Loading...
HomeMy WebLinkAboutContract 2022-157AAGREEMENT No. 2022-157 AUTO EDDY REPAIR SERVICES THIS AGREEMENT, is made and entered into this January 10, 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and RACHEL'S COLLISION CENTER, LLC., whose address is: 917 A West Oakland Avenue, Oakland, FL 34760, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issued RFB 23-009 titled Auto Body Repair Services; WHEREAS, CONTRACTOR submitted its response dated December 1, 2022, to RFB 23-009; WHEREAS, CITY desired to award a contract to CONTRACTOR in accordance with the terns and conditions of RFB 23-009 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1. SCOPE OF WORK The CONTRACTOR shall furnish auto body repair services as described in CITY's RFB 23-009 and CONTRACTOR's December 1, 2022 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. 3. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY with auto repair services upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in RFB 23-009 or in the specific purchase order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as MY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of a purchase order hereunder, shall immediately notify MY if it has an issue or question related to the fulfillment of the order or whether there BlueInk Bundle ID: cCExjRygOF Term Agrccmcnt RFB 23-009 Auto Bodv Rcpair Services will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted services so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 4. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one-year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for BlueInk Bundle ID: cCExjRygOF Term Agrccmcnt RFB 23-009 Auto Bodv Rcvair Services all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida Chapter 440 F.S. ($500,000 Each Accident and $500,000 Disease -Each Employee with $500,000 Disease -Policy Limit). 7.2. CONTRACTOR'S Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit. BlueInk Bundle ID: cCExjRygOF Term Agreement RFB 23-009 Auto Bodv Rcpair Services Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Automobile Liability Insurance Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit 7.4. Garage Liability Insurance Garage Liability: $1,000,000 ($2,000,000 aggregate). Garage Keeper Liability: $500,000 7.5. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorneys fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 8. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the BlueInk Bundle ID: cCExjRygOF Term Agreement RFB 23-009 Auto Body Rcpair Services address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. A. CONTRACTOR: ■ Rachel's Collision Center, LLC. ■ Attn: Rachel Faulkner, Owner * 917 A West Oakland Avenue, Oakland, FL 34764 A. OWNER: * City of Clermont * Attn: Brian Bulthuis, City Manager * 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. Attorneys' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 4 BlueInk Bundle ID: cCExjRygOF Term Agrccmcnt RFB 23-009 Auto Bodv Rcpair Services 9.6. Assignment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records The CONTRACTOR expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331. BlueInk Bundle ID: cCExjRygOF Term Agrccmcnt RFB 23-009 Auto Bodv Rcpair Services 10. CONTRACT DOCUMENTS The Contract Documents, as listed below are herein made fully a part of this Contract as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order 1 Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in RFB 23-009 titled Auto Body Repair Services and CONTRACTOWs response thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 131h day of December, 2022. City of Clermont Tim Murry, Mayor Attest: Tracy Ackroyd Howe, City Clerk r. BlueInk Bundle ID: cCExjRygOF Rachel's Collision Center, LLC. By: (Signature) Print Name: Rachel Faulkner Title: Owner Date: 12/14/22 11:51 EST BlueInk Bundle ID: cCExjRygOF CLANT SELECTED VENDOR Rachel's Collision Center, LLC. VEHICLE HOURLY RATE BlueInk Bundle ID: cCExjRygOF City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 ATTACHMENT "A" RFB No. RFB 23-009 Auto Body Repair Services CL AMT PARTS DISCOUNT BlueInk Bundle ID: cCExjRygOF City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 Request For Bid #RFB 23-009 Title: Auto Body Repair Services 3. SCOPE OF WORK 3.1. Statement of Work The City of Clermont intends to enter into contract with one or more qualified respondents to provide body repair of City vehicles, to include but not limited to, removing dents, repairing collision damage, rust removal, painting all or portions of vehicle bodies, etc. Where possible, the City of Clermont adjuster will provide the initial estimate for the successful respondent to begin vehicle repairs. In the event the successful respondent feels that the estimate is in error or contains hidden and unseen damage was not covered in the initial estimate, the successful respondent shall contact the Fleet Services representative to write a supplemental estimate to repair the vehicle damage not covered. This estimate shall be in accordance with successful respondent bid price for parts and labor (due within 24 hours after vehicle arrives or is picked -up). The estimate shall indicate labor and/or parts cost by component. If the estimate is over $500.00, the successful respondent must contact City's adjuster, or the Fleet Services representative to inspect the vehicle damage and provide a copy to the City's adjuster and Fleet Services representative. If a scheduled vehicle comes in to be seen and it is determined that the damage is "not worth repair", or should the successful respondent choose to do a "no charge repair" the successful respondent must send an email with those statements to the Fleet Services representative. The successful respondent shall provide Fleet Services photos of the damage. All work done without the services of an independent appraiser shall be priced in accordance with the successful respondent's appraisal. Such appraisal shall be subject to review and approval by the City before any work may start. No appraisal for City owned vehicles shall be based on labor or parts discounts other than those contained on the response to this bid and executed agreement, regardless of the cause of the damage or the eventual liability for repair costs, unless specifically approved in writing by the City. 3.2. Reauirements The successful respondent must have a complete body shop meeting the following minimum requirements: A. Paint booth. B. Automotive frame and straightening machines with qualified operator (on -site or under contract). C. An inside storage area for police and other vehicles which contain electronic equipment. For the purpose of this specification "inside storage" includes storage within a secured area, which could include a locked and fenced area acceptable to the City. D. The successful respondent awarded the truck portion of the contract must also have the capability to do body and paint work indoors during inclement weather. The indoor area must be large enough to handle trucks requiring a minimum 13-foot height clearance. The City may opt that used parts be utilized depending on the age and value of the equipment being repair. Successful respondent assumes full liability and responsibility for all vehicles and 11 Request For Bid #RFB 23-009 Title: Auto Bodv Repair Services contents (including radios and other standard or installed equipment), placed in its custody by the City. The City reserves the right to perform and inspection of the respondent's workplace during the evaluation period and any time during the term of the contract and use this inspection as a means for determining the respondent to which award recommendation will be made. The acceptability of the size, location, and overall functionality of the service facility shall be determined by the City in consideration of the RFB requirements. The City's best interest shall prevail in this regard, and the decision of the City in this regard shall be final. 3.3. Vehicle Types This solicitation and proceeding contract covers the following vehicle types: A. Passenger vehicles (sedans, light trucks up to 14,500 GVW and similar equipment such as vans, etc.) including fiberglass work. B. Trucks (vehicles over the size indicated above) including fiberglass. C. Specialty vehicles (fire apparatus and fire equipment) requiring higher than usual standards in quality or repairs, finish, etc. including fiberglass work. The City reserves the right to assign vehicles that require specialized or proprietary repairs, finish, etc. to any other contractor at its discretion depending on the nature and extent of the specialized or proprietary work required. Successful respondent shall be required to use OEM parts on all repair work except when the City opts that used parts be utilized. 3.4. Pickup and Delivery Successful respondent must be able to provide free pickup and delivery of vehicles, including flat bed, when required. Upon return of finished vehicle(s), operator will remain until the vehicle is inspected and accepted. If it is determined that the vehicle is not properly repaired, the operator will return the vehicle to the contractor's shop for repair and deliver at no extra charge. 3.5. Federal and State Safety Regulations Contractor shall comply with all federal and state safety regulation but not limited to Occupational Safety and Health Administration (OSHA) and the Department of Workforce Development (DWD) regulations. 3.6. Cost Estimates The successful respondent must furnish all labor, equipment, and supervision to provide body repairs on noninsured losses in accordance with the following: A. Individual cost estimates for each vehicle or piece of equipment will be provided by the successful respondent before any actual work will commence. These estimates must include the proposed time of completion, hours of labor, and an itemized listing of replacement repair parts. Estimates must be priced per item with replacement repair parts showing the retail list price of each part less the City's discount percentage. 12 Request For Bid #RFB 23-009 Title: Auto Body Repair Services B. All estimates must be complete and include all parts and charges with the exception of "hidden" damage, which may not be obvious until repairs are initiated. All estimates must be completed and available for review within twenty-four (24) hours of delivery of the vehicle. No repairs must be initiated until a Public Services representative reviews the estimate and provides a notice to proceed or a purchase order for the work. In no instance must any repairs costing more than the original estimate be performed without first notifying the Public Services representative and providing a supplemental estimate indicating additional parts and labor charges. The City reserves the right to verify, through independent appraisal, if repairs are required. C. The successful respondent must notify the Public Services representative before subcontracting mechanical/service repairs. The City, at its option, may reject specified/selected subcontractors. D. All work will commence within 1-2 days of notice to proceed or purchase order. The successful respondent must provide a turnaround time of 3-4 working days after the commencement of work. This requirement may be waived at the sole discretion of the Public Services representative for reasons such as part unavailability, low priority as determined by the City, etc. E. All labor must be invoiced at the hourly rate in accordance with the Price Schedule. All replacement repair parts must be invoiced at retail list price less the discount percentage set forth in the Price Schedule. All replacement repair parts used must be new OEM manufactured. If new OEM replacement repairs are no longer available, the successful respondent must contact the Public Services representative for approval of substitute replacement repair parts. The City will supply, at its option, any tires required for repair on a vehicle. 3.7. Auto Body Repair and Painting Requirements A. The successful respondent must be able to perform complete body repairs as well as paint vehicles and equipment. B. All bodywork will require three coats of primer: two (2) during bodywork repair, and a minimum of one (1) during the painting process. All work must be performed at the same level of quality that is provided to all customers. C. Bent parts are to be straightened and reinforced or replaced if necessary. D. Major Repairs: If metal is rusted through, the repair must be made by cutting out the damaged area and replacing it with new metal that is equal to or greater than the original metal thickness. All seams must be mudded and primed twice. E. Minor Repairs: Sandblast the entire area of rust, pitting are to be filled with heavy build 2-part primer, allowed to dry for eight (8) hours, then sanded and primer applied. 13 Request For Bid #RFB 23-009 Title: Auto Bodv Repair Services 3.8. Guarantee The successful respondent guarantees the service furnished will be of the highest quality, complying with specifications, and free from all defects in materials and workmanship, for a period of one (1) year from the date of acceptance, with the exception of paint. Replacements and repairs under this warranty are to be made by the successful respondent at no cost and to the satisfaction of the City. All paint must have a two (2) year minimum warranty against peeling and fading. 14