWE35LX2HA45060
R-2
1994
FORD
Grout Truck
VAN
WHITE
3FCLF59M6RJB01585
R-3
1996
GMC
Grout Truck
P3500
WHITE
WHITE
1GDKP32YXT3500044
L-1
2008
RAUSCH
Laser- TN Unit
TRAILER
5A3C712D68L002822
L-2
2008
RAUSCH
Laser- TN Unit
TRAILER
WHITE
5A3C712D98L004452
L-3
2007
FORD
Laser- TN Unit
E350
WHITE
1 FDSE35P97DA87901
L-4
2012
IMERCEDES
Laser -TN Unit
3500
WHITE
WD3PF1CCXC5719881
S:\612/11/2014 Equipment Master\Vehicle List and Tag #s.xlsx
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Page 1 of 1
Tuesday, July 14, 2015
Contract Award
-.
Motion to approve a piggyback contract number IFB11-0136-1 from the City of Orlando with Rush
Truck Center of Florida, Inc. to provide vehicle repair services including garbage and fire trucks.
The Purchasing Department, the Environmental Services Department, and the Public Works
Department recommend approval of the above action.
At the request of the Environmental Services Department and the Public Works Department, the
Purchasing Department sought a contract from the City of Orlando to obtain the services of vehicle
repair services which includes specialty repairs for garbage and fire trucks.
In accordance with the direction of City Council, the Purchasing Department issued a Request for
Interest (RFI) number 1506-002 to notify local vendors of the City's intent to utilize other governmental
entities' contract. The RFI was posted on the City's website for seven (7) business days. At the
completion of the RFI, the Purchasing Department received no interest. Based on this, staff
recommends that Council approve to piggyback the City of Orlando contract.
The City of Orlando contract was obtained through a fully competitive solicitation and complies with
the City of Clermont Purchasing Policy.
%MEE=
Serices are included in the current year approved budget.
ImpactFiscal ..Budget
1. RFl1506-002 RFl1506-002.pdf
2. City of Orlando Contract IFB11-0136-1 Contract IF1311-0136-1 Sublet Vehicle Repair.pdf
S�
WCLE
WONT
Choice of Champions
REQUEST FOR INFORMATION
Intent to Utilize City of Orlando Contract for Sublet Vehicle Repair
CONTACT INFORMATION
Freddy L. Suarez, MPA, CPPB
Purchasing Director
EMAIL: fsuarez(a)-clermontfl.org
Phone: (352) 241-7350
RFI No. 1506-002 I ISSUED DATE: June 22, 2015
NOTICE OF INTENT TO PIGGYBACK A CONTRACT
NOTICE END DATE: June 30, 2015 at 2:00 P.M. (EST)
DEADLINE FOR WRITTEN QUESTIONS: Not Applicable
SOLICITATION RESPONSE: Responses will be received until the notice end date specified above or as
otherwise amended. No late responses will be accepted.
Responses may be submitted electronically to the Purchasing Director by email.
Hardcopy responses may be delivered to: City of Clermont Purchasing Department, 685 West Montrose Street,
211 Floor, Clermont, FL 34711.
This Request for Information (RFI) is intended to notify local vendors of the City's intent to utilize other
government entities' contract. This is not an invitation to submit a bid or quote. If no local vendor
responds to the RFI, the Purchasing Department will proceed with utilizing the referenced contract.
Local vendor is defined as businesses located in South Lake County, preferably located within the City
limits. This notice will be posted for seven (7) business days.
1 — PIGGYBACK CONTRACT INFORMATION
(a) Department: Public Works Department, Fleet Division
(b) Company Name: Rush Truck Center of Florida, Inc.
(c) Contract Number and Title: IFB11-0136-1, Sublet Vehicle Repair
(d) Length of Contract: Expires October 31, 2015 w/optional one, 1-year renewal period.
(e) Product or Service Provided: Provides vehicle repair from small passenger vehicles to medium
duty trucks, including garbage and fire trucks.
RFI No: 1506-002
Page 1 of 2
2 — ACTION TO BE TAKEN
If you're a local vendor, please contact the Purchasing Director by email or by mail prior to the "Notice
End Date" indicated above to advise whether your company can provide any of the product or service
mentioned above.
Prospective local vendor respondents are requested to provide information regarding their ability to
provide the product or serve described. Respondents are not to provide pricing. All responses will
be evaluated by the Purchasing Department and the Department requesting the product or service
which will be the sole determining power in establishing the approved equal status of the commodity
offered by the respondent.
RFI No: 1506-002
Page 2 of 2
Cd))
Crry OF ORLANDO
October 1, 2014
Rush Truck Center of Florida, Inc.
2350 Diversified Way
Orlando, Florida 32804
Attn: Mr. Wade Bosarge
SUBJECT: Renewal of Contract for Sublet Vehicle Repair (IFB11-0136-1), Amendment 3
The subject Contract will expire on October 31, 2014.
In accordance with the terms and conditions of subject Contract, the Contract may, by mutual
assent of the parties, be renewed for an additional twelve (12) month period.
The City would like to exercise the right for the renewal of this Contract for an additional year
effective November 1, 2014, at the existing pricing, terms and conditions.
Please indicate your approval of this offer by having an officer of your firm execute
the acceptance portion below and return the original of this letter to
Lee Donate at the address noted below at your soonest convenience.
Upon execution below by your firm's authorized representative, this letter will be your official
notice that the Contract has been extended for one (1) year and no additional documentation will
be required. Please be sure any required Insurance Certificates are up-to-date and attached to
your response. Also, please send a copy of the most current W-9 form for your business.
Thank you for your immediate attention to this matter.
Sincerely,
Lee Donate, 2casC�ntll
ACCE ANCE
By:
f
ci Signatur—�?
Title
Date
PROCUREMENT AND CONTRACTS DIVISION
CrrY HALL • 400 SOUTH ORANGE AVENUE • P.O. Box 4990.ORLANDO, FLORIDA 32802-4990
PHONE; 407.246.2291 • FAX 407.246.2869 • CityofOrlando.net • esuppliencityoforlando.net Rev: 07/26/12
October 1, 2013
Rush Truck Center of Florida, Inc.
2424 N. John Young Pkwy
Orlando, Florida 32804
Attn: Mr. Wade Bosarge
SUBJECT: Renewal of Contract for Sublet Vehicle Repair (IFB11-0136-1), Amendment 2
The subject Contract will expire on October 31, 2013.
In accordance with the terms and conditions of subject Contract, the Contract may, by mutual
assent of the parties, be renewed for an additional twelve (12) month period.
The City would like to exercise the right for the renewal of this Contract for an additional year
effective November 1, 2013, at the existing pricing, terms and conditions.
Please indicate your approval of this offer by having an officer of your firm execute
the acceptance portion below and return the original of this letter to
Lee Donate at the address noted below at your soonest convenience.
Upon execution below by your firm's authorized representative, this letter will be your official
notice that the Contract has been extended for one (1) year and no additional documentation will
be required. Please be sure any required Insurance Certificates are up-to-date and attached to
your response. Also, please send a copy of the most current W-9 form for your business.
Thank you for your immediate attention to this matter.
Sincerely,
Lee Donate, Purchasing Agent Il
/®IAf
Date
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 - esuppliencityoforlando.net Rev: 07/26/12
Cr1Y of ORLANDO
May 9, 2012
Rush Truck Center of Florida, Inc.
2424 N. John Young Pkwy
Orlando, Florida 32804
Attn: Mr. Wade Bosarge
SUBJECT: Renewal of Term Contract for Sublet Vehicle Repair IFBII-0136-1
Dear Mr. Bosarge:
The subject Contract will expire on September 30, 2012.
In accordance with the terms and conditions of subject Contract, the Contract may, by mutual
assent of the parties, be renewed for an additional twelve (12) month. period.
The 'City would like to exercise the right for the renew of ibis Contract for an additional year
effective October 1, 2012, at the existing pricing, terms and conditions.:
Please indicate your approval of this offer by having an officer of your firm execute
the acceptance portion below and return the original of this letter to
Lee Donate at the address noted below by & _y 28, 2012.
Upon execution . below by your firm's authorized representative, this Contract will be your
official notice that the Contract has been extended for one (1) year. and no additional
documentation will be required. Please be sure any required Insurance Certificates are up-to-
date and attached to your response. ,41so, send us a copy 9f the rn'osi current W-9 form for your
business.
Thank you for your immediate attention to this matter.
Sincerely,
Lee Donate
Purchasing Agent II
LD/bh
CCEPTANCE
diaBy:
Offici Signature
r ,arc z Q
Title
Date
PURCHASING AND MATERIALS MANAGEMENT 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 • esuppliencityoforlando.net Rev: 02/16/11
Crry of QwANDo
Invitation for Bid Award Information
Procurement and Contracts Division
400 South Orange Avenue, Fourth Floor, Orlando, FL 32801
The Procurement and Contracts Division is the official source to obtain information relating to
City of Orlando solicitations. 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 daily 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:
1. Bid documents are available for download from the eSupplier website:
You may access solicitation information by visiting the City's eSupplier website by
copying the following link in your web browser:
httt)s://eSupplier.cityoforlando..i .t/,,eiidor/common/(iefault.aspx
2. You may also visit the Procurement and Contracts division to obtain award information,
solicitation packages, addendums, and other documents. Our office is located at:
City of Orlando Procurement and Contracts Division
City Hall at One City Commons, Fourth Floor
400 South Orange Avenue
Orlando, Florida 32801
3. You may also call the Procurement and Contracts Division at (407) 246-2291, during
normal business hours, to request a solicitation and other related information.
Please remember, email notification is provided as a courtesy to our vendors, but it is the
vendor's responsibility to check with the City of Orlando's website at:
baps://esu_pplier.cit oforiz:ndo. let/vcndoe/cf)iiiMon/defau!t.M. for current bid, and other
information.
We appreciate your interest in doing business with the City Beautiful and wish you much success
with your business ventures.
WIMM
Crry of OnANm
INVOICE MUST BE FROM VENDOR BELOW
RUSH TRUCK CENTERS OF FLORIDA INC
Attn: Wade Bosarge
2424 N. John Young Pkwy.
Orlando FL 32804
CONTRACT NUMBER P.O. NUMBER
IF1311-0136-1 21350-000-OP
SHIP TO
FLEET MGMT ADMINISTRATION
1010 S. Westmoreland Drive
Orlando FL 32805
PAYMENT IS CONTINGENT ON A PROPER INVOICE MATCHING ITEMS, QUANTITIES, AND PRICING ON THIS PURCHASE ORDER.
NVOICE MUST INCLUDE PO NUMBER AND BE MAILED TO ACCOUNTS PA"BLE, PID BOX 4990, ORLANDO, FL .
P.O. DATE VENDOR SHIP VIA SPECIAL HANDLING
11/15/11 309740 FOB - Destination
DELIVER BY TERMS BUYER NAME & PHONE NUMBER
09/30/12 Net 30 days LEE DONATE (407 )246-2329
i
This Standing Purchase Order Is the City of Orlando's acceptance of your bid, issued in response to our
solicitation IFB11-0136 and is subject to the terms, conditions, specifications,..and pricing of said
solicitation, as approved by City Council 10/31/2011.
Purchases will be on an as -needed basis. Annual expandito '.ha I riot exceed'$99;600.00 without issuance
of a Change Order to this Standing Purchase Order.
All invoices submitted under this>corntr et must.reference.C.ity of Orlando ContractJF81.IwOII38-1; 40d must
reference Standing Purchase:Ordevilumber 21'350.
LINE ITEM ACCOUNT; QUAN n'tY . DlSScRIPT10N UNIT:PRIGE AMOUNT
�.
CHARGED
1.000 928-15-7021 744-4872 EA PARTS /SERVICE /REPAIRS 0 0000 $99,600.00
Req.# 000503z0 ,- r _ RE TO CITY VEHICLES
Purchase.of sublet vehicle repair, froml1/1/2A1.1 through 9130/2012` `y
TgtalOrdOr i $99,600.00
November 8, 2011
Mr. Wade Bosarge,
Rush Truck Center of Florida, Inc.
2424 N. John Young Pkwy.
Orlando, FL 32804
Subject: Term Contract No. IFB11-0136-1
Sublet Vehicle Repair
The subject. contract is the City of Orlando's acceptance of your offer in response to IFB11-0136,
Sublet Vehicle Repair, and is subject to all terms and conditions therein, as well as any and all
addenda to that solicitation.
The term of the contract resulting from the solicitation shall be for an initial twelve (12) month
period, effective November 1, 2011 and will remain in effect through October 31, 2012. The
contract may be renewed for four (4) additional twelve (12) month periods or portions thereof, up
to a cumulative total of sixty (60) months. The estimated annual amount for the initial twelve
month period is $572,400.00.
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. Such amendment(s)
must be signed by the Director of Purchasing and Materials Management, or designee, to be valid,
binding, and enforceable.
--All-invoices-must reference-the--subject---C-ontract -Number.----- -Invoices-must be submitted- o-the
address below:
Accounts Payable
City of Orlando
4ch 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
against this contract, and the description and unit prices on each invoice must match the
description and unit pricing in the subject .c©ntraet. Invoices -not -meeting these. requirements -are*
considered Improper Invoices and will be returned.
Sincerely,
Lee Donate
Purchasing Agent II
cc: Roger Cooper, C.P.M., Procurement Manager
Accounts Payable
File
PURCHASING AND MATERIALS MANAGEMENT DIVISION
CITY HALL - 400 SOUTH ORANGE AVENUE - PO Box 4990 - ORLANDO, FLORIDA 32802-4990
PHONE 407 246-2291 - FAX 246-2869 - http://www.cityoforlando.not
=441 Z I 1 •
August 23, 2011
MEMORANDUM
{
TO: All Bidders
FROM: Lee Donate, Purchasing Agent II
Office of Purchasing and Materials Management
SUBJECT: SUBLET VEHICLE REPAIR 1
Transmittal of Addendum Number One (1)Y
IFB11-0136/LD
This Addendum is being issued to provide all prospective bidders with modification to the subject
Invitation to Bid which was issued on August 4, 2011
A. NON -MANDATORY PRE -BID CONFERENCE:
A second, non -mandatory pre -bid conference has been scheduled for Friday, August 26,
2011, at 10:00 AM, local time, Orlando, FL. The conference will take place at the Office of
Purchasing and Materials Management, located at Orlando City Hall, 400 South Orange
---Aven4a`�lor. - --
FINAL COMMENT: Only written questions answered in writing by formal Addendum will be
binding. Oral and other interpretations or clarifications will be without legal effect. Questions
received within 10 days of the Bid Opening date will not be given any consideration. (See Section 2
on Page 23 of the solicitation package.) Please remember that you are to base your bid on the
original solicitation package plus any (and all) subsequent addendum (or addenda) issued.
THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED WITH
YOUR BID.
In other respects, except as specifically stated above, the subject Invitation to Bid remains
unchanged.
Attachment
:Y
rN
PURCHASING AND MATERIALS MANAGEMENT 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 - esupplier.cityoforlando.net
Sublet Vehicle Repair
SIGNATURE PAGE
IFB11-0136 /LD
Addendum One (1)
August 23, 2011
Bidders are asked to acknowledge receipt of this Addendum Number One (1), by completing the
information requested below and submitting this information with their bid. Failure to do so may
subject the bidder to disqualification.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
NAME OF BUSINESS
BY:
SIGNATURE/DATE
ta
NAME & TITLE, TYPED OR PRINTED(/
( rdy'?
MAILING AjbDRESS
n� rl . � �2 j6K
CITIES, STATE, ZIP CODE
(`d7, alobo
AREA CODE WITH TELEPHONE and FAX NUMBERS
Page 2 of 2
September 1, 2011
MEMORANDUM
TO: All Bidders
FROM: Lee Donate, Purchasing Agent II
Purchasing and Materials Management Division
SUBJECT: SUBLET VEHICLE REPAIR
Transmittal of Addendum Number Two (2)
IFB11-01361LD
Please be advised of the following changes/clarifications to subject solicitation. The solicitation
is hereby changed accordingly.
A. WRITTEN QUESTION RECEIVED FROM FLORIDA DETRIOT DIESEL
-
ALLISON:
Ouestion A. One (1):
In response to the description "Medium Duty Truck", what is the GVWR range?
Answer A. One (1):
The range is 10,000 through 19,500 lbs., Gross Vehicle Weight Rating (GVWR).
B. WRITTEN QUESTIONS RECEIVED FROM LEONARD BELL PAINTING INC:
Question B. One (1):
Will the City be paying for the ACTUAL cost of the parts? For example, GM Franchise
dealer Qty $100K is that what the City will be paying for parts?
Answer B. One (1):
The City's price will be the contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual costs and competitive pricing
shall be required through submittal of actual invoices at the request of the City. Total
for Parts is calculated as follows: Quantity $ x % Mark-up = Total.
Example: (Quantity $100,000 x %Mark-up 10 = Total $110,000 )
PURCHASING AND MATERIALS MANAGEMENT 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 - esupplier.cityoforlando.net
Sublet Vehicle Repair
IFB 11-0136 ILD
Addendum Two (2)
September 1, 2011
Question B. Two (2):
Was there a previous bidder? Can I get a copy of a previous contract if possible?
Answer B. Two (2):
This is a new solicitation with no previous contract.
FINAL COMMENT: Only written questions answered in writing by formal Addendum will be
binding. Oral and other interpretations or clarifications will be without legal effect. Questions
received within 10 days of the Bid Opening date will not be given any consideration. (See
Section 2 on Page 23 of the solicitation package).
Firms are reminded to review the original solicitation and all subsequent Addenda issued.
THE ATTACHED SIGNATURE PAGE MUST BE COMPLETED AND RETURNED
WITH YOUR SUBMITTAL.
In other respects, except as specifically stated above, all other terms and conditions of the
solicitation remain unchanged.
Page 2 of 3
Sublet Vehicle Repair
SIGNATURE PAGE
IFB11-0136 /LD
Addendum Two (2)
September 1, 2011
Bidders are asked to acknowledge receipt of this Addendum Number One (1), by completing the
information requested below and submitting this information with their bid. Failure to do so may
subject e bidder to disqualification.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
/?.,4 i (e d
NAME OF BUSINESS
S IGNATURE/DATE
V41 &'P/1(9N e .AeeJZ-kze
NAME & TITLE, TYPED OR
aN-0,( tA) • crc)4v '-.46L
A,Z0r,4
ADDRESS
0tdA,tJ6 r(- 'Sz v V
CITIES, STATE, ZIP CODE
AREA CODE WITH TELEPHONE and FAX NUMBERS
Page 3 of 3
Sublet Vehicle Repair
ADDENDUM ACKNOWLEDGMENT FORM:
IFB 11-0136/LD
The undersigned acknowledges receipt of the following addenda to the Documents (Give number and date
of each):
Addendum No,
Addendum No,
Addendum No.
Addendum No.
Addendum No.
Dated r _
Dated
Dated
Dated
Dated
Failure to submit acknowledgment of any Addendum that affects the Bid prices is considered a major
irregularity and will be cause for rejection of the bid.
Co pany
Signature
�'x-e c� U �I ve %N� P�
Title
Purchasing and Materials Management Division Page: 58
Mayor
7 u f
Buddy Dyer
LA .
�R - - wtii
ti P✓y r'S.M - f . .
�.,,. },��c.
CITY OF ORLANDO
INVITATION FOR BID (IFB)
Director of Purchasing and Materials Management
Rhonda S. Ulmer, C.P.M., CPPO, FCCN
IFB DUE DATE: Thursday, September 8, 2011
IFB DUE TIME: 2:00 p.m., Local Time, City of Orlando, FL
BID DELIVERY LOCATION: Purchasing and Materials Management Division
400 South Orange Avenue, Fourth Floor
Orlando, FL 32801
Bid opening held at same location.
IFB TITLE: SUBLET VEHICLE REPAIR
Procurement Manager
Roger Cooper, C.P.M.
IFB NO: IFBI1-0136
(IFB NUMBER MUST BE PLACED ON FRONT OF
ENVELOPE)
THIS IS NOT AN ORDER
DIRECT ALL INQUIRIES TO: Lee Donate, Purchasing Agent II
Phone: (407) 246-2329
Email: Lee.Donateaa,citvoforlando.net
BUSINESS NAME & ADDRESS
Business Name pp
�au
Address
(qa AxAv, Ar SO`/
City, State, Zip
-1"kv 1A r-Co" 9 91f-/Poo
Contact Person / Telephone Number
It is the intent and purpose of the City of Orlando that this Invitation for Bid promotes competitive bidding. It
shall be the bidder's responsibility to advise the Purchasing and Materials Management Division at the address
noted herein, if any language, requirements, etc. or any combination thereof, inadvertently restricts or limits
the requirements stated in this Invitation for Bid to a single source. Such notification must be submitted in
writing and must be received by the Purchasing and Materials Management Division not later than ten (10)
days prior to the bid closing date. Rev: services-o6-17-11
Tom•
I'! .:•
� �h
�'"'; lit s
li
. r
TABLE OF CONTENTS:
INSTRUCTIONS FOR SUBMITTING BID ........................................................... 3
SUBMI! TAL REQUIREMENT CHECK LIST ....................................................... 4
SEALED BID ENVELOPE LABEL..................................................................... 5
INVITATION FOR BID AWARD INFORMATION ................................................. 6
NON -MANDATORY PRE -BID CONFERENCE......................................................... 7
NON -MANDATORY PRE -BID CONFERENCE ATTENDANCE NOTIFICATION.......... 8
SPECIFICATIONS ................................ .......................................... I............ 9
SPECIAL CONDITIONS FOR DISASTER RELIEF AND RECOVERY .......................... 13..
SPECIAL CONDITION CLAUSES ........................................ . ............... . ............ 20
GENERALCONDITIONS................................................................................. 21
STANDARD TERMS AND CONDITIONS.......................................................... 22
FORMS AND SUBMITTAL DOCUMENTS:
SOLICITATION COVER PAGE .......................................... . .............................. 1
BIDPRICE FORM(S)..................................................................................... 43
BIDDER'S CERTIFICATION............................................................................ 52
CONTRACT AND ACCEPTANCE FORM ................................................ . ............ 53
BIDDERS QUESTIONNAIRE........................................................................... 54
WRITTEN QUESTION(S) FORM....................................................................... 56
MINORITY/WOMEN-OWNED BUSINESS
ENTERPRISE PARTICIPATION FORM............................................................... 57
ADDENDUM ACKNOWLEDGMENT FORM ........................................................ 58
NO -BID RESPONSE FORM............................................................................. 59
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION FOR FEDERAL AID CONTRACTS ............................... 60
CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL -AID
CONTRACTS................................................................................................ 62
Purchasing and Materials Management Division Page: 2
Sublet Vehicle Repair
IM11-0136/LD
INSTRUCTIONS FOR SUBMITTING BID
IN RESPONSE TO INVITATION FOR BID FOR
SUBLET VEHICLE REPAIR
PREPARATION OF BIDS:
1. Bidders are expected to examine this bid form, attached drawings, specifications, if any, and
all instructions. Failure to do so will be at the bidder's risk.
2. All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be
crossed out and corrections typed adjacent and must be initialed and dated in ink by the person
signing the'bid. All bids must be signed by the bidder and by a responsible officer or employee.
Obligations assumed by such signature must be fulfilled.
3. Each bidder shall furnish the information required on the bid form and each accompanying sheet
thereof on which he/she makes an entry.
4. Unit prices for each unit 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 be presumed to be correct.
----.._ —5 Although,the-City-generally-awards-bids-based-one "-lump-sum"b-asis-to thekidder-submitting - - . - -
the lowest responsive and responsible 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 will render such bid non -responsive.
Purchasing and Materials Management Division Page: 3
Sublet Vehicle Repair
SUBMITTAL CHECK LIST: V/
IFBI1-0136/LD
Bidders should use the following bid check list of standard forms which are to be completed and returned
as part of your bid submittal. Failure to complete and return required forms may result in your bid being
non -responsive and not considered for award. Return one (1) original and one (1) copy of bid submittal.
Additional forms/items may be required to be submitted under the terms of this Invitation for Bid which
are unt listed below* therefore, it is the bidder'q respnnqihility to read and understand the provisions of this
Invitation for Bid.
Solicitation Cover Page.
Invitation for Bid Price Form(s) (Unit Price and Total Price Columns completed).
Bidder's Certification, signed and notarized.
Bidder's Questionnaire.
Contract and Acceptance Form.
Minority/Women Owned Business Enterprise Participation Form. (If applicable)
_ Addendum Acknowledgment Form: It is the bidder's responsibility to contact
the Purchasing and Materials Management 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-dow-n-loaded-this-bid-from - - --
the Internet, please ensure that you also download all such addenda.
(If applicable)
Special Items: (if applicable)
1.
2.
3.
NOTE:
FEMA Documents
Certificate of Insurance: Within seven (7) days of a notification of intended award, the
Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s)
acceptable to the City.
Written Question(s) Form: Written questions must be received at least ten (10) days prior to the
solicitation due date.
Purchasing and Materials Management Division Page: 4
Sublet Vehicle Repair
IFB 11-0136/LD
SEALED BID ENVELOPE LABEL:
The label provided below, with all appropriate information completed, should be used for the proper
processing of the bid submittal. The label will facilitate the Purchasing Agent to properly handle the
sealed envelope without revealing the contents until the solicitation is opened.
-----------7 — —���..
- SEALED-BIri EI�CIBSFD I -
(To be opened by Procurement official noted below) i
q
Company's Name:
Company's Address: !
I
I 1
fCompany's Telephone Number:
I 1
City of Orlando
I Purchasing and Materials Management Division
Attention: Lee Donate, Purchasing Agent II 1
400 S. Orange Ave., 0' Floor
1 Orlando, FL 32801
Solicitation No.: IFB11-0136/LD 1
__ ,_S-o1.i_c.i.t.a.ti.o_n-i_t.Les-_S_u.b-l-et V-e.h_izl-a-Re.p.a.ir
1 Solicitation Due Date & Time: Thursday, September 8, 2011, at 2:00 P.M., 1
Local Time, City of Orlando, FL
-----------------w--------------------��-j
Purchasing and Materials Management Division Page: 5
Sublet Vehicle Repair
INVITATION FOR BID AWARD INFORMATION:
IFB 11-0136/LD
The Purchasing and Materials Management Division is the official source to obtain information relating
to City of Orlando solicitations. 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 daily
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
1. Bid documents are available for download from the eSupplier website:
You may access solicitation information by visiting the City's eSupplier website by copying the
following link in your web browser:
https:Hesupplier.citEoforlando.net/vendor/common/default.aspx
2. You may also visit the Purchasing and Materials Management Division to obtain award
information, solicitation packages, addendums, and other documents. Our office is located at:
City of Orlando Purchasing and Materials Management Division
City Hall at One City Commons, Fourth Floor
400 South Orange Avenue
Orlando, Florida 32801
3. You may also call the Purchasing and Materials Management Division at (407) 246-2291, during
normal_businesshours,_to-requcst_a_solicitatiomand-ather-rclatainformati on.
Please remember, email notification is provided as a courtesy to our vendors, but it is the vendor's
responsibility to check with the City of Orlando's website at:
https://esupl2lie-.cilyoforiando.net/vendor/common/default.aspx for current bid, and other information.
We appreciate your interest in doing business with the City Beautiful and wish you much success with
your business ventures.
Purchasing and Materials Management Division Page: 6
Sublet Vehicle Repair
IFB 11-0136/LD
NON- MANDATORY PRE -BID CONFERENCE:
All prospective bidders are invited to attend a Non -Mandatory Pre -Bid Conference at:
City of Orlando
Purchasing and Materials Management —Division-
City Hall at One City Commons
400 S. Orange Avenue - Fourth Floor
Orlando, FL 32801
On
August 17, 2011 at 10:00 a.m.,
Local Time, City of Orlando, FL
The purpose of the Pre -Bid Conference is to provide and solicit information relative to the scope,
purpose, nature and extent of the work, and any local conditions, which may affect the work and its
performance. Submission of a bid shall constitute an acknowledgment by the bidder that it has
thoroughly examined and is familiar with the INVITATION FOR BID. The failure or neglect of a
bidder to examine the INVITATION FOR BID, shall in no way relieve the bidder of any obligations.
with respect to either its bid or the INVITATION FOR BID. No claim for additional compensation will
be allowed which is based upon a lack of knowledge of the INVITATION FOR BID.
Purchasing and Materials Management Division Page: 7
Sublet Vehicle Repair IFB11-0136/LD
NON -MANDATORY
PRE -BID CONFERENCE ATTENDANCE NOTIFICATION:
A Non -Mandatory Pre -Bid Conference will be held City of Orlando, Purchasing and Materials
Management Division, 400 S. Orange Avenue, 4th Floor, Orlando, FL 32802 on August 17, 2011 at
10:00 a.m., Local Time, City of Orlando, FL.
Please return this form by: August 15, 2011.
CTTY OF ORLANDO
PURCHASING AND MATERIALS MANAGEMENT DIVISION
CITY HALL AT ONE CITY COMMONS
400 SOUTH ORANGE AVENUE - FOURTH FLOOR
ORLANDO, FLORIDA 32801
TELEPHONE: (407) 246-2291
FAX: (407) 246-2869
PLEASE CHECK:
We plan to attend
1.
2.
Name of Revresentatives who will attend
A list of questions or statements for discussion at the Pre -Bid Conference is
attached. (Please use "WRITTEN QUESTIONS) FORM" as indicated in the
Table of Contents).
Signature
Title
Name of Company
Date
Purchasing and Materials Management Division Page: 8
Sublet Vehicle Repair
SPECIFICATIONS FOR SUBLET VEHICLE REPAIR
1.0 General
IFBI 1-0136/LD
The City of Orlando is inviting bids from qualified auto service vendors 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 medium duty tTucks, Other models or vefiocir,
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 Director of Purchasing before
orders on such added equipment can take place.
2.0 Scope of Work
2.1 Emergency Work
a. This solicitation is issued to establish one or more contracts to be used as a source
of goods and services, as described herein, to be used on a normal, as -needed basis
as well as during emergency and disaster situations.
b. Special attention should be made to the Special Conditions, which include Federal
Emergency Management Administration (FEMA) provisions, for disaster related
work.
c. B_y_r_esponding to_this_solicitation,the_Ridder-ag for_goods..
and services described herein and provide those same goods and services on a first
priority basis, during emergency situations, to facilitate recovery from major
disasters; storms; terrorism; biological, chemical, or radiological attacks; and other
acts of God.
d. Bidder must complete Emergency Contact name along with corresponding
telephone numbers on the Bidder's Questionnaire included in this solicitation.
2.2 Non -emergency Work
a. The Contractor shall provide all labor, material, equipment, supplies and
transportation necessary for the performance of repairs and maintenance.
b. Work shall be performed on an "as needed" basis when requested by the City and
the City must give prior approval for any required repairs.
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 serviced and
repaired.
Purchasing and Materials Management Division Page: 9
Sublet Vehicle Repair
3.0 Qualifications
IFB11-0136/LD
3.1 All repair and maintenance work shall be performed by A.S.E. certified mechanics, or
those with equivalent qualifications. The City reserves the right to define what is an
equivalent qualification.
3.2 Successful bidder must provide Motor Vehicle Repair Registration Certificate and
Occupational License.
3.3 Contractor's repair facility, as indicated on the Bidder's Questionnaire, must be located
within fifteen (15) mile radius from the City's Fleet Management Division, 1010 S.
Westmoreland Dr., Orlando, Fl,
3.4 It is expected that the contractor will 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 the contract.
4.0 Work Order Issuance and Auproval Process
4.1 Whenever the City's maintenance crew deems it necessary to have repair work performed
on any City Vehicle, a work order will be created by the City for the repair work.
Contractor will be informed verbally of the work necessity. In some cases, a work order
will be issued via telephone, using the City's Pro Card (credit card) for payment.
4.2 City personnel will give a complete verbal description of the problem to the best of their
___ability_-The-Contraetor-is_a_professionaLandliaslcnowledef--of what details mus�taken
into consideration'to produce a high qualityjob.
4.3 After receiving verbal notification of work required, Contractor shall have one (1) normal
business day in which to inspect the vehicle, and submit written quotations for the repair.
This written quotation must be in accordance with this solicitation and resulting contract.
(Orders/Work cannot include items not listed on resulting contract.) If the Contractor fails
to respond in one (1) normal business day, the work may be awarded to another
Contractor.
4.4 After receiving a written quotation, City personnel will verify the repairs recommended by
the Contractor and if necessary, point out discrepancies that will be corrected by the
Contractor.
4.5 After this verification, and after receiving the City's verbal or written approval of the
repair work order, the Contractor shall start the job within one (1) day, and thereafter, have
two (2) normal business days to complete the repairs. Total downtime acceptable, after
receiving the City's verbal or written approval of the repair work order, including pick-up
and delivery, will 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) returned to the Fleet
Management Division.
Purchasing and Materials Management Division Page: 10
Sublet Vehicle Repair
IFBl 1-0136/I,D
4.6 When picking up the vehicle from the premises, if it becomes necessary, it is the
Contractor's responsibility to tow the vehicle at the Contractor's expense.
4.7 If in the Contractor's judgment, any additional downtime is required over and above three
(3) days, the Contractor must notify the Fleet Management Division of such requirement
within one (1) normal business day of picking up the vehicle(s) from the City. The
Contractor must state good mid sufficient reasons fbi requesting additional dovyntinie.
4.8 Except as may be directed otherwise, the Contractor will deliver repaired vehicle(s) to the
Fleet Management Division, 1010 S. Westmoreland Dr., Orlando, Fl.
5.0 Additional Costs
5.1 The Contractor shall not perform or bill for, any additional repairs until receiving the
City's prior approval. The approved cost shall be clearly itemized on the invoice, separate
from the original quote and only reflect pricing from Contractor's bid evaluation of this
solicitation. Invoicing cannot include work not included on contract.
5.2 When additional costs are approved by the Fleet Management Division, the Contractor
shall submit the additional cost on a separate form and the Fleet Management Division
will indicate its approval thereof on the form, and attach it to the original quote. Again,
pricing for all work must be included in this contract.
6.0 Material Requirements
6.1 All materials used for the repair of City vehicles shall be new. The Contractor is to utilize
original manufacturer's components (OEM) or City approved equals. Whenever it is
necessary, in lieu of repair parts, the Contractor shall provide a rebuilt exchange of the
same type as that being replaced.
6.2 Rebuilt or remanufactured parts, may be acceptable if approved by Fleet Division,
provided they come with the warranties similar to new part warranties as specified in
Section 7.0 below.
6.3 The successful Contractor(s) will be required to furnish complete current manufacturer's
price list and any parts catalog(s) that may be required by the City.
6.4 An adequate local stock must be maintained at Contractor's place of business to assure the
City of prompt repair. The City will inspect the Contractor's inventory of parts prior to
award of the Contract.
Purchasing and Materials Management Division Page; 11
Sublet Vehicle Repair
7.0 ' Warranties
IFB 11-0136/LD
7.1 The Contractor, by submission of a bid, warrants that all vehicle(s) will be repaired in
accordance with the Specifications and will be of the highest quality. In the event
equipment or parts supplied to the City are found to be defective or do not conform to
Specifications, the City reserves the right to cancel the order and return such equipment or
parts to the Contractor at his expense.
7.2 Warranties for repairs other than Preventative Maintenance (PM), and normal wear items
such as batteries belts bulbs and tires shall be for thirty-six (36) months, 36,000 miles,
parts, labor, pick-up and delivery.
8.0 Pricing
8.1 Parts percentage mark-up shall be based on a fixed percentage above contractor's actual
cost of parts obtained through competitive pricing. The City reserves the right to verify
pricing with the contractor's supplier.
8.2 Labor rate/hour 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
approval from Fleet Management.
8.3 Shop supplies and/or environmental fees required to complete maintenance or repairs
which are not arts, shall be charged at no greater than 2% of the total invoice and shall not
exceed $50.00 per invoice.
4.0 Oils and lubricants shall be defined as parts and shall be subject to the parts discount.
9.0 Parts Purchases
The City_ may elect to purchase parts from an awarded vendor at the awarded bid price on an as
needed basis, independent from a sublet vehicle repair. An awarded vendor shall be required to
honor the bid pricing for such purchases.
Purchasing and Materials Management Division Page: 12
Sublet Vehicle Repair
IFB11-0136ALD
SPECIAL CONDITIONS FOR DISASTER RELIEF AND RECOVERY:
1. Indemnity of Fundina Entities. Contractor agrees to indemnify and hold harmless the State of
Florida, the Federal Government and its agencies (including but not limited to the Federal
Emergency Management Agency ("FEMA")) and the City, and their officers, agents, employees and
elected officials, 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
appeal, and for the preparation of Sane arising- out of Con*traeWr's, its officers'. agent"',
employees' and subcontractors' acts or omissions associated with this Contract.
2. Additional Remedies. In addition to any other remedies provided for in the Contract or to which
the City may be entitled at law or in equity, in the event of a breach or violation of the Contract by
Contractor, Contractor shall be subject to debar or suspension from consideration for the award of
additional contracts from the City, including but not limited to contracts related to disaster relief or
recovery, pursuant to the terms and procedures set forth in Chapter 7 of the City Code.
3. Termination for Convenience. 'The City may terminate the Contract at its convenience with or
without cause upon written notice of termination to Contractor. In the event of such a termination by
the City, the City shall be liable for the payment of all work properly performed 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 and other reasonable
costs associated with the termination. Notwithstanding the preceding, under no circumstances shall
the City be liable to Contractor for lost profits or overhead for work, materials or services not
performed or delivered to the City.
4.
Equal Employment Opportunity. Contractor shall comply with Section 13.36(e) of Title 44 of the
Code of Federal Regulations entitled, "Emergency Management and Assistance." In addition, if the
Contract is a construction contract in excess of ten thousand dollars ($10,000.00), Contractor and its
subcontractors shall also comply with Executive Order 11246 of September 24, 1965, entitled
"Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and
as supplemented in Department of Labor regulations (41 CFR chapter 60). To the extent that such
Orders and regulations apply and require the inclusion of any language into the Contract (including
but not limited to the language contained in 41 CFR 60-1.4(b) and 60-4.3 if required), such language
shall be deemed included and made a part of the Contract as if fully reproduced therein.
5. Anti -Kickback. If the Contract is for construction or repair, Contractor and its subcontractors shall
comply with and shall take no action which would violate the Copeland "Anti -Kickback" Act (18
U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3).
Davis -Bacon Act. If the Contract is a construction contract in excess of two thousand dollars
($2,000.00) and if required by the applicable federal grant program legislation, Contractor and its
subcontractors shall comply with the provisions of the Davis -Bacon Act (40 U.S.C. 276a to 276a-7
as supplemented by Department -of Labor regulations (29 CFR Part 5). For purposes of clarification
and mutual understanding, the Davis -Bacon Act does not apply to debris removal agreements unless
done in conjunction with a construction project.
Purchasing and Materials Management Division Page: 13
Sublet Vehicle Repair
IFB11-01361LD
7. Contract Work Hours and Safety Standards Act. If the Contract is a construction contract in
excess of two thousand dollars ($2,000.00) or any other type of contract which involves the
employment of mechanics or laborers in excess of two thousand five hundred dollars ($2,500.00),
Contractor and its subcontractors shall comply with Sections 103 and 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor
regulations (29 CFR Part 5). To the extent that such statutes and regulations apply and require the
inelusien of any language into the Gentraet, sueh language s e deemed included and made a part
of the Contract as if fully reproduced therein.
Performance Bond; Payment Bond. If the Contract is a contract for construction or facility
improvement in excess of $100,000, Contractor shall furnish a Performance Bond and a Payment
Bond, each with good and sufficient surety, and each in an amount at least equal to one hundred
percent of the Contract price in accordance with the requirements of Section 13.36(h) of Part 13 of
Title 44 of the Code of Federal Regulations. All Bonds shall be executed by such sureties as are
licensed to conduct business in the state of Florida and, unless otherwise agreed by the City, are
named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by
the Audit Staff Bureau of Accounts, U.S. Treasury Department. Unless otherwise agreed by the
City, the sureties which issue the Performance and Payment Bonds must have at least an "A-" rating
in accordance with the most current A.M. Best Company financial strength ratings. All Bonds
signed by an agent must be accompanied by a certified copy of its authority to act.
9. Renortina Requirements; Patent and Cogyrishts. Contractor and its subcontractors shall comply
witlLand the Conttrad-is zbject to the r:q rements and regulations of FEMA, and the State. of
Florida, Department of Community Affairs, pertaining to:
(i) reporting;
(u) patent rights with respect to any discovery or invention which arises or is developed in
the course of or under the Contract; and
(iii) to copyrights and rights in data, applicable to contracts subject to payment or reimbursement
from funding made pursuant to a Disaster Relief Funding Agreement (or similar agreement)
with the City. The federal awarding agency (and, if applicable, any intermediary state
agency) and the City shall have a royalty -free, nonexclusive, and irrevocable license to
reproduce, publish, or otherwise use and to authorize others to use, for governmental
purposes (i) the copyright in any work developed under a grant, subgrant, or contract under a
grant or subgrant, and (ii) any rights of copyright to which a grantee, subgrantee or a
contractor purchases ownership with grant support.
10. Access to Records. Contractor and its subcontractors shall permit access by the State of Florida, the
City of Orlando, any requesting Federal agency, the Comptroller General of the United States, or any
of their duly authorized representatives to any books, documents, papers, and records of the
Contractor and its subcontractors which are directly pertinent to the Contract for the purpose of
making audit, examination, excerpts, and transcriptions.
Purchasing and Materials Management Division Page; 14
Sublet Vehicle Repair
IFBI I-0136/LD
11. Record Retention. Contractor and its subcontractors shall retain all records related to the Contract
for five (5) years after receipt of final payment under the Contract and all other pending matters
related to the Contract are closed. If any litigation, claim or audit is started before the expiration of
the five (5) year period, the records shall be retained until all litigation, claims or audit findings
involving the records have been resolved. Notwithstanding the preceding for work performed
related to a disaster event for which the City has applied for reimbursement or funding from FEMA,
all records shall be retained for the longer of the period set forth above or five (5) years from the date
12. Environment Regulations. If the Contract is in excess of one hundred thousand dollars
($100,000.00), Contractor and its subcontractors shall comply with all applicable standards, orders,
or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of
the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection
Agency regulations (40 CFR part 15). Contractor and its subcontractors shall incorporate these
requirements into all subcontracts in excess of one hundred thousand dollars ($100,000.00).
13. Energy Efficiency. Contractor and its subcontractors shall comply with all mandatory standards
and policies relating to energy efficiency which are contained in the State of Florida energy
conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-
163, 89 Stat. 871).
14. E-Verify Program. The Contractor shall utilize the U.S. Department of Homeland Security's E-
Verify system, in accordance with the terms governing use of the system, to confirm the employment
eligibility of all persons employed by the Contractor during the term of the Contract to perform
....... .. emp.lo_yment_duties_within_Florida_acid_all_p-ers.ons,-incl.uding-suhcDntr ctor.&and subconsultants,
assigned by the Contractor to perform work pursuant to the Contract with the City, The Contractor
shall provide to the City, within thirty (30) days of the effective date of this Contract, documentation
of such enrollment in the form of a copy of the E-Verify "Edit Company Profile" screen", which
contains proof of enrollment in the E-Verify Program (this page can be accessed from the "Edit
Company Profile" link on the left navigation menu of the E-Verify employer's homepage).
Contractor further agrees that it will require each subcontractor that performs work under this
Contract to enroll and participate in the E-Verify Program on the same terms as Contractor.
Contractor shall obtain from its subcontractor(s) a copy of the "Edit Company Profile" screen
indicating enrollment in the E-Verify Program and make such record(s) available to the City upon
request.
15. Title V1 Compliance. Title VI of the Civil Rights Act, 42 U.S.C. 2000, provides in Section 601,
that "No person in the United States shall, on the grounds of race, color, or national origin, be
excluded from participation in, be denied the benefits of, or be subject to discrimination under any
program or activity receiving Federal financial assistance." Contractor, for itself, its delegates,
successors -in -interest, its assigns, and its subcontractors, and as a part of the consideration hereof,
does hereby covenant and agree that:
(i) it shall comply with Section 601 of Title VI of the Civil Rights Act, 42 U.S.C. 2000, set forth
above; and
Purchasing and Materials Management Division Page: 15
Sublet Vehicle Repair
IFB11-0136/LD
(ii) it shall not discriminate on the basis of race, color, national origin, or sex in the performance
of this Contract. The failure by the Contractor to carry out these requirements is a material
breach of this Contract, which may result in the termination of this Contract or such other
remedy as the CITY deems appropriate as set forth below; and
(iii) in the furnishing of services to the CITY hereunder, no person shall be excluded from
participation in, denied the benefits of, or otherwise subjected to discrimination in regard to
this Contraet on the gFounds of sueh efsen's raee, eeler, ereed, disability, national origin,
religion or sex.
In the event of a breach of any of the nondiscrimination and other covenants described in this
paragraph, such breach shall constitute a breach of the Contract and the CITY shall have the
right to immediately terminate the Contract in whole or in part, without liability, or seek such
other remedy(ies) as the CITY deems appropriate, including but not limited to suspension or
debarment from future CITY contracts. In addition to the City, the United States shall also
have the right to enforce such laws and regulations. This nondiscrimination is in agreement
with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-7.
Contractor shall require that all of its subcontractors agree and comply with the requirements
of this paragraph.
16. Debarment; Ineligibility. The Contractor certifies that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from
participation in this transaction by any Federal department or agency. Contractor shall not employ
any subcontractor that is debarred, suspended, proposed for debarment, declared ineligible or
voluntarily excluded from participation in this transaction by any Federal department or agency.
Contractor shall include such requirement in writing in its subcontracts. In the event that Contractor
or any of its subcontractors becomes debarred, suspended, proposed for debarment, ineligible or
excluded from performing any work hereunder, Contractor shall immediately cease, or cause its sub-
contractor to cease, all work and notify the City in writing. Contractor and its subcontractors shall
each execute and submit to the City prior to performing any work hereunder a debarment
certification in the form and content set forth in the Contract solicitation or as otherwise specified by
the City.
17. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor or consultant under a contract with any public entity, and may not transact business
with any public entity in excess of the threshold amount provided in Section 287,017, Florida
Statutes, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed
on the convicted vendor list. Contractor shall immediately notify City in writing and cease all work
(or cause the applicable subcontractor to cease all work) in the event that it or a subcontractor is
placed on the convicted vendor list.
Purchasing and Materials Management Division Page: 16
Sublet Vebiele Repair
IFBI 1-0136/LD
18. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity or
affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of
Management Services, may not submit a bid on a contract to provide goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids on leases of real property to a public entity, may
not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a
contract with any public entity and may not transact business with any public entity. Contractor shall
all work) in the event that it or a subcontractor is placed on the discriminatory vendor list.
19. Lobbyinsz. Contractor shall comply with 44 CFR, Part 18 regarding lobbying activities related to
federal grants and contracts. Contractor shall include such requirement in writing in its subcontracts.
Contractor and its subcontractors shall execute and submit to the City prior to performing any work
hereunder a lobbying certification in the form and content set forth in the Contract solicitation or as
otherwise specified by the City.
20. Fees and Commissions. Contractor warrants that it has not:
(i) employed or retained for a commission, percentage, brokerage, contingent fee, or other
consideration any company or person, other than bona fide personnel working solely for
Contractor, to solicit or secure this Contract;
(ii) agreed, as an express or implied condition for obtaining this contract, to employ or retain the
services of any firm or person in connection with carrying out this contract; and
(iii) that it has not paid, or agreed to pay, or given or offered any fee, contribution, donation,
commission, percentage, brokerage, consideration, gift, loan, or anything of value (Value) to
any person, company, corporation, individual, organization or firm, other than bona fide
personnel working solely for Contractor, in connection with, consideration for, or contingent
upon, or resulting from the award or making of this Contract.
Contractor further warrants and agrees that no member of, or delegate to, the Congress of the
United States will be admitted to any share or part of this contract or to any benefit arising
therefrom. It is understood and agreed to by Contractor that, for the breach or violation of
this paragraph, the City shall have the right to immediately terminate this Contract without
liability and at its sole discretion, and to deduct from the contract price, or to otherwise
recover, the full amount of any Value.
21. American with Disabilities Act of 1990 ("ADA"). Contractor and, as required, its
subcontractors shall comply with the ADA, the regulations of the Federal government issued
thereunder, and assurance by the City of Orlando pursuant thereto.
Purchasing and Materials Management Division Page: 17
Sublet Vehicle Repair
IFB11-0136/LD
22. Subcontractine; Payment to Subcontractors. Contractor shall self perform such percentage of
the work related to a Disaster Event as may be required by the state or federal program providing
reimbursement. With respect to all work under the Contract, Contractor shall pay each of its
subcontractors, for all work satisfactorily performed within 30 days from receipt of payment from
the City. Contractor further agrees to return retainage payments to each subcontractor within 30
days after the subcontractor's work is. satisfactorily completed. Any delay or postponement of
payment from the above referenced time frame may occur only for good cause following written
23. State and Federal Law; Inclusion in Subcontracts. Contractor and its subcontractors (of all
tiers) shall comply with and be bound by the provisions of all applicable federal, state and local
laws, rules and regulations governing the work performed hereunder, including all licensing
requirements. In addition, Contractor and its subcontractors (of all tiers) shall comply with all
laws, rules and regulations applicable to each program under which the City is eligible for funding
for payment or reimbursement for work performed by the Contractor, including but not limited to
The Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USC 5121) and related
regulations contained in Title 44 of the Code of Federal Regulations for disaster relief work.
Contractor shall physically incorporate a copy of this Exhibit and all attachments hereto, in all
subcontracts of all tiers. In the event of any ambiguity or question by Contractor or any of its
subcontractors of any tier regarding the program under which the City is or will be seeking
payment or reimbursement for any work, Contractor shall immediately contact the City and
request clarification from the City prior to proceeding with the work or authorizing a
subcontractor to proceed with such work.
24 Hurricane and Disaster Relief Funding.
hurricanes or other natural or manmade.
Orlando has or may in the future
disasters ("Disaster Events"), the City of apply to the State of
Florida or Federal government for funds which will be used to pay the selected Contractor or
reimburse the City for payments made to Contractor under the Contract, including but not limited
to funds from the Federal Emergency Management Agency ("FEMA") under its public assistance
program either directly or through an intermediary state agency. The selected Contractor shall be
familiar with and comply with all laws, rules, regulations and programmatic requirements of the
FEMA public assistance program for all Disaster Events related work. With respect to any and all
goods, services, work, or other matters performed or provided by Contractor or its subcontractors
under the Contract arising from or related to a Disaster Event (including but not limited to disaster
preparation, recovery, cleanup, monitoring, repair, reconstruction and replacement work), the
Special Conditions for Disaster Relief and Recovery included herein, shall apply.
25. Suspension and Debarment. If a firm, or its principals, are presently debarred, suspended,
proposed for debarment, declared ineligible or voluntarily excluded from participation in this
transaction by any Federal department or agency, it may not submit a response to this solicitation.
Firms responding to or receiving an award for this contract shall comply with 49 CFR, Section
29,510 regarding debarment, suspension, ineligibility and voluntary exclusion for federal aid
contracts. Firms responding to this solicitation should execute and return with their response an
executed copy of the "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion for Federal Aid Contracts Form", included in this solicitation. 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.
Purchasing and Materials Management Division Page; 18
Sublet Vehicle Repair
IFB11-0136/LD
26. Lobbying Activities. Firms responding to or receiving an award for this contract shall comply
with 49 CFR, Section 20.100 regarding lobbying activities on federal aid contracts. Firms
responding to this solicitation should execute and return with their response an executed copy of
the "Certification for Disclosure of Lobbying Activities on Federal Aid Contracts Form," included
in this solicitation. 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.
END OF SECTION
Purchasing and Materials Management Division Page; 19
Sublet Vehicle Repair
SPECIAL CONDITIONS
IFB11-0136ILD
E-Verify
The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system, in accordance
with the terms governing use of the system, to confirm the employment eligibility of all persons
employed by the Contractor during the term of the Contract to perform employment duties within Florida
and all persons, ineluding—mbeorAmeters, assigned b the Contractor to perform work pursuant to the,
Contract with the City of Orlando.
uantities
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.
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 vendor agrees to extend that same discounted price to the City of Orlando.
Purchasing and Materials Management Division Page: 20
Sublet Vehicle Repair IFB11-0136ALD
GENERAL CONDITIONS
Bidder should read and follow the following Instructions.
1. EXECUTION OF BID: Bid must contain a manual signature of en authorized representative in the space provided on the Bidder's Certification Form.
2. SEALED BIDS: All bids must be submitted in a sealed envelope. The face of the envelope shall contain the date and time of the bid opening and the
bid number. Bids not submitted on the City's bid forms may be rejected. All bids are subject to the conditions specified herein and on any attached
sheets, specifications, standard terns and conditions and special conditions.
3. NO BID FORM: In the event you elect not to bid this requirement, respond by returning this form, marking it "NO BID" and the reason therefor.
NOTE: To qualify as a respondent, bidder must submit a "BID" or "NO BID" and it must be received no later than the stated bid opening date and time.
4 BID OPENING' Shall be public on the date and at the time sperified nn the hid form Tt is the bidders responSiNi tV to aeenre that their bid is
delivered at the proper time and place of the bid opening. Bids which for any reason are not so delivered, will not be returned but will be retained in the
"BID FILE" unopened. Telephone or telegraphic bids cannot be accepted.
5. PRICES, TERMS, and PAYMENT: All prices must be firm for the delivery schedule quoted herein. Bids stipulating "Price in effect at time of
shipment" or other similar conditions will be considered not responsive to the bid invitation and will not be accepted. All prices shall be quoted F.O.B.
delivered to any City of Orlando Department unless otherwise stipulated in the bid invitation. Bidder is requested to offer cash discount for prompt
invoice payment. It is the policy of the City of Orlando to make payments of invoices in time to ear any offered cash discounts. Discount time will be
computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Finance Department office, whichever is
later.
a) TAXES: The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 58-12-94438-54C and is also
stipulated on all our Putchase Orders.
b) 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.
e) 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 a bidder's risk.
d) 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). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial
packaging.
e) SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable
requirements -of -Occupational -Safety -and -Health Aet-and-any.standards-thereunder. —
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 vendor and must also clearly indicate the City of Orlando Purchase Order
Number.
INVOICING and PAYMENT: The supplier shall be paid in accordance with Florida Statutes, upor. submission of invoices to: The Accounts
Payable Section, City of Orlando, 400 South Orange Avenue, Orlando, Florida 32801. Invoices are to be billed at the prices stipulated on the
purchase order and as outlined in this bid. All invoices must show the City of Orlando Purchase Order Number.
6, CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes. All bidders must disclose with their bid the name of
any officer, director, or agent who is also an employee of the City of Orlando. Further, all bidders must disclose the name of any City of Orlando
employeewho owns, directly or indirectly, an interest often percent (10%) or more ofthe bidders firm or any ofits branches.
7. 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.
8. 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 shipper (vendor) until accepted by the using department of the City of Orlando, unless loss of
damage results from negligence by the City of Orlando or its Departments.
9. DISPUTES: In case of any doubt or differences of opinion as to the items to be furnished hereunder, the decision of the City of Orlando Director of
Purchasing shall be final and binding on both parties. All disputes between the parties shall be resolved in accordance with the City Purchasing Code,
(Chapter 7 of the City Code).
10. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the item(s) covered
herein apply. Lack of knowledge by the bidder will in noway because for relief from responsibility.
11. LIABILITY: The vendor shall hold and save the City of Orlando, its officers, agents and employees harmless from liability of any kind in the
performance of or fulfilling the requirements of the Purchase Order or Contract which may result from this bid.
NOTE: ANY AND ALL STANDARD OR SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL
CONDITIONS SHALL HAVE PRECEDENCE.
Purchasing and Materials Management Division Page: 21
Sublet Vehicle Repair
STANDARD TERMS AND CONDITIONS
1. RECEIPT OF BIDS:
Il'BI1-0136ALD
a. Sealed bids, one (1) original and one (1) copy, shall be submitted to the Purchasing and
Materials Management Division prior to the date and time specified herein. Bids will not be.
accepted after the designated time and date. It is solely the responsibility of the bidder to
ensure timely delivery of their bid submittal.
b. Each bid shall be submitted in a sealed envelope and marked with the bid number, title of the
bid, and bid opening date and time.
c. If submitted by mail, the bid submittal shall be enclosed in a sealed envelope addressed to the
Purchasing and Materials Management Director, at the address listed below. Bids submitted
by mail must be received in the office of the Purchasing and Materials Management Division
by the time specified herein for the opening thereof.
Please be advised that United States Postal Service (USPS) Express and Priority service
classes, are delivered to the City once daily. Accordingly, in order for a submission to be
received by the office of the Purchasing and Materials Management Division when the
services of the USPS are used, a proposer or bidder is responsible for ensuring that their
submittal is transmitted in such manner as necessary for the USPS to receive, sort, and deliver
to the City by the submittal due date and time.
The Ci only collects o her iJSPS mail one (l)—fime per clay upon opening of the local -Post
Office branch, which is then sorted by the City for delivery to the Purchasing and Materials
Management Division and other City departments. Submissions arriving at the USPS after
the initial pick-up by the City will be placed in the City's call -box for pick-up and will not be
delivered to or received by the Purchasing and Materials Management Division until the next
business day.
When using the USPS or any other mail delivery services, it is the sole responsibility of the
bidder to ensure that bids or proposals are received in the office of the Purchasing and
Materials Management Division by the due date and time. The City shall not be responsible
for delays caused by any occurrence.
d. All bids shall be mailed or delivered to the office of Purchasing and Materials Management at
the address listed below. Sealed bids are to be addressed as follows:
Ms. Rhonda S. Ulmer, C.P.M., CPPO, FCCN
Director of Purchasing and Materials Management
City of Orlando Purchasing and Materials Management Division
City Hall at One City Commons
400 South Orange Avenue, Fourth Floor
Orlando, Florida 32801
Purchasing and Materials Management Division Page: 22
Sublet Vehicle Repair IFB11-0136/LD
2. QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS:
a. To ensure fair consideration for all bidders, the City prohibits communication regarding the
solicitation to or with any department, division, or employee during the submission process,
except as expressly set forth in this solicitation. Additionally, the city prohibits
communications initiated by a bidder (or on a bidders behalf) to any City Official or employee
evaluating or considering the bid regarding the solicitation (up to and including the Mayor and
City Council), prior to the time an awa-r-d decision has been made. Prohibited communications
initiated by a bidder shall be grounds for disqualifying the offending bidder from
consideration for award of the bid and/or any future proposal.
Except as provided in this solicitation, any communication between bidder and the City will
be initiated by the appropriate City Official or employee in order to obtain information or
clarification needed to develop a proper, accurate evaluation of the bid.
b. Any questions by a bidder relative to the interpretation of specifications or the bid process
shall be addressed in writing as indicated below. No inquiries, if received within ten (10) days
of the date set for the receipt of bids, will be given any consideration. See "Written
Question(s) Form" under Forms and Submittals Section of this solicitation. Any
interpretation made to prospective bidders 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 will not be authoritative.
c. It will be the responsibility of the bidder to contact the Purchasing and Materials Management
Div-ision-pr-for-to-submitting-a-bid-to-aseer-tain-if-any-addenda-have-been-issued�to-obtain all such addenda, and return executed addenda with the bid.
d. Direct inquiries to the Purchasing Agent referenced on the cover page of this Invitation for
Bid:
City of Orlando
Purchasing and Materials Management Division
City Hall at One City Commons
400 South Orange Avenue
Orlando, Florida 32801
(407) 246-2291
Fax (407) 246-2869
Website: http://www.cilyoforlando.net/adminlpurchasinp,/index.htm
3. TERM OF THE CONTRACT:
The term of the contract resulting from the solicitation, shall be for an initial twelve (12) month
period. The contract may, by mutual assent of the parties, be extended for four (4) additional
twelve (12) month periods or portions thereof, up to a cumulative total of sixty (60) months.
Purchasing and Materials Management Division Page: 23
Sublet Vehicle Repair
4. BIDDER'S CERTIFICATION FORM:
IFB11-0136ALD
Each bidder shall complete the "Bidder's Certification Form" included with this Invitation for Bid.
The form must 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.
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.
6. BID INFORMATION:
It is incumbent on the bidder to check the City of Orlando's website at
hgps://esul2lip er cityoforlando.net/vendor/common/default.aspx or contact the City for current bid,
and other award information, prior to and after the scheduled opening date of a solicitation, in
accordance with the instructions provided herein, in section entitled, "Invitation for Bid Award
Information".
7. 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.
8. SPECIFICATIONS:
a. The Specifications shown in the Invitation for Bid 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 in Purchasing and Materials Management 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 quality.
Purchasing and Materials Management Division Page: 24
Sublet Vehicle Repair
IFB11-0136/LD
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 equipment and include any
literature or other explanation of the equipment's quality or performance with your bid.
c. 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
d. 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.
9. SILENCE OF SPECIFICATIONS:
10.
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.
Bidders may offer a cash discount for prompt payment; however, such discounts shall not be
considered in determining the lowest net cost 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.
11. ALTERATIONS/CHANGES 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.
12. ADDENDA:
It is the bidder's responsibility to contact the Purchasing and Materials Management 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 the Internet, 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.
Purchasing and Materials Management Division Page: 25
Sublet Vehicle Repair
13. "NO BID" RESPONSE FORM:
IFB 11-01361LD
In the event you elect not to bid on this requirement, please complete and return the "No Bid" form
included in this solicitation.
14. OPENING OF BIDS:
Sealed bids will be received in the Purebasing and Materials Management Division until e due
date and time as specified in this Invitation for Bid. Bids will be opened and publicly read aloud
immediately following the published due date and time. No responsibility will attach to the
Purchasing Office for the premature opening of a bid not properly addressed and identified.
Bidders or their authorized agents are invited to be present at the bid opening.
15. BIDDER QUALIFICATION:
Bids will be considered from firms who have adequate personnel and equipment and who are so
situated as to perform prompt service. 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 firms 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.
Failure to comply with the established deadline for submittal of required documents may be
grounds for disqualification.
16. 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, 2nd Floor,
Orlando, Florida, 32801 or by calling (407) 246- 2148. You may also email your request to Don
Price at donald.priceacityoforlando.net. 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.
17. IRREGULAR BIDS:
Bids made on other than the documents furnished by the Purchasing and Materials Management
Division may not be considered. Changes in phraseology, additions, or limiting provisions made
on the Invitation for Bid may render the bid irregular and may cause rejection. The Director of
Purchasing and Materials Management Division, however shall have the authority to waive minor
irregularities.
Purchasing and Materials Management Division Page: 26
Sublet.Vehicle Repair
18. WITHDRAWAL OF BIDS:
IFH11-01361LD
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 upon a
written request to the Director of Purchasing and Materials Management.
19. EVALUATION OF BID AWARD:
The City reserves the right to award the bid to the lowest d responsible idder who
submits a bid meeting specifications. In determining responsibility, 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.
20. AWARD OR REJECTION OF BIDS:
The Director of Purchasing 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 Director of Purchasing 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 Director of Purchasing:
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.
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.
Purchasing and Materials Management Division Page: 27
Sublet Vehicle Repair IFB11-0136/LD
j. Such other information as may be required or secured.
21. SELECTION/REJECTION OF OPTIONS:
The City of Orlando reserves the right to select/reject options bid, based on price deemed to be in
the best interests of the City.
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.
23. 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.
24. 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.
2S. PRICING AND ORDERING:
The City will issue purchase orders directly to the awarded bidder for the purchase of supplies and
materials. The awarded bidder shall honor these 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.
26. RETURN OF MERCHANDISE:
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 after rejection of the non -conforming
items. The supplier is to accept for full credit, any merchandise returned by the City within ninety
(90) days from the delivery or pick up date.
Purchasing and Materials Management Division Page: 28
Sublet Vehicle Repair
IFB11-0136/LD
All merchandise to be acceptable for full credit is to be returned in a condition to allow for resale
by the vendor and include reference to an applicable Vendor 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 Vendor Invoice or Packing List.
27. FAMILIARITY WITH SITE WORK AND CONDITIONS:
The responsibility for the determination of accurate measurements, the extent of work to be
performed, and the,condition.,;surrounding the Verformance thereof shall he the hidder'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 him from any obligations with respect to his bid.
28. 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. In the event
that any litigation is instituted during such period, Contractor and its subcontractors shall continue
to maintain such books and records until the conclusion of all litigation, including any appeals.
29. 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.
30. 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 the term of the
contract and conditions of renewal or extension, if any, are included in the solicitation and
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.
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.
Purchasing and Materials Management Division page: 29
Sublet Vehicle Repair
31. APPLICABLE LAW:
IFB 11-0136/LD
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:
http://www.cityoforlando.net/admin/purchasin /g 161 3.pdf or by contacting the Purchasing and
Materials Management Division. .Any appeal of matters relating to this solicitation must be filed
in accordance with the requirements of Chapter 7 of the City Code. As provided in Section 7.14 of
City Code, "fa lnv actual or prospective bidder, oroonser, offerer or contractor who is aggrieved in
connection with a solicitation or award of a bid or contract may protest to the [Purchasing]
Director within seven (7) calendar days after such aggrieved person knows or should have known
of facts giving rise thereto, provided the bid award or contract has not been approved by City
Council, or the contract has not been fully executed if City Council approval is not necessary."
Accordingly, with respect to any protest of the terms, conditions, procedures, specifications, or
scope of services contained in this solicitation, including, but not be limited to, any provisions
governing the method of ranking proposals, awarding contracts, reserving rights of further
negotiation, or modifying or amending the contract, an actual or prospective Proposer must
provide the Purchasing and Materials Management Director with a written notice of protest within
seven (7) calendar days after it knows or should have known of such provision.
32. 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 ether 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.
33. 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 (15) calendar days of receipt
of notice from the City.
Purchasing and Materials Management Division Page: 30
Sublet Vehicle Repair
IFB 11-0136/LD
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 be cause 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 Director of Purchasing may decline to 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 fnrm shall he executed and notarized as follows -
a. If the bidder is a corporation, the Contract and Acceptance Form shall be signed by an
authorized corporate officer (i.e., President, Vice President, C.E.O, or C.O.O.).
b. If bidder is a Partnership, the Contract and Acceptance Form shall be signed by a general or
managing partner.
c. If the bidder is a limited liability company, the Contract and Acceptance Form shall be signed
by a Manager or Managing Member having authority to bind the company.
d. If bidder 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 bidder's
stationery stating that the person who signed the form is duly authorized to enter into such contract
on behalf of the bidder. 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
Purchasing and Materials Management 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 bidder evidencing the City's
acceptance of the bid. No award shall be final, and no bidder 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 bidder. 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 bidder shall provide to the City with any required bonds, indemnities, and insurance
certificate(s).
34. ACCEPTANCE OF MATERIALS/SERVICES:
The City will be deemed to have accepted the Work after the Director of Purchasing is notified by
the using Department of its satisfaction that the Work is completed, in accordance with solicitation
specifications.
Purchasing and Materials Management Division Page: 31
Sublet Vehicle Repair
IFB11-0136/LD
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 specifications, the City reserves the right to cancel the Agreement upon written
notice to the Contractor.
35. CONTRACT ALTERATIONS.
No waiver alters 'any -of theprovisionsof the contract -.hall be
binding unless in writing and signed by the Director of Purchasing or his designee.
36. INDEMNIFICATION:
The awarded bidder agrees to indemnify and hold harmless the City, its 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 omissions associated with the contract.
37. INSURANCE:
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.
The City shall be notified in writing of any reduction, cancellation or substantial change of policy
or policies at least thirty (30) days prior to the effective date of said action. 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 prLor 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.
All insurance policies shall be issued by companies who are licensed and authorized to do business
under the laws of the State of Florida and shall be in a form acceptable to the City. The
Certificate(s) of Insurance shall be dated and show the name of the insured, the specified project by
name, the number of the policy, and the effective and termination date of the policy(s).
The awarded bidder agrees to provide and maintain during the term of the Contract without cost or
expense to the City, certificate(s) of insurance, as set forth below.
(a.) Commercial General Liability Insurance:
Commercial General Liability Insurance with coverage limits of not less than $500,000 per
occurrence, combined single limits for Bodily Injury and Property Damage. The City of
Orlando shall be named as an additional insured on this policy.
Purchasing and Materials Management Division Page: 32
Sublet Vehicle Repair
IFBI1-0136/LD
(b.) Automobile Liability Insurance:
Automobile Liability coverage shall be not less than the minimum amount of $300,000 per
occurrence, combined single limits for Bodily Injury and Property Damage.
(c.) Workers' Compensation Coverage:
Statutory Workers' Compensation Coverage as required by State of Florida law, as well as
Employee's Liability in the amount of $100,000,
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.
39. AUTHORITY:
The City's Director of Purchasing or a 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.
40. 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 list.
41. 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,
1. Proper Invoice
For purposes of billing submission and payment procedures, a "proper invoice" by a
Contractor, vendor 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);
b. the amount due, applicable discount(s), and the terms thereof;
Purchasing and Materials Management Division Page: 33
Sublet Vehicle Repair
IFBI 1-0136/LD
c. the full name of the vendor, 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
e. an identification by Division, Office or Department of the party(ies) to whom the goods
were delivered or services 13mvided- -
Ali invoices, in order to be classified as a proper invoice, shall be delivered to Accounts
Payable, Finance Department, City of Orlando, 400 South Orange Avenue, P.O. Box 4990,
Orlando, Florida, 32802-4990.
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 vendor, 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; and if 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, vendor or other invoicing party
("invoicing party") and the City concerning payment of an invoice, the City Department,
Office or Bureau which has the dispute along with a representative of the City's Purchasing
and Materials Management Division and the invoicing party shall meet to consicier 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 Director of Purchasing 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 as set out
above, then a decision against the invoicing party shall be deemed to have been issued.
42. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES:
At the option of the awarded vendor, the submission of any bid in response to this Invitation for
Bid constitutes a bid made under the same terms and conditions, for the same contract price, to
other governmental agencies including the State of Florida and its agencies, political subdivisions,
counties and cities. Each governmental agency desiring to accept these bids, and make an award
thereof, shall do so independently of any other governmental agency. Each agency shall be
responsible for its own purchases and each shall be liable only for materials ordered and received
by it and no agency assumes any liability by virtue of this bid.
Purchasing and Materials Management Division Page: 34
Sublet Vehicle Repair
43. EQUIPMENT:
IFB 11-0136/L,D
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.
44. TERMINATION FOR CONVENIENCE:
The Director of Purchasing �m y 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.
45. DRUG -FREE WORKPLACE CERTIFICATION:
By submitting a bid in response to this Invitation for Bid, you are certifying that your company is a
drug -free workplace in accordance with Florida Statute §287.087..
46. AMERICANS WITH DISABILITIES ACT:
Persons with disabilities needing a special accommodation to participate in this proceeding should
contact the Purchasing & Materials Management Division, City Hall at One City Commons, 400
South Orange Avenue, Orlando, Florida 32801 telephone (407) 246-2291, not later than SEVEN
(7) days prior to the date on which the accommodation is requested.
47. 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"
Purchasing and Materials Management Division Page: 35
Sublet Vehicle Repair
IFBI1-0136/LD
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
vendors to accept the VISA ePayable solution.
48. RECIPROCAL LOCAL PREFERENCE:
In the event the lowest responsive and responsible response to any Invitation for Bid or Request for
Proposal is by a vendor whose principal place of business is in a city, county, or state Wis =
a preference for the procurement of such goods or services to a vendor whose principal place of
business ..is in such area, then the City may award a preference to the (next) most responsive and
responsible vendor having a principal place of business in the Metropolitan Statistical Area, (i.e.,
Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference
granted by the area in which the lowest responsive and responsible vendor has its principal place of
business.
49. EMERGENCY SUPPORT:
It is hereby made a part of this Invitation for Bid 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 service_ s
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.
50. 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 insure that the subcontractor
performs as required and itself perform or remedy any obligations or functions, which the
subcontractor fails to perform properly.
51, 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 Bid. Bid prices shall remain firm for the entire
contract period unless otherwise 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.
Purchasing and Materials Management Division Page: 36
Sublet Vehicle Repair
52. GOVERNING LAW / VENUE:
IFB 11-0136/LD
The contract is 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.
53. RECYCLED CONTENT:
In support of the Florida Waste Management Law, 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 regarding any 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 as provided in this solicitation.
54. LIVING WAGE POLICY:
As set forth in City Policy and Procedure 161.3, a copy of which can be downloaded
from the Purchasing website: h=://www.ciVoforiando.net/admin/cfo/inrludes/161 3 pdf
Covered Service Contractors, as well as their subcontractors (first tier only), 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 $8.50 per hour for straight time, exclusive of
FICA, unemployment taxes, and workers compensation insurance and employee benefits.
Necessary payroll documentation shall be provided to confirm compliance with this provision or
the service Contractor shall allow the City to audit (at service Contractor's place of business) its
payroll records to determine if compliance has been achieved. Failure to comply 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 bid and Proposal awards for Covered
Services, which involve City expenditures that exceed $100,000.00 per year.
More particularly, this provision shall apply to single and multiple award agreements for
Covered 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 Contractors, 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.
Purchasing and Materials Management Division Page: 37
Sublet Vehicle Repair
IFB 11-0136/LD
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.
A hard copy of the City's Living Wage Policy is also available at the Purchasing and Materials
Management Division.
This solicitation shall be included and incorporated in the Purchase Order or Contract. The
contract, including any Exhibits, 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 vendor's response, the order of precedence shall be the contract or
purchase order, followed by the solicitation, and then the response to the solicitation.
56. 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.
57. TERMINATION FOR DEFAULT:
The performance of Work under the Contract may be terminated by the Director of Purchasing, in
whole or in part, in writing, whenever the Director of Purchasing shall determine that the
Contractor has failed to meet the performance requirements of the Contract.
The Director of Purchasing 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.
Failure of a Contractor to deliver or perform the required Work within the time specified, or within
a reasonable time as determined by the Director of Purchasing or failure to make replacements of
rejected articles or Work when so requested, immediately or as directed by the Director of
Purchasing, shall constitute authority for the Director of Purchasing to purchase in the open market
articles or Work of comparable grade to replace the articles or Work rejected, not delivered, nor
completed. On all such purchases, the Contractor or his surety, shall reimburse the City, within a
reasonable time specified by the Director of Purchasing, for any expense incurred in excess of the
Contract prices.
Purchasing and Materials Management Division Page: 38
Sublet Vehicle Repair
IFBI1-0136ALD
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 Director
of Purchasing. The Contractor shall not be liable for any excess costs if acceptable evidence has
been submitted to the Director of Purchasing that failure to perform the Work was due to causes
beyond the control and without the fault or negligence of the Contractor.
58. 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 or, 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 Director of Purchasing may at his 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. - -
59. 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.
60. INFORMATION:
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.
61. 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.
Purchasing and Materials Management Division Page: 39
Sublet Vehicle Repair
62. EXTRA WORK:
IFBI 1-0136ALD
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, he 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 Director of Purchasing, before proceeding to execute the Work,
except in an emergency endangering life or property, in which case the Contractor shall
immediately proceed. No claim for extra work will be considered valid by the City unless first
submitted in writing.
63. FAMILIARITY WITH THE WORK:
The Contractor acknowledges full understanding of the extent and character of the Work required
and the conditions surrounding the performance thereof. The City will not be responsible for any
alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of
conditions surrounding the performance thereof. It is understood that the execution of the Contract
by the Contractor serves as his stated commitment to fulfill all the conditions referred to in the
Contract.
64. 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.
65, TRADE NAMES:
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.
Purchasing and Materials Management Division Page: 40
Sublet Vehicle Repair
IFB11-0136/LD
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 manufacturer or shipment may be required
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.
66. 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.
67. CLEAN WORK AREA:
The Contractor shall at all times, keep the Work area free from accumulation of waste materials or
rubbish caused by his operations, and promptly remove any such materials to an approved disposal
location.
68. 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.
-ffiWder Further warrants and certifies that they are authorized to enter into e ontract an to
execute same on behalf of the Contractor as the act of the said Contractor.
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.
The City's Director of Purchasing 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.
Purchasing and Materials Management Division Page: 41
Sublet Vehicle Repair
Bidder's Name:
IFB11-0136/LD
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair +i
I
No.
Quantity
Unit
Description
up Rate
Total
The bidder, having carefully examined the specifications
and Terms and Conditions herein, proposes to furnish all
labor, materials, equipment and other items without
exception for the proper execution and completion of the
work, and if awarded the contract, to complete the said
work within time limits as stated in the specifications
section.
PART ONE (1): REPAIR AND MAINTENANCE OF
GENERAL MOTORS (GM) CARS AND LIGHT
TRUCKS, GM FRANCHISE DEALER
1.
$100,000.00
YR
PARTS:
%
$
Original Equipment Manufacturer (OEM) for General
Motors (GM) vehicles.
2.
$40,000.00
YR
PARTS:
%
$
Aftermarket, with prior approval of Fleet Management
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
submittal of actual invoices at the request of the City.
3,
750
Hours
LABOR:
$
$
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Management
Sub -total (this page) $
Bidder Initials
Purchasing and Materials Management Division Page: 43
Sublet Vehicle Repair
I171111-0136/1,1)
Bidder's Name:
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
No -PART
Quantity
Unit
%Mark-
Total
TWO (2): REPAIR AND MAINTENANCE
OF FORD CARS AND LIGHT TRUCKS, FORD
FRANCHISE DEALER
4.
$100,000.00
YR
PARTS:
�` %
$ %oho,
Original Equipment Manufacturer (OEM) for Ford
vehicles.
5.
$40,000.00
YR
PARTS:
Aftermarket, with prior approval of Fleet Management.
o� %
$ 49, oob.�
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
----
— —
-submittal-of-actual-invoices-at the-r-equest of the -City.
--......
6.
750
Hours
LABOR:
$_ ,
$ 40 ".
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Management.
Sub -total (this page) 5 309, pCoO, oa
Bidder Initials
Purchasing and Materials Management Division Page: 44
14 06
Sublet Vehicle Repair
Bidder's Name:
IFB11-0136/LD
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
No.
Description%Mark-
u / Rate
o a
PART THREE (3): REPAIR AND MAINTENANCE
OF CHRYSLER CARS AND LIGHT TRUCKS,
CHRYSLER FRANCHISE DEALER
7.
$20,000.00
YR
PARTS:
%
$
Original Equipment Manufacturer (OEM) for Chrysler
vehicles.
8.
$7,000.00
YR
PARTS:
%
$
Aftermarket, with prior approval of Fleet Management.
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
_
---- -
—
submittal of actual invoices at the request of the City.
9.
175
Hours
LABOR:
$
$
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
AlIdata, or actual job hours with prior approval by Fleet
Management.
Sub -total (this page) $
Bidder Initials
Purchasing and Materials Management Division Page: 45
Sublet Vehicle Repair
Bidder's Name:
IFB11-0136/LD
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
Quantity
Unit
Description
%Mark-
Total
PART FOUR (4): REPAIR AND MAINTENANCE
OF CARS AND LIGHT TRUCKS, INDEPENDENT
REPAIR SHOP (OTHER THAN FACTORY
AUTHORIZED DEALERSHIP)
10.
$100,000.00
YR
PARTS:
%
$
Original Equipment Manufacturer (OEM) for all vehicles.
11.
$40,000.00
YR
PARTS:
%
$
Af crmarket, with prior approval of Fleet Management.
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
-- —
— ---
-obtained-through competitiv-cr-pricing.--Evid-encz--of actual-
—
— -
costs and competitive pricing shall be required through
submittal of actual invoices at the request of the City.
12.
750
Hours
LABOR:
$
$
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Managemert.
Sub -total (this page) $
Bidder Initials
Purchasing and Materials Management Division Page: 46
Sublet Vehicle Repair
IFBI 1-0136/LD
&.s A
Bidder's Name:
fe.
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
?
%Mark -
Quant
Unit
Descriptionu
Total
No.
/ Rate
PART FIVE (5): REPAIR AND MAINTENANCE
OF GM MEDIUM DUTY TRUCKS, GM
FRANCHISE DEALER
13.
$5,000.00
YR
PARTS:
A-0 %
$ p©o'°
Original Equipment Manufacturer (OEM) for GM
vehicles.
14.
$2000.00
YR
PARTS:
C20 %
$.�94100•
Aftermarket, with prior approval of Fleet Management.
Note: Parts furnished by the contractor shall be at the
i
contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
-- —
submittalm actuaFinvoices at the request of City.
;
15.
50
Hours
LABOR:
$ @D
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
i
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Management.
Sub -total (this page S 9vo,
Bidder Initial
Purchasing and Materials Management Division Page: 47
Sublet Vehicle Repair
IFB11-0136/LD
Bidder's Name: &, Udede,,+e"a 4 9".4 A
A5 /) A L A ^ Xx�
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
�°
Description
%Mark -
JLUIRI
No.
u / Rate
PART SIX (6): REPAIR AND MAINTENANCE OF
FORD MEDIUM DUTY TRUCKS, FORD
FRANCHISED DEALER
16.
$75,000.00
YR
PARTS:
o %
$4o,coo'
Original Equipment Manufacturer (OEM) for Ford
vehicles.
17.
$30,000.00
YR
PARTS:
-20 %
$34� you
Aftermarket, with prior approval of Fleet Management.
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
-- —
- ---
submital of ate -invoices at the request of the Ci }
18.
500
Hours
LABOR:
$ 20
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Management.
as
Sub -total (this page) $ coo
Bidder Initials
Purchasing and Materials Management Division Page: 48
Sublet Vehicle Repair
Bidder's Name:
IFB 11-0136/LD
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
°
No.
Quail ity
Unit
Description
u / Rate
'rota
PART SEVEN (7): REPAIR AND MAINTENANCE
OF CHRYSLER MEDIUM DUTY TRUCKS,
CHRYSLER FRANCHISED DEALER
19.
$75,000.00
YR
PARTS:
%
$
Original Equipment Manufacturer (OEM) for Chrysler
vehicles.
20.
$30,000.00
YR
PARTS:
%
$
Aftermarket, with prior approval of Fleet Management.
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
_
--- -
o -mllta of actual invoices at the request of the City.
21.
500
Hours
LABOR:
$
$
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Management.
Sub -total (this page) $
Bidder Initials
Purchasing and Materials Management Division Page: 49
Sublet Vehicle Repair
IFB11-0136/LD
Bidder's Name: sk-raA c* Ce"� C%, JA
,-
~ �(0,J
BID PRICE FORM
You are invited to Bid on the following:
Sublet Vehicle Repair
Item
.
Quantity
Unit
Description
%Mark-
Total
PART EIGHT(S): REPAIR AND MAINTENANCE
OF MEDIUM DUTY TRUCKS, INDEPENDENT
REPAIR SHOP (OTHER THAN FACTORY
AUTHORIZED DEALERSHIP)
22.
$75,000.00
I
� YR
PARTS:
oZ•d %
d8
$
Original Equipment Manufacturer (OEM) for all vehicles.
23.
$30,000.00
YR
PARTS:
Aftermarket, Fleet Management.
,;20 %
Acwd eo-
with prior approval of
$
Note: Parts furnished by the contractor shall be at the
contractor's actual cost plus a percentage markup on parts
`
obtained through competitive pricing. Evidence of actual
costs and competitive pricing shall be required through
submittal of actual invoices at the request of the City.
24.
500
Hours
LABOR:
Fixed hourly rate for labor.
Note: Hours charged per job shall be based on an
established industry job time standard such as Mitchell or
Alldata, or actual job hours with prior approval by Fleet
Management,
Note: Total for Parts is calculated as follows:
Quantity $ x % Mark-up = Total.
Example: (Quantity $75,000 x %Mark-up 10 = Total
$82.500 )
Total for Labor is calculated as follows:
Quantity Hours x Rate $ = Total
Example: (Quantity Hours 500 x Rate $100 = Total
$50,000 )
Sub -total (this page) $ omm .mo
GRAND TOTAL (ALL PAGES) $
Bidder Initials
Purchasing and Materials Management Division Page: 50
Sublet Vehicle Repair
IFB 11-0136/LD
1. FOB Point Destination
2. Discount Payment Terms (if any): %, if paid within days after receipt of invoice.
3. Is your company willing to accept the VISA ePayable solution for payment of all invoices?
Yes No
4. Is your company willing to serve as a secondary supplier in the event your company is not selected for
primary award? Yes No
5. The Contractor shall start job within one (1) day after receipt of notice to proceed and thereafter
complete job within three (3) days. Jobs which will take longer than three (3) days must have prior
approval from Fleet Management
Recheck your quotations prior to submission. Bids may not be changed after being opened.
Purchasing and Materials Management Division Page: 51
Sublet Vehicle Repair
BIDDER'S CERTIFICATION FORM:
IFB1I-0136/LD
I have carefully examined the Invitation for Bid, Instructions to bidders, General, Standard and Special
Conditions, Specifications, Contract and Acceptance Form and any other documents accompanying or made a part
of this Invitation for Bid.
I hereby propose to furnish the goods or services specified in the Invitation for Bid at the prices or rates
quoted in my bid. I agree that my 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 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/contractor is ready, willing and able to perform if awarded the bid.
I further certify, under oath, that this bid is made without prior understanding, agreement, connection,
discussion, collusion or fraud with any other person, firm or corporation submitting a bid for the same product or
service; no officer, employee or agent of the City of Orlando or of any other bidder is interested in said bid; and
that the undersigned executed this Bidder's Certification with full knowledge and understanding of the matters
therein contained and was duly authorized to do so.
l�ics6r-� Ok &-V�eo_ 0i 470,4/
NAME OF BUSINESS
BY:
SIGNATURE �
NAME & TITLEftYPED OR PRINTED
State of
County of 401A~
Swo or affi ed) and s bscribed before_ a
of 520�
b
`-.
at a ci
n»cU>
4�
ac
U O
I ^
1
Signature of Notary
:I? 5 lV • .�h"� DG! v State of
MAILING ADDRESS __._..
3� eo� Personally Known
CITY, (STATE, ZIP CODE Produced Identification
7 �2Q,F - l&OC)
TELEPHONE NUMBER
?I opo -, C- -a(3
FAX NUMBER
1,Ufl SoN -4eo /2-(SPS. aI -
E-MAI ADDRESS
Type:
Company Tax ID# 0 (O ) U' 7 2-1 0
(The City only requires Company Tax ID numbers. The
City is not requesting individual social security numbers.)
Purchasing and Materials Management Division Page: 52
Sublet Vehicle Repair
IFB 11-01361LD
CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO, IFBII-0136/LD
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 hid in response to the Solicitation, including all schedules and forms submitted with the
bid, 1 of which are hereby incorporated herein by this reference, shall constitute the formal written
contr t betwee the City and the undersigned.
State of 1g0AJr1
SIGNX'T—LTRh
cc County of d-U� It
AJe e 4e6W v PP Swo (or affirmed) and subscribed beforir}ze
C ll
NAME & TITLE, T ED OR PRINTED th�yL of l_ bn 20 T by
,..W J'A
VP Klo-ecl;,
NAME OF BUSINESS
MAILING ADDRESS
04f,q �Jc�, Deb - 3zroY
CITY, STATE, ZIP CODE
PHONE:
— /p40
Signature of Notaryl
1 I
Notary Public, State of
ersonally Known (circle �i�applicab
-OR-
Produced Identification :
FAX: (W 7 ) -090 S�2(/� Type of Identification:
E-MAIL: l ollseli It/ (V 1&J,,_2iL-PA%!/1 U,—S e
■rrrrrrrrrrrrr■ r■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrararrrrrrrrrrrrrrrrr�
FOR USE BY THE CITY OF ORLANDO ONLY
This contract is awarded to the party listed above as a: Primary Supplier: Secondary Supplier: _X_
This contract is for: All Item Numbers: or Item Numbers: 16, 1 !��_23 ),I Lf
INITIAL CONTRACT TERM: I I to I I
ACCEPTANCE:
PURCHASING
AND MATERIALS MANAGEMENT
CITY OF ORLANDO, FLORIDA
By:
Director of Purchasing
RHONDA S. ULMER, C.P.M., CPPO, FCCN
Date: 2011
APPROVED AS TO FORM AND LEGALITY
for the use and reliance of the
City of Orlando, Florida, only.
Assistant City Attorney
ORLANDO, FLORIDA
Date: A&i�!/,�i�� / / , 2011
Purchasing and Materials Management Division Page: 53
Sublet Vehicle Repair
BIDDER'S OUESTIONNAIRE:
IFB11-01361LD
The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a
question is not applicable, so indicate by writing "N/A".
1. COMPANY NAME: /C"_5n
Address of Principal Place of Business:
City/State/Zip:
Name of primary Contact:
2. TYPE OF ORGANIZATION:
Sole Proprietorship
Joint Venture
Partnership
Corporation
JA
Non -Profit
Other:
State of Formation:
Federal ID # C6 167 DUNS # 0 `v?12 r4#6
(The City only requires Company Tax ID Number.
The City is not requesting individual social security numbers).
3. EMERGENCY CONTACT PERSON: 05 AN
Phone: *0 7 Fax: Cell:
4. INSURANCE COMPANY NAME: G/0VJQ' 4 "( C_ ePe4lff)-illIUANiA
Agent Contact: DC C4(-- NR < i Phone: o?i0 W6 aSo
5. EXPERIENCE:
A. Years in business:
B. Years in business under this name:
C. Years performing this type of work:'
6. SUBCONTRACTORS - for informational purposes only: If 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
City Certified City M/WBE Number
M/WBE (Y or N)
Purchasing and Materials Management Division page: 54
,CdN�
Sublet Vehicle Repair
7. LOCAL SERVICE FACILITY, IF APPLICABLE:
A. Name of local service center:
B. Address of local service center:
C. County local service center is located in:
D. Contact: Telephone number:
8. RECYCLED CONTENT:
IF1111-0136ILD
A. Percentage of recycled material contained in the product: %
B. Is your product packaged/shipped in material containing recycled content? Yes No
C. Is your product recyclable after it has reached its intended end use? Yes No
9. REFERENCES:
Bidder shall submit as a part of their Bid submittal, a minimum of three (3) customer references for
similar products which your firm has provided within the last three (3) years.
Name: &LFkzi otj U0 aTSf"
Address • Sg7d Al. W . -4 ores lezt (e !Zd A'q (4
Telephone No.:: 35m2 6 7L 77d Fax No.:
Contact: .fin an N
E-mail:
Name: J6114 At t.4 &A-', L V W
Address: fit) 770N e& Act 651.
Telephone No.:: Fax No.:
Contact: t3 t L( a rz L r L t e
E-mail:
Reference #3: /� II
Name: 61ce "�aj
vie u ra rt/t ud q-t e'exo a . r—( - 3.,2,7.9
Telephone No.:: 3a l - 6 3 3--- /06 7 Fax No.:
Contact: 1111k--E a -Z A2
E-mail:
Reference #4.
Name:
Address:
Telephone No.:: Fax No.:
Contact:
E-mail:
Purchasing and Materials Management Division Page: 55
Sublet Vehicle Repair IFB11-0136ALD
WRITTEN OUESTION(S) FORM:
Any questions relative to interpretation of specifications or the solicitation process must be
addressed to the City in writing. For uniformity, the City requests that you use the
following format. No verbal inquiries will be accepted. Written questions must be received
at least ten (10) days prior to the solicitation due date. Written questions received within
ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the
P-urchasing-Agent as-identified-irr-th-is-Invitation €or Bid—T-him-form--i-s-pr-evided-for- your-cenven-ienee— - —
however, emails to the Purchasing Agent are acceptable.
Only written answers and clarifications in the form of a written Addendum to the solicitation will be
binding. Oral answers will not be authoritative.
SOLICITATION NUMBER: IFB11-0136/LD DATE SUBMITTED:
SOLICITATION TITLE: Sublet Vehicle Repair
COMPANY NAME:
ADDRESS:
CITY:
STATE:
CONTACT NAME: PHONE:
2.
4
5.
ZIP:
Purchasing and Materials Management Division Page: 56
Sublet Vehicle Repair
IFB11-0136/LD
MINORITY/WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION FORM:
Chapter 57, Article II, Minority Business Enterprise (MBE), and Article 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-award-Ea�rr-Owned-Busimss-Ernterprises-(ibfVVL-Er ---
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 Hall at One City Commons
400 South Orange Avenue - 5`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 Office on or before the date set for submittal of bids.
Purchasing and Materials Management Division Page: 57
Sublet Vehicle Repair
1FB 11-0136/LD
"NO BID" RESPONSE
TO
INVITATION FOR BID
CITY OF ORLANDO, FLORIDA
PURGHM--INO ANDGEMIJNTT-DI-
City Hall at One City Commons
400 South Orange Avenue
Orlando, Florida 32801
If your firm is unable to submit a bid at this time, would you please provide the information requested in
the space provided below and return to:
City of Orlando, Florida
Purchasing and Materials Management Division
City Hall at One City Commons
400 South Orange Avenue
Orlando, Florida 32801
We have received Invitation for Bid No., opening at 2:00 p.m., Local Time,
City of Orlando, FL, on Thursday, September 8, 2011.
Reason for not bidding:
Signature
Name & Title, Typed or Printed
Company Name
Purchasing and Materials Management Division Page: 59
Sublet Vehicle Repair
IFB11-0136ALD
CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION FOR FEDERAL AID CONTRACTS
It is certified that neither the below -identified firm nor its principals are presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
by any federal department or agency.
Name of ntractor: &S1 n ` 1 11CII.
By:/& Date:
Authorize Signa ure
Title:
Instructions for Certification
By signing and submitting this certification, the Contractor (referred to hereinafter as prospective
lower tier participant) is providing the certification set out above.
2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in addition to other remedies available
to the federal government, the federal government, State of Florida, and the City may pursue
..------.. - ava-ilable-remedies�includ.ing-suspension-and/or-debar-merit ---
3. The prospective lower tier participant shall provide immediate written notice to the person to
which this proposal is submitted if, at any time, the prospective lower tier participant learns that its
certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered
transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and
"voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and
Coverage sections of the rules implementing Executive Order 12549. You may contact the person
to which this proposal is being submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
6. The prospective lower tier participant fin-ther agrees by submitting this proposal that it will include
this certification clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion — Lower Tier Covered Transaction," without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions.
Purchasing and Materials Management Division Page: 60
Sublet Vehicle Repair
IFA11-0136/LD
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not debarred, suspended, proposed for debarment,
ineligible, or voluntarily excluded from the covered transaction, unless it knows that the
certification is erroneous. A participant may decide the method and frequency by which it
determines the eligibility of its principals. Each participant may, but is not required to, check the
List of Parties Excluded from Federal Procurement and Nonprocurement Programs.
5.To ing con fined in a oregoing sh—la i- ire sWbiishment-ofa-system-af
records in order to render in good faith the certification required by this clause. The knowledge
and information of a participant are not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
debarred, suspended, proposed for debarment, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies available to the federal government,
the federal government, State of Florida, and the City may pursue available remedies, including
suspension and/or debarment.
Purchasing and Materials Management Division Page: 61
Sublet Vehicle Repair
CERTIFICATION FOR DISCLOSURE OF
LOBBYING ACTIVITIES ON FEDERAL -AID CONTRACTS
IFBI1-0136/LD
The prospective participant certifies, by signing this certification, that to the best of his or her knowledge
and belief-
(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to —any —person -for —influencing or attempting_to influence an officer or em llooyee of any federal
agency, a Member of Congress, an, officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any federal contract, the making of any federal
grant, the making of any federal loan, the entering into of any cooperative agreement, and the
extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan,
or cooperative agreement.
(2) If any funds other than federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance
with its instructions. (Standard Form-LLL can be obtained from the Florida Department of
Transportation's Professional Services Administrator or Procurement Office.)
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into
this transaction imposed by Section 1352, Title 31. J.S. Code. Andperson who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and
that all such subrecipients shall certify and disclose accordingly.
Name of ontractor ; �� ol. 4 )5A-4u Ile —
By: Date:
(Authorized Signature)
Title: v�•�N/�ye•�
Purchasing and Materials Management Division Page: 62
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Page 1 of 1
Tuesday, July 14, 2015
Contract Award
-. 110441,110
Motion to approve a piggyback contract number 12-P-471F from Volusia County B.C.C. with Cintas
No. 2 to provide uniform rental / lease services.
The Purchasing Department the Environmental Services Department, and the Public Works
Department recommend approval of the above action.
At the request of the Environmental Services and Public Works Departments, the Purchasing
Department sought a contract from Volusia County B.C.C. to obtain the services of uniform rental /
lease services. In accordance with the direction of City Council, the Purchasing Department issued a
Request for Interest (RFI) number 1506-003 to notify local vendors of the City's intent to utilize other
governmental entities' contract. The RFI was posted on the City's website for seven (7) business
days. At the completion of the RFI, the Purchasing Department received no interest. Based on this,
staff recommends that Council approve to piggyback the Volusia County B.C.C. contract.
The Volusia County B.C.C. contract was obtained through a fully competitive solicitation and complies
with the City of Clermont Purchasing Policy.
Services are included in the current year approved budget.
ImpactFiscal ..Budget Amount
1. RF11506-003 RF11506-003.pdf
2. Volusia County Contract 12-P-471F Contract 12-P-471F.pdf
S�
WCLE
WONT
Choice of Champions
REQUEST FOR INFORMATION
Intent to Utilize Volusia County Contract for Uniform Rental / Lease
CONTACT INFORMATION
Freddy L. Suarez, MPA, CPPB
Purchasing Director
EMAIL: fsuarez(a)-clermontfl.org
Phone: (352) 241-7350
RFI No. 1506-003 I ISSUED DATE: June 22, 2015
NOTICE OF INTENT TO PIGGYBACK A CONTRACT
NOTICE END DATE: June 30, 2015 at 2:00 P.M. (EST)
DEADLINE FOR WRITTEN QUESTIONS: Not Applicable
SOLICITATION RESPONSE: Responses will be received until the notice end date specified above or as
otherwise amended. No late responses will be accepted.
Responses may be submitted electronically to the Purchasing Director by email.
Hardcopy responses may be delivered to: City of Clermont Purchasing Department, 685 West Montrose Street,
211 Floor, Clermont, FL 34711.
This Request for Information (RFI) is intended to notify local vendors of the City's intent to utilize other
government entities' contract. This is not an invitation to submit a bid or quote. If no local vendor
responds to the RFI, the Purchasing Department will proceed with utilizing the referenced contract.
Local vendor is defined as businesses located in South Lake County, preferably located within the City
limits. This notice will be posted for seven (7) business days.
1 — PIGGYBACK CONTRACT INFORMATION
(a) Department: Public Works Department, Environmental Services Department
(b) Company Name: Cintas Corporation
(c) Contract Number and Title: 12-P-471F / Uniform Rental, Lease, and Purchase
(d) Length of Contract: Expires July 31, 2016 w/optional one (1) year renewal period.
(e) Product or Service Provided: Provides for the rental/lease of uniforms for city employees.
RFI No: 1506-003
Page 1 of 2
2 — ACTION TO BE TAKEN
If you're a local vendor, please contact the Purchasing Director by email or by mail prior to the "Notice
End Date" indicated above to advise whether your company can provide any of the product or service
mentioned above.
Prospective local vendor respondents are requested to provide information regarding their ability to
provide the product or serve described. Respondents are not to provide pricing. All responses will
be evaluated by the Purchasing Department and the Department requesting the product or service
which will be the sole determining power in establishing the approved equal status of the commodity
offered by the respondent.
RFI No: 1506-003
Page 2 of 2
File Number: 2871
Page 1 of 1
Date: 06/11 /2015 AGENDA ITEM Item: 16
[] Ordinance
[] Resolution
[] Budget Resolution
[X] Other
Department: Public Works
Division: Administrative Services
Subject: Renewal of contracts for rental, lease, and purchase of uniforms. 12-P-471F.
John Angiulli
Jeaniene Jennings
Legal
County Manager's Office
Director Public Works
Director Purchasing
e , -a.
�/�{
Daniel D. Eckert
County Attorney
Donna DePeyster
Director Legal
Approved in
Department
Department Approval
Accordance with
Purchasing Policies and
r.
Procedures
Approved to Form
Division Approval
Tammy Bong
Director Management
and Legality
and Budget
�"IYAT
Approved as to Budget
Requirements
Council Action: Approved As Recommended
Modification:
Fund Number(s): Description: Amount:
999 Various County -wide usage, various accounts $120,000.00
Total Item Budget: $120,000.00
Staff Contact(s): Phone: Ext.
John Anguilli 386 736 5965 12712
John Gamble 386 736 5965 15527
Summary/Highlights:
On July 12, 2012, the county council awarded a three-year contract with two, one-year renewal
options for rental, lease, and purchase of uniforms to Cintas Corporation #149, Daytona
Beach, FL and Plexus Marketing, Inc., dlbla Plexus, Inc., DeLand, FL. Staff recommends
through Amendment No.1, the approval of the first renewal option. Estimated annual
expenditure is $120,000. Historical expenditure data is attached. The contract is available for
review in the purchasing and contracts division.
Recommended Motion: Approval.
Budget 2-2
AMENDMENT NO. 1
TO
CONTRACT BETWEEN
COUNTY OF VOLUSIA, FL
AND
CINTAS CORPORATION NO.2
THIS AMENDMENT No. 1, is made and entered into by and between the COUNTY OF
VOLUSIA, FLORIDA, a body corporate and a political subdivision of the State of Florida, with
its business address at 123 West Indiana Avenue, DeLand, Florida, 32720, (hereinafter
"County"), and CINTAS CORPORATION NO. 2, with its principal place of business located
at 6800 Cintas Boulevard, Mason, OH 45040, incorporated in Ohio and licensed to do business
in the State of Florida (hereinafter "Contractor").
RECITALS
WHEREAS, the County and Contractor entered into a Contract between County of Volusia,
Florida and Cintas Corporation No.2 for Uniform Rental, Lease, and Purchase ("Contract") on
July 12, 2012, under which, Contractor agreed to provide specified services with an initial term
of three (3) years, from July 12, 2012 through July 31, 2015; and
WHEREAS, the County and the Contractor desire to amend the Contract through this
Amendment No. 1 by modifying Article 6 titled "Term of Contract," by replacing Section 6.1 to
correct the term of the Contract in accordance with Section 4.23 titled "Award Term" of the RFP
12-P-47IF; and
WHEREAS, the County and the Contractor desire to exercise the first one-year renewal as
allowed for in the previous paragraph by extending the termm of the Agreement through July 31,
2016.
NOW, THEREFORE, in consideration of the foregoing recitals and representation which are
hereby adopted as material to this Amendment No. 1, the parties hereto do covenant and agree as
follows:
1. The parties agree that the foregoing recitals are true, correct and material to the Contract and
this Amendment No. 1.
2. The parties agree to amend Article 6 titled "Term of Contract," Section 6.1 to read as
follows:
The term of this Contract shall begin on the date it is fully executed by both parties
(the Effective Date) and shall expire three (3) years after the Effective Date. This
Contract may be renewed for two (2) successive one (1)-year terms upon mutual
agreement.
3. The parties agree to extend the term of this Agreement by exercising the first of two (2) one-
year renewals authorized in Article 6, "Terms of Contract," thus extending the Agreement
through July 31, 2016.
IN WITNESS WHEREOF, the parties have made and executed this Amendment No. I to
Agreement between County of Volusia, Florida and Cintas Corporation No. 2 on the respective
dates under each signature_
CINTAS CO TION NO.2
BY:
Cha ani ski
Branch Manager
S —t/, i P;
Date:
Attest:
Date: G-22- /,7
n
Signature /James F.. Dinneen l
County Maqd�ger
Name and Title
Date: Date:
G i y
.r
CC Date: /2015
4
Volusia County
FLORIDA
CONTRACT FOR UNIFORM RENTAL, LEASE AND PURCHASE
Between
THE COUNTY OF VOLUSIA
I• me
CINTAS CORPORATION NO. 2
County of Volusia
Purchasing & Contracts Division
123 West Indiana Avenue, Suite 302
Deland, Florida 32720-4608
386-736-5935
Table of Contents
1 EXHIBITS.............................................................................................................................3
2 ORDER OF PRECEDENCE......................................................................................................4
3 DEFINITIONS.......................................................................................................................4
4 SCOPEOFSERVICES.............................................................................................................7
5 COMPENSATION AND METHOD OF PAYMENT.....................................................................8
6 TERM OF CONTRACT...........................................................................................................9
7 LIMITATION OF LIABILITY AND INDEMNIFICATION OF COUNTY............................................9
8 INSURANCE.......................................................................................................................10
9 TERMINATION...................................................................................................................14
10 DISPUTE RESOLUTION.......................................................................................................16
11 LOCAL GOVERNMENT LAWS..............................................................................................17
12 PAYMENT OF SUBCONTRACTORS......................................................................................19
13 MISCELLANEOUS PROVISIONS...........................................................................................20
PdINGN2012 BidsU2-P47IF Uniforms Renal, I aae and Pomhasa\Contract\Cnaas Corporation Contmct.doc Page 2 of 24
CONTRACT FOR UNIFORM RENTAL, LEASE AND PURCHASE
This Contract is made and entered into by and between Cintas Corporation No. 2, duly
authorized to conduct business in the State of Florida, whose principal place of business is located
at 6800 Cintas Boulevard, Mason, OH 45040 (hereinafter the "Contractor"); and County of
Volusia, a body corporate and politic and a subdivision of the State of Florida, whose address is
County of Volusia, 123 West Indiana Avenue, Deland, FL 32720 (hereinafter "County").
RECITALS
WHEREAS, this Contract is the result of the solicitation process for the County's Request.for
Proposals for Uniforms Rental, Lease and Purchase services for the County of Volusia, RFP 12-13-
471F; and
WHEREAS, Contractor has represented that it can provide uniform rental, lease and purchase
services for the County of Volusia and the Scope of Services in the Contract; and
WHEREAS, the County requires a competent and qualified contractor to provide uniforms rental,
lease and purchase services in support of the County's operations; and
WHEREAS, the County has requested and received expressions of interest for the retention of
services of competent and qualified contractors, specifically providers of uniforms rental, lease and
purchase services; and
WHEREAS, County has determined that the Contractor has the resources, experience, and
proficiency to provide (a) the Services requested in RFP 12-P-471F, including, those services as
may be hereinafter described in and referred to as the Scope of Services; and/or (b)
Documentation; and
WHEREAS, it has been determined that the execution of this Contract is beneficial to the citizens
of County of Volusia, Florida.
NOW, THEREFORE, in consideration of the foregoing recitals which are true, material, and
incorporated herein by reference, and other specific consideration set forth in this Contract, the
receipt and sufficiency of which is acknowledged by the Contractor and County, the parties agree
and stipulate as follows:
1 EXHIBITS
1.1 The exhibits listed below are incorporated into and made part of this Contract.
1.1.1 Exhibit A RFP 12-P-471F and Addenda 1 through 4
1.1.2 Exhibit B Proposal from Cintas Corporation No. 2
1.1.3 Exhibit B1 Clarification Questions from Cintas Corporation No. 2
1.1.4 Exhibit C Scope of Services
1.1.5 Exhibit D County Tax Exemption Certificate
PAINGX2012 Bid5\12-P-471F Uniforms Rcrud, Lease and Purch seNC ntnunACintes Corporation ConMLdoc Page 3 Of 24
2 ORDER OF PRECEDENCE
2.1 If Contractor finds a conflict, error or discrepancy in the Contract Documents, the
Contractor shall provide written notice of the conflict, error, or discrepancy to the
County Project Manager and request the County Project Manager's interpretation and
direction before proceeding with the Work affected thereby. Such notice shall be
provided by the Contractor to the County's Project Manager in a timely fashion so as
not to cause additional costs due to delay. In resolving such conflicts, errors and
discrepancies, the Contract Documents shall be given precedence in the following
order:
2.1.1 In the event of any conflicts or inconsistencies between provisions of the
exhibits or attachments to this Contract, the following order of precedence
shall govern.
2.1.1.1 First: This Contract with its exhibits and attachments in the following
order:
2.1.1.1.1 The terms and conditions in the main body of this
Contract.
2.1.1.2 Second: Exhibit A — RFP 12-P-471F and Addenda 1 through 4
2.1.1.3 Third: Exhibit B - RFP Response from Cintas Corporation No. 2
2.1.1.4 Fourth: Exhibit 131 — Clarification questions from Cintas Corporation
No. 2
2.1.1.4 Fifth: Exhibit C - Scope of Services
2.1.1.5 Sixth: Exhibit D — County Tax Exempt Certificate
3 DEFINITIONS
3.1 For this Contract and any incorporated Scope of Services below or future scopes of
services), certain terms, phrases, words and their respective derivations shall have the
meaning set forth and defined therein and shall be applicable in both. In the event
there is a conflict between a term defined in this Contract and the incorporated Scope of
Services (Exhibit C) and Contractor's Proposal with Clarifications (Exhibits B and 131) or
any future scopes of services incorporated herein, the definition in the Scope of
Services or future scopes of services, as applicable, shall govern for this Contract. If
there is no applicable definition as described above, the terms, phrases, and words,
and their respective derivations when used in this Contract and the Scope of Service,
shall have the meanings ascribed to them in Webster's New Collegiate Dictionary (G &
C Merriam Co., 11th ed., July 2003, or any subsequent edition).
3.2 Addendum: A written explanation, interpretation, change, correction, addition,
deletion, or modification affecting the Contract Documents, including drawings and
specifications approved by the County and issued by the County or Consultant and/or
distributed to third parties.
PAINGA12012 BWS112-P-471F Uniforms Rental, Leese and Purchase\Cono-acAChaas Corporation Cuntract.doc Page 4 of 24
3.3 Affidavit: The instrument which is to be signed by Cintas Corporation No. 2 and
submitted to the County upon the County's request through the Project Manager, upon
completion of a job, task, inspection or testing or certification, confirming that said job,
task, inspection or testing or certification has been properly and satisfactorily performed
in accordance with all applicable statutory and safety standards and the Scope of
Services. It shall also mean such instrument that may be requested by the County
incidental to partial payments.
3.4 Agency: The state, a state agency, a municipality, a political subdivision, a school
district, or a school board. The term "agency" does not extend to a nongovernmental
developer that contributes public facilities to a political subdivision under Sections
380.06 or 163.3220-163.3243 of the Florida Statutes.
3.5 Amendment: An amendment to this Contract in writing by the County, approved by the
Director of Purchasing, and signed by the County and authorizing an addition, deletion,
or revision in the Statement of Services, or an adjustment in the Contract price or the
time for completion issued after execution of this Contract.
3.6 Calendar day: Any day, including Saturdays, Sundays, and holidays, regardless of
weather conditions.
3.7 Change Order: A written order to the contractor signed by the County authorizing an
addition, deletion, or revision in the Work or Services, or an adjustment in the contract
price or time.
3.8 Compensation: The amount paid by the County to Contractor for professional services
regardless of whether stated as compensation or stated as hourly rates, overhead
rates, or other figures or formulas from which compensation can be calculated which
includes the total monies payable to the Contractor under this Contract which includes
all services, labor, materials, supplies, travel, training, profit, overhead, costs,
expenses, and any other costs necessary to complete this Contract.
3.9 Contract: This Agreement, including its articles, exhibits, attachments and Contract
Documents.
3.10 Contract Administrator: The Director of Purchasing and Contracts or his/her
designee responsible for addressing any concerns within this Contract.
3.11 Contract Documents:. Contract documents shall include but are not limited to the
following: (1) This Agreement and Exhibits "A", "B", "B1", "C" and "D", (2) certificates of
insurance, (3) Notice of Award and/or Notice to Proceed, (4) the conditions of this
Agreement (general, special, supplementary, and other), (5) drawings or schedules, (6)
job specifications, (7) written interpretations, (8) change orders, (9) project manuals,
(10) addenda issued before the execution of this Contract, and, (11) any modifications
or amendments to this Contract issued after execution.
3.12 Contractor: That person or entity, including employees, servants, partners, principals,
agents and assignees of the person or entity that has submitted a response to RFP
#12-P-471F for the purpose of obtaining business with the County to provide the product
and/or services described herein and is properly licensed and certified.
P:\INGM2012 Bids\12-P-471F Uniforms Renm4 (case and Purchase\Contract\Cintas Corporation Conhact.doc Page 5 of 24
3.13 Contractor's services: Those services within the Scope of Services of this Contract or
any exhibit, attachment or addendum thereto which relates to the General Scope of
Services for this Contract in connection with Contractor's employment or practice or
provision of work or services.
3.14 County: The County of Volusia, Florida; a political subdivision of the State of Florida
for whom work or services are to be performed.
3.15 County Representative: Also known as the person designated by the County to
review, approve and make decisions regarding the Statement of Services in this
Contract.
3.16 Deliverable(s): The result(s) or end products of a Project requested pursuant to the
Scope of Services that meet the defined specifications, warranties, and functional
parameters articulated in such order or request and this Contract.
3.17 Effective Date: The date that this Contract, including any Addendum, Amendment,
Modification or exhibits attached thereto, is fully executed by Contractor and the
County.
3.18 Firm: Any individual, firm, partnership, corporation, association, or other legal entity
permitted by law to practice architecture, engineering, or surveying and mapping in the
state.
3.19 Inspector or Field Representative: County Employee or an authorized representative
of Cintas Corporation No. 2 assigned to make inspections of the work performed and
materials furnished pursuant to this Agreement.
3.20 Master Agreement: The payment vehicle through with the successful Respondent(s)
shall be compensated. Master Agreement(s) will be issued in accordance with the
specifications, terms, and conditions of this RFP document and shall be valid for a
specified period of time.
3.21 Notice of Award: A written notice by County that Cintas Corporation No. 2 has been
deemed to be highly qualified and approved for an award of this contract.
3.22 Notice to Proceed: The official letter from the County to Cintas Corporation No. 2
establishing a date on which the Work in this Agreement shall commence.
3.23 Owner: The owner is Volusia County for whom all Work or Services under this
Agreement are to be performed by Cintas Corporation No. 2.
3.24 Project: An order for Uniform Rental, Lease and Purchase Services, Deliverables, or
Work issued by the County pursuant to this Contract, including any specifications
issued in connection therewith.
3.25 Project Manager or County Project Manager: The County employee who is
assigned to the Project and is responsible for the day-to-day administration and
coordination of the Project for the County. The County may change the Project
Manager at any time by providing notice to Cintas Corporation No. 2.
P:\INGA12012 Bids\12-P-471F Uniforms Rental, Lease and P=hese\C000acftCintas Corporation CanoacLdoc Page 6 of 24
3.26 Scope of Services: The services, herein defined in this Contract under a Scope of
Services (e.g., Exhibit C) that is agreed to by the parties in writing, which includes
responsibility on the part of the Contractor for performing and complying with all
incidental matters pertaining thereto.
3.27 Services: Those services defined in the Scope of Services as may be requested from
time to time by the County and performed by the Contractor, including: the services,
duties, and obligations to be carried out and performed by the Contractor under the
Contract and pursuant to the Scope of Services.
3.28 Statement of Services: The general services/work, herein defined in this Contract
including responsibility for performing and complying with all incidental matters
pertaining thereto pursuant to project specifications and requirements. The terms
"Statement of Services," or "Scope of Services," shall be synonymous.
3.29 State: State of Florida.
3.30 Subcontractor: A person other than a materialman or laborer who enters into a
contract with a contractor for the performance of any part of the basic Contract.
3.31 Work: Any and all obligations, Services, duties and responsibilities necessary to the
successful completion of a Project assigned to or undertaken by Contractor under the
Contract or a Master Agreement issued pursuant to this Contract, including the
furnishing of all labor, materials, products, and other items incidental thereto.
4 SCOPE OF SERVICES
4.1 Contractor shall perform all Work or Services identified in this Contract and its attached
Exhibits A - C or schedules, which Exhibits are attached hereto and made a part of this
Contract.
4.2 County reserves the right to amend the Scope of Services upon mutual written consent
of both parties.
4.3 Contractor and County may agree through an Amendment or Change Order pursuant to
the terms and conditions of this Contract to perform future scope of services that relate
to the Project.
4.4 Contractor represents that all persons delivering the Services required by this Contract
have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
Services set forth in the Scope of Services, and to provide and perform such Services
to County's satisfaction for the agreed compensation. Contractor shall render all
Services under this Contract in a professional manner. Contractor agrees to perform all
Work or Services in the most expeditious and economical manner consistent with the
standard of care applicable to a Contractor with the degree of skills and diligence
normally employed by a professional in its field, performing the same or similar
services. Contractor shall perform its duties, obligations, and Work under this Contract
in a skillful and competent and workmanlike manner.
PAINGM2012 BidsM-F 471F Uniforms Rental, Lease and Purchase\Contractcintas Corporation Contraccdoc Page 7 of 24
4.5 Assurance. Contractor gives County its assurance that all Work and Services
performed under this Contract shall be performed in a competent and workmanlike
manner and in accordance with the specifications and requirements of the Contract
Documents or approvals required under the Contract Documents. All Services not
conforming to the specifications and requirements of the Scope of Services or with the
inspections, tests (if applicable) or approvals as set forth in the Scope of Services shall
be considered materially defective and constitute a breach of this Contract.
4.6 Documentation: Contractor agrees to provide County with all Documentation in
electronic format in searchable PDF format and/or hardoopy as requested by the
County Project Manager.
5 COMPENSATION AND METHOD OF PAYMENT
5.1 No Guarantee as to the Purchase of Work or Services. The purpose of this Contract
is to govern transactions for uniform rental, lease and purchase services as between
the County and the Contractor, who has been deemed qualified to provide uniform
rental, lease and purchase services pursuant to the selection process pursuant to RFP
#12-P-471F. Neither this Contract nor the County's determination that the Contractor is
qualified to perform the uniform rental, lease and purchase services described herein
shall operate as a guarantee that the County will purchase or procure any minimum
amount of work and/or services from the Contractor or that the Contractor will have an
exclusive right to provide uniform rental, lease and purchase services to the County.
Rather, execution of this Contract makes the Contractor eligible to perform uniform
rental, lease and purchase services for the County as such work may be needed or
requested by the County from time to time.
5.2 Covenant to Abide by the County's Procurement Procedures and Processes. As
a qualified provider of uniform rental, lease and purchase services, Contractor hereby
covenants and agrees to abide by the County's purchasing policies and ordinances.
5.3 Purchases. As required, orders for work and services pursuant to this Contract shall
be procured through the issuance of Master Agreement documents, which shall
constitute the payment vehicle for each order.
5.4 Payment Terms.
5.4.1 The County will remit full payment on all undisputed invoices within forty-five
(45) days from receipt by the appropriate person(s) (to be designated at time
of Contract) of the invoice(s) or receipt of all products or services ordered.
5.4.2 Pursuant to Chapter 218, Florida Statutes, the County will pay interest not to
exceed one percent (1%) per month on all undisputed invoices not paid within
thirty (30) days after the due date.
5.4.3 The County has the capabilities of Electronic Fund Transfer (EFT). For each
order issued or quote requested, the Contractor shall list any discounts for
prompt payment and/or willingness to accept Electronic Funds Transfer (EFT)
and the discount to be applied to such payments.
P:\INGA\2012 8ids\12-P47IF Unifo=s Rental, /rase and P=Mse\Contract\Cintas Corporation Contmmdoc Page 8 of 24
5A.4 Contractor consents and agrees that the County may withhold from any
payment monies owed by the Contractor to the County for any legal obligation
between the Contractor and the County, including but not limited to real
property taxes, personal property taxes, fees, and commissions.
5.5 Taxes. The County of Volusia is exempt from Federal Excise Taxes and all sales
taxes, and shall not be charged by the Contractor for such taxes. The County of
Volusia, Florida currently possesses State Exemption Certificate No. 74-07-059158-
53C.
5.6 Failure to deliver. In the event of failure of the Contractor to deliver services in
accordance with the Contract terms and conditions and any Master Agreement(s)
Issued, the County, after due written notice, may procure the services from other
qualified contractors or otherwise provide for such services in-house and hold the
Contractor responsible for any resulting additional purchase and administrative costs.
This remedy shall be in addition to any other remedies that the County may have.
6 TERM OF CONTRACT
6.1 Term of Contract. The term of this Contract shall begin on the date it is fully executed
by both parties (the Effective Date) and shall expire three (3) years after the Effective
Date.
7 LIMITATION OF LIABILITY AND INDEMNIFICATION OF COUNTY
7.1 Contractor shall, at its own expense, indemnify, defend, and hold harmless the County
and its public officials (elected and appointed), successors and successors in interest,
officers, agents, attorneys, and employees from and against all claims of every kind and
nature (including losses incurred or suffered in consequences either of bodily injury to
any person or damage to property), damages, losses, and expenses including
reasonable attorney's fees caused by the negligence, recklessness, or intentionally
wrongful conduct of the Contractor and its Subcontractors or agents performing Work or
Services under the Contract, caused in whole or in part by any negligent act or omission
of Contractor, any of Contractor's Subcontractors or anyone employed by any of them
or anyone for whose acts any of them may be liable if the Contractor or its
Subcontractors have directed or supervised or otherwise caused an indemnified party to
engage in such negligent, wrongful, or reckless act. Such obligation shall not be
construed to negate, abridge, or reduce other rights or obligations of indemnity which
would otherwise exist as to a party or person described in the Contract.
7.2 In all claims against the County, or any of its public officials (elected and appointed),
successors and successors in interest, officers, agents, attorneys, and employees by
any employee of Contractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable, no indemnification obligation shall. be
limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for Contractor, or any Subcontractor or Sub -subcontractor under
Florida's Workers' Compensation acts, disability benefit acts, or other employee benefit
acts.
7.3 Sovereign immunity. The County expressly retains all rights, benefits and
immunities of sovereign immunity in accordance with Section 768.28, Florida
PAINGA\2012 MM12-P-471F Uniforms Rental, Lease and Pumhase\Contrac1\Cintas Corporation Contract.doc Page 9 of 24
Statutes. Notwithstanding anything set forth in any section of this Contract to the
contrary, nothing in this Contract shall be deemed as a waiver of immunity of limits of
liability of the County beyond any statutory limited waiver of immunity or limits of
liability which may have been adopted by the Florida Legislature or may be adopted
by the Florida Legislature and the cap on the amount and liability of the County for
damages regardless of the number or nature of claims in tort, equity or contract shall
not exceed the dollar amount set by the legislature for tort. Nothing in this Contract
shall inure to the benefit of any third party for the purpose of allowing any claim
against the County, which would otherwise be barred under the Doctrine of
Sovereign Immunity or operation of law.
7.4 If either party should become entitled to claim damages against the other parry for
breach of contract arising from the Contract, the party in breach shall be liable only for
the amount of actual direct damages up to a maximum amount equal to the sums paid
or payable under the Contract.
7.5 In no event shall either party be liable to the other for any incidental, indirect, special,
punitive or consequential damages even if the party knew or should have known about
the possibility of such damages for any provision of the Contract.
8 INSURANCE
8.1 Required Types of Insurance
The Contractor shall purchase and maintain at its own expense, during the term of this
Contract the following types and amounts of insurance with limits no less than those
shown below, in the form and from companies satisfactory to the County:
SCHEDULE
Workers' Compensation
Employers Liability
(including Appropriate Federal Acts)
Commercial General Liability
Premises -Operations .........................
Products -Completed Operation..........
Blanket Contractual Liability ...............
Independent Contractors ...................
LIMITS
$ 500,000
$ 100,000 Each Accident
$ 500,000 Disease Policy Limit
$ 100,000 Each Employee/Disease
$2,000,000 General Aggregate
... $2,000,000. Products/CompOps Aggregate
... $1,000,000. Personal/Advertising Injury
... $1,000,000. Each Occurrence
... $50,000. Fire Damage
$5,000. Medical
(The County of Volusia shall be named as an additional insured under all of the above
Commercial General Liability coverage.)
Auto Liability ........................................... $1,000,000. CSL
All autos -owned, hired or no -owned
(Symbol 1 Coverage)
PAINGA12012 BIds112-1`471P Uniforms Rental, Lease and PomhaselCantnact\Cintas Corporation Conhnet.doc Page 10 of 24
8.1.1 Minimum underlying coverages shall include Commercial General Liability,
Automobile Liability and Workers' Compensation/Employer's Liability.
(Umbrella liability limit will not be required to be carried by subcontractors.)
(If the services provided require the disposal of any hazardous or non-
hazardous materials off the job site, the disposal site operator must ,furnish a
certificate of insurance for Pollution Legal Liability with coverage for bodily
injury and property damage for losses that arise from the facility that is
accepting the waste under this contract).
8.1.2 Umbrella or Excess Liability policies may be used to obtain the total limits of
liability required to meet the required limits of coverage stated above.
Evidence of such coverage should clearly demonstrate the underlying
coverages/policies that are included.
8.1.3 Workers' Compensation Insurance. Workers' Compensation insurance is
required for all employees of the Contractor, employed or hired to perform or
provide Work or Services under this Contract or that is in any way connected
with Work or Services performed under this Contract, without exclusion for any
class of employee, and shall comply fully with the Florida Workers'
Compensation Law (Chapter 440, Florida Statutes, Workers' Compensation
Insurance) and include Employers' Liability Insurance with limits no less than
the statutory amount shown above per occurrence.
8.1.3.1 Contractor and its Subcontractors, or any associated or subsidiary
company doing Work on County property or under this Contract must
be named in the Workers' Compensation coverage or provide proof
of their own Workers' Compensation coverage, without exclusion of
any class of employee, and with a minimum of the statutory limits per
occurrence for Employer's liability coverage. Further, if the
Contractor's Subcontractors fail to obtain Workers' Compensation
insurance and a claim is made against the County by the uncovered
employee of said Subcontractor of the Contractor, the Contractor
shall indemnify, defend, and hold harmless the County from all
claims for all costs including attorney's fees and costs arising under
said employee(s) Workers' Compensation insurance claim(s).
8.1.4 Commercial General Liability Insurance. Commercial General Liability
insurance, with a limit of not less than the amounts shown above with an
aggregate limit and per occurrence basis, including coverage for the
Contractor's operations, independent Contractors, Subcontractors and "broad
form" property damage coverages protecting itself, its employees, agents,
Contractors or subsidiaries, and their employees or agents for claims for
damages caused by bodily injury, property damage, or personal or advertising
injury, products liability/completed operations including what is commonly
known as groups A, B, and C (libel, false arrest, slander). Such policies shall
include coverage for claims by any person as a result of actions directly or
indirectly related to the employment of such person or entity by the Contractor
or by any of its Subcontractors arising from Work or Services performed under
this Contract. Public liability coverage shall include either blanket contractual
P.IINGA12012 BIda112-P-47IF Uniforms Rental, Lease and Pmhase\Cootr t CiM Corporation Conk cLdoc Page 11 of 24
[K
insurance or a designated contract contractual liability coverage endorsement,
indicating expressly the Contractor's contract to indemnify, defend and hold
harmless the County as provided in this Contract. The commercial general
liability policy shall be endorsed to include the County as an additional
insured.
8.1.5 Motor Vehicle Liability. The Contractor shall secure and maintain during the
term of this Contract, motor vehicle coverage in the split limit amounts of no
less than the amounts shown above per person, per occurrence for bodily
injury and for property damage or a combined single limit of the amount shown
above (including "Any Auto" Symbol 1 coverage), protecting itself, its
employees, agents or lessees, or subsidiaries and their employees or agents
against claims arising from the ownership, maintenance, or use of a motor
vehicle.
8.1.6 Primary and Excess Coverage. Any insurance required may be provided by
primary and excess insurance policies.
Insurance Requirements
8.2.1 General Insurance Requirements:
8.2.1.1 All insurance policies shall be issued by insurers licensed and/or duly
authorized under Florida Law to do business in the State of Florida
and all insuring companies are required to have a minimum rating of
A- in the "Best Key Rating Guide" published by A.M. Best &
Company, Inc.
8.2.1.2 Approval by County of any policy of insurance shall not relieve
Contractor from its responsibility to maintain the insurance coverage
.required herein for the performance of Work or Services by the
Contractor or its Subcontractors for the entire term of this Contract
and for such longer periods of time as may be required under other
clauses of this Contract.
8.2.1.3 Waiver of Subrogation. The Contractor hereby waives all rights
against the County and its Subcontractors to the extent of the risk
coverage by any insurance policy required hereunder for damages
by reason of any claim, demand, suit or settlement (including
workers' compensation) for any claim for injuries or illness of anyone,
or perils arising out of this Contract. The Contractor shall require
similar waivers from all its Subcontractors. This provision applies to
all policies of insurance required under this Contract (including
Workers' Compensation, and general liability).
8.2.1.4 County Not Liable for Paying Deductibles. For all insurance
required by Contractor, the County shall not be responsible or liable
for paying deductibles for any claim arising out of or related to the
Contractor's business or any Subcontractor performing Work or
PAINGA12012 Bids\12-P471F Uniforms Renta4 Lease and Pumhasc\Cons t\Cintns Corpomtion Cootrectdoc Page 12 of 24
Services on behalf of the Contractor or for the Contractor's benefit
under this Contract.
8.2.1.5 Cancellation Notices. During the term of this Contract, Contractor
shall be responsible for advising and providing the County's Risk
Management and the Purchasing and Contracts divisions with copies
of material notices of cancellation of the original insurance policies
approved by the County under this Contract within two (2) calendar
days of receipt of such notice or change.
8.2.1.6 For any on -site Work performed by or on behalf of Contractor on
County property, the County shall be named as an additional insured
or additional named insured subject to review and determination .by
County's Risk Manager on all policies required under this Contract.
8.2.1.7 Deductibles. For purposes of this Contract, Contractor shall not
obtain an insurance policy with a deductible or self-insurance
provision.
8.3 Proof of Insurance
8.3.1 The Contractor shall be required to furnish evidence of all required insurance
in the form of certificates of insurance, which shall clearly outline all hazards
covered as itemized herein, the amounts of insurance applicable to each
hazard and the expiration dates.
8.3.2 The Contractor shall furnish proof of insurance acceptable to the County prior
to or at the time of execution of this Contract and the Contractor shall not
commence Work or provide any Service until the Contractor has obtained all
the insurance required under this Contract and such insurance has been filed
with and approved by the County. Upon request from the County, the
Contractor shall furnish copies of the following types of insurance policies and
any changes or amendments thereto, immediately, to the County and County's
Risk Management and Purchasing and Contracts Divisions, prior to the
commencement of any contractual obligations. This Contract may be
terminated by the County, without penalty or expense to County, if at any time
during the term of this Contract proof of any insurance required hereunder is
not provided to the County.
8.3.3 All certificates of insurance shall clearly indicate that the Contractor has
obtained insurance of the type, amount and classification required by this
Article. No Work or Services by Contractor or its Subcontractors shall be
commenced until County has approved these policies or certificates of
insurance. Further, the Contractor agrees that the County shall make no
payments pursuant to the terms of this Contract until all required proof or
evidence of insurance has been provided to the County This Contractor may
be terminated by the County, without penalty or expense, if proof of any
insurance required hereunder is not provided to the County.
PAINGM2012 Bids112-P-471F UniPorms Rental, Lease and Putchase\ConMoAcintas Corporation Conm doc Page 13 of 24
8.3.4 The Contractor shall file replacement certificates with the County at the time of
expiration or termination of the required insurance occurring during the term of
this Contract. In the event such insurance lapses, the County expressly
reserves the right to renew the insurance policies at the Contractor's expense
or terminate this Contract but County has no obligation to renew any policies.
8.4 The provisions of this Article shall survive the cancellation or termination of this
Contract.
9 TERMINATION
9.1 This Contract may be terminated by (a) either party upon the material breach by the
other party if such breach is not cured within thirty (30) days written notice from the non -
breaching party.
9.2 County may terminate this Contract for convenience or non -appropriation upon at least
thirty (30) calendar days' prior written notice to Contractor.
9.3 The Contractor may cancel the Contract with one -hundred eight (180) days written
notice to the Director of Purchasing and Contracts. Failure to provide proper notice to
the County may result in the Contractor being barred from future business with the
County.
9.4 After Contractor's receipt of a notice of termination pursuant to Section 9.1 above (onto
the extent Contractor has not cured a material breach within thirty (30) days notice from
County), and except as otherwise directed by the County, the Contractor shall:
9.4.1 Stop work under the Contract or applicable scope of services on the date
specified in the notice of termination.
9.4.2 Place no further orders or subcontracts for materials, services or facilities.
9.4.3 Terminate all orders and subcontracts to the extent that they relate to the
performance of Work or Services terminated by the Notice of Termination.
9.4.4 With the approval of the County and to the extent required by the County,
settle all outstanding liabilities and all claims arising out of such termination 'of
orders and subcontracts. County's approval of such settlements shall be final
for all the purposes of this Article 9.
9.5 After receipt of a notice of termination, the Contractor shall submit to the County its
termination claim for amounts owed by County (which shall included without limitation
all amounts due for Work or Services performed through the date of termination), in the
form and with a certification as prescribed by the County. Such claim shall be
submitted promptly but in no event later than thirty (30) days from the effective date :of
termination, unless one or more extensions in writing are granted by the County, upon
request of the Contractor made in writing within such thirty (30) days period or
authorized extension thereof. Upon failure of the Contractor to submit its termination
claim within the time allowed, the County may determine on the basis of information
available to it, the amount, if any, due to the Contractor by reason of the termination
PAINGA\2012 BidsU2-P471F U.ifb.m Renm4 Less. and Phase\C.. mct\CinW Corporation Coetrecedoc Page 14 of 24
and shall thereupon pay to the Contractor the amount so determined. In the event
County terminates for convenience or non -appropriation, Contractor shall not be
obligated to refund the County any prepaid fees.
9.6 Non -Appropriation. This Contract may be terminated by the County or Contractor if
the County does not appropriate the funding in any fiscal year necessary to pay the
compensation. Contractor recognizes that funding for County requirements, including
the funding for monies to pay for the Deliverables provided under this Contract is
provided on a budget year basis, October 1 through September 30. Contractor further
recognizes that the County Council of the County of Volusia, is the authority that
establishes, allocates or otherwise provides for County's budget year funding. If, in any
budget year, funding for any reason is not provided for the Services and Deliverables or
other monetary obligations herein, then such obligation, if any, may be terminated by
County without penalty or further payment to Contractor. Additionally, in such event,
except to the extent of the prorated amount of prepaid fees, Contractor may terminate
the Contract without further obligation to provide Services to County.
9.7 In the event that the County or Contractor terminates this Contract for non -
appropriation, Contractor shall be paid in accordance with terms of Article 5 -
Compensation and Method of Payment. Contractor shall be paid (a) to the date of
termination on a prorated basis for any task and Deliverable that was started but not
completed and (b) for any work or Deliverable that has been completed but not yet
been paid. County's obligation to pay Contractor under this Section and this Contract is
limited to the budgeted amount for the fiscal year approved by the Volusia County
Council for the then current fiscal year of this Contract. Contractor shall have no right to
compel the Volusia County Council to appropriate funds for any fiscal year to pay the
compensation.
9.8 Upon being notified of County's election to terminate for default of Contractor, non -
appropriation or convenience, Contractor and its Subcontractors shall refrain from and
cease performing further work or incurring additional expenses under the terms of this
Contract that is/are not specifically authorized in the Notice of Termination.
9.9 If termination of this Contract occurs for any reason:
9.9.1 Except as otherwise provided in this Contract, each parry shall return to the
other parry, or destroy, all confidential information in its possession and shall
certify the destruction or return of said information in a written document
signed by the duly authorized representative that all such information has
been destroyed or returned, provided that the receiving party shall be
permitted to retain an archival copy of any such confidential information
(provided in continues to maintain the confidentiality of such as prescribed
herein) to the extent necessary to have a record of the Service performed
hereunder.
9.9.2 For all undisputed outstanding invoices submitted to the County for Work
completed or Deliverables delivered prior to the effective date of the
termination, the County shall cause payments to be made to Contractor within
forty-five (45) days of receipt of invoice. Contractor shall invoice the County
for any sums Contractor claims to be owed by County under this Contract for
PAINGN2012 Bids"2-P471P Unffmms Rental, Leese and Pumb"e\ConaectNCintas CoM melon Condau.doc Page 15 of 24
work performed from the last invoice to the effective date of termination.
County shall review such invoice for payment within fifteen (15) days of receipt
and County shall pay any undisputed amount within forty-five (45) days,
subject to Article 5 - Compensation and Method of Payment. Any disputed
amounts on any invoices shall be subject to the dispute resolution process set
forth in Article 10 hereof.
9.10 In the event of termination by the County for non -appropriation, for all items or products
ordered by Contractor before receipt by Contractor of the Notice of Termination which
Contractor could not cancel without imposition of a fee, the County shall cause
payments to be made to Contractor within forty-five (45) days of receipt of an
undisputed invoice for all cancellation, restocking or residual fees resulting from the
cancellation or return of Third Party Products ordered from or shipped by the vendor
thereof prior to the effective date of the termination.
9.11 In the event Contractor is unable to deliver the services, the County shall have the right
to terminate the Contract and have the right to receive from Contractor a refund all fees
paid through the date of such termination.
10 DISPUTE RESOLUTION
10.1 The parties to this Contract shall exercise their best efforts to negotiate and settle
promptly any dispute that may arise with respect to this Contract in accordance with the
provisions set forth in this Article 10. The Contractor and County Project Manager shall
use reasonable efforts to arrange personal meetings and/or telephone conferences as
needed, at mutually convenient times and places, to address and work toward
resolution of issues that arise in performance of this Contract and any applicable Scope
of Work or Services. Issues shall be escalated to successive management levels as
needed.
10.2 Informal Dispute Resolution. If a dispute develops between the parties concerning
any provision of this Contract, or the interpretation thereof, or any conduct by the other
party under these Contracts, and the parties are unable to resolve such dispute within
five (5) days, that party, known as the Invoking Party, through its applicable Project
Manager, shall promptly bring the disputed matter to the attention of the non -Invoking
Party's Project Manager or designated representative, as the case may be, of the other
party in writing (`Dispute Notice") in order to resolve such dispute.
10.3 Upon issuance of a Dispute Notice, the Project Managers or designated representative
shall furnish to each other all non -privileged information with respect to the dispute
believed by them to be appropriate and germane. The Project Managers shall
negotiate in an effort to resolve the dispute without the necessity of any formal
proceeding. If such dispute is not resolved by the Project Managers or designated
representative within five (5) County Work Days, the Project Managers shall escalate
the dispute as indicated below.
P91NGX2012 Bids112-P-471F Uniforms Rena, Lease end Pumhns6ContmcACiMs Corpomtion Conhsct.doc Page 16 of 24
10 Contractor
10 Contractor's Engagement
Manager
20 Contractor's Business Unit
Manager or Designee
Project Manager
Director of Purchasing and
Contracts
Deputy County Manager
10.4 Formal Dispute Resolution. At any point after issuance of a Dispute Notice under this
Article, either party may initiate formal non -binding mediation before a single mediator,
which mediation shall be completed within thirty (30) days of initiation, in accordance
with the rules of practice and procedure adopted by the Supreme Court of Florida for
court -ordered mediation, Rule 1.700 et seq. of the Florida Rules of Civil Procedure, and
Chapter 44, Florida Statutes. If the dispute remains unresolved after conducting such
mediation, then either party may proceed to finalize such termination remedies and
commence litigation in a court of competent jurisdiction. Each party shall bear their own
costs and attorneys fees for mediation or arbitration of an issue arising under this
Contract.
11 LOCAL GOVERNMENT LAWS
11.1 Public Entity Crimes Act. Contractor represents that the execution of this Contract
shall not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes), which
essentially provides that a person or affiliate who is contractor, consultant or other
provider and who has been placed on the convicted vendor list following a conviction for
a public entity crime many not submit a bid on a contract to provide any goods or
services to County, may not submit a bid on a contract with County for the construction
or repair of a public building or public work, may not submit bids on leases of real
property to County, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with County, and may not transact any
business with County in excess of the threshold amount provided in Section 287.017,
Florida Statutes, for category two purchases for a period of thirty-six (36) months from
the date of being placed on the convicted vendor list. Violation of this section shall
result in termination of this Contract and recovery of all monies paid hereto, and may
result in debarment from County's competitive procurement activities. In addition to the
foregoing, Contractor further represents that there has been no determination, based on
a audit, that it committed an act defined by Section 287.133, Florida Statutes, as a
"public entity crime" and that it has not been formally charged with committing an act
defined as a "public entity crime" regardless of the amount of money involved or
whether Contractor has been placed on the convicted vendor list.
11.2 Equal Opportunity: Disadvantaged Business Enterprises. During the performance
of this Contract, the Contractor agrees that is shall not discriminate against any
employee or applicant for employment because of race, creed, color, sex or national
origin. The Contractor shall take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to their
P:\INGA12012 81dsU2-P47IF Uniforms Rental, Lease and Ptvchase\ConMct\CinMs Cotpomdon Conlract.doc Page 17 of 24
race, creed, color, sex or national origin. Such action shall include, but not be limited to
the following: employment, upgrading, demotion or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship.
11.3 Independent Contractor. Contractor is an independent contractor under this Contract.
Services provided by Contractor pursuant to this Contract shall be subject to the
supervision of Contractor. In providing such Services, neither Contractor nor its agents
shall act as officers, employees, or agents of the County. No partnership, joint venture,
or other joint relationship is created hereby. County does not extend to Contractor or
Contractor's agents any authority of any kind to bind County in any respect whatsoever.
11.4 No Contingent Fees. Neither Contractor nor any parent or subsidiary corporation has
employed or retained any company or persons, other than a bona fide employee
working solely for Contractor, to solicit or secure this Contract and that they have not
paid or agreed to pay any persons, company, corporation, individual or firm, other than
a bona fide employee working solely for Contractor, any fee, commission, percentage,
gift, or other consideration contingent upon or resulting from the award or making of this
Contract. For the breach or violation of this provision, County shall have the right:to
terminate the Contract at its discretion, without liability and to deduct from the Contract
price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or
consideration.
11.5 Audit Right and Retention of Records. County shall have the right to audit the
books, records, and accounts of Contractor and its subcontractors that are related to
this Contract. Contractor and its subcontractors shall keep such books, records, and
accounts as may be necessary in order to record complete and correct entries related
to the Contract. Contractor shall preserve and make available, at reasonable times for
examination and audit by County, all financial records, supporting documents, statistical
records, and any other documents pertinent to this Contract for the required retention
period of the Florida Public Records Act (Chapter 119, Florida Statutes), if applicable,
or, if the Florida Public Records Act is not applicable, for a minimum period of three (3)
years after termination of this Contract. If any audit has been initiated and audit findings
have not been resolved at the end of the retention period or three (3) years, whichever
is longer, the books, records, and accounts shall be retained until resolution of the audit
findings. If the Florida Public Records Act is determined by County to be applicable to
Contractor's and its subcontractor's records, Contractor shall comply with all
requirements thereof; however, no confidentiality or non -disclosure requirement. of
either federal or state law shall be violated by Contractor or its subcontractors.
Contractor shall, by written contract, require its subcontractors to agree to the
requirements and obligations of this Section.
11.6 Truth -in -Negotiations. Contractor's signature on this Contract shall act as execution
of a truth -in -negotiations certificate stating that wage rates and other factual unit costs
supporting the compensation set forth in this Contract are accurate, complete, and
current at the time of contracting and that it has disclosed all obligations, debts or fees
owed to the County or pending before the County prior to the execution of this Contract.
11.7 Covenant Against Contingent Fees. The Contractor warrants that, no person or
selling agency has been employed or retained to solicit or secure this Contract upon an
P51NGA\2012 BICISM-P-47IF Uniforms Rental, Lease and Phase\Connact\Cintas Coryomtion Contramdoc Page 18 of 24
agreement or understanding for a commission percentage, brokerage or contingent fee
excepting bona fide employees or established commercial or selling agencies
maintained by the Contractor for the purpose of securing business.
11.8 Modifications Due to Public Welfare or Change in Law. The County shall have the
right under its police powers to make changes in this Contract as the result of changes
in law or County ordinances, to impose new rules and regulations relative to the Scope
of Services as shall from time -to -time be necessary and desirable for the public welfare.
The County shall give the Contractor notice of any such proposed change and an
opportunity to be heard concerning those matters. The County and Contractor agree to
enter into good faith negotiations regarding modifications to this Contract which may be
required in order to implement changes in the interest of the public welfare or due to
change in law or ordinance.
11.19 Compliance with laws and regulations. The Contractor shall keep fully informed of
all federal and state laws, all local laws, ordinances, rules, regulations, and all orders
and decrees of bodies or tribunals having jurisdiction or authority which in any manner
affect the work or which in any way affect the conduct of the work. The Contractor shall
always observe and comply with all such laws, ordinances, rules, regulations, orders,
and decrees. The Contractor shall protect and indemnify the County and all its officers,
agents, servants, or employees against any claim or liability arising from or based on
the violation of any such law, ordinance, rule, regulation, order, or decree caused or
committed by the Contractor, its representatives, subagents, subcontractors,
professional associates, agents, servants, or employees. Additionally, the Contractor
shall obtain and maintain at its own expense all licenses and permits to conduct
business pursuant to this Contract from the Federal Government, State of Florida,
Volusia County, or municipalities when legally required and maintain same in full force
and effect during the term, of this Contract.
12 PAYMENT OF SUBCONTRACTORS
12.1 Contractor shall save and hold the County harmless from any and all claims and actions
from Contractor's Subcontractors for payment for Services and Deliverables provided
by Subcontractors for Contractor under this Contract.
12.2 Nothing in this Contract shall create any obligation on the part of the County to pay
directly to any Subcontractor or Sub -subcontractor of Subcontractor any monies due to
such Subcontractor, or claims of a Subcontractor or Sub -subcontractor of Subcontractor
for amounts owed by Contractor to Subcontractor or Subcontractor to Sub -
subcontractor for Work performed under this Contract.
12.3 Third Party Beneficiaries. Neither Contractor nor County intends to directly or
substantially benefit a third party by this Contract. The Parties expressly acknowledge
that it is not their intent to create any rights or obligations in any third person or entity
under this Contract. Therefore, the Parties agree that there are no third party
beneficiaries to this Contract and that no third party shall be entitled to assert a claim
against either of them based upon this Contract, except as otherwise provided in this
Contract.
PAINGA\2012 Bids112-17-471F Uniforms Renul, Lease and Purchase\Convect\Cintas Com m6w Contuccdoc Page 19 of 24
13 MISCELLANEOUS PROVISIONS
13.1 Drug -Free Workplace. The County of Volusia is a drug -free and smoke -free
workplace. Contractor agrees that it shall provide a drug -free environment to its
personnel during the terms of the Contract and shall comply, subject to the prior receipt,
with the County's policies on drug -free and smoke -free work place during the term of
this Contract.
13.2 Notice. All notice required under this Contract shall be in writing and shall be sent by
certified United States Mail or national parcel service, postage prepaid, return receipt
requested, or by hand -delivery with a written receipt of delivery, addressed to the party
for whom it is intended at the place last specified. The place for giving notice shall
remain the same as set forth herein until changed in writing in the manner provided in
this Contract. For the present, the parties designate the following:
In the case of County:
with a copies of legal notices to:
County of Volusia
County of Volusia
Attn: Director of Purchasing & Contracts
Attn: County Attorney
Address: 123 W. Indiana Ave., Rm. 302
Address: 123 W. Indiana Ave., Rm. 301
Deland, Florida 32720
Deland, Florida 32720
Phone: 386-736-5935
Phone: 386-736-5950
Fax: 386-736-5972
Fax: 386-736-5990
In the case of Contractor:
with a copy of legal notices to:
Cintas Corporation No. 2
Cintas Corporation No. 2
Attn: Chad Zaniewski
Attn: Chad Zaniewski
Address: 1844 Holsonback Drive
Address: 1844 Holsonback Drive
Daytona Beach, FL 32117
Daytona Beach, FL 32117
Phone: 386-274-2715
Phone: 386-274-2715
Fax: 386-274-2371
Fax: 386-274-2371
13.3 Assignment and Performance.
Contractor may not assign or otherwise convey Contractor's rights and/or obligations
under this Contract without first providing County with a processing fee of Five Hundred
Dollars (US $500.00) and obtaining County's prior written consent, which consent
County may withhold, limit and/or condition in County's sole discretion, including, but
not limited to posting a performance bond. Any consent by the County under this
section shall be by written amendment to the Contract in a form and substance
specified by the County in its sole discretion. If Contractor desires to assign or
otherwise convey its rights and/or obligations under this Contract, Contractor shall, no
less than one hundred twenty (120) days prior to the assignment's proposed effective
date, provide County with a written request for County's consent.
Failure by the Contractor to obtain the County's consent in accordance with this section
prior to assignment or other conveyance shall: 1) constitute a material breach of the
Contract; and 2) entitle the County to retain any and all legal rights, claims and defense
to enforce this section, including, but not limited to, injunctive, declaratory, damages
PdINGA12012 81ds\12-P471F Uniforms Rental Leese and Purchase\Connct\Cinw Corporation ContacLdoc Page 20 of 24
and attorney's fees and costs. Payment of any sum by the County in accordance with
the Contract to the Contractor or any person or entity prior to the Contractor obtaining
the County's consent to the assignment shall not constitute a waiver of the rights of the
County under this section.
Nothing herein shall preclude the right of the County to waive its rights under this
section but no waiver shall be granted by the County without amendment to the
Contract. The Contractor is hereby placed on notice that the County may demand a
discount of up ten percent (10%) from those rates or compensation for the goods or
services ordered pursuant to this Contract as a condition to execution of the
amendment.
13.4 Time of the Essence. Time is of the essence for all Work or Services performed
throughout this Contract.
13.5 Key Personnel. The initial key personnel must be made known to County or specified
in the Scope of Services or future statement work. Any changes in personnel related to
the Volusia County Contract shall be submitted in writing to the County's Project
Manager and the Director of Purchasing and Contracts or designee within five (5)
business day of change. County agrees not to unreasonably withhold any such
approval. Contractor shall, except as agreed by the parties, provide the key personnel
as long as said staff are in Contractor's employment. In the event of injury, illness, or
death of Contractor's key personnel, or if such key personnel leave Contractor's
employ, Contractor shall replace such individual within five (5) County Work Days after
such injury or illness, or from the date of departure from employment or of death.
Contractor shall provide the County Project Manager with such information as
necessary for County to evaluate the new key personnel. In the event the County
Project Manager has reasonable objections to any replacement of key personnel,
County shall notify Contractor in writing regarding such objections. Promptly after its
receipt of such objections, Contractor shall investigate the matters stated and discuss
its findings with County. If County thereafter requests in good faith replacement of the
key personnel, Contractor shall use its reasonable best efforts to replace the employee
with a person of suitable ability and qualification. Contractor shall use its best efforts to
avoid replacing or reassigning any key personnel under this Contract. If,
notwithstanding this commitment, it becomes necessary for Contractor to replace any
key personnel under this Contract, Contractor shall give County as much reasonable
detail as possible concerning the proposed replacement. Contractor agrees to provide
County with at least five (5) County Work days notice of changes to Contractor's Project
team participants. Contractor agrees to provide County with resumes of new project
team participants and County may choose to interview new Project team members.
13.6 References to County or Contractor. Contractor agrees that during the term of this
Contract, except as provided herein, Contractor may not reference County in
Contractor's website, and/or press releases, and, may not place County's name and
logo on Contractor's Web site or in collateral marketing materials relating to
Contractor's products and services without prior review and written approval by County.
Further, Contractor agrees that it may not use County's name, logo or any trademarks
(including in any press releases, customer "case studies,' and the like) without County's
prior written consent. Termination or expiration of this Contract shall not affect
Contractor's obligation in this regard and such obligation shall survive the termination or
cancellation of this Contract.
PAINGX2012 Bids%D-P-471F Uniform Renml, lease and Purchase\Cantrect\Cintns CO P=tion Contr .doc Page 21 of 24
13.7 Force Majeure. Neither party shall be liable for any failure or delay in the performance
of its obligations under this Contract to the extent resulting from force majeure or other
causes beyond reasonable control, including, but not limited to, compliance with any
Government law or regulation, acts of God, act or omissions of the other party,
Government acts or omissions, fires, strikes, natural disasters, wars, riots,
transportation problems, and/or any other cause whatsoever beyond the reasonable
control of the parties (an such cause being referred to as a "Force Majeure Event").
Accordingly, the parties further agree that:
13.7.1 Upon the occurrence of Force Majeure Event, the non -performing party shall
be excused from any further performance of those obligations under this
Contract affected by the Force Majeure Event for as long as (a) the Force
Majeure Event continues; and (b) the non -performing party continues to use
commercially reasonable efforts to recommence performance whenever and
to whatever extent possible without delay.
13.7.2 Upon the occurrence of a Force Majeure Event, the non -performing party shall
notify the other party within two (2) County Work Days of the failure, or as
soon as possible after such failure or delay if the Force Majeure Event
prevents compliance within two (2) County Work Days, of the occurrence of a
Force Majeure Event and shall describe in reasonable detail the nature of the
Force Majeure Event.
13.7.3 In the event of a Force Majeure Event, the time for performance by the parties
under the applicable Scope of Services shall be extended for a period of time
equal to the time lost by reason of such cause through execution of a Change
Order pursuant to the terms of this Contract.
13.8 County Representative. Performance of this Contract by the Contractor shall be
under the direction of the authorized County Representative, who shall have final
decision authority for all phases of the work and services, including general direction,
review, and approval. The County Representative's review, approval, acceptance of, or
payment for, any of the work and services required under this Contract shall not .be
construed to operate as a waiver of any rights under this Contract or of any cause of
action arising out of the performance of this Contract, and the Contractor shall be and
remain liable to the County for all costs of any kind that the County incurs as a result of
the Contractor's negligent performance of the work and/or services furnished under this
Contract.
13.9 Subcontractors. The Contractor shall require all subcontractors and outside
associates employed in connection with the performance of this Contract to comply fully
with the terms and conditions of this Contract.
13.10 Waiver of Breach and Materiality. Failure to enforce any provision of this Contract
shall not be deemed a waiver of such provision or modification of this Contract. A
waiver of any breach of a provision of this Contract shall not be deemed a waiver of any
subsequent breach and shall not be construed to be a modification of the terms of this
Contract.
PAINGAM12 BHM12447IF Uniforms Rental, Leeae and Pmehas0\C0nMM\Cintas Cutpomtion CMMGLdoe Page 22 of 24
13.11 Compliance with Laws. Each party shall comply with all federal, state, and local laws,
codes, ordinances, rules, and regulations in performing its duties, responsibilities, and
obligations related to this Contract.
13.12 Severance. In the event this Contract or a portion of this Contract is found by a court of
competent jurisdiction to be invalid, the remaining provisions shall continue to be
effective unless County or Contractor elects to terminate this Contract. The election !to
terminate this Contract based upon this provision shall be made within seven (7) days
after the finding by the court becomes final.
13.13 Applicable Law. Venue and Waiver of Jury Trial. This Contract shall be interpreted
and construed in accordance with and governed by the laws of the state of Florida.
Jurisdiction of any controversies or legal issues arising out of this Contract, and any
action involving the enforcement or interpretation of any rights hereunder, shall be
exclusively in the state courts of the 7th Judicial Circuit in and for the County of Volusia,
Florida, and venue for litigation arising out of the Contract shall be exclusively in such
state courts. By entering into this Contract, Contractor and County hereby expressly
waive any rights either party may have to a trial by jury of any civil litigation related'to
this Contract. Each party agrees to bear its own costs and attorney's fees relating !to
any dispute arising under this Contract.
13.14 Amendments. No modification, change order, amendment, or alteration in the tenns:or
conditions contained herein shall be effective unless contained in a written document
prepared with the same or similar formality as this Contract and executed by the award
authority and Contractor.
13.15 Prior Contracts. This document represents the final and complete understanding of
the Parties and incorporates or supersedes all prior negotiations, correspondence,
conversations, Contracts, and understandings applicable to the matters contained
herein. The Parties agree that there is no commitment, agreement, or understanding
concerning the subject matter of this Contract that is not contained in this written
document. Accordingly, the Parties agree that no deviation from the terms hereof shall
be predicated upon any prior representation or agreement, whether oral or written.
13.16 Additional Rights and Remedies. The rights and remedies of the County provided for
under this Contract are in addition to any other rights and remedies provided by law; the
County may assert its right of recovery by any appropriate means including, but not
limited to, set-off, suit, withholding, recoupment, or counterclaim, either during or after
performance of this Contract.
13.17 Headings. Any paragraph, article, and/or section headings used in this Contract are for
convenience and ease of reference only, and do not define, limit, augment, or describe
the scope, content or intent of this Contract.
13.18 Effective Date. This Contract shall take effect on that day which it is fully executed by
the County and the Contractor.
13.19 All provisions of this Contract which impose or contemplate continuing obligations on a
parry shall survive the expiration or termination of this Contract.
PAINGA\2012 eidsM-P-07IF Uniforms RenmL base and P=h.\ConoacACinms Corporation Contsactdoc Page 23 of 24
13.20 Entire Contract. This Contract contains the entire Contract between Contractor and
County. Any modifications to this Contract shall not be binding unless in writing and
signed by both parties.
IN WITNESS WHEREOF, the parties have made and executed this Contract for Uniform Rental,
Lease and Purchase Services on the date last written below.
CINTAS CORPO TI NO. 2 ATTEST
F-.IV
Name: CA"V
Date: (-f z 74 7-
COUNTY OF VOLUSIA
BY 2)
Frank T. Bruno, Jr.
County Chair
Date: 1
CC Date: -1' I a - I a
BY:
Name: ,�✓,;E. ss�
Title:
Date:
PAINGM2012 Bids%124-471F Uniforms Renml lease and PumFaseTont=tTintas Coipomtion Condnm.doc Page 24 of 24
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
Tuesday, July 14, 2015
Bid Award
Motion to approve contract between the City of Clermont and Jordan Brothers Construction, LLC. to
provide all labor, material and equipment necessary to conduct stormwater improvements to Linden
Street and Lake Avenue in the amount of $518,006.30 and contingency cost of $51,800.
The Purchasing Department and the Environmental Services Department recommend approval of the
above action.
The Environmental Services Department contacted the Purchasing Department to determine the most
effective manner to contract a company to provide stormwater improvements to Linden street and
Lake Avenue. The Purchasing Department issued a Request for Bid (RFB) number 15-028 to acquire
these services. The RFB was fully competed, advertised, and complies with the City of Clermont
Purchasing Policy. There were three responses to the RFB.
The project involved the construction of stormwater treatment at two locations. The first location is
7th Street at intersection with Linden Street and entails removing existing pavement and installing
stormwater treatment system infrastructure and re -building the road. The second location is at Lake
Street between Linden Street and Seminole Street and entails removing existing pavement and
installing stormwater treatment system infrastructure, re -building road, and constructing drainage
retention area between road and lake.
Award is being recommended to responsive and responsible bidder Jordan Brothers Construction,
LLC. at the total amount of $518,006.30 who complied with all terms, conditions, and specifications
stated in the RFB.
Partial funding for this project is derived from Lake County Water Authority which includes cost
sharing for 30% of the project, not to exceed $151,594. Funding will be provided in the form of
reimbursement to the City.
A contingency of $51,800 (10% of total bid price) is being sought for changes that may occur during
the construction process. The fiscal impact of $569,806.30 includes contingency values.
• . 9
m
Project cost is included in the current year approved budget.
Fiscal ImpacIl 44Fund Number and Description Available Budget Amount
$. • :1. 1 .. 1. $ .11 111 11
Xhliblts Attached (copies of original agreements)
-FB 15-028 Bid Tabulation -FB 15-028 Response .• • ••
CLEWWONT
Choice of Champions
RESPONSE TABULATION
RFB 15-028, LINDEN STREET AND LAKE AVENUE STORMWATER IMPROVEMENTS
DUE DATE/TIME: JUNE 25, 2015 AT 2:00 P.M. (EST)
* Mathematical Error: Total lump sum price was adjusted from $589,099.88 to $588,985.81.
**Addendum 1-4 where not mandatory submittals with RFB response.
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
Tuesday, July 14, 2015
Bid Award
Motion to approve contract between the City of Clermont and Innovative Construction & Engineering,
LLC. to provide all labor, material and equipment necessary to conduct renovation of historical Kern
House and Cooper Library and a budget amendment in the amount of $17,220.
The Purchasing Department and the Public Works Department recommend approval of the above
action.
The Public Works Department contacted the Purchasing Department to determine the most effective
manner to contract a company to provide historical exterior renovation of Kern House and Cooper
Library. The Purchasing Department issued a Request for Bid (RFB) number 15-021 to acquire these
services. The RFB was fully competed, advertised, and complies with the City of Clermont
Purchasing Policy. There was only one response to the RFB.
The Purchasing Director reduced the total price of line 1, 2 and additive alternate by $5,775, from
$89,995 to $84,220 through a best and final offer.
A copy of the statement of work and bidder's price is attached.
Award is being recommended to single bidder Innovative Construction & Engineering, LLC. for the total
amount of $84,220 who complied with all terms, conditions, and specifications stated in the RFB.
Project is included in the current year Infrastructure Sales Tax
Fund budget in the amount of $67,000. A budget amendment in the amount of $17,220 in the
Infrastructure Sales Tax Fund is requested.
Additional
A budget amendment in the amount of $17,220 is requested in the Infrastructure Sales Tax Fund.
$84,220.00
12573-54600
$67,000.00
1. RFB 15-021 Bid Tabulation RFB 15-021 Response Tabulation.pdf
2. Scope of Work and Bid Price RFB 15-021 Scope of Work.pdf
3. Price Reduction Letter Price Reduction Letter.pdf
CLEWWON
T
Choice of Champions
RESPONSE TABULATION
RFB 15-021, EXTERIOR RENOVATION OF HISTORICAL KERN HOUSE AND COOPER LIBRARY
DUE DATE/TIME: MAY 28, 2015 AT 2:00 P.M. (EST)
COMPANY NA
DDENDUMrIENOVATION
ADDITIVE
RENOVATION +
1-4
MP SUM PRICE ALTERNMIADD.
ALTERNATE
Construction & Engineering,
Odessa,Innovative
"Addendum 1-4 were not mandatory submittals with RFB response.
SECTION — B
STATEMENT OF WORK
The current condition of the exteriors of the Cooper Library and the Kern house
buildings in the Clermont Historic Village were evaluated in 2012 and in 2014. The
deficiencies and items requiring maintenance are described below.
The existing siding at the Cooper Memorial Library Building has deteriorated due to
moisture penetration and cannot be easily repaired. This solicitation calls for a
complete removal and replacement of the siding, vertical and horizontal trims, and
replacing all window framing and window trims.
The two-story Kern House has several areas of wood rot occurring due to improper
drainage planes, improper preparation of materials in the sealing and priming stage
and poor application of exterior paint finishes. The north/northeast deck is sloped
toward the house causing deterioration of the siding where the deck abuts the house.
This solicitation calls for a complete removal and replacement of siding on the north,
east and west sides of the Kern House, new window framing and trim on the same
sides, caulking and painting all wood siding, trim and porch deck on the south side,
painting and total rebuild of the north/northeast deck, and replacing the bottom front
step.
The demolition and construction on both sites shall be phased so that building is
secured and enclosed at all times. All furnishings described herein shall be installed by
qualified tradesmen. All work and installation of materials shall be conducted as per
manufacturer's specifications and recommendations, or as otherwise directed by City's
Project Manager. The City's project manager will review each installation to determine
compliance prior to final work acceptance. Successful respondent shall remove from
the site all excess materials, soil, debris, equipment, to the satisfaction of City's Project
Manager upon final inspection.
1.A— KERN HOUSE: HARDWOOD SIDING REPAIRS SOUTH SIDE ONLY
i. Replace damaged siding and trim to be performed by others
ii. Prime new siding and trim to be performed by others
iii. Apply caulk where siding abuts openings or trim; at every joint and interface. A
paintable siliconized acrylic latex caulk should be applied. Do not use 100%
silicone caulk.
iv. Replace bottom front step with new PT wood to match other steps, prime and
paint per wood specifications.
V. Two coats of acrylic latex paint shall be applied to all exposed surfaces of the
siding, various trims, and porch deck.
vi. Installation shall be according to American Wood Councilor Western Wood
Products Association Recommendations.
RFB No: 15-021
Page 11 of 37
SECTION — B
STATEMENT OF WORK
1.113 — KERN HOUSE: RECONSTRUCTION OF NORTH/NORTHEAST DECK
(ALTERNATE BID)
i. Demolish and dispose of existing deck.
ii. Perform total re -build of the deck using 1" x 6" IPE Wood Decking or approved
equal, providing 1/8" gap between boards.
iii. Perform total re -build of the supporting structure using new PT wood.
iv. Provide all incidental hangers, brackets, screws, bolts, etc.
V. The deck shall be self-supporting, and not attached to the house.
vi. Allow for a positive drainage plane as well as a 3/4"-1" gap between the deck
plank and exterior wall siding.
vii. Decking to be fastened with (2) 2-3/4 deck screws at each beam.
viii. Pre -drill and countersink all screws (typ)
ix. All beams and cross bracing shall be new PT wood. Use Simpson LUS28 joist
hanger with (6) 10d nails.
X. Provide additional cross bracing at all beams
A. All beams shall be 4"x6" PT wood
xii. Running board and cross bracing shall be 2" X 6" PT wood
xiii. Provide 2 x 2 picket @ post direction change
xiv. Construct open riser stairs to access the west side of the deck. Treads to be 11
inches, and riser to be 6.75 inches. Nose depth between '/2" and 1 ".
1.0 — KERN HOUSE: HARDIE PLANK SIDING NORTH, EACH AND WEST SIDES
i. Remove all siding, vertical and horizontal trims on three sides of the building and
dispose.
ii. Install Select Cedarmill HardiePlank 10 siding on three sides of the building.
iii. Install vertical and horizontal trims using HardieTrim similar to existing trim.
iv. Remove all windows, demolish all window framing and install new window
framing using HardiePlank. Re -install existing windows.
V. Ensure proper drainage plane on all horizontal trim components.
vi. Installation shall be according to HardiePlank HZ10 Lap Siding Installation
Requirements for primed & Colorplus® products.
RFB No: 15-021
Page 12 of 37
SECTION — B
STATEMENT OF WORK
1.11) — KERN HOUSE: DOOR OVERHANG ON NORTH DOOR AND EAST DOOR
Construct a door overhang on the north and east door using PT wood and
minimum 3/8" exterior plywood. See attached picture for overhang style.
Rafters shall be spaced no more than 16 inches. Overhang width shall be
minimum 68 inches, and the drip line shall be a minimum 48 inches from the
face of the building. Install roofing felt between plywood and galvanized roofing
matching existing roof.
2 — COOPER LIBRARY
Remove all siding materials, vertical and horizontal trims and dispose.
ii. Install milled cypress wood siding, similar to existing size.
iii. Install like sized trim using milled cypress wood.
iv. Ensure proper drainage plane on all horizontal trims.
V. Remove all windows, demolish all window framing and install new window
framing using HardiePlank.
vi. All wood material shall be primed with an acrylic latex primer on all surfaces prior
to installation.
vii. Precutting will be required.
viii. Verify moisture content is in the allowable range for the wood chosen.
ix. After installation all screw heads shall be primed.
X. Apply caulk where siding abuts openings or trim; at every joint and interface. A
paintable siliconized acrylic latex caulk should be applied. Do not use 100%
silicone caulk.
A. Two coats of acrylic latex paint shall be applied to all exposed surfaces of the
cypress siding and various trims.
xii. Installation of wood shall be according to American Wood Council or Western
Wood Products Association Recommendations.
END OF SECTION — B
RFB No: 15-021
Page 13 of 37
SECTION — C
PRICE SCHEDULE
NOTE: By signing this form, the respondent fully acknowledges that there will be no additional
compensation (no overhead, no anticipated profits, etc.) other than the lump sum price of the items listed
below, authorized, ordered, placed, and accepted by the City.
Description
T• • Sum Price
1
Kern House Renovation (Scope of Work 1 A, 1 C, 1 D)
`� �° 7t�'i 00 0
2
Cooper Library Renovation
� 5 00
Total s Sum Price forand
Add
Kern House Reconstruction of North/Northeast Deck — Additive
Alternate (Scope of Work 1 B)�
�� Y 0 d
Lump Sum Price Including Additive Alternate
for Line Items I and 21�9
boo
Contractor's Days to Substantial Completion: �o Calendar Days.
Not to exceed: Ninety (90) Calendar Days from Purchase Order or Notice To Proceed.
Final Completion Shall Be Ten (10) Calendar Days Thereafter.
By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this
solicitation, and is acting in an authorized capacity to execute this response. The respondent also
certifies that it can and will provide and make available, at a minimum, the items set forth in this
solicitation.
Company Name (print): L.:,� j� 0 � /1 -`"
Street Address. // 67
Mailing Address (if different):
Telephone: y ' ° -7 152 - V/;3 4 e Fax: ? - 31 ` Z-? I
Email �Gt l/�,r/ ��f'` j -�/I! Payment Terms: % days, net
FEIN: -'7 f fessionaL License No.: ,�jF✓� P'
Signature: '� Date: 7—
Print Name: -i�✓�,;� Title:
Does the respondent accept payment using the City's MASTERCARD? ❑ Yes No
�.Yif'lrldL'�+� l S s
END OF SECTION — C r4
;FB No: 15-021
Page 14 of 37
July 1, 2015
TO: Freddy Suarez, City of Clermont
FROM: Innovative Construction & Engineering
RE: Change of Bid price for the "Exterior Renovation of Historical Kern House and Cooper Library"
Mr. Suarez,
This letter is to inform you that we at Innovative Construction & Engineering have lowered our original
bid price for the "Exterior Renovation of Historical Kern House and Cooper Library". Our original price
was $89,995. The new price of our bid offer is $84,220. This is a reduction of $5,775.
Thank you,
David Irwin
Innovative Constt�fction & Engineering
813-474-6346
888-231-2838 fax
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Page 1 of 1
Tuesday, July 14, 2015
Event Request
Move to approve the Clermont Downtown Partnership to host a monthly car show on the second Saturday of every
month in Downtown Clermont.
.. llll
The Parks and Recreation Department support the Clermont Downtown Partnership's request to host a reoccurring
monthly car show in Downtown Clermont. The event will occur on the second Saturday of every month and will be
from 1:00 PM until 9:00 PM and will incorporate different styles of cars, food trucks, vendors and music.
The following road closures are requested to support the event from 1:00 PM to 9:00 PM. ( Please see attached
map for details)
-Montrose Street between Lake Ave and West Ave
-8th Street between Montrose Street and Minneola Ave.
-Minneola Ave between 8th Street and the entrance to public parking lot.
-7th Street between Desoto Street and the entrance to the Elks parking lot
The CDP has agreed to comply with all city regulations including staff personnel requirements to ensure the event is
safe and successful.
ImpactFiscal OU&
..
1. Car Show Council Packet Car Show Packet.pdf
& `� r
CITY OF CLERMONT
CLER ONT EVENT APPLICATION Copy
Choice of Champions
If approved, this application will be subject to the attached use agreement and responsible for any charges associated with this rental.
Date of Application:/� �Wls Name of Event: C�GUN•0 flml2 � (=6FZ:/b ✓t)
i2' o� DO
Date(s) of Request: Actual Event Hours Start: PA End:
ry l S (All events must end no later than lOpm)
Set Up Hours Start: End: 'DD Pk Breakdown Hours Start: End: Dd eM
Please list all City of Clermont facilities and/or streets being
Olcr
Name of Organization/Renter.
Check Type of Organization: )4Not for Profit ❑ For Profit ❑ Commercial ❑ Individual ❑ Government
So/- G - Z
Tax Exempt: ❑ Yes �No If Yes, you must provide your Tax Exempt #
Website: WtaW L�� n,on3o/n�Wrr7o w���ZrfnBrS�i,�•a/2nr
,,// Email: i/7�o C�i°/hJoQGcUn76oyrl�z.�7Z/7PsSN'�OD
Day Phone: 3?5& W -7' rJJ// 4 Y D Cell Phone: �oS � � � ✓ Other Phone/Fax:
�O Bax /�e73r/ ' d 20 w, /Lld/✓rizns� CGS yLytO/iTi Pz
Address: /� , City: State: Zip:
Secondary Contact: /' /9 /� Jd r �i��� Phone#:
Briefly Describe Event: (�V2 S Na✓U LO o D 7JA?l/Gi�'?� ' /��N/�6 !/I¢'/ ��t �d k / O Tpyy� �( /
Federal ID #/Drivers License #:
Event Contact: A n , ?
(Please attached any additional information such as a flyer, brochure or anything else that is pertinent to your event)
Do you have any special requests? (i.e. road closures, electrical, extra trash needs, sp%nal cleaning or stockingjoff bgathrooms, etc):
('tociirl�4/r/ioP�o7roa"W.'GAkt/rti�N �s�/U/�S%/IGIoNT!?itiLz/O—aAlA'71 Sal
ite/j�CJsSvV 7 n ,
Event Participants: �313
f arff 7o AcAS AV V,901,d y .S: ,f /Ylc
Expected Attendance: &e!�Li
rrlost'/t��,vvFoty4 44�Joaj has ,v:a//i
# of Vehicles: /6n � .--A6o NSL 'V
Are you planning on having food? Yes ❑ No Type of food: 1 o co 74,UG,Gf AeZA4S�P1'04 9 Ae ✓/> &X-<
Are you planning on selling food? ❑ Yes ONo Will you have an dmission fee: ❑Yes�No If yes, how much:
Foa o Pa 0 gy A'io✓8 SN'rlT16,St!Faa,o T2ce �
Do you intend to set up tents?3f Ves ❑ No If yes, then how big, how many and where?
(a special tent permit may be required)
**Please attach a proposed layout showing your event including parking, set up, tents, event items, etc.
I understand and agree that I am responsible for any vandalism or damage to the buildings and/or fixtures during my rental dates. As
assurance of such responsibility I am posting the required deposit, which will be returned to me after the completion of my scheduled
event, pro ' ' g that the rental facilities, buildings and fixtures are not damaged, that all equipment has been properly stored and
addition c up is not ecres^ ry. I �d(ejrstand all rental) fees and deposit is required at time of reservation. �s
Ps— ' :gws Rules received and read (initial):
Applicant Signature Date
City of Clermont Recreation Department, 3700 South Highway 27, Clermont, FL 34711
(352) 394-3500 phone, (352) 394-2900 fax, www.cityofclermontfl.com
J ' bre) "�' W+ I Page I
EVENT
LAYOUT
WEST
8th
CAR
SHOW
CLERMONT DOWNTOWN
PARTNERSHIP
WEST
S
H
O
W
S E
H
801 O
W 8th
CAR CAR
SHOW SHOW
CITY
HALL
PARK
CITY HALL
S
H
O
S
H
O
S
H
O
W
S
H
O
CAR
ELKS
ELKS
H
O
W
�12ndSATURDjX 0r-tan FFI&Agg�CAR SHOW
Clermont Downtown Partnership
M
N
N
E
O
L
2ndSATURDAY
Villa CAR SHOW
WEST
Wallace
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
Tuesday, July 14, 2015
Hancock Park Grant Request
Discussion regarding the grant request from the Lake County Tourist Development Council and the Board of County
Commissioners
At the previous City Council meeting on June 23, 2015, the Council voted to table this item until July 24, 2015 for an
update on the application to the Lake County Tourist Development Council (TDC).
This discussion is in regard to the City's application for funding the reconstruction of a portion of the Hancock
Recreation Area to accommodate six (6) new softball fields. This would create a 10 Field Softball Complex.
The funding request is from the Lake County Tourist Development Tax for Capital Projects for $1.2 million. The
Tourist Development Council met on June 2 to discuss this application and recommended denial. The Board of
County Commissioners can still consider this request provided a commissioner request it to be heard.
PFX Athletics is proposed to partner with the City to expand the travel ball tournaments bringing a larger economic
impact to the City.
ImpactFiscal ..
1. Location Map & Proposed layout HRA 10-field complex.pdf
a
w
a
C
0
z
o
a
W
0
GC
a,
C�
c
W
v
w
Y
w
V
O
v
z
a
0
LO
v)
qq
c �
o _0
+, c
peoy NDOOUBH 05......•
dfMUMMNMff"WW
spuolj `Iuowjelo to A3!o
:AS aamau
DMdOo
X+ed )PoDueH veld al!S pasodad
ate Hnnraa
r.
.0-, G - .l 3lYOS
� o o
0 o i i
T.n4+.s,7rora S y
�@ IL
a
�IIIIIIIIIIIIIIIIIIIIIIIIIflt1
UllTfl
......�..,....�. Jme
co
st 'IIIIIIIIIIIIIIIIII 11-111111 o _ c
_ J1LI11I I I I I I W1LW TV co
IIII III
aL U
OVOU MOOONVH
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
Tuesday, July 14, 2015
• . ..
Lien Release
Belgian Capital/South Lake Medical Arts Center
Move to approve the reduction of the fine and release of the lien.
..
7
The Respondent, Belgian Capital Fund, LLC, has complied with Code Case 12-797 as of June 30, 2015 for
violations of failure to maintain landscape and unlawful maintenance of nuisances (high grass and weeds) on the
South Lake Medical Arts Center property located on the southwest corner of Oakley Seaver Drive and Citrus Tower
Boulevard (Alternate Key 3877287).
The property owner is requesting a reduction of the fine to $3,000 and release of the lien. The fines had accrued to
$104,750 when the order imposing an administrative fine/lien was imposed by the Code Enforcement Board in April
2013. The fines continued to accrue at $250/day while not the property was not in compliance and totaled $306,250
on the June 30, 2015 compliance date. The City incurred administrative costs in pursuing this matter; however, a
reduction to $3,000 is acceptable to the City. Upon Council approval, and after payment within 30 days, the lien will
be released from the property.
ImpactFiscal
..
1. Request Letter Lien reduction request Belgian Capital.pdf
2. Exhibit 1 - Map Belgian Capital.pdf
3. City Attorney Memorandum grayBelgiancapliensettlement.pdf
MERIDETH
NAGEL,PA.
Attorasys at
MERIDETH C. NAGEL, ESQ.
OWNER
JIMMY D. CRAwFoRD, ESQ.
OF COUNSEL
June 30, 2015
Barbara Hollerand, Development Services Director
City of Clermont, Florida
685 West Montrose Street
Clermont, Florida 34711
RICHARD H. LANGLEY, ESQ.
OF COUNSEL
JENNWER ISAKSEN, ESQ.
OF COUNSEL
Re: Request for Reduction/Elimination of Code Enforcement Fine and Lien
South Lake Medical Arts Center; Belgian Capital Funding, LLC
Dear Ms. Hollerand:
Please consider this letter as a request to be placed on an upcoming City Council agenda
to request a reduction in the code enforcement lien and fine currently on the property, Alternate
Key Number 3877287, also known as South Lake Medical Arts Center ("SLMA"). A copy of
the lien, in the amount of $104,750.00, is attached for your convenience.
SLMA was greatly affected by the recession, and has been in a difficult financial
situation since that time. However, several local doctors and professionals have their offices in
SLMA, as does the Veteran's Administration clinic for South Lake county, and it is being
maintained in first-class condition. Our office represents the owner of the remaining lots within
SLMA, which has reasserted its position and is attempting to sell property again in order to
complete the project and maintain the center in its current excellent condition. Of course, the
code enforcement lien prevents such sale, until it is satisfied.
Considering the owner's attempts to cooperate, the current compliance of the property,
and the hardship the lien places on the other owners in the center, we request the fine be reduced
to $3,000.00. We believe this will completely cover the city's costs in this case, and ensure that
the property remains in compliance. We appreciate the City's cooperation and assistance. If you
have any questions or concerns, please do not hesitate to contact our office.
Sincerely
w
Jimmy D. Crawford, E
Merideth Nagel, P.A.
Copy by email: Daniel Mantzaris, Esquire
Evie Wallace, Code Enforcement Supervisor
Jan Hendrickx, Manager, Belgian Capital Funding, LLC
1201 West Highway 50 • Clermont, FL 34711 • Tel: (352) 394-7408 • Fax: (352) 394-7298 • www.mnagellaw.com
INSTRUMENT#:2014083030 OR BK 4508 PG 1472 PAGES: 2 7/31/2014 9:09:34 AM
NEIL KELLY, LAKE COUNTY CLERK OF THE CIRCUIT COURT
REC FEES: $18.50
685 W A(mtkW St
ft—d, Ae 34711
CODE ENFORCEMENT BOARD OF THE
CITY OF CLERMONT, FLORIDA
CITY OF CLERMONT Case No: CEB 12-797
South Lake Medical Arts Ctr., Oakley Seaver Blvd
Petitioner, Clermont, Florida
VS.
BELGIAN CAPITAL FUND, LLC,
Respondent.
IJ
ORDER IMPOSING ADMINISTRATIVE FINE/LIEN
THIS CAUSE came on for public hearing before the Code Enforcement Board on April 16,
2013, after due notice to Respondent upon Petitioner's Motion for Order Imposing Fine and
Creating Lien, at which time the Board was advised that the Respondent has not complied with the
Board's Order of March 23, 2012 by failing to timely take the corrective action as required by the
Board.
It is hereby ORDERED THAT:
1. A fine is imposed in the amount of $104,750.00 and shall continue to accrue at
the rate of $250.00 per day until the property is brought into compliance
2. This Order shall be recorded in the Public Records of Lake County and thereafter
shall constitute a lien against the following described land on which the violation exists and upon
any other real or personal property owned by Respondent.
Tax Id No. 20-22-26-0302-0000-0000
Alt Key: 3877287
Legal Description:
CLERMONT, SOUTH LAKE MEDICAL ARTS CENTER THIRD AMENDMENT
COMMON ELEMENTS CB 3 PG 31-33
ORB 4028 PG 16911
AS LISTED IN LAKE COUNTY PUBLIC RECORDS
INSTRUMENT# 2014083030 OR BOOK 4508/PAGE 1473 PAGE 2 of 2
Case No.: 12-797
3. This Order shall supersede any prior Order of this Board Imposing a Fine and
Creating a Lien in this matter.
DONE and ORDERED this eday of April 2013.
CODE ENFORCEMENT BOARD OF THE
CITY OF CLERMONT, FLORIDA
Vice Chairman Chan&k Myers
STATE OF FLORIDA
COUNTY OF LAKE
The foregoing instrument was acknowledged before me this �l� day of April 2013, by
Chandra Myers, as Vice Chairman of the City of Clermont Code Enforcement Board who is
pe -onall known to me or produced .r- as identification.
1
gnature of person taking, acknowledgment L. lmis
' sion # EE 122167
U_�,L
EOM December 13,2015
7 6 1.���/ \ eonaeamurwrF,�rsoraaeooaeswro
Name of Officer taking acknowledgment --typed,
printed or stamped
I HEREBY CERTIFY that on this day of April 2013, a true and correct copy of
this Motion has been furnished by certified and regular mail to the Respondent, BELGIAN
CAPITAL FUND, LLC, I I I I Kane Concourse, 401F, Bay Harbor Islands, FL 33154.
'�WIQAAAGw ,
p Code Enforce nt Officer
9171 9690 0935 0030 1199 91
I' SKY F 10 ' L' P ZA'
+1 SKY IIJ TA
SKY TO FiESSION4 ZA
SKY T P'P Fl<SSI LP ZA
MADISON APARTMENT; HOMES
f SOUTH LAKE HOBITA I ENTER
- - - - --------------------------------------------
-------------
---
4L Rim ■I :Y1a�S" A CENTS _ -
.• l-TH LAKI ! MEDIOLWAI TS CIE
SOUTH LA mL ;�.k 1ER�
} SOUTH LAKE M LA.
ANTS CENTER- �'
SO[1T!? I AKF AFDICXLARTS CENTER {
SOUTH LAKE M:DICA_ART �TLF ,'ii ���'L7KE IAEi �4LART! `I
CENTER 1
SOU— , � ; AKE k =DICA -A=g NTER ISO
i i —
f SOUTH LAKE W EDICAiARTS CENTER € i
SOUTH LAKE EDICAk"AFi NTER f, 1 4' s
QUT -LAKEJr RTS C N R
i 'gouTH LAKE HCBPITAL
�-
1
S f
F IRFIE D INN MARK"
,SUPERIOR RESIDE!
- i. _ A
DE BEAUBIEN, KNIGHT, SIMMONS, MANTZARIS & NEAL, LLP
ATTORNEYS AND COUNSELORS AT LAW
A LIMITED LIABILITY PARTNERSHIP INCLUDING PROFESSIONAL ASSOCIATIONS
Post Office Box 87
332 North Magnolia Avenue
Orlando, Florida 32802-0087
(407) 422-2454
Telefax (407) 992-3541
Writer's e-Mail: dfml4kdbksmn.com
MEMORANDUM
TO Darren Gray, City Manager
FROM Daniel F. Mantzaris, City Attorney
DATE July 1, 2015
RE Code Enforcement Lien Request for Reduction
Property Owner: Belgian Capital Fund, LLC.
Property Location: South Lake Medical Arts Ctr
Oakley Seaver Blvd
Attorney Jimmy Crawford on behalf of the above -referenced property owner has
requested that the City Council consider a reduction of a Code Enforcement Lien attached
to the subject property. The lien resulted from a 2012 order of the Code Enforcement
Board finding a violation of Section 34-61 of the City Code, (excessive weeds, grass and
brush). As ordered by the Board, the respondent was required to correct the violation on
or before February 21, 2012 or a fine in the amount of $250 per day would accrue. Because
the property owner failed to comply with the Board's order, the City requested the Code
Enforcement Board impose a lien on the subject property. By order dated April 19, 2013,
the Board imposed a lien based in the accruing fine amount. On June 30, 2015, (1,225 days
after the compliance date) the property was inspected and found to be in compliance with
the City Code. By virtue of the Code Enforcement Board's original order and the property
owner's failure to timely comply, the lien amount has accrued to $306,250.
Mr. Crawford has advised that his client is willing to pay $3,000 in full satisfaction
of the lien. As you are aware, only the City Council can reduce the lien. Therefore, this
memo is provided to you for presentation to the Council for its consideration. If the
Council is inclined to accept the offered payoff, we suggest that the Council set a payment
date for the reduced amount and provide that if it is not timely paid the lien would not be
released and would remain at $306,250.
If you have any questions, please do not hesitate to contact me.
cc: Barbara Hollerand
• DE BEAUBIEN, KNIGHT, SIMMONS, MANTZARIS & NEAL, LLP .
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Pace 1 of 1
Tuesday, July 14, 2015
Variance Request
Sundar Investments
--. -.
Move to deny variance request.
Sundar Investments, the owner of a home in the Hartwood Reserve subdivision at 4444 Harts Cove Way, is
requesting to allow for a rear -yard setback of 20 feet from the property line rather than 25 feet as required by
the land development code.
The applicant is requesting a variance to install a 32-foot wide by 16-foot deep porch with a solid roof and
screened walls in the rear of the existing home. The property is zoned R-1 Single -Family Medium Density
Residential and has a rear -yard setback of 25 feet. The applicant has indicated that the porch would intrude 5
feet into the setback line. The applicant would like to have the ability to build the screen porch to allow them to
enjoy the outdoors and provide a large enough area for mobility devices used by the elderly in the home.
Section 86-174 of the land development code requires a positive finding on eight items in order to grant a
variance, and staff believes that three of the eight do not meet these findings. Therefore, staff recommends
denial of the variance request.
••a
ImpactFiscal ..Budget
1. Location Map Sundar Location.pdf
2. Sec 86-174 Review Criteria Sec 86-174 Review.docx
3. Application Application.pdf
4. Legal ad VAR Legal AD Sundar.docx
\undarInvestments [[C Variance
44 Harts cove way
a=«,am'
P . 769 G'
§
L = 6.2.88'
7
25.0'
_
} i
} .■,�f�
, f ��
C)
�
� �
�
_ ■
_
�
.
�
�.
%
o
4
,
LLJ
�
& .e'
\
L T 114
�I-
�
�
�
Un
|
-
�J
-
E
�
��
■
U §
( 2Er
°
q
7 EMK
.
2
Area in blue is the proposed porch. Area in red is within the setback.
Sec. 86-174, Review Criteria and Finding
The requirements for a variance are as follows:
"Sec. 86-174, Review Criteria and Finding. " When reviewing an application for a variance, the board of zoning
adjustment shall not vary the requirements of any provision of this land development code unless it makes a
positive finding, based on substantial competent evidence, on each of the following:"
There are eight items that the applicant is required to respond to. Staff s comments, based on the eight
requirements for a positive finding as they relate to this request, are as follows:
FINDINGS:
(1) Special conditions and circumstances exist which are peculiar to the land, structure or building
involved, and which are not applicable to other lands, structures or buildings in the same zoning district;
Applicant response: The backyard is very steep and makes it difficult to use, especially since it is for
my elderly mother-in-law, who has difficulty walking.
Staff comments: The current owner has not demonstrated a special condition exists which is peculiar to
the land, structure, or building involved. Several lots in the area have similar elevation changes.
Negative finding
(2) The condition giving rise to the requested variance has not been created by any person presently having
an interest in the property;
Applicant response: No
Staff comments: Staff agrees that the applicant did not create a condition giving rise to the requested
variance request. However, the applicant does have an interest in the property and the variance is
being requested by applicant.
Negative rinding
(3) Literal interpretation and enforcement of the land development code regulations would deprive the
applicant of rights commonly enjoyed by other properties in the same zoning district under the terms of
the land development code, and would work unnecessary and undue hardship on the applicant;
Applicant response: Yes
Staff comments: The applicant can still develop the property in conformance with the LDC, with
modifications to the overall proposed project. The porch could be constructed to a depth of
approximately 10 feet instead of 16 feet and not intrude in the setback line.
Negative finding
(4) The variance request is not based exclusively upon a desire to reduce the cost of developing the site or
otherwise economically founded;
Applicant response: No
Staff comments: No evidence of decreased costs due to the variance request.
Positive finding
(5) The variance, if granted, is the minimum variance necessary to make possible the reasonable use of the
land, building or structure;
Applicant response: Yes
Staff comments: The applicant is trying to maximize the potential use of the site by requesting the
variance for placement of covered porch in the rear of the property.
Positive Fndin�
(6) Granting of the variance request will not confer on the applicant any special privilege that is denied by
the land development code to other lands, buildings or structures in the same zoning district;
Applicant response: No
Sta, ff comments: The City Council has granted similar variance requests in the past for a reduction in
rear yard setbacks. The house directly behind this home was granted a variance in 2009 for a rear
yard setback.
Positive rndin
(7) The proposed variance will not substantially diminish property value in, or alter the essential character
of the area surrounding the site; and
Applicant response: No
Staff comments: The proposed variance does not seem to substantially diminish property values or
alter the essential character of the area.
Positive finding
(8) The granting of the variance will be in harmony with the general intent and purpose of this land
development code, and will not be injurious to the surrounding properties or detrimental to the public
welfare.
Applicant response: No
Staff comments: Staff feels that granting the variance will be in harmony with the general intent and
purpose of the land development code. A few properties in the area have pools and decks that are
placed closer to the property line than what is being requested by the applicant. The home directly
behind the applicant has a screened porch that is closer to the property line than what is being
requested by the applicant.
Positive rindin
STAFF RECOMMENDATION:
Section 86-174 of the LDC requires a positive finding on eight items in order to grant a variance, and staff
believes that three of the eight do not meet these findings. Therefore, staff recommends denial of the
variance request by the applicant to the Clermont Land Development Code.
CLER
wONT
,
Chace of Champions
CM OF CLERMONT
VARIANCE
Application
DATE: V�%—
PROJECT NAME (if applicable):
FEE: $200.00
APPLICANT: c,� QS e/Y> .S
6R"ems il�
CONTACT PERSON: 1 L Q �,;.�_ :P� c s dl-e
Address:
City:,. State: PI
Phone:Fax:
E-Mail: _S, use e e u vy-� I
OWNER:
Address: Z_- (ni`
r,`
�n k
Zip:
,CIJV --)
City: -ebn State: %� Zip: J L/
Phone: = U—� �Fax:
Address of Subject Property:��Q!
General Location:
h yc.pla Dl
Legal Description (include copy of survey):_
I/ /- - 1 'n- -
■L'� -- • ♦ - Ti1�la'�I'T/11[:��.��i=/jl�� i
Land Use (city verification required):
Zoning (city verification required): _
d,s'"
LEA
Choice of Champion~ s `
CITY OF CLERMONT
VARIANCE
Application
Page 2
Answers to the following questions are required to complete this application.
Zoning Ordinance (Land Development Code Section) from which you are requesting
'yards 'Oplar . /h in ,'•ru ►,,,. ,� pa.- ,�
How does the Code create a hardship? p %Q 4� a4h ,-,44 �p
* * * * The following justifications must be completed
for any variance requested:
Variance requested — subject and code section: Se (°
r3
�y
Sec. 86-174. Review'iteria and findings.
When reviewing an application for a variance, the City Council shall not vary the requirements
of any provision of this land development code unless it makes a positive finding, based on
substantial competent evidence, on each of the following:
(1) Special conditions and circumstances exist which are peculiar to the land, structure
or building involved, and which are not applicable to other lands, structures or buildings
in the same zoning district;
(2) The condition giving rise to the requested variance has not been c=LXy any
person presently having an interest in the property; Po
f
CLER
Chace of Champions
'`-•
CM OF CLER1V ONT
VARIANCE
CE
Application
Page 3
3) literal interpretation and enforcement of the land development code regulations
would deprive the applicant of rights commonly enjoyed by other properties in the same
zoning district under the terms of the land development code, and would work
unnecessary and undue hardship on the applicant;
(4) The variance request is not based exclusively upon a desire to reduce the cost of
developing the site or otherwise economically founded;
r�
(5) The variance, if granted, is the minimum variance necessary to make possible the
reasonable use of the land, building or structure;
(6) Granting of the variance request will not confer on the applicant any special
privilege that is denied by the land development code to other lands, buildings or
structures in the same zoning district;
hn
(7) The proposed variance will not substantially diminish property value in, or alter the
essential character of, the area surrounding the site; and
riO
LERONT
f Chace of Champions
CITY OF CLERMONT
VARIANCE
Application
Page 4
(8) The granting of the variance will be in harmony with the general intent and
purpose of this land development code, and will not be injurious to the surrounding
properties or detrimental to the public welfare.
hf)
��uSePm�a�
Applicant Name (print)
S141Vfh-a— Aq-c ep
Owner Name (print)
x . N��
Applicant Name (.ig.,,,,)
X.
Owner Name (afgn.,-)
* * * * * * NOTTCE * * * * * *
IF THIS APPLICATION IS SUBMITTED INCOMPLETE OR INACCURATE, IT WILL
BE SUBJECT TO A DELAY IN PROCESSING AND WILL NOT BE SCHEDULED
UNTIL SUCH CORRECTIONS ARE MADE. APPLICATION FOR VARIANCE DOES
NOT GUARANTEE APPROVAL. THE APPLICANT MUST BE PRESENT AT ANY
MEETINGS TO JUSTIFY AND SUPPORT THE REQUEST.
City of Clermont
Development Services Department.
685 W. Montrose St.
P.O. Box 120219
Clermont, FL. 34712-021 9
(352) 394-4083 Fax: (352) 394-3542
�S'e�- .��5��
En�r� �6aSse�
r.r
r�
r
pop
jo
2,FOPLAN
Z01WNC
HEALTH DEPT.
BUILDiNC DEpT.
RTW041D RESERVE
'OT* 1-14 PHASE try c""
PHASE, �,ounty Building Divisivit
PART OF SECTION 11 DO NOT REMOVT,
TOWNSHIP 23 SOUTH,
RANGE 26 EAST, CITY OF CLERMONT
.1 LAKE COUNTY, FLORIDA
I
N
11m
A=6'10'32' _
R = 769,00' Z S $ $
l = 82.88' 0a �.
la
to Or i
o
sr
g� g
SETBACK
SETBACK R ��
+q E a o
4. 6 �� 1�
g a
,..�' ,
>a a
8 gag C
Y7 {v S 1. m
Lc.l 1 2 - 8,11 z —1
w� t i 4 `,� -40
o LOT 114 "�
I Kawo
sr
�, ONI4E c I �wwS� � all,
G
cr
I � rm rn aJ•;' � E� � n
ETBA2.CK R
6=6'i0'32' 7° a
R = B94.00' �• M
L = 96.36' $a ark
HARTS COVE WAY
-
DATE:
4/2005
MINIMUM SETBACKS1 '
SCALE,
1'=30'
FRONT SETBACK1
25.0'
STREET,
HARTS COVE WAY
REAR SETBACK,
25.0'
PURCHASER,
NGUYEN RESIDENCE
SIDE SETBACK,
9.0,
1
SIDE STREET SETBACK,
N/A
AREA TOTAL
AREA) 11202.59 SQ.FT
ISE TOTAL; 3189 SQ.FT.
FE/ WALK, 934.83 SQ.FT.
IMPERVIOUS-4123.83 SQ.FT.
A R C H I T E C 7 3
DeSn
rrn�
ARCH! TACT-.
• .1. �{ � -yam
yet
APR
a 1t]rQ/ 10 rroperry UMN's : LaKe Lcwrtry rroperty / Wimser
PROPERTY RECORD CARD
General Information
Owner Name: SUNDAR Alternate Key: 3838458
......
INVESTMENTS LLC
:Mailing
Address:
3365 TUMBLING
RIVER DR
Parcel Number: 11-23-26-
080000011400
CLERMONT, FL
34711
Millage Group and City: OOOC
pdate Mailingaddress
(Clermont)
Total Millage Rate: 18.31860
Trash/RecyclingMater/info:'My Pub/!c
_ ; Services Man
:Property
4444 HARTS COVE
Location:
WAY
Property Name: Submit Property
CLERMONT FL
:Name
34711
;Update ProR,grty Location
School Locator: School and Bus
Map
CLERMONT, HARTWOOD RESERVE PHASE 1 SUB LOT 114 PB
Property
54 PG
Description:
88-98 1
ORB 4576 PG 5861
Land Data
Line Land Use
1 DRY SFR LOT
(0100)
Frontaga Capth Notes No. Class
'i
Units y' ValL e
0 0 1 LT $0.00
Residential Building(s)
Building 001
%falue
$32,250.00
Residential Single Family Building Value: $154,614.00
Summary
Year Built: 2005 Total Living Area: Central A/C: Yes Attached Garage:
2510 Yes
Bedrooms: 4 Full Bathrooms: 3 Half Bathrooms: 0 Fireplaces: 0
Incorrect Bedroom, Bath, or other information? dick here to
U date fVly
Information.
Section(s)
Section Section Type Ext. gall �'�o. Moor Finished Basement �ti7up
No. yp T,eae Stories Area Attic $ua-r'�ent Finls, ed Color
FINISHED Stucco/Brick
1 LIVING AREA (003) 1 2510 N 0% 0%
(FLA)
2 OPEN PORCH No Wall 1 32 N 0% 0%
(OPF) Type (000)
3 GARAGE Stucco/Brick 1 491 N 0% 0%
(GCF) (003)
hth'/A"wW lakarmrnnnn r mnhunmrtv_rLatailc acnY?AltKav-.gFr4P rR
1 /d
LEGAL NOTICE
Notice is hereby given that the City Council of the City of Clermont will consider a
request for the following variance: (1) To allow for a rear yard setback of less than 25
feet — rather than the 25 feet required in the Land Development Code, Section 122-125
(3); at the following location:
LOCATION
Alt. Key 3838458
4444 Harts Cove Way
A complete legal description may be obtained in the Development Services Department
located at 685 West Montrose Street, Clermont, FL 34711.
This request will be heard by the City Council at a public hearing to be held on Tuesday,
July 14, 2015 at 6.30 P.M. in the Clermont City Hall located at 685 West Montrose
Street.
All interested parties will be given an opportunity to express their views on this matter.
Please be advised that, under State law, if you should decide to appeal a decision made
with respect to this matter, you will need a record of the proceedings, and may need to
ensure that a verbatim record is made.
Tracy Ackroyd, MMC
City Clerk
Daily Commercial
July 7, 2015
f
CLER 1ONT
Choi[e of Champtans
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
. a. IF-�
Tuesday, July 14, 2015
Ordinance No. 2015-66; Introduction
Thompson/Mirror Lake
Move to introduce Ordinance 2015-66.
The applicant is requesting the vacation of existing rights -of -way that were recorded when the original plat was
established in 1919. The applicant has indicated that the right-of-way is no longer needed and has not been
improved. The right-of-way is approximately 60 feet wide that runs west to east on the property and continues
in width of 15 feet from south to north. This request has been reviewed by the Environmental Services and
Public Works departments, and there is no opposition to vacating the right-of-way.
Staff recommends approval of the right-of-way vacation request.
ImpactFiscal ..
1. Ordinance ROW ORD 2015-66.doc
2. Location Map Mirror Lake ROW Vacation Map.pdf
3. Application ApplicationROW.pdf
4. Legal ad ROW legal ad.docx
CITY OF CLERMONT
ORDINANCE No. 2015-67
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
CLERMONT, LAKE COUNTY, FLORIDA, CLOSING AND
PERMANENTLY ABANDONING THE RIGHT-OF-WAY
EASEMENTS ON THE SOUTH AND EAST SIDES OF THE EAST
451.3 FEET OF TRACT 60-A AS SHOWN ON THE PLAT OF
CLERMONT, LAKE HIGHLANDS, 15-22-26, PB 3, PG 52; PUBLIC
RECORDS OF LAKE COUNTY, FLORIDA; REPEALING ALL
ORDINANCES IN CONFLICT HEREWITH, PROVIDING FOR
SEVERABILITY, PUBLICATION, RECORDING, AND FOR AN
EFFECTIVE DATE.
NOW THEREFORE, BE IT RESOLVED AND ENACTED by the City
Council of the City of Clermont, Lake County, Florida that:
Section 1.
That any and all portions, closing and permanently abandoning the right-of-way
easements on the south and east sides of the east 451.3 feet of tract 60-A as shown on the
plat of Clermont, Lake Highlands, 15-22-26, PB 3, PG 52, Public Record of Lake
County, Florida.
Section 2.
The closing is done pursuant to the authority of the Charter of the City of Clermont, Lake
County, Florida and the general laws of the State of Florida.
Section 3.
If any portion of this Ordinance is declared invalid, the invalidated portion shall be
severed from the remainder of the Ordinance, and the remainder of the Ordinance shall
continue in full force and effect as if enacted without the invalidated portion, except in
cases where such continued validity of the remainder would clearly and without doubt
contradict or frustrate the intent of the Ordinance as a whole.
Section 4.
All ordinances or parts of ordinances in conflict with any of the provisions of this
Ordinance are hereby repealed.
Section 5.
This Ordinance shall be published as provided by law and it shall become law and shall
take effect immediately upon its Second Reading and Final Passage.
1
CITY OF CLERMONT
ORDINANCE No. 2015-67
PASSED AND ADOPTED by the City Council of the City of Clermont, Lake
County, Florida, this 281h day of July, 2015.
Gail L. Ash, Mayor
ATTEST:
Tracy Ackroyd, City Clerk
Approved as to form and legality:
Daniel F. Mantzaris, City Attorney
Robert Thompson — Right -of -Way Vacation Request
7` q
R
cos,
I ^�
r�
1
r. o ..
�C
m:
r
r � _
The applicant is requesting a vacation of an existing right-of-way (red line) that was recorded when the original plat
was established in 1919. The applicant has indicated that the right-of-way is no longer needed.
CLER�'bNIT
CITY OF CLERMONT
STREET RIGHT-OF-WAY/EASEMENT CLOSING
PETITION
DATE: 69 —/3' FEE: $25.00
PETITIONER'S NAME:
Address:�5� L J
City: G/e Ana► oo, State: 4�c— Zip:
Phone: ?V- Byj7�V % Fax:
Legal Description of Pe it tioner's property abutting Street ROW/easement to be closed
(Attach survey if available):_©,�+,�/�,
If named - name of street to be closed &7
6^
Plot plan & legal description of Street ROW/Easement portion to be closed (From -To):
Purpose or reason for closing: Alo q- /t(ye
Attach a map and list of: Names and addresses of all property owners abutting the portion of the
street requested to be closed and abandoned. yes no
This petition is in accordance with the Clermont Land Development Code, Chapter 54, Division
2. Closing. Any person requesting a Street right-of-way or Easement Closing shall file a
complete application submitted to the Development Services Director in the Development
Services Department, at least 30 days prior to the final hearing date of the City Council. A Street
right-of-way or Easement Closing requires two readings of an ordinance by the City Council.
The City Council meetings are held on the second and fourth Tuesdays of every month.
All applications must be complete, including applicable site plans and or pertinent descriptive
materials in order to be processed. A plot plan (schematic drawing of the property involved)
showing the location of that portion of the street requested to be closed and permanently
abandoned, and including a survey of the property and street involved if deemed necessary by
the cit council or the city attorney.
lce X
Petitioner Name (print) f Petitioner Name (sigfure)
02/02/2015
(D c)
m
N
--------------------------------------
_'_ 0)
n Q � -
�"� -+ i i
_
CD
O
�, 0 -� •
--CAD
c� I o �
N `<
to to D Z7
W
v 05'0
N I O
X
N
0-)
Cn
OZ
tJ�
C7
O
O
N 02038'58" E
CDI
1 14.63'
.� 66.14'
n
;)K
rri
/ 0) IA.
--,
.. Q,
ll
CL
Q
=K
If
Q (�f:
Q / Jl cv
�
o(D
U)
y
Ul
ti
N
' v'
Q 1 Li
z
CO
CO
-�
N
rn z
o
as -a
mo
_ 0
3i
a
A
.C�
N
N
z
Z
l
I
I�Z0
� -9
ry
40I\J
N
I
�
Q
0
CD
0_)CD
152-72'
0 0
S 02036'58"
w
� m
ER HILLS PHASE
8A
fD n
� 0
389.79'
�3o\o
- C) Cc)
CD
:3 D 0
00 Q=r
m�0Q
CD
0 0 �.
G
C`}
U01 Q"T Q
m
cD Q �+
I �
N
LEGAL NOTICE
The City Council of the City of Clermont will consider the enactment of the following proposed
Ordinance at the regularly scheduled meeting to be held Tuesday, July 28, 2015 at 6:30 P.M.
at City Hall located at 685 West Montrose Street. All interested parties will be given an
opportunity to express their views on this matter.
ORDINANCE NO. 2015-66
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF CLERMONT, LAKE COUNTY,
FLORIDA, CLOSING AND PERMANENTLY ABANDONING THE RIGHT-OF-WAY
EASEMENTS ON THE SOUTH AND EAST SIDES OF THE E 451.3 FT OF TRACT 60-A AS
SHOWN ON THE PLAT OF CLERMONT, LAKE HIGHLANDS 15-22-26 PB 3 PG 52 PUBLIC
RECORDS OF LAKE COUNTY, FLORIDA; REPEALING ALL ORDINANCES IN CONFLICT
HEREWITH, PROVIDING FOR SEVERABILITY, PUBLICATION, RECORDING, AND FOR AN
EFFECTIVE DATE.
This ordinance is available for public inspection in the Development Services Department, 685
W. Montrose Street, Clermont, Florida, Monday through Friday between the hours of 8:00 a.m.
and 5:00 p.m.
Please be advised that, under State law, if you should decide to appeal a decision made with
respect to this matter, you will need a record of the proceedings, and may need to ensure that
a verbatim record is made.
Tracy Ackroyd, MMC
City Clerk
Daily Commercial
July 14, 2015
L�
f
CLER QNT
Chore oFChampions
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
Tuesday, July 14, 2015
Ordinance No. 2015-67; Introduction
Thompson/Citrus Tower Centre
Move to introd Ordinance 2015-67.
The applicauce
nt is requesting the vacation of a 15-foot-wide drainage and utility easement that is crossing the
property, which is along Citrus Tower Boulevard, adjacent to the Citrus Tower. The property has been
developed with an office building, and this easement has not been used. The property has other existing
easements that have utilities placed in them, and this easement is no longer needed. This request has been
reviewed by the Environmental Services and Public Works departments and there is no opposition to vacating
the easement.
Staff recommends approval of the easement vacation request.
•..
ImpactFiscal
..Budget Amount
1. Ordinance ROW ORD 2015-67.doc
2. Location Map Citrus Tower Centre Easement Map.pdf
3. Application Application.pdf
4. Legal ad Easement Vacate legal ad.docx
CITY OF CLERMONT
ORDINANCE No. 2015-67
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF
CLERMONT, LAKE COUNTY, FLORIDA, CLOSING AND
PERMANENTLY ABANDONING THE EAST 7.5 FOOT
DRAINAGE AND UTILITY EASEMENT OF LOT 3 AND THE
WEST 7.5 FOOT DRAINAGE AND UTILITY EASEMENT OF LOT
4, AS RECORDED IN PLAT OF CITRUS TOWER CENTRE, PLAT
BOOK 41, PAGE 64; PUBLIC RECORDS OF LAKE COUNTY,
FLORIDA; REPEALING ALL ORDINANCES IN CONFLICT
HEREWITH, PROVIDING FOR SEVERABILITY, PUBLICATION,
RECORDING, AND FOR AN EFFECTIVE DATE.
NOW THEREFORE, BE IT RESOLVED AND ENACTED by the City
Council of the City of Clermont, Lake County, Florida that:
Section 1.
That any and all portions, closing and permanently abandoning the east 7.5 foot drainage
and utility easement of Lot 3 and the west 7.5 foot drainage and utility easement of Lot 4,
as recorded in the plat of Citrus Tower Centre in Plat Book 41, Page 64, Public Record of
Lake County, Florida.
Section 2.
The closing is done pursuant to the authority of the Charter of the City of Clermont, Lake
County, Florida and the general laws of the State of Florida.
Section 3.
If any portion of this Ordinance is declared invalid, the invalidated portion shall be
severed from the remainder of the Ordinance, and the remainder of the Ordinance shall
continue in full force and effect as if enacted without the invalidated portion, except in
cases where such continued validity of the remainder would clearly and without doubt
contradict or frustrate the intent of the Ordinance as a whole.
Section 4.
All ordinances or parts of ordinances in conflict with any of the provisions of this
Ordinance are hereby repealed.
Section 5.
This Ordinance shall be published as provided by law and it shall become law and shall
take effect immediately upon its Second Reading and Final Passage.
1
CITY OF CLERMONT
ORDINANCE No. 2015-67
NJ I
2
CITY OF CLERMONT
ORDINANCE No. 2015-67
PASSED AND ADOPTED by the City Council of the City of Clermont, Lake
County, Florida, this 281h day of July, 2015.
Gail L. Ash, Mayor
ATTEST:
Tracy Ackroyd, City Clerk
Approved as to form and legality:
Daniel F. Mantzaris, City Attorney
Citrus Tower Centre Easement Vacation Request
n
MMMJ
.INN"'Mai W;
MILL
N
2
N
CITRUS�TOY
I
W
Z
t�
Li
S U .a
�LU 0
0 qWN—, MEN
il
The applicant is requesting a vacation of an existing drainage and utility easement with a total width of 15 feet that
runs across the property (yellow dotted line). The site has several other drainage and utility easements in place that
were used for that purpose and the one being vacated has not.
t.: "
CLE0qONT
CITY OF CLERMONT
STREET RIGHT-OF-WAY/EASEMENT CLOSING
PETITION
DATE: - S� FEE: $25.00
PETITIONER'S NAME: R e N rt t h , T ht em A,(ev--
Address:
City: C/r,� may- State: Zip:
Phone: 3 Z /- L.'feq ! 7tS' Fax:
Legal Description of Petitioner's property abutting Street ROW/easement to be closed
(Attach survey if available): ' j H6 (5 ]. of LJ'; 3 �77yE
C� SIddAm 4 Ig A 1;0L
If named - name of street to 15e closed:
Plot plan & legal description of Street ROW/Easement portion to be closed (From -To):
Purpose or reason for closing: Nc; «'YI(cF% Ajeej ,,j
Attach a map and list of Names and addresses of al property owners abutting the portion of the
street requested to be closed and abandoned. yes no
This petition is in accordance with the Clermont Land Development Code, Chapter 54, Division
2. Closing. Any person requesting a Street right-of-way or Easement Closing shall file a
complete application submitted* to the, Development Services Director in the Development
Services Department, at least 30 days prior to the final hearing date of the City Council. A Street
right-of-way or Easement Closing requires two readings of an ordinance by the City Council.
The City Council meetings are held on the second and fourth Tuesdays of every month.
All applications must be complete, including applicable site plans and or pertinent descriptive
materials in order to be processed. A plot plan (schematic drawing of the property involved)
showing the location of that portion of the street requested to be closed and permanently
abandoned, and including a survey of the property and street involved if deemed necessary by
the city council or the city attorney.
AX
x IVV' I K�
Petitioner Name (print) Petitioner Name (s Qnature)
02/02/2015
to a 350
a w a.
-0—cn
c
c
a10 m .,
g-fu:7n
n
fo
e�
c"^ ` ` rA
0
r
cr
Q-
N
O
QQQ
to
[D
,4-n C
o� � o
`U
�«
Q
~
0
'
a CD
m -0 to
p
o
.0,
!
0 m °.o
=
o
w
a
1
tj
ca
!
+
oV�u
3
c
.'
!
`
0 o�
n
f.
p w
�
3lOD
I
ex o a
Ni�W
tA!
(a
Z
a
-n
Wcyl
,s
1
O
0
- I ITI ifi
p
'Y
() !
-n
i
I.
a
m �g 1"0
ro
Ca
O O 0
m
UNLESS IT BEARS THE SIGNATURE AND THE ORIGINAL
° 0 r z � m
z
o ° GI
RAISED SEAT. OF A FLORIDA LICENSED SURVEYOR AND
� rn a c � �
(WO
� a � o
MAPPER, THIS MAP/REPORT IS FOR INFORMATIONAL.
a a'4rri A m
to
° x � a
PURPOSES ONLY AND IS NOT VALID.
o
w
o o
C
�
Loft
3
N 01013'04" E 139.92'
`O
�` ? W
C w -1
! WOW
C m ` (A
a 3cr
�\ a
C3 \ N� 0 >y n f
f° �� a °4 a n n 'I
Q to
N O -
.r R
p [4
3 �
�a k.
� N R
42.0'
Q, m
breezeway }uatuasua !Ir#n k 3
F
S W34'57" W —
139.79'
— V 060u!nup .9-L _
a—
C3 g Z.
N 0 rp fl In
i7 a
NJf O ACA
N a a
�yi -Z;Idev /r
ifs "90j;0.00
Li VI977 — — — — — — — — — — —
0 �a
30 n
0
as a q O
xd 0 0
CDC me
O'K rya
a to _
1
mN
o �
� f►
a
a
ae A
QD
c3
Ot N
tmj
�.
fP � 5
Oa ° a m
L
a�
O C
c 4
RD z� n Q
mo a
�CL 00
C 3 Ns
i'► � J CA
N
0
Q
10 `C
ce �
C
T
C o �q L i� • � s99 EaSn�
E'E- SaEgP !i W IEi N yL-o
8d a1T
> !.
�
U G•3Q y �1
C _U fi h ni gi.v 3A 2 i= 3E ' R513 OI iE
i 9
i Y w �s-� g eta §$fi. Efi ���jg 'S i"�� �as.
a. : r. 8 I
i o� �. a=s�9 a3= s �s cai �: F a 55.E Ueg��=fi
ma mF.G Bg ty( r''y aE�a �i 4 _lF e x 's"c96 � E
„raEi•' °$rg w yedE
�� € ��E• 9I il: €E w °88sE =a`E •s,yg� qr4 !s
as $`"a � , � �,'� as <�g" € 1 I 4I e g `byes 5 9
Pv cc i• S ^sd "' _ E dFi 6S die-5 U b� OaG: i1j _f�5 6G
oa�assr �
d
IF
+41,
g
n
%
q /
qp
y
�
Wy
R
ry.�p
e
u
LLJ
J_gJ���
I
.
g
G'�ml�dui elpr6-M.
'ecauw ro En an v
8 Ory1
„Fy
n RI R I „mars
g
&'
•
ns
�stlb
/} �
I I y G
A
a
�
�
K
I 'N
C
O
M b ,OOZ; LZ 'ON ANMFt91H 'Snd0
3tiPlaMN3J
W
{3{
gF I
1E �
^,$pY
1
Y`yp
iu
9�t�tr
■3
Sy y 0ffii`
4-
gib
&� e
8RYIr
gi
3
'sum
/1 _YL':� A'9t;
SIP
ci+.Z?'i.Y, Se[�c'„�r"�`�.'� 6s R .:��/ ll®^s[I
— — — — — -- —-- — -- — — — — -- — —
T-cor-P
M 1 "iY 140.W'pAWI o PfQ
o
�- O 'l � � I •a- a�® J N
N tl Y f2 1 y Ol O M
C_
• € I
3 m
O Z b. 'rap 'R ni I ( J N m N In
m UL � C I J V'f.1M
LL T w I I
00 ^ ,o'z� I � { o
m��lala Q a
Q 'a
c c c 1 v _f_j
v $ aI O CA II o
s,
a a
� m
v 0.5 0- a 0 a+ N o c�CQ '` 0 r,
s� m �.10 � CD
� � I 0 CD
� N
O
O CO1 , Z 1 a CQ 7.5' drainage &
ti
0 utility easement i ( o
W i ki yl
E_ in ,gyp .6L-6£! LO
1 cNv M „LS,6£.00 S
O En
7 TO _ ��.i a
7.5 drainage &
i Cb E 3 utility easement dnrAazowq
-a v CD
� � o
x NN
4.
lzs a iv Li
tjw....
co
C� C� Y O �_ O I u .r.. 4i {-
ws wm C U O N I �-41) I V ` w
0
=a � � ® a o _�N�o _" IIi j �" Y
J (Sao E (SM N 2-0- o
0. O d
o s m3 E \ I t= 11l I Q D L t+
,= ff a` a0i I �'
�02
w U
w aII1I
,1Ga
� 0a _ CN
v o;� E` E rNhOU.] v c 0 y
0 06 O _ c En
awaspp 16n�. im1
. v 0 Gp
0 tood
in 0 Z 107 w o C
a� a 1- o a
_ r v L w a o
3 o a' �- II a -anvn 10N sI aNv hivo s3soand U o g v o`
o d hfi! d E
0 o � z z w � WN01.iv1Ni!l03NI NO-4 St JHW3H/dVV4 SIHI '2GddVA .o _j t s - Q.
m0 n aS'o a oNv 2WA mns o3sN30n vaimo-w v 3o -rif3S a3slva a�i � ° v ,. a Imp v
U 0 a z a 0 0v c° IbfNl9I2l0 31I1 oNv 3?3nIVN9iS 3Hl S21d38 It S53lNn En � a o y E 0 v
--s-�-.�--�
Z|G
)
-
` -
�
;
I
,
, L
az'Sn
zN 3
it
i
§INN E)|�
^
§
.
f
LEGAL NOTICE
The City Council of the City of Clermont will consider the enactment of the following proposed
Ordinance at the regularly scheduled meeting to be held Tuesday, July 28, 2015 at 6:30 P.M.
at City Hall located at 685 West Montrose Street. All interested parties will be given an
opportunity to express their views on this matter.
ORDINANCE NO. 2015-67
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF CLERMONT, LAKE COUNTY,
FLORIDA, CLOSING AND PERMANENTLY ABANDONING THE EAST 7.5 FOOT DRAINAGE
& UTILITY EASEMENT OF LOT 3 AND THE WEST 7.5 FOOT DRAINAGE & UTILITY
EASEMENT OF LOT 4, AS RECORDED IN THE PLAT OF CITRUS TOWER CENTRE, PLAT
BOOK 41 PAGE 64 PUBLIC RECORDS OF LAKE COUNTY, FLORIDA; REPEALING ALL
ORDINANCES IN CONFLICT HEREWITH, PROVIDING FOR SEVERABILITY, PUBLICATION,
RECORDING, AND FOR AN EFFECTIVE DATE.
This ordinance is available for public inspection in the Development Services Department, 685
W. Montrose Street, Clermont, Florida, Monday through Friday between the hours of 8:00 a.m.
and 5:00 p.m.
Please be advised that, under State law, if you should decide to appeal a decision made with
respect to this matter, you will need a record of the proceedings, and may need to ensure that
a verbatim record is made.
Tracy Ackroyd, MMC
City Clerk
Daily Commercial
July 14, 2015
6'-
CLER ONT
Choice oFChampions
CITY OF CLERMONT
AGENDA ITEM
Paqe 1 of 1
Meeting Date
Tuesday, July 14, 2015
• •
Ordinance No. 2015-69; Introduction
Citrus Tower Blvd. & Hooks Street
Move to introduce Ordinance 2015-69.
ReportStaff
The subject parcel is approximately four acres in size and is located at the southwest corner of the Hooks Street and
Citrus Tower Boulevard intersection. The property was purchased by the City in June 2012 for construction of a new
police station. The current zoning, Urban Estate, would permit the site to be used for the police station. Since the time of
purchase, the City has decided another location would be more suited for the new police station. The City is currently
marketing the subject property for sale. In order to allow the highest and best use of the property, a rezoning to the C-2
General Commercial zoning district is proposed. This zoning designation is consistent with the current future land use
designation, which is Commercial. The property has City utilities available.
The proposed C-2 zoning is consistent with the existing development pattern that surrounds the property and its location
at the intersection of two collector roads. In addition, the future land use of Commercial supports the C-2 zoning district.
Based upon the above information, staff recommends approval of the rezoning change from UE Urban Estate Low Density
Residential to C-2 General Commercial Zoning District.
Fiscal Impact Fund Number and Description Available Budget Amount
1. Ordinance REZ ORD 2015-69.doc
2. Maps Hook St Maps.pdf
3. Legal ad City Hooks St REZ legal ad.docx
CITY OF CLERMONT
ORDINANCE No. 2015-69
AN ORDINANCE UNDER THE CODE OF ORDINANCES OF THE CITY
OF CLERMONT, LAKE COUNTY, FLORIDA AMENDING THE
OFFICIAL ZONING MAP OF THE CITY OF CLERMONT REFERRED
TO IN CHAPTER 122 OF ORDINANCE NO. 289-C, CODE OF
ORDINANCES; REZONING THE REAL PROPERTIES DESCRIBED
HEREIN AS SHOWN BELOW; PROVIDING FOR SEVERABILITY,
EFFECTIVE DATE, AND PUBLICATION.
The City Council of the City of Clermont, Lake County, Florida hereby ordains that:
SECTION 1:
The official Zoning Map of the City of Clermont, Lake County, Florida referred to in Chapter
122 of Ordinance No. 289-C, Code of Ordinances, is hereby amended by rezoning the following
described property:
LEGAL DESCRIPTION
Clermont, Lake Highlands 29-22-26 that part of north 520 feet of east 435.46 feet of southeast'/4
lying westerly of the west right-of-way line of Citrus Tower Boulevard as it exists on April 2012
and lying southerly of south right-of-way line of Hooks Street as it exists on April 2012, being
part of Tract 33 PB 2 PG 25 ORB 4184 PG 2188
Containing 3.97 acres, more or less
Alternate Key 3884750, 1775 Hooks Street
From: UE Urban Estate
To: C-2 General Commercial
SECTION 2:
All Ordinances or parts of this Ordinance in conflict herewith are hereby repealed.
CF.f T1"N'Ar
Should any Section or part of this Section be declared invalid by any court of competent
jurisdiction, such adjudications shall not apply to or affect any other provision of this Ordinance,
except to the extent that the entire Section or part of the Section may be inseparable in meaning
and effect from the Section to which such holding shall apply.
SECTION 4:
The provisions of this Ordinance shall be effective as provided by law.
1
Location map:
CITY OF CLERMONT
ORDINANCE No. 2015-69
PASSED AND ADOPTED by the City Council of the City of Clermont, Lake County,
CITY OF CLERMONT
ORDINANCE No. 2015-69
Florida on this 28th day of July, 2015.
CITY OF CLERMONT
Gail L. Ash, Mayor
ATTEST:
Tracy Ackroyd, City Clerk
Approved as to form and legality:
Daniel F. Mantzaris, City Attorney
Exhibit — City of Clermont — Location Map
Hooks Street and Citrus Tower Blvd
AltKey 3884750
Exhibit — City of Clermont — Future Land Use Map
Hooks Street and Citrus Tower Blvd
AltKey 3884750
RENEW
■■■■_s
rr.r�
i6m
l
'rod
Lezend
City Limits
Low Density•-
Medium Density Residential
High Density Residential
Office
Downtown MUmaster
Commercial
Conservation
Industrial
-iri��»t�i�►rr
Planned Deveiopmen
Parks
• :,
Public.al
Pua
'RE1
z
Exhibit — City of Clermont — Zoning Map
Hooks Street and Citrus Tower Blvd
AltKey 3884750
E
J
m
C
1 J_
� � Z
■
• T ,........... .Gab—
■ .
s !
1
Zoning Designations:
UT URBAN TRANSITION DISTRICT
UE URBAN ESTATE LOW DENSITY RESIDENTIAL DISTRICT
R-1-A SINGLE FAMILY LOW DENSITY RESIDENTIAL DISTRICT
R-1 SINGLE FAMILY MEDIUM DENSITY RESIDENTIAL DISTRIC
R-2 MEDIUM DENSITY RESIDENTIAL DISTRICT
- R-3-A RESIDE NT IALIP RO FESSIO NAL DISTRICT
- R-3 RESIDENTIALIPROFESSIONAL DISTRICT
O-1 OFFICE DISTRICT _N
ltM
O C-1 LIGHT COMMERCIAL DISTRICT
- C-2 GENERAL COMMERCIAL DISTRICT
I �65)
- CBD CENTRAL BUSINESS DISTRICT
- M-1 INDUSTRIAL DISTRICT
- CD COMMERCE DISTRICT
- PR PARKSAND RECREATION DISTRICT
- PUD PLANNED UNIT DEVELOPMENT
Red Outline:
Subject Property
�,injz�J
R 54
= AREAS NOT WITHIN THE CITY LIMITS
LEGAL NOTICE
Notice is hereby given that the City Council of the City of Clermont will consider the enactment
of following proposed ordinance. All interested parties will be given an opportunity to express
their views on this matter.
ORDINANCE NO. 2015-69
An ordinance under the Code of Ordinances of the City of Clermont, Lake County, Florida
amending the official zoning map of the City of Clermont, referred to in Chapter 122 of
Ordinance No. 289-C, Code of Ordinances; Rezoning the real properties described herein as
shown below, providing for severability, an effective date and publication.
LOCATION
Vacant Lot — Southwest corner of Hooks Street and Citrus Tower Blvd
Alternate Key 3884750
LEGAL DESCRIPTION
Clermont, Lake Highlands 29-22-26 that part of north 520 feet of east 435.46 feet of southeast
'/4 lying westerly of the west right-of-way line of Citrus Tower Boulevard as it exists on April
2012 and lying southerly of south right-of-way line of Hooks Street as it exists on April 2012,
being part of Tract 33 PB 2 PG 25 ORB 4184 PG 2188
Containing 3.97 acres, more or less
FROM UE Urban Estate Low Density
TO C-2 General Commercial
This request will be considered by the Planning & Zoning Commission on Tuesday, July 7,
2015 at 6:30 p.m.
A public meeting to consider the request will be held before the City Council on Tuesday, July
28, 2015 at 6:30 p.m. for final enactment.
All meetings will be held at City Hall, located at 685 W. Montrose Street.
This ordinance is available for public inspection in the office of the City Clerk, 685 W. Montrose
St., Monday through Friday between the hours of 8:00 A.M. and 5:00 P.M.
Please be advised that, under State law, if you should decide to appeal a decision made with
respect to this matter, you may need to ensure that a verbatim record is made.
Tracy Ackroyd, MMC
Daily Commercial City Clerk
June 30 and July 14, 2015