Loading...
2015-60 AGREEMENT FOR SUBLET VEHICLE REPAIR SERVICES 2 THIS AGREEMENT, made and entered into this 14 day of t t'4 2015, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and Rush Truck Center of Florida, Inc., 2350 Diversified Way, Orlando, FL 32804 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Orlando, Florida through the public procurement process awarded Solicitation No. IFB 11-0136 for sublet vehicle repair services; WHEREAS, based on CONTRACTOR's response to Solicitation No. IFB 11-0136 the City of Orlando entered into a contract for the provision of sublet vehicle repair services, contract number IFB 11-1036-1; WHEREAS, CITY desires to utilize the above-referenced awarded bid and CONTRACTOR's response thereto in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the contract entered into with the City of Orlando. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall provide sublet vehicle repair services as described in the City of Orlando contract attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in Contract number IFB11-0136-1 which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II -THE CONTRACT SUM CITY-shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in set forth in Exhibit 'A', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until October 31, 2015, unless terminated or renewed by the City of Orlando or as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon 1 written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) 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 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 pnor to the effective date of termination. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in Exhibit "A" and the applicable purchase order or notice to proceed. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth herein, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his 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 2 Compensation Insurance for all of the latter's 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. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive 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 minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the 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 it is caused in part by a party indemnified hereunder. 3 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. (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. ARTICLE VIII -NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Rush Truck Center of Flonda, Inc. 2350 Diversified Way Orlando, FL 32804 Attn: Wade Bosarge, Regional General Mgr. CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 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. 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 4 of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 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. 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. 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. 6. Assignment. 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. 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. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in,the State of Flonda and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records`and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 5 (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. ARTICLE X- AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in City of Orlando Contract number IFB 11-0136-1 dated September 8, 2011 (Exhibit"A"hereto). IN, WITNESS WHEREOF, the parties hereto have executed this Agreement on --this 4 day of ,..)LA kX .,2015. Attest: CITY OF CLERMONT,FLORIDA a BY: ' ' ! ,] /� I BY: ` Tracy Ackroyd, City Clerk Gail L. Ash,Mayor RUSH TRucK ceN-rea. DF FLvRIDA,'tNC. Attest: BY: BY: iah Corporate ecretary d 40pi141 eNearis- Printed Name ' le Printed Name/Title /'Y14Am6e(c. 6 EXHIBIT A _W_`+ R ITY 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, Purc asing Agent 11 ACCE ANCE By: ici Signature Title Date PROCUREMENT AND CONTRACTS DIVISION CITY HALL•400 SOUTH ORANGE AVENUE•P 0 Box 4990.ORLANDO,FLORIDA 32802-4990 PHONE 407.246 2291 •FAX 407 246 2869•CityotOrlando.net•esupplier cityoforlando net Rev 07/26/12 `Rk,-,an , ao 3rTY'OFQRLANi3O 11) --- -- - --- ----- -- - 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 I 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, /i- ______) Lee Donate, Purchasing Agent II ACCE TANCE By: a f� ffOial Signt)tll_ire `toJee. fi tfolikGc- Title • /0/440.A OC.,IHd LL 1M}' Date PROCUREMENT AND CONTRACTS DIVISION CITY HALL•400 Soum ORANGE AVENUE•P.O.Box 4990.ORLANDO,FLORIDA 32802-4990 PHONE 407.246.2291 •FAX 407.246.2869•CityofOrlando.net•esupplier.cityoforlando.net Rev: 07/26/12 . . , . . 1,.k.4,,..„,),..,. n .. ,,,..„ sCrrYoFOiwrDo ,,,,;.. .„.„..., 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 IFB11-0136-1 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 this 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 May 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 Also, send us a copy of the most current W-9 form for your business. , Thank you for your immediate attention to this matter. Sincerely, • _ CCEPTANCE Lee Donate _ 1, . •, ,, - : , Purchasing Agent II By: ' 4/59"" • Q Office Signature Ureguit ecal. /e.e,m ,r. LD/bh Title 61,4/4 oa 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•esupplier.cityoforlando.net Rev: 02/16/11 CITY OF ORLANDO rS'"iIJ11rD6����i a�1 Invitation for Bid Award Information ,1I1 Jf 1;,1�1n'1t,,ki1i 1!]n' Procurement and Contracts Division r HW:11°04111i 1114; a Avenue,Fourth Floor, Orlando, FL 32801 �1�3tti`"`` `' 400 South Orange 111111 1 lJ i!11;� 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: tbttns://esupplier.cityoforlando.net/vendor/common/default 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: littps://esupplier.cit rl�ndo.net/vcndor!commonfdefault.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. 01/01/13 SaR CITY OF OIrNDo CONTRACT NUMBER P.0 NUMBER IFB11-0136-1 21350-000-OP INVOICE MUST BE FROM VENDOR BELOW VENDOR SHIP TO - RUSH TRUCK CENTERS OF FLORIDA INC FLEET MGMT ADMINISTRATION Attn:Wade Bosarge 1010 S.Westmoreland Drive 2424 N.John Young Pkwy. Orlando FL 32805 Orlando FL 32804 PAYMENT IS CONTINGENT ON A PROPER INVOICE MATCHING ITEMS,QUANTITIES,AND PRICING ON THIS PURCHASE ORDER. INVOI _ - - - • - - - - --- - , •- -. _ .:, P.O.DATE VENDOR SHIP WA 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 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 i cperrditiireshall not exceed'$99,600.00 without Issuance of a Change Order to this Standing Purchase Order - - _ - All invoices submitted under this cgntrraet'must reference City of•tOriando,Oontr_act IF811-0196-1,end Irtjst reference Standing Purchase Ordei n'urgber 21350: ,,�: `` . - „ r9 LINE ITEM ' ACCOUNT-.,-.•: '(UAN•11TY .'DESORIPTION "N UNIT PRICE `� AMOUNT ..'�?'CHARGED_ I.1:4tii;x4wl; .._%3Z7 . -. - _ 1.000 92 �~ —telt .' ; , ; PARTS/SERVICE/REPAIRS • � •0 0000 • 8-15-70a1,r _1,�744,�a372 :''•K .." EA`�,, � � $99,600.00 R_eq.# 00050320 • -.4...._�i', . IREF?AIRS TO CITY VEHICLES __•-._— ? � ' -- Purchase of sublet vehioie`repa r,'from 11/1`/20i 1,thN'oligh49/30/2012. - _ y - • ;:L ...1:,:), ,,-;-':-.,..4x-.-"t—, Total t�r�fSe�ry j+'' -t• $99 600 00 a ' `• fr"R..•�E A L • .«• � ���' ��••a• 1 • I 'r":'• , . s•"-i—.J% :;r ,, •, ,- I 7' `" _ -- • •. i t r' '`fir - ` ' _ �• '�•M 7.•'d_ __ ' • ' 4`'`1:ti. e. , • , rte t SEE REVERSE FOR VENDOR INSTRUCTIONS_ . ••. ~ _ to+ Authorized Director sl &Materials Management or Designee 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 IFB 11-0136, 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(12) 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-Dust-reference-the-subject-Contract-Number- Invoices-must be-submittet176-the address below: Accounts Payable City of Orlando 4`h 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 contract. Invoices not meeting these requirements are . considered Improper Invoices and will be returned. Sincerely, vim '�=- (1)6)-7--1.77/L 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.net Fu • Cm oi OCTIY OF ORLANDO • August 23,2011 MEMORANDUM TO: All Bidders FROM: Lee Donate,Purchasing Agent II Office of Purchasing and Materials Management SUBJECT: SUBLET VEHICLE REPAIR r� Transmittal of Addendum Number One(1) 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: c 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 ft" - -- Avenue;4tfloor. '1 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 PURCHASING AND MATERIALS MANAGEMENT DIVISION CITY HALL•400 SOUTH ORANGE AveriuE•P.O.Box 4990.ORLANDO,FLORIDA 32802-4990 PHONE 407.246.2291 •FAX 407.246.2869•CityofOrlando.net•esupplier.cityoforlando.net , Sublet Vehicle Repair IFB11-0136/LD Addendum One(1) August 23, 2011 SIGNATURE PAGE 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 tddisqualification. ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED. RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED C U h /ZU c1 1. fifeL 04& r'o/f dA 77/1G NAME OF BUSINESS BY: 194, 1 Athify(--- SIGNATURE/DATE NAME&TITLE, TYPED OR PRINTED 1 Aezkpv-iy MAILING DRESS 6/2 k1t p. ,5" 2€kV CITIES, STATE,ZIP CODE c(67) a91 - loco AREA CODE WITH TELEPHONE and FAX NUMBERS Page 2 of 2 Mayor ,,:,`,,. Director of Purchasing and Materials Management Buddy Dyer Rhonda S.Ulmer,C.P.M.,CPPO,FCCN Procurement Manager Roger Cooper,C P.M ••`'''s7 CITY • rr5 Itl��': CITY OF ORLANDO INVITATION FOR BID (IFB) DATE OF ISSUE: August 4,2011 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 IFB NO: IFB11-0136 (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.Donateacitvoforlando.net BUSINESS NAME&ADDRESS akkr/i/..4,41. r�tLr C-em �e✓. Dd r-644410--, &to- Business Name pp c tfc2q N . _TOL Y®c�t�+, I.tie/C4JA Address ('r2/AQ1o, s/. 3 Joy City, State,Zip �N Wi I co/L' (gel a 0--/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-06-17-11 Sublet Vehicle Repair IFBI1-0136/LD SPECIFICATIONS FOR SUBLET VEHICLE REPAIR 1.0 General 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 cats-to-mediu els or vulikle • 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. By_responding_to this solicitation, the_Bidder agrees to accept all orders forgoods . _ _ . _. _..._ 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 IF1111-0136/LD 3.0 Qualifications 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 Approval 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 'rhe ContractorJsR professional and has knowledge of what details must be taken _ into consideration to produce a high quality job, 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 IFB11-0136/L,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' Pal . • r 1 :••• • ' .. .ent--reasous fui i equusting additional doaintimc. 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. 1 1 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 IFB11-0136/LD 7.0 Warranties 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 parts. 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 IFB11-0136/LD Bidder's Name: BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair Item %Mark- Quantity Unit Total No. Description up/Rate 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 c 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 IFBI1-o136/A _/L�D .,a x:rr,, . &Acta. d F 14 4$40d-- Bidder's - Bidder's Name: 614( 114.41 BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair Item %Mark- No Quantity Unit Description up/Rate Total PART TWO (2):REPAIR AND MAINTENANCE OF'FORD CARS AND LIGHT TRUCKS,FORD FRANCHISE DEALER 4. $100,000.00 YR PARTS: D % $ /,oho, Original Equipment Manufacturer (OEM) for Ford vehicles. 5. $40,000.00 YR PARTS:, Aftermarket,with prior approval of Fleet Management. % $ifs 00&." Ocei" 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-invoiccs-at the-request°of-the-City -- - 6. 750 Hours LABOR: $ 26'° $4,.0411ad Fixed hourly rate for labor. Note: Hours charged per job shall be based on an established industry job time standard such as Mitchell or Alldata, or actual job hours with prior approval by Fleet Management. Sab-total(this page)$ 3Qg, owe, ao Bidder Initial Purchasing and Materials Management Division Page: 44 v1 Sublet Vehicle Repair IFB11-0136/LD Bidder's Name: BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair ItemQuail lily Unit t to %Mark lbtal No, up/Rate _ 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 Alldata, 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 IFB11-0136/LD Bidder's Name: BID PRICE FORM You are invited to Bid on the following; Sublet Vehicle Repair Item Quantity Unit Description � Akp- 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: % $ 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 Evidcnce 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. Ca 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: 46 Sublet Vehicle Repair �, �1IFB11-01361LD �//�, / /�W`j� 4e R /�.d-Frla214INC- Bidder's Name: I ` G �iVU►Jft'1L. stRl- ca- N BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair Item %Mark- -Quantity Unit Description TBta1 No. up/Rate PART FIVE(5):REPAIR AND MAINTENANCE OF GM MEDIUM DUTY TRUCKS,GM FRANCHISE DEALER 13. $5,000.00 YR PARTS: oW % $`oOM" Original Equipment Manufacturer (OEM) for GM vehicles. 14 $2000.00 YR PARTS: c20 % $A40•,v 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 ---- submitTf actuainvoic' eatthe request of theCity. gee` 15. 50 Hours LABOR: $ $ �Oi/ 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) �Ol yeas. Bidder Initial 4n, r Purchasing and Materials Management Division Page:47 Sublet Vehicle Repairpp IFB11-0136/LD Bidder's Name: rtt f/luck�A4!V2 4 R°�`� bl2 A MAD— L0f4-4ion1 x,�c BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair Item %Mark- -Quantity-- Unit Descriptiuu Total No. up/Rate PART SIX(6):REPAIR AND MAINTENANCE OF FORD MEDIUM DUTY TRUCKS, FORD FRANCHISED DEALER °` 16. $75,000.00 YR PARTS: o20 x % $40 • Original Equipment Manufacturer (OEM) for Ford vehicles. 17. $30,000.00 YR PARTS: % $34.0,CP 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 submillal off'actual-invoices at the request of the City. 18. 500 Hours LABOR: $ 20 $ 10t ' 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)$ I w L ,no Bidder Initials Purchasing and Materials Management Division Page:48 I. Sublet Vehicle Repair IFB11-0136/LD Bidder's Name: BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair Item %Mark- No. Quantity Unit Description up/Rate Total 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 -- — suGmittal 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 2itsk li:.cA*Ce p 410a.,do Bidder's Named - PN - Ut�tv,,/ BID PRICE FORM You are invited to Bid on the following: Sublet Vehicle Repair Item Quantity Unit Description %Mark- Total No. up/Rate PART EIGHT(8): REPAIR AND MAINTENANCE OF MEDIUM DUTY TRUCKS,INDEPENDENT REPAIR SHOP(OTHER THANIFACTORY AUTHORIZED DEALERSHIP) 22. $75,000.00 I YR PARTS: % $f4,asmdp Original Equipment Manufacturer(OEM)for all vehicles. 23. $30,000.00 YR PARTS: aN Aftermarket,with prior approval of Fleet Management. =20 % $ 3piood 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. to o„ - 1 24. 500 Hours LABOR: i817 $4.00 Fixed hourly rate for labor. Note: Hours charged per job shall be based on an established industry job time standard such as Mitchell or Alldata,or actual job hours with prior approval by Fleet Management, Note: Total for Parts is calculated as follows: Quantity$ 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 $50,000) Sub-total(this page)$ 141,(OmQ.).md GRAND TOTAL(ALL PAGES)$ Bidder Initials Purchasing and Materials Management Division Page:50 Sublet Vehicle Repair IFB11-0136/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 IFBI1-0136/LD 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 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. ate'"" �i �f u � &kij / 1'�( /G aeae 4_ 02rr1f County of 472,41,e °`Th^• - I NAME F BUSINESS W: a Swo�,i; (or affi c ed and s'bscribed before tr} a g e, BY: tis 3y of .� 20 + b = r N C (w SIGNATURE r N v m tiVeleterY G Z�°u`�1�C d24 ed r/L 441100. ma NAME&TITLEEYPED OR PRINTEDN • ,1l (� Signature of Notary ..2 2y l� • �a 5 I1 4 'c,State of MAILING ADDRESS �/ J / /J -i 3;419Y Personally Known cC,IIT7Y,STATE,ZIP CODE Produced Identification e-(6'00 Type: TELEPHONE NUMBER TE�p? ) opo, e a€5 Company Tax ID# Oto 1 (0 7 02 I O$ FAX NUMBER (The City only requires Company Tax ID numbers. The City is not requesting individual social security numbers.) (.V![f SoN 8ts-4f.44",s 5. - E-MAIt'ADDRESS Purchasing and Materials Management Division Page: 52 O h • . - Sublet Vehicle Repair IFB11-0136/LD CONTRACT AND ACCEPTANCE FORM FOR SOLICITATION NO. IFB11-0136/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 ,, - '„-,, I'll •• Ill , - . ,- , ' ' :tion, 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. // . -g State of go'A-f 1 SIGNATURE County of 0/2,1,1 Wt I c /ACCP (v '' e GXBC(41 Ve /14 q'Swo (or affirmed)and sub cribed before'pe NAME&TITLE,TW'ED OR PRINTED th' ay of ,1„._..3. ' ' ,20 k ,by Ra-5frralek eeit4M- 4s Oi'ech --j9JC:1)114) I.. 11P4 0 NAME OF BUSINESS Signature of Notary s`*o ` 542 Y if/ Jd69N (O1.l3 ,/�.92/�[ Notary Public,State of m o MAILING ADDRESS - " ' ' : U° —.G 2�, ersonally Known (circle if ap)licab e o o E c. CITY,STATE,ZIP CODE -OR- "'o' ° -- PHONE:(rte 7 ) '2o moo Produced Identification' co FAX:( t€Y c '91) ,.�3 Type of Identification: ' E-MAIL: 1 d r 0 L -,,,i/ .&'I 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 I g 22/23 0..1-/ INITIAL CONTRACT TERM: all" to /5/3/Th. ACCEPTANCE: PURCHASING APPROVED AS TO FORM AND LEGALITY ;, AND MATERIALS MANAGEMENT for the use and reliance of the i CITY OF ORLANDO,FLORIDA City of Orlando,Florida,only. By:674271d— L%t 5 . £ , Director of Purchasing Assistant City Attorney ORLANDO,FLORIDA i RHONDA S.ULMER,C.P.M.,CPPD,FCCN j' Date: ��iii-, l ,2011 Date: / J3O 1 3 ,J%/� ,2011 I ' u 1 Purchasing and Materials Management Division Page:53 P 4