Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
VII (D) Award RFP for Fleet Maintenance
Agenda 5-07-2002 Item VII D "CENTER OF GOD!)LIVING- PRIDE OF WEST ORANGE" MAYOR•COMMISSIONIN O` Ocoee S. SCOTT VANDERGRIFT izi CITY OF OCOEE COMMISSIONERS�j DANNY HOWELL ISO N. LAKESHORE DRIVE OCUEE, Puna 34761-225R SCOTT ANDERSON RUSTY J.PARKER P (407)905-3100 NANCY J.PARKE lq OF GOOO�` Cn Y MANAGER JIM GLEASON STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, CPPB, Buy THROUGH: Wanda Horton, Finance Direc DATE: April 30, 2002 RE: RFP F02-001, Fleet Maintenance Services ISSUE Should the City Commission select the Florida Auto Auction of Orlando to perform fleet maintenance services for the City? BACKGROUND & DISCUSSION: The City spends approximately $250,000 annually for maintenance of its fleet. This amount includes lube/oil/filter service and repairs. Currently, each department is responsible for obtaining quotes from vendors for this service; however, the total annual amount of these services meets the requirements for a formal bid or request for proposal. RFP #02-001 was advertised on February 10, 2002, a pre-proposal conference was held on February 27, 2002, and the closing date was March 13, 2002. The following two (2) respondents submitted proposal packages, and one (1) submitted a no bid letter. 1. Florida Auto Auction of Orlando 2. Action Gator Tire, Inc. 3. First Vehicle Services— No Bid The Finance Department reviewed the proposals for responsiveness. Action Gator Tire's proposal was found to be non-responsive and was ultimately disqualified for failure to produce the required bid guarantee, after every opportunity was afforded to them. Please see the attached letter requesting the required documents. The Florida Auto Auction of Orlando's proposal was reviewed by the RFP selection committee, which consisted of six (6) members: Commissioner Danny Howell; Bob Smith, Public Works Department; Larry Bras, Fire Department; Steve Goclon, Police Department; Martin Velie, Protective Inspections Department; and Robert Holland, Utilities Department. The public RFP Selection Committee meeting was held on April 2, 2002. Please see the attached Attendee Signature Sheet and the individual evaluation forms. POWr p. 2, RFP 02-001 Attached are copies of all proposals received along with the bid tabulation sheet. A copy of the proposed contract is also attached for your review. The selection committee's recommendation is to award RFP #02-001 to the Florida Auto Auction of Orlando, per the attached memo from Bob Smith, Public Works Director. If awarded, the required bonds and insurance will be obtained by staff prior to execution of attached contract. STAFF RECOMMENDATION It respectfully is recommended that the City Commission award RFP #02-001, Fleet Maintenance Services to the Florida Auto Auction of Orlando, and authorize execution of the agreement between the City and the Florida Auto Auction of Orlando by the Mayor and City Clerk, and further authorize the Mayor, City Clerk and Staff to execute all documents necessary to consummate the transaction contemplated by the agreement. cc: Bob Smith, Public Works Director MEMORANDUM TO: Joyce Tolbert, Buyer FROM: Bob Smith, Public Works Directo DATE: April 30, 2002 RE: Awarding Fleet Maintenance Contract The selection committee met to review the RFP for fleet maintenance. They ranked the candidates and the Florida Auto Auction was selected to perform fleet maintenance for the City. BS:jh KnitHomo of "CENTER OF GOOD LIVING-PRIDED!:WEST ORANGE," MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT 0 �y aat���o CITY OF OCOEE COMMISSIONERS �� tOle _ DANNY HOWELL. a ISO N. LAKESHORE DRIVE SCOTT ANDERSON ° OCOEE,FLORIDA 34761-2258 r. RUSTY JOHNSON �y ,.�?c' (407)905-31 W NANCY J.PARKER ��� OF GOOD sa CITY MANAGER JIM GLEASON March 20, 2002 Action Gator Tire, Inc. 11203 West Colonial Drive Ocoee, FL 34761 Attention: Bill Burlingham Re: RFP 02-001, Fleet Maintenance Services, Notice of Intent to Disqualify Proposal As you are aware, a bid guarantee and a signed original proposal document was not submitted with Action Gator Tire's proposal. On March 13, 2002, you indicated that you were in possession of the signed original and would forward it to the City. A message was left when you were out of town on March 15, 2002, and again today. As of this date, the City has not received the original proposal. Regarding the bid guarantee, I spoke with your insurance company, Universal Underwriters on March 14, 2002 and again on March 19, 2002. Mike with Universal Underwriters indicated that he needed to contact their underwriters concerning the matter of the bid guarantee. He also inquired if the City had a copy of a bid bond; he was informed to comply with the RFP instructions for a bid guarantee and use a standard bid bond in the amount specified in addendum number two (2). Please regard this letter as a Notice of Intent to Disqualify your proposal for non-responsiveness, should Action Gator Tire fail to submit a bid guarantee and a signed original proposal document by April 2, 2002. Should there be any further questions regarding the above, please contact my office at extension 1516. Sincerely, ce Tolbert, CPPB Buyer C: Selection Committee Members Donald Caner.Finance Supervisor Michael Rawlings.Comptroller,Action Gator Tim Protect Ocoee "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Q S.SCOTT VANDERGRIFF CITY OF OCOEE DANNY HOWELL 150 N.LAKESHOREDRIVE OCOEE,FLORIDA 34761-2258 SCOTT ANDERSON RUSTY JOHNSON (407)905-31W NANCY 1.PARKER CRY MANAGER JIM GLEASON RFP#02-001 FLEET MAINTENANCE SERVICES PUBLIC RFP SELECTION COMMITTEE MEETING 4/02/02 4:00 P.M. ATTENDEE SIGNATURE SHEET COMPANY/ REPRESENTATIVE SIGNATURE DEPT //�� /4,6(1,/e,5_occ_ . /PTO Auc`f /ov I y metcThRe - 0 l Rom_ F12� Z I i ceo's o �e e POP adaUI r faci- eyti is lFiozf �/ uito-w 07 /�Re>,n/ //cziE /� Ia b/,,/-_�_ )o s VI PI'CA 1 � � C4 oOCaGL (Ai itit) '&. .A ` OIIP(JCi Protect Ocmel Wets,Resources 411 Page I of 2 Tolbert, Joyce From: Howell, Danny Sent: Thursday, April04, 2002 12:01 PM To: Tolbert, Joyce Subject: RFP 02-001 Evaluation Form.xls Number of ASE Certified Mechanics 1 to 5 points 5 Fleet Maintenance Experience/ References 1 to 15 points 10 Contractors Facility(Secure Storage/Equipment Proximity to Public Works Facility 1 to 10 points 10 Labor Flat Rate 1 to 10 points 8 Parts Cost 1 to 10 points 8 Ford Crown Vic Service Costs 1 to 10 points 8 Ford F-150 Service Costs 9 Parts and Labor Warranty 1 to 10 points a PM and Safety Inspection Costs 1 to 10 points 10 Tire Repairs Costs 1 to 5 points 5 Road Side Service Cost 1 to 5 points 4 Total Score 85 (1 to 100 points) 4/4/2002 LA ' ( _r‘ Attachment 'B" C.7 RFP 02-001 �1Y/V • Fleet Maintenance Evaluation Fnrm o►� Number of ASE Certified Mechanics 1 to 5 points Lf Fleet Maintenance Experience/ References 1 to 15 points /4 Contractor's Facility (Secure Storage/Equipment Proximity to Public Works Facility / 1 to 10 points n Labor Flat Rate 1 to 10 points i/<'\ Parts Cost 1 to 10 points Ford Crown Vic Service Costs 1 to 10 points 70 Ford F-150 Service Costs 1 to 10 points hi Parts and Labor Warranty 1 to 10 points PM and Safety Inspection Ccsrs 1 to 10 points \-1 - Tire Repairs Costs 1 to 5 points (� C Road Side Service Cost �.. 1 to 5 points — Total Score (1 to 100 points) S QA. , Attachment "B" Cr\o-S RFP 02-001 Fleet Maintenance Fvalr ation Form Number of ASE Certified Mechanics 1 to 5 points Fleet Maintenance Experiences References 1 to 15 points Contractor's Facility (Secure Storage/Equipment Proximity to Public Works Facility 1 to 10 points I Labor Flat Rate • 1 to 10 points Parts Cost 1 to 10 points i Ford Crown Vic Service Costs 1 to 10 points r Ford F-150 Service Costs 1 to 10 points Parts and Labor Warranty 1 to 10 points 'I PM and Safety Inspection Costs 1 to 10 points r J Tire Repairs Costs 1 to 5 points I, Road Side Service Cost 1 to 5 points �(✓' Total Score (1 to 100 points) �t<3\ Attachment "B" RFP 02-001 Fleet laintenance Evaltation Fo m Number of ASE Certified Mechanics 5 1 to 5 points Fleet Maintenance Experience/ 15 References 1 to 15 points Contractor's Facility (Secure Storage/Equipment 10 Proximity to Public Works Facility 1 to 10 points Labor Flat Rate 10 1 to 10 points Parts Cost 1 to 10 points 4 Ford Crown Vic Service Costs n/a 1 to 10 points Ford F-150 Service Costs n/a 1 to 10 points Parts and Labor Warranty 10 1 to 10 points PM and Safety Inspection Costs 9 1 to 10 points Tire Repairs Costs 5 1 to 5 points Road Side Service Cost 5 1 to 5 points Total Score �\ (1 to 100 points) �/ I(/ _ r . 0)• [ ie" C�(5/ � .i : Attachment.,8�. ^z,l,o r)� , r (L. (.v(4, + !r• z nLovy 44 p e. C RFP02-007 n. e .. }e • Fleet Maintenance Fvaluation Fo'rn etf, - Number of ASE Certified Mechanics 1 to 5 points Fleet Maintenance Experience/ References 1 to 15 points i .- Contractor's Facility (Secure Storage/Equipment Proximity to Public Works Facility 1 to 10 points / Labor Flat Rate 1 to 10 points L' Parts Cost ir{ 1 to 10 points Ford Crown Vic Service Costs �. 1 to 10 points J Ford F-150 Service Costs r 1 to 10 points Parts and Labor Warranty 1 to 10 points PM and Safety Inspection Costs J 1 to 10 points /0 Tire Repairs Costs 1 to 5 points ., Road Side Service Cost / 1 to 5 points Attachment "B" RFP 02-001 Fleet Maintena ice Evaluation Form Total Score (1 to 100 points) 1�. Attachment "13" V. RFP 02-001 Ihu Fleet laintenance Evaluation Form Number of ASE Certified Mechanics 1 to 5 points 3 Fleet Maintenance Experience/ References 1 to 15 points 10 Contractor's Facility (Secure Storage/Equipment Proximity to Public Works Facility 1 to 10 points 10 Labor Flat Rate 1 to 10 points 10 Parts Cost 1 to 10 points 8 Ford Crown Vic Service Costs 1 to 10 points 8 Ford F-150 Service Costs 1 to 10 points 8 Parts and Labor Warranty 1 to 10 points 8 PM and Safety Inspection Costs 1 to 10 points 10 Tire Repairs Costs 1 to 5 points 3 Road Side Service Cost 1 to 5 points 3 Total Score (1 to 100 points) 81 C�<Go FOLEY : LARDNER DENVER DETROIT AT TORNE VS A T L A W JACKSONVILLE LOS ANGELES MADISON MILWAUKEEANOC ORLANDO SACRAMENTO SAN DIEGO/DEL MAR SAN TRANCISCO TALLAHASSEE TAMPA WASHINGTON,D C. WEST PALM BEACH April 26, 2002 VIA HAND DELIVERY Ms. Joyce Tolbert City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761-2258 Re: City of Ocoee—Agreement for Fleet Maintenance Services Dear Joyce: Enclosed please find a copy of the Agreement for Fleet Maintenance Services. Please note that a copy of the completed RFP together with all amendments thereto needs to be attached as Exhibit"A." Please do not hesitate to contact me should you have any questions. Very truly yours, • EttA. CA . .on sistant C Atto y -e Enclosure FOLEY 6 IARDNER WRITER'S DIRECT LINE CLIENT/MATTER NUMBER 111 NORTH ORANGE AVENUE,SUITE 1800 407.244.3245 020377-010T ORLANDO,FLORIDA 32801.2386 R.O.BOX 2193 EMAIL ADDRESS ORLANDO,FLORIDA 32802-2193 scookson@loleylaw.cam 006.209253.1 TEL:407.423.7656 FAX:407.648.1743 WWW.FOLEYLARDNER.COM INVITATION TO BID#02-001, Fleet Maintenance Services AGREEMENT FOR FLEET MAINTENANCE SERVICES THIS AGREEMENT FOR FLEET MAINTENANCE SERVICES (this "Agreement") is made this day of , 2002, by and between the CITY OF OCOEE, a Florida municipal corporation, whose mailing address is 150 North Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as the "City") and MANHEIM REMARKETING LIMITED PARTNERSHIP, a Florida limited partnership, d/b/a FLORIDA AUTO AUCTION OF ORLANDO, whose mailing address is 1275 E. Story Road, Winter Garden, Florida 34787 (hereinafter referred to as the "Contractor"). WITNESS ETH: WHEREAS, the City desires to hire Contractor to perform the work set forth in that certain City of Ocoee Request for Proposals RFP #02-001 as completed by Contractor and any amendments thereto (the "Work"), all being attached hereto as Exhibit "A"; and WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work pursuant to the terms of this Agreement, and for the amounts specified in Exhibit "A" NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the parties hereto, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Scope of Agreement. The terms and conditions of Exhibit "A" attached hereto are incorporated by reference herein as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. Section 2. Term of Agreement. This Agreement shall consist of five (5) consecutive one (1) year terms, with the first one (1) year term beginning on the date this Agreement is executed by the City (the "Effective Date"). Section 3. Compensation. Contractor agrees to provide the services and materials as specified in Exhibit "A" for the amount specified in Exhibit "A". The amount as specified in Exhibit "A" may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement, will remain firm for the initial one (1) year term of this Agreement. After the initial one (1) year term of this Agreement, price adjustments will be allowed pursuant to the Price Adjustment provision of this Agreement. Section 4. Payment. All invoices received by the City are payable within (30) days from receipt, provided they have first been approved by the City, and the City has accepted the Work for which payment is sought. The City reserves the Page: I 006.254344.1 INVITATION TO BID #02-001, Fleet Maintenance Services right, with justification, to partially pay any invoice submitted by the Contractor. All invoices shall be in duplicate and directed to: City of Ocoee, Accounts Payable, 150 North Lakeshore Drive, Ocoee, Florida 34761-2258. NOTE: ALL INVOICES MUST CLEARLY INDICATE: City Agreement #02-001, Fleet Maintenance Services. Section 5. General Conditions. A. 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 this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination for Default. The performance of Work under this Agreement may be terminated by the City, in whole or in part, in writing, whenever the City shall determine that the Contractor has failed to meet the performance requirements of this Agreement. 2. The City has a right to terminate for default if the Contractor fails to perform the Work, or if the Contractor fails to perform the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions of the Agreement. 3. Failure of a Contractor to perform the required Work within the time specified, or within a reasonable time as determined by the City or failure to redo the Work when so requested, immediately or as directed by the City, shall constitute authority for the City to hire another contractor to perform the Work. In all such cases, the Contractor or his surety, shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of the Agreement prices. 4. Should public necessity demand it, the City reserves the right to utilize services which are substandard in quality, subject to an adjustment in price to be determined by the City. The Contractor shall not be liable for any excess costs if acceptable evidence has Page: 2 006254344.1 INVITATION TO BID#02-001, Fleet Maintenance Services been submitted to the City that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. C. Termination for Convenience. The City may terminate this Agreement at its convenience with thirty (30) days 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 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. D. Warranty. 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. 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 redo 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 obtaining another Contractor to redo the Work. ALL MATERIALS PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANTABLE AND BE FIT FOR THE PURPOSE INTENDED. THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK PERFORMED UNDER THIS AGREEMENT. E. Time of Completion. The parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor agrees that all Work shall be performed regularly, diligently, and uninterrupted within the time specified. 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 Page: 3 006.254344.1 INVITATION TO BID 402-001, Fleet Maintenance Services 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 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 may at its discretion, cancel this Agreement for the convenience of the City. F. Indemnification. The Contractor hereby agrees to indemnify and save the City its officers, agents and employees harmless from and against all losses, costs, expenses, claims, damages, judgments, liabilities and causes of action whatsoever (collectively, "Claims") including reasonable attorneys' fees and paralegal fees, both at trial and at appellate levels, arising out of or alleged to have arisen out of this Agreement or been occasioned, in whole or in part, by the exercise of the City of its rights granted hereunder. The City shall use its best efforts to promptly notify the Contractor in writing of any Claims and shall provide the Contractor with information regarding the Claims as the Contractor may reasonably request, but the failure to give such notice or provide such information shall not diminish the obligations of the Contractor under this Section. No Claims whatsoever shall be made or asserted against the City by the Contractor for or on account of anything done or as a result of anything done or omitted to be done in connection with this Agreement. G. Correction of Work. The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement whether observed before or after substantial completion of the Work. The Contractor shall bear all costs of correcting such rejected Work. H. Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of this Agreement or any sub-contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three (3) years from the date of final payment under this Agreement and by the sub-contractor for a period of three (3) years from the date of final payment under the sub- contract unless a shorter period is otherwise authorized in writing. Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or Page: 4 006.254344.1 INVITATION TO BID#02-001, Fleet Maintenance Services its employees, pursuant to this Agreement, 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. J. 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 workers and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. IC Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement 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 Change Order or written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement. L. Price Adjustments. For the second, third, fourth and fifth one (1) year terms of this Agreement, the Contractor may make a claim for a price adjustment in the Agreement. If the Contractor plans to make a price adjustment, the Contractor shall first give the City written notice thereof, with explanations stated for the price adjustment, and such notice shall be given at least sixty (60) calendar days prior to the one (1) year term for which the price adjustment is sought. Nothing contained herein shall affect the City's right to terminate this Agreement for Convenience as provided herein. M. Familiarity with the Work. The Contractor by executing this Agreement, 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 this Agreement by the Contractor serves as the Contractor's stated commitment to fulfill all the conditions referred to in this Agreement. Section 6. Miscellaneous Provisions. A. The Contractor shall not employ subcontractors without the advance written permission of the City. Page: 5 006.254344.1 INVITATION TO BID 402-001, Fleet Maintenance Services B. Assignment of this Agreement shall not be made without the advance written consent of the City. C. 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. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the City. E. 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. F. The Contractor shall at all times, keep the Work area free from accumulation of waste materials or rubbish caused by its operations, and promptly remove any such materials to an approved disposal location. G. 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. H. This Agreement is considered a non-exclusive Agreement between the parties. I. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. J. Any litigation arising out of this Agreement shall be had in the Courts of Orange County, Florida. K. The undersigned hereby certify that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. L. This Agreement, including Exhibit "A", contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. Page: 6 006.254344.1 INVITATION TO BID#02-001, Fleet Maintenance Services IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed by their duly authorized officers as of the day and year first above written. CONTRACTOR: MANHEIM REMARKETING LIMITED PARTNERSHIP, a Florida limited partnership, d/b/a FLORIDA AUTO AUCTION OF ORLANDO Print Name: By: Name: Title: Print Name: (SEAL) STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of , 2002, by as of Manheim Remarketing Limited Partnership, a Florida limited partnership d/b/a Florida Auto Auction of Orlando, on behalf of the corporation. He/she ❑ is personally known to me, or ❑ has produced as identification. Signature of Notary Public - State of Florida Name of Notary (Print, Type, or Stamp) Commission Number (if not legible on seal): My Commission Expires (if not legible on seal): Page: 7 006.254344.1 INVITATION TO BID #02-001, fleet Maintenance Services CITY: CITY OF OCOEE, a Florida municipal corporation By: S. Scott Vandergrift, Mayor Attest: Jean Grafton, City Clerk (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA; COMMISSION AT A MEETING APPROVED AS TO FORM AND HELD ON , 2002 LEGALITY this day of UNDER AGENDA ITEM NO. , 2002. FOLEY & LARDNER By: City Attorney Page: 8 006254344.1 INVITATION TO RID #02-001, Fleet Maintenance Services STATE OF FLORIDA COUNTY OF ORANGE I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State and County aforesaid to take acknowledgments, personally appeared S. Scott Vandergrift and Jean Grafton well known to me to be the Mayor and City Clerk, respectively, of the CITY OF OCOEE, a Florida municipal corporation, and that they severally acknowledged executing the same in the presence of two subscribing witnesses freely and voluntarily under authority duly vested in them by said municipality. They are personally known to me_ WITNESS my hand and official seal in the County and State last aforesaid this day of , 2002. Signature of Notary Name of Notary (Typed, Printed or Stamped) Commission Number (if not legible on seal): My Commission Expires (if not legible on seal: Page: 9 006.254344.1 INVITATION TO BID#02-001, Fleet Maintenance Services EXHIBIT "A" CXITY OF OCOEE REQUEST FOR PROPOSALS REP#02-001 (AS COMPLETED BY CONTRACTOR) AND ANY AMENDMENTS THERETO Page: 10 006.254344.1 tlL/2ti/'Po112 lb: Si 411/bb63hdi ULUtt i u+.n+.._ ..... �, �.w February 28, 2002 ADDENDUM NUMBER ONE (1) CITY OF OCOEE RFP NO. 02-001 FLEET MAINTENANCE SERVICES This addendum shall modify and become a part of the original RFP document for Fleet Maintenance Services. This addendum is a result of the Pre-Proposal Conference held February 27, 2002 at 11:00 A.M. that included the response to the e-mail from the Florida Auto Auction, received February 26, 2002. 1. Pre-Proposal Sign-In Sheet attached. 2. Copy of e-mail from Florida Auto Auction attached. Response: If your proposal does not include everything listed in the RFP documents (vehicle listing), please state exactly what part(s) your proposal does/does not cover. If no clarification is included within your proposal, then your proposal will be construed as though your proposal includes all vehicles listed. According to RFP 02- 001, p. 6, "the City may accept any item or group of items of any proposal, unless the respondent qualifies his/her proposal by specific limitations." 3. The City will negotiate with the selected Service Provider on State of Florida contract pricing for all tires. 3- cc , Buyer All respondents shall acknowledge this addendu co leting the section below and attaching to the front of your proposal. //f� Respondent: N ,q�, '/ ,��j Signattue: DA i I /L e--64/.-, `oc t 71 ,,�n,� _. ` Name and Title: r eedt 'a Ftei jlliNaike o- e� o1 k--rks I 03/11/2002 05:20 0076563501 OCOEE FINANCE PAGE H1/03 X March 11, 2002 ADDENDUM NUMBER TWO (2) CITY OF OCOEE RFP NO. 02-001 FLEET MAINTENANCE SERVICES This addendum shall modify and become a pan of the original RFP document for Fleet Maintenance Services. This addendum is the result of the attached question e-mailed by the Florida Auto Auction on March 11, 2002. 1. Pg.27,Bid Guaranty,Paragraph A, Sentence Number 1; is hereby changed to read: "Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to Five Thousand Dollars ($5.000.00)" 2. Pg.28,Performance and Payment Bonds,Paragraph A; is hereby changed to read: "Tbe Successful Respondent shall furnish the City with a State of Florida Performance and Payment Bond., in the amount of Two-Hundred Thousand Dollars ($200,000.00) if the contract is for both Lube/Oil/Filter and Repair service; or a Performance and Payment Bond in the amount of Fifty Thousand Dollars ($50,000.00) if the contract is for Lube/Oil/Filter service only, written by a Surety Company acceptable to the City and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent." c9% olb , CPPB Buyer All respondents shall acknowledge this addendum by completing the section below and attaching to the front ofyour proposa/l.�/� �J �'}�' ,, ' Respondent: 7 "-�✓tt {/�' �i4'i l�1 (lc ' /�O Signature: ! 1 n ^,1 l�i't �-./), -e Name and Tide: d.��" =�j r WtuA�JI-c SCt�c t�C- 6Ti 7/dUS t CIO./Oil LIOmm. 1 om uc(/ VG 1V oD HAUL uc nlgftr An t.:.21Ad--+h- 2L.4..-: "° k 8 t - ,.-.N 1f i t) fEM1FIfJTE NYYBER PRODUCER 1 IS I lMO CONFERS MgONTS UPON pISWEOICTMATTER Cf ER TIM TIME OILYYOED M THE MARSH NO ICY MIS WI ATETMNJh MOLDER OTHER NO MOTE THE COD M OE SUIT PIEDMONT ROAD,N.E. POLICY. DM CERTIFICATE PORKER DES NOT D HERE.EXTEND OR ALTER ME COVERIOE SUITE TA, MFORDaO u ME ralN>Ea DESCRIED xEREIB. ATIANTA,GA 30305 COMPANIES AFF ORDINO COVERAGE Mn:Linda Smih-(404)995-2751 -Fax#(404)760-5709 NAP ANY S13873LAS-01/02 FAA A AMERICAN HOME ASSURANCE COMPANY wsdnf0 CCNIMANHEIM AUCTIONS, INC. B Amy INSURANCE CO STATE OF PA P 0.BOX 105357 ATLANTA GA 30348 COMPANY C BIRMINGHAM FIRE INS CO OF PA COMPANY D AMERICAN INTL SOUTH INS.CO. - Alltl „sb— rt' TS DH. " , TO-Nis THE �v�S THAT D ICES TIR CO 9MYERel HAW RFrNE E EeD NAMED EAFWiCAPa MY PERIODINDICATED NOF STNING µRERNBI MOiCEN Ilf µE CONTRACT/EOTHER DCMERTSTRDS C OFI MAY E98LESSiMAY PERTAIN E IN3DµEF AFFORDED THE MDOESDESCIR:DxEREIN199UR.FC TO A ME TERMS CONDITIONS AND EX4tSONS 6SJCO PoICE9 LEMI}5910.M MAY HAW @FR REDUCED RYPhD a AIBS Po TYPE Of INSURANCE POLICY NUMBER POLICY E f f EGOVE rgICY EXPIRATION LM CATE MMMOM) DATE FIYIODFOD LIMITS A GENERAL LIABILITY RMGL8125019 01/01/02 01/01/03 X COAMEROA GENERAL LIMLIn GENERAL AGGREGATE $ 1,SW,000 PRODUCTS COMP/OP AGO $ 1,500,000 O AIMS M/OE IX I OCCUR PERSONA &ADV INJURY $ 1500000 —OMNFasA CCNTR ACTOR S PROT FAO OCCURRENCE $ 1500,000 FIRE DAMAGE(Any mire $ 1500,000 MIlOM®EE LIABILITY MWEW(AAR mo pawn) $ EXCLUDED A RMCA5348951(AOS) 01/01/02 01101/03 COMBINED SNGLF LIMIT $ 1,500,000 A X ANY NJTO RMCA5348952(TX) 01/01/02 01/01/03 A ALL GAMED AUTOS RMCA5348953(HI) 01/01/02 01/01/03 @DOIILYIN.uRY $ A SAEWLEO ARW RMCA5348954(MA) 01/01/02 01 i01/03 Pm Perim) A X HIRED µnos RMCA5348955(VA) 01/01/02 01/01/03 @DOLYINLRY $ X NOI�OANED AUTOS PaO PROPERTY DAMAGE $ A OMAOE LIABILITY SEE ABOVE 01/01/02 01/01/03 AUTO ONLY-EAAOIDENT $ X my rUTO OrAFRTV AN wrOGLr. EAN ANDENT $ 1,500,000 $ EXCESS LOEWY AGGREGATE EAW OCCURRENCE $ _UMBEL].A FORM AGGREGATE $ OTHER Wµ UMBRELLA FORM $ A wORNERa COMPEMSATIGI MID RMVXC52T/814(AOS) 01/01/02 01/01/03 OPLOYERSLIELITY X TORV LIMBS ER ,�„ ,. A RMV.C5271817(W4) 01/01/02 0IM1/03 EL End ACCIDENT $ 1.000,000� A MEPRO IIETOU 'Na RMVXC52T7815(FL) 01A11/02 01/01/03 EL DEA/ EQIC LIMIT $ 1,000,000 PPRMERSEL'-OITVE D CFFIGMS ARE _Ewa RMWC5277818(OA) 01d01102 01I01I03 EldAg£ 1X .Od EMPIarFE $ 1,000, 0 A OTHER RMWC5277818(CA) 01/01/02 01/01/03 B WORKERS COMPENSATION RMWC527/819(MA,1N VA) 01/01/02 01/01/03 SEE ABOVE C EMPLOYERS LIABILITY RMWC527/820(OR) 01/01/02 01/01/03 AMT OF INS DESCRIPTION OF O ERAl lµOCAt KSNEMICLEw.PEOK ITEMS OMITS MAY E WBJECI TO DEDUCTIBLES OR RETENTIONS) FLORIDA AUTO AUCTION OF ORLANDO,INC. r A .. r . e IXML E WOOING COMPAOR W LL memo. TI w___SO ww n.nel NOTICE TO IL CITY OF OCOEE IWReK NA'FA,u.E To w mud Noma aa at.E do minnow u 150 N.LAKESHORE DR. CERTIFICATE HOLDER wwO OCOEE,FL 34761-2258 UAL.Ena ALIO teoN nE INSURER AFFOPLNOCOJELOE rTTAarrsad rfREMNTATws Mom DY NO or John F.Bum/ Obi et Afros [ .si.s] UNITED SELF INSURED SERVICES SERVICE BEYOND THE CONTRACT February 27, 2002 CERTIFICATE OF INSURANCE This Is to certify that: Manheim Central Florida Auto Auction Is covered under the Florida Workers' Compensation Act, Statute 440, through a policy issued by the Insurance Company of the State of Pennsylvania (AIG), In all matters relating to Workers' Compensation, administered by United Self Insured Services. Effective Date: 1/1/02 - 1/1/03 Yours very truly, • Sam R. Boone, Jr. Executive Vice President SRB:af MAILING ADDRESS:P.O.ROX 61664A•ORIANDO,FL 32R616648•407-3520.374•800-444-9098•FAX 407-352-5788 e2/2H/2ee2 19: 39 4e765635e1 OCOEE FINANCE PAGE u :; HI "CENTER OF GOOD UVfNG-PRIDE OF WEST ORANGE" MAvoe•Comyimontr\ Ocoe� S.SC01T Vgq'D[)ZGRIFI' ��� OF OCOEE 'trV CITY COMMISSIONhkS Ip 150 N.LAKFSHORE DRIVE DANNY HOWELL e ��� OCOEE, FLORIDA 34761-2258 SCOTC ANDERSON ��F +� (407)905-3100 RUSTY I ON 4 NANCY I PARKER up G00� CIT1 MANAGER BM GLEASON RFP 02-001 FLEET MAINTENANCE SERVICES PRE-PROPOSAL CONFERENCE 2/27/02 I1:00 A.M. ATTENDEE SIGNATURE SHEET COMPANY REPRESENTATIVE SIGNA 'RE 251 /OIIG J6ti acQ/le) / ii u oa, C31'4l 4- • pA„ r e� er 7/.eS7 ue/;r/tc --S- u,cef ,C1/ _ivnyr."-C `L' a n r -fl &CG ov KS i Pceeeb Wel . "CENTER OF GOOD %WING PRIDE OF WES? ORANGE" MAYOR•COMMISSIONER Ocoee S. SCOTT VANDERGRIFT CITY OF OCOEE COMMISSIONERS L CATT VNDERSO ,,.jam 150 N. LAKESHORE DRIVE SCOTT ANDERSON f';' 1 p OCOEE, FLORIDA 34761-2258 RUSTY JOHNSON �FF `Y `C.• (407) 905-3100 NANCV J. PARKER OF GOO° CITY MANAGER JIM GLEASON CITY OF OCOEE REQUEST FOR PROPOSALS RFP #02-001 FOR FLEET MAINTENANCE SERVICES oWr 1 Protect Ocoee'a Water Resource: 4- A 'r1 I L AnN¢xvn ], ,,4 RNi 07,01 p(714.0 NE VLX M MS MINER DM AN ARTIFICIAL WIIIXMAR PRIAGX ASi1G0.WRITE IN !Jr /4 ' JJ • L. a . ' HOWTHE DOCUMENT AT A Mau ANGLE TO SEE MIS SECURITY FEATURE 14 r1J1.4_ —.xi •l'rr . ,!lt tf SOUTH iDILLARD STREET �, l ' 1070 (' Issued by Lk. 'ma ,70aa2 178971695 „- POmN05e,NANHFIP7 REHARrE fl10 FLA AT ORL#8E+# "GP [Luc Mar 12,2002 t. Pay to "A- the Order of C-II'i OF 0 ULEETIONT*WWlr WW4WWATANW4IT WWkW11W1WY{WIRWWWW9Wr. ` WIAFWAWa WS,000.00 II " FIVE THOUSAND AND 03110O1***t #F$*UfW***i71W%i Al%t1YWWCIW11W1yytkill M Dollars "t DRAWER FIRS UNION NATIONAL BANK t N f Authorized Signature III 10049 Lo 1: / ' \ 74 'cT Jc}Jtr?3 BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation for RFP #02-001 7 thru 33 Scope of Work, including Proposal Forms 34 Signature Sheet ATTACHMENTS 1 thru 7 Attachment "A" Vehicle Listing B-1 Attachment 'B" Evaluation Form END OF TABLE OF CONTENTS • 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed proposals will be accepted for Request for Proposal (RFP) #02-001, FLEET MAINTENANCE SERVICES, no later than 11:00 AM, local time, on March 13, 2002. Proposals will be accepted from lube/oil/filter type service providers for those services, as well as "full" service providers. Proposals received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all proposals and waive informalities. Proposals will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Prospective proposers may secure a copy of the complete RFP package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258 for a non-refundable fee of $20.00. Partial sets of RFP documents will not be issued. A 5% Bid Security is required for this bid. Pre-Proposal Conference will be held on February 27, 2002 at 11:00 A.M. at the City Hall Conference Room at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, Florida. No further questions or concerns will be accepted following the Pre-Proposal Conference. All respondents will be held liable for contents as presented at the Pre-Proposal Conference. All proposals shall be submitted as (1) one original and six (6) copies in a sealed envelope plainly marked on the outside with the appropriate RFP number and closing date and time. No fax or e-mail submissions will be accepted. City Clerk February 10, 2002 3 CITY OF OCOEE INVITATION FOR RFP#02-001 INTENT: Sealed Proposals for RFP #02-00I will be received by the City of Ocoee. hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for FLEET SERVICES for the City of Ocoee in accordance to the `Scope of Work" section of this RFP. PROPOSAL INSTRUCTIONS: A. Each respondent shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Please check your prices before submission of proposal as no changes will be allowed after proposal closing date. Proposals must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the proposal. RFP documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm or corporation interested in the proposal either as a principal, member of a firm or general partner. If the respondent is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this REP should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)905- 3100,extension 1516 and fax(407)656-3501, not later than February 27, 2002. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the RFP award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This RFP must be received as one (1) original and six (6) copies, of the required submittals, by the Finance Department not later than 11:00 AM, local time, on March 13, 2002. Proposals received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number,title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert,Buyer 150 N Lakeshore Drive a0e .> Ocoee,FL 34761-2258 4 D. RFPs will be publicly opened and read at the Ocoee City Ball Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 11:01 AM, or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings arc duly noticed public meetings and all documents submitted to the City as a part of a proposal constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the REP package and carefully note the items which must he submitted with the proposal, such as: a) Proposal Guaranty in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) Qualification Statement; d) Service & Maintenance Proposal Sheets; e) Signature Sheet; I) Any other information specifically called for in these RFP Documents. F. Submission of a proposal shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a RFP document shall in no way relieve it from any obligations under its proposal or the contract. If"NO PROPOSAL", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the RFP documents/scope of work. G. A Pre-Proposal Conference will be held on February 27, 2002 at 11:00 A.M. at Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761- 2258. The conference will include a review of the RFP documents, and a question and answer period. All respondents will be held liable for contents as presented at the pre-proposal conference. No further questions or concerns will be accepted following the Pre-Proposal Conference. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed to all parties to whom the RFP packages have been issued. The City reserves the right to issue Addenda, concerning date and time of RFP opening, clarifications, or corrections, at any time up to the date and time set for RFP opening. In this case, proposals that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to the respondent's proposal, its' proposal will nevertheless be construed as though 5 p the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are warned that any other source by which a respondent receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its proposal: a) Submission of more than one (I) proposal for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its proposal. No proposal may be withdrawn for a period of ninety (90) days after the time and date scheduled for the RFP opening. The City reserves the right to accept or reject any or all proposals, to waive informalities or irregularities, to request clarification of information submitted in any proposal, or to readvertise for new proposals. The City may accept any item or group of items of any proposal, unless the respondent qualifies his/her proposal by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose proposal, in the City's opinion,will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which proposal is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City shall be the final authority in the award of any and all proposals. 6 RFP #02-001 FLEET MAINTENANCE SERVICES SCOPE OF WORK The City of Ocoee, Florida, (the "City"), requests proposals, ("RFP"), to provide certain fleet maintenance services. The terms "Respondent", "Proposer, "Provider", and "Contractor" are hereinafter used interchangeably, as applicable. Proposals will be accepted from lube/oil/filter type service providers for those services, as well as "full" service providers. Other than new vehicle dealerships, those proposers responding as full service providers must be "ASE" certified in the following area's of vehicle repair, engine tune-up, air conditioning, brakes, and wheel alignment. All parts shall be new, OEM or a National Brand, no reboxed rebuilt, or remanufactured parts to be used without prior approval of the City's Agent. Service provider shall pursue manufacturer's warranty on behalf of the City where applicable. Service Provider Facility shall be located within a five (5) mile radius of the City of Ocoee Public Works Complex, located at 370 Enterprise Street, Ocoee, FL 34761. RFP 02-001 SERVICE REQUIREMENTS Services will be required to be provided four (4) times per year for each vehicle listed. Service for approximately (3) Compact sedans/wagons (8) Intermediate sedans (39) Full Size sedans (6) Compact pick-ups (46) 1/2 ton pick -ups (2) 3/4 ton pick-ups (7) 1 ton pick-ups (2) Full Size Vans (12) Sport Utility Vehicles (1) Step Vans (1) Bus - 60 Passenger The above listed light duty vehicles represent a summary estimate of the City's vehicles at the time of proposal preparation. Please refer to Attachment "A" City-wide vehicle list. The respondent's proposal should note that this list will change as new vehicles are added and older vehicles are deleted. The City will notify the Provider as vehicles are added and/or deleted. The successful Respondent shall conduct a one-time survey of all City vehicles to be serviced by this contract. The survey shall include the year, make, model, mileage, overall condition and any specialized service requirements. 8 RFP #02-001 SERVICE: Below, please check the services your company can perform and list the number of certified mechanics available for each service. Provide Service Yes Number of Check box if 'yes" Mechanics Engine Repair Vey- Automatic H Transmission ✓ Manual Transmission and Rear Axle ✓ Front End Brakes Electrical Systems ✓ Heating and Air Conditioning ✓ Engine Tune-Up set 9 RFP #02-001 LABOR: Standard Labor Rate Per Hour $ -*2 Dollars & 0 Cents °- Percent Discount on Labor Rate 0 or Flat Rate Per Hour Offered for this Proposal $ r Dollars & --6— Cents 38 ci—° Trouble Shooting and Diagnostic Work Per Hour Labor Rate $ 3& Dollars & � Cents 38 cio Method of Calculating Discount on Parts (choose one): Cost Plus % /Sl or List Price Minus % or Other: Name of Flat Rate Manual Used for Costing Services: (Manual shall be provided by successful respondent at time of award) 10 RFP 02-001 DESCRIPTION: Use the example vehicles on the following pages for the purpose of costing the services listed. • 1999 Ford Crown Victoria, Police Interceptor, 8 cylinder gas engine, automatic transmission: • 1999 Ford F-150 Pickup, 4X4, 8 cylinder gas engine, automatic transmission: All services performed and/or parts supplied must meet or exceed the original equipment manufacturer's warranty requirements. 1 11 4 r RFP #02-001 SERVICES PROPOSAL SHEET Service Labor Labor Parts Total Ford Crown Victoria Hours Cost Cost Cost Police Interceptor 1 Service Transmission Parts Required: /•% e2VL -.0 Transmission Kit /C/.60 Fluid 7so 92.70 2 Engine Tune-up Parts Required: 7.S gt/oo Plugs 94200 Rotor (if required) — Fuel Filter /O.G D Air Filter 695 /S2.95 3 Brake Repair (Including wheel pack) Parts Required: 3. to /2 0.So Wheel Seals — Front Pads 7Y00 Rear Shoes/Pads 654 00 Turn Front Rotors (2) Qo9/4 Turn Rear Drums/Rotors (2) 6°QE4 aqV SO 4 Front End Alignment (front only) Parts Required: r495 tfq. 95— Shims 5 Air Condition Recharge Parts Required: d.0 3$.00 Freon, 5 lbs. a0.00 5♦�8�.0 6 Tire, Mount, Balance /a.00E1 7V•CO TOTAL 12 RFP #02-001 PROPOSAL SHEET Service Labor Labor Parts Total Ford F-150 Hours Cost Cost Cost 4X4 Pickup 1 Service Transmission Parts Required: 6y-(p0 Transmission Kit N (ao Fluid 7so ba,70 2 Engine Tune-up Parts Required: a.5 9Q7 Plugs 5(200 Rotor (if required) Fuel Filter /0.60 Air Filter /6.98' /s/-E8 3 Brake Repair (Including wheel pack) Parts Required: 3. /aeo,S0 Wheel Seals Front Pads 7S4 00 Rear Shoes/Pads 55.95' Turn Front Rotors (2) 9.00 Turn Rear Drums/Rotors (2) (0o 84 986.7C 4 Front End Alignment (front only) ,may Parts Required: 419 � 95 Shims 4/0.00 3Q..QS 5 Air Condition Recharge Parts Required: 1.0 3$•00 Freon, 5 lbs. a0.00 5aoo 6 Tire, Mount, Balance /9.,00g4 Y8:00 TOTAL • 13 RFP #02-001 RESPONDENT QUALIFICATION STATEMENT: Respondent must complete all portions of this statement before proposal will be considered, failure to do so renders your proposal non-responsive. The following statements as to experience, equipment and general qualifications of the respondent as submitted in conjunction with the proposal, as part thereof and truthfulness and accuracy of information is guaranteed by the respondent and included in proposal evaluation. I. Name, Address, & Telephone Number of principal business office where Contract will be administered: grL Arno ,A7 ZDn l cc QZIA,✓Dn ..2.1 {-ve7i pnfry 1 Id-6/ /a 75 ,E • Sto nY 7Arry2. e yA1L FAJ AA 34v787 656.Aan o II. Number of years Respondent has been engaged in vehicle maintenance business: -f- III. The respondent has never failed to satisfactorily perform a contract awarded to him except as follows: (Name of any and all exceptions and reasons thereof). Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. LS • 14 IV. List all maintenance service contracts your company has performed, for fleets over (100) vehicles, in the last five (5) years: Date Client Contact Address Telephone Gam// v7 u./ulzs Jut_ silvmeta 646-g) X 3saco %/!/e1�U7 4,SZf2. he_ , ieu4/ " x sts7 Antfl Xeiroyaxas Seor/ W/00Q X Sas/ V. Respondent must list equipment owned and which is definitely available for use on proposed work as required: Quantity Name Type Model Condition Location / �i4Y�r/fi9 MaY/-i'.‘" tacH/ (im13 quSrrf / Nu�•d++2 mac__ nel/ Dena °Ai sin / -snit/ /-.iAn_hA4 Sl/sfAA_ e/r:td ON ate b / O-tc erevnis SPawsr _ C>oob c,u &rr£ / V /c'& - mp. L'Fls; 4177or frl_ n&2rcvs c0✓rF7. VI. Guarantee/Warranty Respondent shall state terms and conditions of guarantee/warranty: PARTS WARRANTY: ,4. eu Mint tY49erc nSQ LABOR WARRANTY; p� AK41?E S UFQf.497/1/Ss MAaJ c v C • 15 RFP 02-001 VEHICLE MAINTENANCE I. General 1. SCOPE -This agreement is for repairs and service to City of Ocoee owned motor vehicles, but not limited to, vehicles serviced at provider's facility. While it is the intent of this contract to be full service, the following are not authorized: service/parts for City employee owned vehicles. 2. GENERAL RESPONDENT REQUIREMENTS -To be considered responsive, respondent must be, at the time of RFP opening, an established vehicle maintenance firm with all required licenses, bonding, facilities, equipment, and trained personnel necessary to perform the requirements specified herein, and be within a five mile radius of the City. 3. LAWS -This contract shall be governed by, and construed in accordance with the laws of the State of Florida and any service or produce herein shall so comply. 4. STANDARDS -All services will be performed in accordance with best industry practices and all parts installed will be genuine, original manufacturer, or equal. If any used, rebuilt, or reconditioned parts are supplied, the invoice shall clearly state this fact. Provider shall obtain authorization of the City's Agent prior to using any used, rebuilt, or reconditioned parts. Provider will return or provide inspection of all replaced parts. Service/parts guarantees and warranties shall be stated therein. These specifications are intended to be precise where a specific make, model or trade name is requested. Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved equal means that the make, model or trade name will be given consideration if they fulfill the same performance requirements. The City reserves the right to make the decision on acceptability. Each respondent shall clearly identify make, model or trade name of equipment RFP on the face of their proposal. Any equipment proposed as an equal to that herein specified must be substantiated with supporting data to justify such request for substitution. 5. PERIOD -The period of this contract shall be for a period of one year from its effective date and thereafter from year to year for four additional years, provided it is not terminated earlier for unacceptable provider service/practices or insufficient volume of service to justify provider retention. However, either party may at any time during the life of this contract terminate this contract by giving thirty (30) days notice in writing to the other party of its intention to do so. • 16 6. To insure prompt payment, each invoice should cite purchase order number, contract number, description of work completed along with parts prices, unit and total price, discount terms and include the provider's name and return remittance address. Payment will be mailed within thirty (30) days of (a) the receipt and acceptance of the equipment repair or maintenance, and (b) properly completed invoice. 7 .PRICES/CHARGES -The rates and discounts shown on the application and bid catalog pricing shall be consistently applied and remain firm throughout the first twelve months of the contract. Incidental charges for such things as shop supplies, rags, miscellaneous nuts, bolts, charges for making out the work orders, etc., are not authorized. Invoices must show the exact number of hours used to perform each operation and show net prices. Failure to abide by the above may be cause for cancellation of the contract. At the time the successful respondent requests to exercise the option to renew the contract, labor rates may be adjusted per the Applicable Consumer Price Index. 8. ESTIMATES/AUTHORIZATION -Provider shall provide a written price estimate of all repairs estimated to exceed $150.00. Provider shall not charge for work done or parts supplied which are not a part of the written price estimate and may not charge the customer more than one hundred percent (100%), exclusive of sales tax, of the total price shown on the written price estimate without obtaining prior oral or written authorization of the City's Agent to exceed the original estimate. 9. USE OF CONTRACT -All City Departments are authorized to use this contract by placement of an order with the provider. The contract is for allepartment/Division use and no guarantee of dollar volume or frequency of use is expressed or implied by acceptance of a firm 's proposal. At any time during the term of this contract new/other City departments may be served under these same terms and conditions. 10. REPORTS -Provider will fumish the City's Agent a written quarterly report of the total dollar volume of business. Such reports are to be submitted within fifteen (15) days after the end of quarter. Provider personnel will promptly respond orally or in writing, as appropriate, to all inquiries regarding service bills and performance of work under contract. All information, reports and listings requested will be provided free of charge. 11. The City of Ocoee reserves the right to make contract award on all groups of materials listed on the proposal form or award based on any group or based on any combinations of groups. • 17 12. The City of Ocoee reserves the right to reject any or all proposals or accept any presented which meet or exceed these specifications, and which would be in the best interest of the City and will not necessarily be bound to accept the low proposal. 13. The intent of this contract is to provide full service; however, proposals will be accepted from lube/oil/filter type service providers as well. Please refer to page (7) of the RFP for details. 14. It is also the intent of this RFP to make a piggyback option available to other local government agencies of the State of Florida, by mutual agreement with the successful respondent, and properly authorized interlocal purchasing agreements, the right to purchase the same equipment and services, at the prices quoted, for the period of this contract. Each governmental agency desiring to accept this RFP, and make award thereof, shall do so independently of the City of Ocoee. Each agency shall be responsible for its own purchases and each shall be liable only for materials/services ordered and received by it and the City of Ocoee does not assume any liability by virtue of this RFP. 15 .TERMINATION -Time and convenience of the purchaser is of the essence. Repetitive substantiated complaints of delays, inefficient operating procedures, poor service and/or incorrect billings may be grounds for termination of the contract in whole or in part. This contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effective thirty (30) days from the date such written notice is delivered to the applicable party to the contract. The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of Provider are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Provider . 16. GIFTS/GRATUITIES - Purchasers will not be offered or entitled to earn or receive personal gifts, gratuities, credits or other benefits of economic value by reason of their official business. 17. Any additional work found necessary that is not specified in this RFP specification shall be listed on a separate sheet entitled "Additional Materials/Labor Required". 18 18. Provider shall, and hereby agrees to, release, save, otherwise hold harmless and indemnify the City of Ocoee from claims, demands, damages, actions, causes of actions or other liability, injury, or harm caused by act or omissions, foreseen or unforeseen, negligent or otherwise, that would otherwise befall said City arising out of the provider's implementation of the terms of this contract. 19. ASSIGNMENT/TRANSFER/CHANGES - Not authorized without written approval of the City of Ocoee. 20. Other services may be added as needed to this contract. Any changes or additions are not authorized without written approval of the City of Ocoee. 19 II. Technical Specifications Analysis Proposals should be based on providing the following services, records, reports and documentation. 1) Base scheduled Preventative Maintenance (PM) Services and Safety Inspection for vehicles from compact sedans to 1 ton trucks, including 4x4 's, services must include: • Engine oil change • Engine oil filter change • Engine air filter change • Check and top off all fluid levels • Check/adj. antifreeze protection to 0 degrees • Chassis lubrication • Vacuum/dust/wipe-down interior • Clean all glass, inside & outside • Road test minimum of two (2) miles to test for operational irregularities or noises • Engine fuel filter change annually • Change transmission oil filter annually (if installed) 2) Providers must provide a standardized form check list report of services performed which provides the following information; submit sample with proposal. a.) A check list of the items to be checked and services to be performed as part of the PM Service and safety inspection, submit sample of form with proposal. b.) The vehicle by: • Type • Vin number 20 • City equipment number • License number c.) The individual performing the services by. • Name Printed and Signed • Dated d.) A check list of the items to be checked and services to be performed as part of the PM Service and safety inspection, submit sample of form with proposal. e.) List of parts and supplies by: • Manufacture; i.e. Fram, AC, Champion etc. • Description • Part number • Quantity • Price f.) Labor hours: • Number of hours • Per hour labor rate • Charge for labor g.) Additional services requested at time of PM by City employee: • Name Printed and Signed • Employee number • Date 3) Equipment repairs, non-scheduled: a.) All non-scheduled equipment repairs must be documented on a standardized work order which provides all the information outlined for • 21 scheduled services under 1) above. Submit samples of form with proposal. b.) A written estimate of repairs, other than PM Services, in excess of One hundred fifty (150) dollars must be submitted to and approved by the City's Agent and have a separate purchase order authorizing the work. c.) Request for added systems or components must be approved by the City's Agent and have a separate purchase order authorizing the work. d.) Failure to provide all required information or follow proper procedures will result in delay or rejection of payment. e.) No work performed under this contract shall be sub-let without the written approval of the City's Agent . 4) Road side service: a.) Provide road side service within 1/2 hour of request. 5) Monthly operations & maintenance reports to include: a.) Per mile cost of maintenance b.) Per mile cost for tire expense c.) Miles per quart of oil d.) Miles per gallon of gas a) Labor hours f.) Labor cost g.) Total maintenance cost h.) Payroll labor rate i.) Overhead rate j.) Performance rate k.) Fully burdened rate (Actual cost plus any overhead plus any profit) • 22 • 4 X RFP 02-001 VEHICLE MAINTENANCE PROPOSAL SHEET Proposal for the following base PM and Safety Inspection per specifications Part 1) above: a.) Compact sedan with: Four cylinder engine, Automatic transmission 4 $ dollars & cents qs P •/_ b.) Compact sedan with: Four cylinder engine, Standard transmission n" V • dollars & cents c.) Intermediate sedan with: Four cylinder engine, Automatic transmission $ dollars & cents d. ) Intermediate sedan with: V -6 engine, Automatic transmission $ dollars & cents e.) 4X2 compact pickup with: Four cylinder engine, Automatic transmission $ dollars & cents f.) 4X2 compact pickup with: V-6 cylinder engine, Automatic transmission $ dollars & cents g.) 4X2 compact pickup with: V-6 cylinder engine, Standard transmission $ dollars & cents h.) 4x4 compact pickup with: Four cylinder engine, Automatic transmission $ dollars & cents i.) 4x4 compact pickup with: Four cylinder engine, Standard transmission $ dollars & cents j.) 4x4 compact pickup with: V-6 cylinder engine, Automatic transmission $ dollars & cents •J 23 A.. k.) 4x4 compact pickup with: V-6 cylinder engine, Standard transmission $ bed Zr /1 dollars & cents 0445) ' I.) 4X2 1/2 ton pickup with: V-6 cylinder engine, Automatic transmission $ dollars & cents m.) 4X2 1/2 ton pickup with: V -8 cylinder engine, Automatic transmission $ -_ dollars & cents n. ) 4X2 1/2 ton pickup with: V-8 cylinder engine, Standard transmission $ dollars & cents .1 { 24 t / 0.) 4x4 1/2 ton pickup with: V -6 cylinder engine, Automatic transmission $ !4�s dollars & cents /�0.) ir4 p.) 4x4 1/2 ton pickup with: V-6 cylinder engine, Standard transmission $_ t /(///'Nl+; dollars & cents q.) 4x4 1/2 ton pickup with: V -8 cylinder engine, Automatic transmission $ dollars & cents s.) 4x4 1/2 ton pickup: V-8 cylinder engine, Standard transmission $ dollars & cents t.) 4X2 3/4 ton pickup: V-8 cylinder, gasoline engine, Automatic transmission $ dollars & cents u.) 4X2 3/4 ton pickup: V-8 cylinder, gasoline engine, Standard transmission $ dollars & cents v.) 4X2 3/4 ton pickup: V-8 cylinder, diesel engine, Automatic transmission $ dollars & cents w.) 4X2 3/4 ton pickup: V-8 cylinder, diesel engine, Automatic transmission $ dollars & cents x.) 4X2 3/4 ton pickup: V-8 cylinder, diesel engine, Standard transmission $ dollars & cents y.) 4x4 3/4 ton pickup: V-8 cylinder, gasoline engine, Automatic transmission $ dollars & cents z.) 4x4 3/4 ton pickup: V-8 cylinder, gasoline engine, Standard transmission $ dollars & cents • 25 $ Indicate charges for the following, for non-scheduled equipment repairs, parts, materials, and supplies: A.) Flat tire repair for wheel sizes: PLUG pOieboip DISMOUNT & PATCH 12 inch $ ]p ` $ 13 inch $ �1v ).t' L $ 14 inch $ L /`L $ 15 inch $ $ 16 inch B.) Dismount/Mount and Balance of new tires, tires to be provided by the City: 12 inch $ 13 inch $ o� 14 inch $ __ 15 inch $� 16 inch $ Per Hour Rate for Labor $ Percentage of Mark-up for Parts, $ Materials & Supplies Service Writer Charges $ Environmental Fee $ Road Side Service Call $ 3B=N2. N/CfiorsA s Identify any other charges with may $ '�59-NC . apply (CHARGES LISTED AS "MISCELLANEOUS" ARE NOT ACCEPTABLE.) 26 BILLING PROCEDURES: Priced and extended work orders are to be submitted to the City of Ocoee, PICK-UP AND DELIVERY SERVICE: Successful respondent must provide pick-up and delivery service from various City locations at no added cost. Only licensed operator shall be allowed to operate/drive City of Ocoee vehicles. Providers or their employees shall not operate/drive City of Ocoee equipment for purposes other than to fulfill this contract. SAME DAY SERVICE: Required when vehicle is presented before 12:00 noon for scheduled PM and Safety Service, and must be returned before 5:00 p.m. the same day. SECURE STORAGE: Vehicles which must be kept over night or longer must be stored inside a building or secure storage area. Respondent shall describe proposed secured area to be provided. BID GUARANTY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guaranty that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. 27 c) Surety companies executing bonds shall be duly issued by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverages is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents 'will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. PERFORMANCE AND PAYMENT BONDS: a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. Insurance: Respondent shall include a copy of the insurance certificate in the proposal Successful respondent must show proof of insurance in the amount of: INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida and which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to • 28 the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' 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 fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractors Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, as shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) AUTOMOBILE BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence (each person, each accident) 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence 3) COMPREHENSIVE GENERAL LIABLILITY - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary over the insurance of the City of Ocoee. • $1,000,000 PROPERTY DAMAGE LIABILITY (other than automobile) Combined single limit per occurrence • 29 • $1,000,000 BODILY INJURY (other than automobile) Combined single limit per occurrence • $2,000,000 GENERAL AGGREGATE • $1,000,000 PRODUCTS/COMPLETED OPERATIONS • $1,000,000 PERSONAL & ADVERTISING INJURY d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence 2) PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence f) Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. QUANTITY OF SERVICES: Quantities listed under SERVICE REQUIREMENTS section are for planning purpose only and there is no guarantee of the quantity of work from the City under this contract. 30 SELECTION CRITERIA: The City desires to award the contract to the Respondent that demonstrates the ability to provide the highest quality of service at the most reasonable cost. To accomplish this goal, the City's criteria for selection shall include, but is not limited to, the evaluation criteria listed on "Attachment B", Fleet Maintenance Evaluation Form. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 31 STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, particippted in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. • 32 PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons,ofthe provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "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 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to the Office of the City Manager not later than seventy-two (72) hours after bid opening. 33 COMPANY INFORMATION/SIGNATURE SHEET The firm below offers and agrees to provide automotive, light truck, and medium truck repairs/services for the City of Ocoee owned vehicles at the rates submitted in this proposal. All services will be performed in accordance with the terms and conditions of the contract. FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED IN YOUR PROPOSALm ARE ACCURATE AND WITHOUT COLLUSION. Magl&F n Pearecen/ Zh(.ani7t lP 7)16/A Florida �k../ od©r/auto Afi.J7-/na6 /oaloN> COMPANY NAME TEL PIS-ON !LUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT • ORIZED SIGN• RE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: ea, !Ail II t idirl�//er' NAME?RLE(PLEASE PR //6w CJ (o/nn/t/J7i- oni—c � , /7i� SERVICE ADDRESS CITY STATE ��11��ZIP r��0-y�y(1� FEDERAL ID# 06a•507 Individual Corporation 1/ Pannership Other (Specify) �y Sworn to and subscribed before me this "l7(C day of 1-Cif). ,2OC . Personally Known >/ or I THAL HOOPER 1 Notay Public-State of Florida 7 Produced Identification I My Commission Brief May 25.2103 I Commission N CC 610035 Notary Public-State of FL (Type of Identification) County of • S'CL Signature of Notary Publ Printed,typed or stamped commissioned name of Notary Public 1 • 34 1 4 Attachment*A" RFP#02-001 Fleet Maintenance Services Vehicle List Police VEH# YEAR VIN MAKE/MOD 302 96 2FADP71 W7TXI59776 FORD CV 303 97 IFMDU32EOVUV88546 FORD EXP 304 97 IFMDLI32E0VUB88544 FORD EXP 305 94 2FALP71W3RXX152380 FORD CV 306 94 2FALP71WXRX159401 FORD CV 308 94 2FALP71W5RX152381 FORD CV 309 97 IFALP52UXVA307026 FORD TAU 310 99. 2FAFP71W3XX165544 FORD CV 311 97 IFMDI132E0VUB88545 FORD EXP 312 94 IFALPLIW9RX152383 FORD CV 313 97 2FALP71WXVX127258 FORD CV 314 99 IFAFP52U5XAI96921 FORD TAU 316 94 2FALP7IW8RX152388 FORD CV 317 97 2FALP71W8VX127291 FORD CV 318 97 2FALP7 IW6VX127290 FORD CV 319 97 IFALP52U8VA307025 FORD TAU 320 97 2FALP71W9VX127252 FORD CV 321 97 2FALP71 W9VX127265 FORD CV 322 97 IFMDU34E8VUB92859 FORD EXP 323 97 1FALP52U1VA307027 FORD TAU 324 97 1FMDU34E8VUB92860 FORD EXP 325 98 2FAFP71 W2WX174055 FORD CV 326 98 2FAFP71W0WX174054 FORD CV 327 99 2FAFP71 WXXX 165539 FORD CV 328 99 2FAFP7l W XXX165542 FORD CV 329 96 2FALP71W7TX161428 FORD CV 330 97 2FALP71W6VX212971 FORD CV 331 98 261WL52M7W9273846 CHEV LU 332 98 2FAFP71W4WXI74056 FORD CV 333 98 2FAFP71W3WX174047 FORD CV 334 98 2FSFP71W6WX174057 FORD CV 335 98 2FAFF11 W9WX174053 FORD CV 336 99 2FAFP71 W 7XX 112345 FORD CV 337 99 2FAFP71W9XX112346 FORD CV 338 97 1FALP52U5VA307029 FORD TAU 339 99 2FAFP71W8XX164541 FORD CV 340 99 2FAFP71W7XX165546 FORD CV 341 99 2FAFP71W2XX165535 FORD CV 342 99 2FAFP7IW1XX165547 FORD CV 343 99 2FAFP71W8XX165538 FORD CV 344 99 2FAFP71 W5XX165545 FORD CV 345 0 2FAFP71 W7YX157349 FORD CV 346 0 2FAFP71WXYX112969 FORD CV 347 0 2FAFP71W6YXI12970 FORD CV 348 0 2FAFP71W8YX112971 FORD CV 349 0 2FAFP71WXYX112972 FORD CV 350 0 IFIRF18W5YNA97795 FORD CV Pagel of Attachment "A" • RFP#02-001 Fleet Maintenance Services Vehicle List Public Works City No. Year Vin. Number Vehicle Description 201 1998 1 FTZX186XWNC27709 Ford/Supercab/4X4 203 1997 2FACP7IWOPX175080 FORD CV 109 1994 1 FTHF25H6RNA08941 Ford- Pick up 110 1999 1 FDNF21 L3XED68027 Ford/F250 163 1993 1 FTDF15Y5PNA71342 Ford/PU/133 122 1987 1 GCEV14HXHS158441 Chev.N10/4X4/PU 130 1999 1 FTRF18W5XNBO6414 Ford/PU/4X4 140 1988 1GTDK14HOJZ536994 GMC/PU 167 1990 1FTDF15NXLNA15770 Ford - Pick up 173 1989 1FTD1F15Y1KNA03029 Ford/PU 184 1997 3FTHF25H2VMA40449 Ford/PU/4X2 190 1998 4YNTE1622WC277410 Equip.Trailer 191 1998 4YNTU1214WC277411 Utility Trailer 192 1998 4Y3UC1625WS001752 Utility Trailer 193 1998 1FTZF18W6WNB83615 Ford/PU 194 1998 1 FTZF18W8WNB83616 Ford/PU 195 1998 1 FTZF18W3WNB83619 Ford/PU 196 1990 1GTDC14Z2LE548743 GMC/PU 197 1999 43ZDJ21B9X0004972 U-Dump/Trailer 705 1986 1 FTCR15T5GP826111 Ford/PU 706 1997 IL9AP69B3UK006094 Lodal 707 1993 IL9AF51B8PK006779 Lodal 708 1997 1L9AF51B6UK006101 Lodal 709 1990 Title#81905010 Pressure Washer Trailer 710 1986 The#81384486 Utility Trailer 711 1998 1 FTZF18WXWNB83620 Ford/PU/4X4 714 1996 1 L9AF51 BXTK006021 Lodal 717 1985 1FDXR80U1FVA51553 Ford/LN8000 718 1990 1GBHC34NXLE171822 Chev./PU 720 1992 1 L9AF51 BXNK006670 Lodal 722 1992 1 HTSDPPN4NH453007 Dempster/Recycle 723 1994 1 L9AF51 B3RKD06872 Lodal 135 1999 1 FTRF18W7XN806415 Ford/PU/4X4 174 1995 X4SM530-1468 Kaiser X4 ATE 187 1998 1 FTZF18W4WNB83614 Ford/PU/4X4 188 1998 1FTZF18W1WNB83618 Ford/PU/4X4 1997 0670078 New Holland Tractor 1999 JJG0239722 Case Loader w/Backhoe • 141 1998 1FTZF18WXWNB83617 FonVPU/4X4 142 1985 FDX480UIFVA5155 Ford/3-tor/Claw Ann 143 1988 1 FDYH8OU4JVA37209 Ford/Dump truck 144 1998 1 FfZF18W1 WNC25365 Ford/F150/4X4 145 1998 1 FTZFI 8WOWNB83612 Ford-Pick up 147 1990 1GCDK14HILZ196306 ChevJPU 151 1998 1FTZF18W2WNB83613 Ford/PU/4X4 152 1999 1G9AA1919XR242266 Genie Boom Lift 161 1988 FTEF15Y3JNA34835 _ Ford/F150 164 1985 _ 1FDPK74N3FVA68257 Ford/ump truck Page 2 of 7 " *HIC*I")UGuret) t-rcw$ ALE Eputhne#. r tn/C to NOT Wtsµ ten Rib o1.1 . Attachment'A' X- RFP#02-001 Fleet Maintenance Services Vehicle List Public Works 165 1985 C749171 and CL42013 Ford/Tractor/Loader 304B 166 1987 1 GBHV34K8HS177188 Chev./Dump truck 171 1997 BD76806 Ford/Tractor/4630 175 1983 1FDWD7474N5DVA2823 Ford/Truck Tractor 176 1986 9BEPH60P4GDMO1552 Ford/14' Dump 177 1991 1 VRC14136M1002703 Vermeer/Brush Chipper 178 1988 1K9E16217J1005005 Kaly Trailer 179 1997 1 FDXH81 C5VVA07871 Ford/133/Chassis 180 1997 4Y3US1625TS000326 Emer. Util.Trailer 181 1997 Title #83497402 Utility Trailer 182 1997 1FDZS96T4WA31104 Ford/Dump/LT9513 185 1997 Title #83600400 Trailer 719 1986 9BFPH6OP4GDMD1552 Ford/CF6000 198 1998 1E9ES1217WC103062 Striping Tailer 199 1997 1 FTHF25H6VEA60516 Ford-Pick up Page 3 of 7 • Attachment "A" RFP #02-001 Fleet Maintenance Vehicle List Recreation 4 Year; VIN# , Model 601 93 2FACP71W2PX147264 Ford Crown Victoria 607 99 1T7HN4B23V115221O Thomasbuilt Bus 603 90 1B7GEO6YOLS623723 Dodge Ram Pickup 604 97 3FALP15P5VR168041 Ford Escort Station Wagon 605 87 1FBJS31H2HHA48685 Ford Van 607 99 1FBSS31 L4XHA70260 Ford XL350 Club Wagon 88 1GTFC24H0J2539180 GMC Pick Up Page 4 of 7 Attachment"A" REP #02-001 Fleet Maintenance Services Vehicle List Building City No. Year Vehicle Description 'Vin. Number 111 1997 Ford/PU/4X2 1 FTDF1724VNC19566 112 1997 Ford/PU/4X2 1 FTDF1722VNC19565 114 1998 Ford/PU/4X2 1 FTZF172OWNB83611 115 1994 Ford/PU/4X2 1FTEF15Y6RNB62935 116 1998 Ford/PU _1 FTZX1728WNC36861 117 1995 Ford Taurus 1FALP52U5SA296416 119 1997 Ford/Ranger 1 FTCR10U7VTA90247 120 1995 Ford/F150 1FTEF15N1SNB21799 Page 5 of 7 Attachment"A" RFP#02-001 u Fleet Maintenance Services Vehicle List Fire Veh.# Year Make Model VIN 380 1988 Bonito Boat BNTZ21214B888 354 1968 Cargo Trailer 3013 350 1988 Dodge Ramchargr 384HW 12W5JM823558 399 1994 Ford Crown Vict 1 FALP71 W4RX152386 352 1985 Ford D-803 1FDYD8OU3FVA006259 393 1997 Ford Escort 3FALP15P2VR156848 396 1999 Ford Expedition 1FMRU17L8XLA92030 360 1998 Ford Explorer 1FMZU32P1 WUC33972 362 1991 Ford Rescue 1FDKE30MXMHA24937 359 1992 Ford Squad 2FDLF47MANCA45577 397 1992 Ford Taurus 1FAGR55UNONA188348 372 1962 Jeep Woods 29629 353 1994 KME Renegade 1K9AF4288RNO58948 351 1994 KME Renegade 1K9AF4285RNO58948 500 1997 Wells Dis Tdr 1W0200J2243036722 Page of a Attachment'A" RFP#02-001 Fleet Maintenance Services Vehicle List Utilities VEHICLE# YEAR:'-. .'-VIN.#,-"' `— MAKE ' MODEL IV ' 402 1996 1FMDU345XVUB92861 Ford Explorer 403 1997 1 FTDF1827VND37397 Ford 4X4 f 150 404 1997 1 FTCR10U7VTA90250 Ford Ranger 405 1999 18rx18W2xnb06416 Ford 4x41150 502 1993 1FTDF15Y7PNA71343 FORD F150 504 1996 1FTCR1000TUC07884 FORD RANGER 505 1994 1FTEF15V4RNB1784 FORD F150 506 1996 1FTEF15N0TLC06985 FORD F150 507 1997 1FTDF1723VNC58083 FORD F150 508 1997 1 FDNF37F4VEB36544 FORD F350 509 2001 1 FDXF4601EB67149 FORD F-450 512 2001 JJG0286883 CASE 590 BACKHOE 513 1992 T0310CA769578 JOHN DEERE BACKHOE 514 2000 1FTYR10V1YPA88375 FORD RANGER 515 1997 1FTCR10UOVTA90249 FORD RANGER 516 2000 1FDSF35F1YED41505 FORD F350 550 1998 1B7HC16X1WS710395 DODGE 1500 551 1998 1B7HC16X7WS713169 DODGE 1500 552 1998 187HC16X5WS713168 DODGE 1500 554 1998 1 B7HC16X3WS710396 DODGE 1500 555 1998 1B7HC16X8WS710393 DODGE 1500 556 1998 1B7HC16XXWS710394 DODGE 1500 800 1997 1FTDF1721VNC58082 FORD F150 803 1996 3FFJF37H8VMA06446 FORD F350 805 1988 1EDZW82A9KVA17973 FORD L8000 TANKER 807 1998 1 FDXX86F7WVA33707 FORD L8000 Dump 808 1996 1FDYR82EXTVA07573 FORD L8000 VACON 809 1996 1GOKP32R1T3500040 GMC STEP VAN TV 810 1997 1FTCR10U9VTA90248 FORD RANGER 854 1998 1B7HC16X5WS710397 DODGE 1500 811 1999 47NA26536XT47N012 TRAILER Bobcanier 812 1999 512241329 BOBCAT 813 1999 76412596 TRAILER Tex's Page 7 of 7 Attachment "B" RFP 02-001 Fleet Maintenance Evaluation Form Number of ASE Certified Mechanics 1 to 5 points Fleet Maintenance Experience,' References 1 to 15 points Contractor's Facility (Secure Storage/Equipment Proximity to Public Works Facility 1 to 10 points Labor Flat Rate • 1 to 10 points Parts Cost 1 to 10 points i Ford Crown Vic Service Costs co 1 to 10 points Ford F-150 Service Costs 1 to 10 points Parts and Labor Warranty 1 to 10 points PM and Safety Inspection Costs 1 to 10 points Tire Repairs Costs 1 to 5 points Road Side Service Cost 1 to 5 points Total Score (1 to 100 points) R:.JL:R(u 1S..:;:612 IS .e 3 PAGE B] e^'31;062 le: tag .r su %j 0CCCE 'Pow/ ri .. 0V F.bn.ry 21,1002 ADDR an'Oi ocoo on(11 ART MAArn a a.•r arwvirs a6M.ttn set0 notify and bace.., a pen of Mu eriitial SFI 6on.w.wr)bag Moos Mamosioace la vas This adolookta Is 6 Hoak 4 Me In proposal CoOmmes bold Feeney 27 1002 N 11.00 ASl that included the raceme to Me a-.u0 %w e1. f701401 Awe Aerie.E Hrels.d Faarwry 26 2002 na nom ameba/3 1Copy ofaiall�free tabs Ark Salts itisolsol. •r mar trepan bee art least everything lMM r The SNP doe.reaa pWa rage meets what parks)Is 6n$Met 600nbel tra error. It as .larlflesen 4 Iwtlwds viely leer . - I Ss face saps! aY be ea steaa6 as Slough year pnpwal laauda ail tmUela.ASS Aawarrq to RI?02. O61, p. 6, "Mg City lay wept say Items or gawp of Ass of may propel,, lass the respeedeer s aliW Sin pnpsaY 0y garde art? 3. liss Clly .w btgetsle w ib W aaaea0 Sankt Tid ro. ar .a MS.al Portia asaaea PION ratreitillada46.o1b4o.CloPS Bono AC rerpr.4.W.M0 e:bn.r/.dy. Ay.eddetdaw try r.erMa.er Ow reraw irk. sod asehMf ro a. lem• ese preens. Raaaaadar LL AJe 4t4 a aq jo,t 4 a a .1% . Nos col Tu.- fir49 5/441,,6-1 / ESIAs 03/13/2002 05: 53 4073167231 M RAWLINGS PACE 02 03/1d/2012 a3:23 r 3 f)/1l/708: 0A16 4I7 Oa6 56a6B1 OC rIruwS Pie Em Much 11,2002 ADDENDUM strata TWO(2) CITY OR OCOEE In NO. (0401 niinabgaitihtilahillini Thu aadeadrn Moll ,tied{) and become a port of our oelabW AFP docsawnr fin Flea Ma nowor. frwlc s.. This aa.aun ir the r.rrk of the atratad gtwdas rawLd by Mr Honda AatoArcnon on MMcA I J. 2002. 1. Pb.2t.lid Gtanaly,hrapeph A.9anleeq Number it Is banby eland to radl Math proposal es be .excepted bye C.w tUCaealfled Check span as hmerpo.sud beak or trstt company or a SW lone la as amuut equal ro 2. /1f.:e,rerntmaOY ar;:.vo:at/Dade,Paragraph Al is henby tbagw so nag, . *The u.�EacmtdW g Zaeaden ah4 twa% the OW lea a NMI, of Florida Par hemaateand Wetting 70d.be 9a mint oTwa•It111Mad nogagiLlsAgu ,(lase6000.me if the ebe ract la lot Ws Labaldrbir al Bask wilt sr d NA sad Perna t Nod it Ms neat at Mr agimegaish agalLtimalm it apt LirtO9gl ue mrt*%ph wt40 by a Bumf Compeaf seeepbble be the City and sett L.d to do bselw In t Maw d Melt�/`,'�, Meltand arced by a Fleet Maned Addent Apaa" Iy/o d C Ilma 41t,apondetu AAA acbrowlgre Sr.dies.,b eamptaat the section below and aamhar to;At Pat MloarP • 11 CC 11 //)� � /�j7 I- 1 auyoadmt: ; ' :116-J 24.•0.4ItK 6 �13t. �0 4-1n0 aka24700 IF.-- Septum _ win me tide. Fttd CM/IlaA,c ) 0/ty/asvi 7, \ / "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S. SCOTT VANDERGRIFT °( �o CITY OF OCOEE COMMISSIONERS j DANNY HOWELL :(I 150 N. LAKESHORE DRIVE SCOTT ANDERSON C.�f�F*�/ i��� OCOEE, FLORIDA 34761-2258 RUSTY JOHNSON \V\/'/ (407) 905-3100 NANCY J. PARKER r a` or G00- CITY MANAGER JIM GLEASON CITY OF OCOEE REQUEST FOR PROPOSALS RFP #02-001 k FOR FLEET MAINTENANCE SERVICES POINT' 1 Protect Ocoee's Water Resources .T7'r i3.ltaeolr BID DOCUMENTS 3 Legal Advertisement 4 thru 6 Invitation for RFP #02-001 7 thru 33 Scope of Work, including Proposal Forms 34 Signature Sheet ATTACHMENTS 1 thru 7 Attachment "A" Vehicle Listing B-1 Attachment 'B" Evaluation Form END OF TABLE OF CONTENTS 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed proposals will be accepted for Request for Proposal (RFP) #02-001, FLEET MAINTENANCE SERVICES, no later than 11:00 AM, local time, on March 13, 2002. Proposals will be accepted from lube/oil/filter type service providers for those services, as well as "full" service providers. Proposals received after that time will not be accepted or considered, No exceptions will be made. The City reserves the right to reject any and all proposals and waive informalities. Proposals will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Prospective proposers may secure a copy of the complete RFP package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258 for a non-refundable fee of $20.00. Partial sets of RFP documents will not be issued. A 5% Bid Security is required for this bid. Pre-Proposal Conference will be held on February 27, 2002 at 11:00 A.M. at the City Hall Conference Room at Ocoee City Hall, 150 N. Lakeshore Drive, Ocoee, Florida. No further questions or concerns will be accepted following the Pre-Proposal Conference. All respondents will be held liable for contents as presented at the Pre-Proposal Conference. All proposals shall be submitted as (1) one original and six (6) copies in a sealed envelope plainly marked on the outside with the appropriate RFP number and closing date and time. No fax or e-mail submissions will be accepted. City Clerk February 10, 2002 3 CITY OF OCOEE INVITATION FOR RFP #02-001 INTENT: Sealed Proposals for RFP #02-001 will be received by the City of Ocoee, hereinafter called "The City", by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Respondent". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for FLEET SERVICES for the City of Ocoee in accordance to the "Scope of Work" section of this RFP. PROPOSAL INSTRUCTIONS: A. Each respondent shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals • submitted on any other format shall be disqualified. Please check your prices before submission of proposal as no changes will be allowed after proposal closing date. Proposals must be typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by person signing the proposal. RFP documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm or corporation interested in the proposal either as a principal, member of a firm or general partner. If the respondent is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Buyer (407)905- 3100, extension 1516 and fax (407)656-3501, not later than February 27, 2002. Any clarifications/changes will be through written addenda only, issued by the Finance Department. Respondents should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the RFP award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This RFP must be received as one (1) original and six (6) copies, of the required submittals, by the Finance Department not later than 11:00 AM, local time, on March 13, 2002. Proposals received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Proposals transmitted by fax or e-mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert,Buyer 150 N Lakeshore Drive Ocoee,FL 34761-2258 4 D. RFPs will be publicly opened and read at the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 11:01 AM, or as soon thereafter as possible on the above-appointed date. Respondents or their authorized agents are invited to be present. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a proposal constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the RFP package and carefully note the items which must be submitted with the proposal, such as: a) Proposal Guaranty in the form of a Cashier's or Certified check or Bid Bond; b) Copy of Insurance Certificate; c) Qualification Statement; d) Service & Maintenance Proposal Sheets; e) Signature Sheet; f) Any other information specifically called for in these RFP Documents. F. Submission of a proposal shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a RFP document shall in no way relieve it from any obligations under its proposal or the contract. If"NO PROPOSAL", so state on face of envelope or your company may be removed from the City's vendor list. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the RFP documents/scope of work. G. A Pre-Proposal Conference will be held on February 27, 2002 at 11:00 A.M. at Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761- 2258. The conference will include a review of the RFP documents, and a question and answer period. All respondents will be held liable for contents as presented at the pre-proposal conference. No further questions or concerns will be accepted following the Pre-Proposal Conference. H. Any response by the City to a request by a respondent for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed to all parties to whom the RFP packages have been issued. The City reserves the right to issue Addenda, concerning date and time of RFP opening, clarifications, or corrections, at any time up to the date and time set for RFP opening. In this case, proposals that have been received by the City prior to such an addendum being issued, will be returned to the respondent, if requested, unopened. In case any respondent fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to the respondent's proposal, its' proposal will nevertheless be construed as though 5 the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are warned that any other source by which a respondent receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among respondents; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgement and sole discretion, raises doubts as to Respondent's ability to properly perform the work; or e) Any other cause which, in the City's judgement and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its proposal. No proposal may be withdrawn for a period of ninety (90) days after the time and date scheduled for the RFP opening. The City reserves the right to accept or reject any or all proposals, to waive informalities or irregularities, to request clarification of information submitted in any proposal, or to readvertise for new proposals. The City may accept any item or group of items of any proposal, unless the respondent qualifies his/her proposal by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose proposal, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which proposal is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a respondent, including past performance (experience) with the City and others. The City shall be the final authority in the award of any and all proposals. 6 RFP #02-001 FLEET MAINTENANCE SERVICES SCOPE OF WORK The City of Ocoee, Florida, (the "City"), requests proposals, ("RFP"), to provide certain fleet maintenance services. The terms "Respondent", "Proposer, "Provider', and "Contractor" are hereinafter used interchangeably, as applicable. Proposals will be accepted from lube/oil/filter type service providers for those services, as well as "full" service providers. Other than new vehicle dealerships, those proposers responding as full service providers must be "ASE" certified in the following area's of vehicle repair, engine tune-up, air conditioning, brakes, and wheel alignment. All parts shall be new, OEM or a National Brand, no reboxed rebuilt, or remanufactured parts to be used without prior approval of the City's Agent. Service provider shall pursue manufacturer's warranty on behalf of the City where applicable. Service Provider Facility shall be located within a five (5) mile radius of the City of Ocoee Public Works Complex, located at 370 Enterprise Street, Ocoee, FL 34761. • RFP 02-001 SERVICE REQUIREMENTS Services will be required to be provided four (4) times per year for each vehicle listed. Service for approximately (3) Compact sedans/wagons (8) Intermediate sedans (39) Full Size sedans (6) Compact pick-ups (46) 1/2 ton pick -ups (2) 3/4 ton pick-ups (7) 1 ton pick-ups (2) Full Size Vans (12) Sport Utility Vehicles (1) Step Vans (1) Bus - 60 Passenger The above listed light duty vehicles represent a summary estimate of the City's vehicles at the time of proposal preparation. Please refer to Attachment "A" City-wide vehicle list. The respondent's proposal should note that this list will change as new vehicles are added and older vehicles are deleted. The City will notify the Provider as vehicles are added and/or deleted. The successful Respondent shall conduct a one-time survey of all City vehicles to be serviced by this contract. The survey shall include the year, make, model, mileage, overall condition and any specialized service requirements. 8 RFP #02-001 SERVICE: Below, please check the services your company can perform and list the number of certified mechanics available for each service. Provide Service Yes Number of Check box if "yes" Mechanics Engine Repair ✓ Automatic Transmission ✓ Manual Transmission and Rear Axle _ ✓ 6- Front End h Brakes ✓ Electrical Systems V t- Heating and Air Conditioning V r ' Engine Tune-Up ✓ 5 9 RFP #02-001 LABOR: Standard Labor Rate Per Hour $ gt -11 Nt.-+ ' Dollars & Nh tr`t � Cents 64 q� Percent Discount on Labor Rate IR-A or Flat Rate Per Hour Offered for this Proposal $ _ 00 I(2 LL j S1>c Dollars & --e' Cents 'Dig Trouble Shooting and Diagnostic Work Per Hour Labor Rate $ t S t Dollars & Cents (j C tl0 Method of Calculating Discount on Parts (choose one): t Cost Plus % or List Price Minus % I 01) or Other: Name of Flat Rate Manual Used for Costing Services: (Manual shall be provided by successful respondent at time of award) � p MrfCN�u 11\kQ.CN4.-tvrCJ Petlaat k l kBoaZ 4UtI3c • 10 RFP 02-001 DESCRIPTION: Use the example vehicles on the following pages for the purpose of costing the services listed. • 1999 Ford Crown Victoria, Police Interceptor, 8 cylinder gas engine, 4,6 L automatic transmission: • 1999 Ford F-150 Pickup, 4X4, 8 cylinder gas engine, automatic L transmission: All services performed and/or parts supplied must meet or exceed the original equipment manufacturer's warranty requirements. 11 Qa Cott') c41-00 ulc:Ibiatk 1,0( Lt.to L- RFP #02-001 SERVICES PROPOSAL SHEET Service Labor Labor Parts Total Ford Crown Victoria Hours Cost Cost Cost Police Interceptor 1 Service Transmission Parts Required: Transmission Kit • l0 3t. 55 aR.yo 54.Q5 rfq 4ti Fluid 5g5s I1& c..NVkrr -o• eo 2o. oO) 2 Engine Tune-up Parts Required: Plugs Ov,Et*.PLKn,,i",, a--5 I4o• -13.5o I6o• 5o Rotor (if required) rolA N�A Fuel Filter . g a5.Q5 I+tit) Sq •45 Air Filter 3 Brake Repair (Including wheel pack) Parts Required: Wheel Seals _Nkgkc. nelA N(A . Front Pads IAy, fvg I •3 1'J0.00 5q •95- 1 Oct . 9'-> Rear Sheer Pad! y 6gy,A I .1 (,o•ro 65.gi 12Q. Q`c Turn Front Rotors (2) I. o 1-co. a0 bo. 00 Turn Rear Drums/Rotors (2) (.p 1;0-o0 50 . 00 4 Front End Alignment (front only) Parts Required: I '2 3Q. Qh 3Q-QS Shims N pc Air Condition Recharge Parts Required: Freon, 5lbs. (Z1 MA. A - 6 33 100 40.35 r(3,45 6 Tire, Mount, Balance .3 5."-,p '-•50 TOTAL 12 QQ FISo tot LE •(9t- RFP #02-001 PROPOSAL SHEET Service Labor Labor Parts Total Ford F-150 Hours Cost Cost Cost 4X4 Pickup 1 Service Transmission Parts Required: Transmission Kit , g Ikt.ero 34.9'; '14.45 Fluid 5 ems. N.kuan r hrr 2_6•o-0 20• o-o 2 Engine Tune-up Parts Required: Plugs I .4 lob. ao .-o.`;o b- •do Rotor (if required) 1-44 Fuel Filter • 5 ,-'.q I k•o-o 3Q.45 Air Filter I5•45 I 3 Brake Repair (Including wheel pack) Parts Required: Wheel Seals 41g8 q5 T-f.gy Front Pads Mx614 I-2- 5000 1"4.45 I0,g5 Rear hoes Pf,v q23 l • 0 50•0o 34.45' 84 qti Turn 1-ron Rt otors (2) 1.0 $0• tO 5o 613 Turn Rear Drums/Rotors (2) I . 5b•rap , 50-00 4 Front End Alignment (front only) Parts Required: I•2 34 .gy 3Q-Q5 Shims e`t38s' a8-o-o 45 L(4 45 5 Air Condition Recharge Parts Required: Freon, 5 lbs. kvsk - b 33.60 Iko.3' 13 AS 6 Tire, Mount, Balance 3 5.50 '- 50 TOTAL iSZ(.5 ti • 13 RFP #02-001 RESPONDENT QUALIFICATION STATEMENT: Respondent must complete all portions of this statement before proposal will be considered, failure to do so renders your proposal non-responsive. The following statements as to experience, equipment and general qualifications of the respondent as submitted in conjunction with the proposal, as part thereof and truthfulness and accuracy of information is guaranteed by the respondent and included in proposal evaluation. I. Name, Address, & Telephone Number of principal business office where Contract will be administered: A cit.,. P- ago-0 CU It -o3 , CRatAvk l�likv� Oco Rt.- 3ft16t 40q - 111 - 0 tHi+-5 II. Number of years Respondent has been engaged in vehicle maintenance business: (Q64, III. The respondent has never failed to satisfactorily perform a contract awarded to him except as follows: (Name of any and all exceptions and reasons thereof). Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the respondent in the past five (5) years which is related to the services that the respondent provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. • 14 IV. List all maintenance service contracts your company has performed, for fleets over (100) vehicles, in the last five (5) years: Date Client Contact Address Telephone Co� ' Lk km.s'�€AeNi �Taucsioa ',A OW,ktino �,-, [tog.gtiti-353s ft Nway gore. e� ocxN � ,n� � GtuRAY'N� MA6stti QtCk-MPtso (1RIt�e tTho,Fli_. WI'35b_a35t Gt'.RAe�i aka-e r g Cm1-45th C5NwS Oem�� I{o`l-ae _R320 ev.&ftN l-l-. 0 a-cm* 110,14, G_ . 66(P-tele° V. Respondent must list equipment owned and which is definitely available for use on proposed work as required: Quantity Name Type Model Condition Location I Rtup N.e1tm-wc- L.kcero ataoa tt 2nkr. I PA4cn:— fawn Tte" - PFmgoo G,e(fit, tN STORk X- COKS l{u,pcEC ItREP)noh.+cea_ tiox 4SR7hoo o-61) IN Scofk: tot-i i1Rk ttmwn-re,_ Ctibo Exlitotio4 Agog tN Stt - t kw.rrR Pme ui N to Gtmo\> IN Sa02E VI. Guarantee/Warranty Respondent shall state terms and conditions of guarantee/warranty: PARTS WARRANTY: ,a tioe, cN tz,eao _Kt tx fV&-TwtswCbr LABOR WARRANTY: to ONikA �l 0 6o t'3' tQ*Iwtb'c. IAAitiketSr t `t />;e4oVe'k& •n�hcL 15 RFP 02-001 VEHICLE MAINTENANCE General 1. SCOPE -This agreement is for repairs and service to City of Ocoee oWned motor vehicles, but not limited to, vehicles serviced at provider's facility. While it is the intent of this contract to be full service, the following are not authorized: service/parts for City employee owned vehicles. 2. GENERAL RESPONDENT REQUIREMENTS -To be considered responsive, respondent must be, at the time of RFP opening, an established vehicle maintenance firm with all required licenses, bonding, facilities, equipment, and trained personnel necessary to perform the requirements specified herein, and be within a five mile radius of the City. 3. LAWS -This contract shall be governed by, and construed in accordance with the laws of the State of Florida and any service or produce herein shall so comply. 4. STANDARDS -All services will be performed in accordance with best industry practices and all parts installed will be genuine, original manufacturer, or equal. If any used, rebuilt, or reconditioned parts are supplied, the invoice shall clearly state this fact. Provider shall obtain authorization of the City's Agent prior to using any used, rebuilt, or reconditioned parts. Provider will return or provide inspection of all replaced parts. Service/parts guarantees and warranties shall be stated therein. These specifications are intended to be precise where a specific make, model or trade name is requested. Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved equal means that the make, model or trade name will be given consideration if they fulfill the same performance requirements. The City reserves the right to make the decision on acceptability. Each respondent shall clearly identify make, model or trade name of equipment RFP on the face of their proposal. Any equipment proposed as an equal to that herein specified must be substantiated with supporting data to justify such request for substitution. 5. PERIOD -The period of this contract shall be for a period of one year from its effective date and thereafter from year to year for four additional years, provided it is not terminated earlier for unacceptable provider service/practices or insufficient volume of service to justify provider retention. However, either party may at any time during the life of this contract terminate this contract by giving thirty (30) days notice in writing to the other party of its intention to do so. • 16 6. To insure prompt payment, each invoice should cite purchase order number, contract number, description of work completed along with parts prices, unit and total price, discount terms and include the provider's name and return remittance address. Payment will be mailed within thirty (30) days of (a) the receipt and acceptance of the equipment repair or maintenance, and (b) properly completed invoice. 7 .PRICES/CHARGES -The rates and discounts shown on the application and bid catalog pricing shall be consistently applied and remain firm throughout the first twelve months of the contract. Incidental charges for such things as shop supplies, rags, miscellaneous nuts, bolts, charges for making out the work orders, etc., are not authorized. Invoices must show the exact number of hours used to perform each operation and show net prices. Failure to abide by the above may be cause for cancellation of the contract. At the time the successful respondent requests to exercise the option to renew the contract, labor rates may be adjusted per the Applicable Consumer Price Index. 8. ESTIMATES/AUTHORIZATION -Provider shall provide a written price estimate of all repairs estimated to exceed $150.00. Provider shall not charge for work done or parts supplied which are not a part of the written price estimate and may not charge the customer more than one hundred percent (100%), exclusive of sales tax, of the total price shown on the written price estimate without obtaining prior oral or written authorization of the City's Agent to exceed the original estimate. 9. USE OF CONTRACT -All City Departments are authorized to use this contract by placement of an order with the provider. The contract is for allepartment/Division use and no guarantee of dollar volume or frequency of use is expressed or implied by acceptance of a firm 's proposal. At any time during the term of this contract new/other City departments may be served under these same terms and conditions. 10. REPORTS -Provider will furnish the City's Agent a written quarterly report of the total dollar volume of business. Such reports are to be submitted within fifteen (15) days after the end of quarter. Provider personnel will promptly respond orally or in writing, as appropriate, to all inquiries regarding service bills and performance of work under contract. All information, reports and listings requested will be provided free of charge. 11. The City of Ocoee reserves the right to make contract award on all groups of materials listed on the proposal form or award based on any group or based on any combinations of groups. • 17 12. The City of Ocoee reserves the right to reject any or all proposals or accept any presented which meet or exceed these specifications, and which would be in the best interest of the City and will not necessarily be bound to accept the low proposal. 13. The intent of this contract is to provide full service; however, proposals will be accepted from lube/oil/filter type service providers as well. Please refer to page (7) of the RFP for details. 14. It is also the intent of this RFP to make a piggyback option available to other local government agencies of the State of Florida, by mutual agreement with the successful respondent, and properly authorized interlocal purchasing agreements, the right to purchase the same equipment and services, at the prices quoted, for the period of this contract. Each governmental agency desiring to accept this RFP, and make award thereof, shall do so independently of the City of Ocoee. Each agency shall be responsible for its own purchases and each shall be liable only for materials/services ordered and received by it and the City of Ocoee does not assume any liability by virtue of this RFP. 15 TERMINATION -Time and convenience of the purchaser is of the essence. Repetitive substantiated complaints of delays, inefficient operating procedures, poor service and/or incorrect billings may be grounds for termination of the contract in whole or in part. This contract may be terminated by either party by giving thirty (30) days written notice of such intent and will become effective thirty (30) days from the date such written notice is delivered to the applicable party to the contract. The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of Provider are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Provider . 16. GIFTS/GRATUITIES - Purchasers will not be offered or entitled to earn or receive personal gifts, gratuities, credits or other benefits of economic value by reason of their official business. 17. Any additional work found necessary that is not specified in this RFP specification shall be listed on a separate sheet entitled "Additional Materials/Labor Required". 18 18. Provider shall, and hereby agrees to, release, save, otherwise hold harmless and indemnify the City of Ocoee from claims, demands, damages, actions, causes of actions or other liability, injury, or harm caused by act or omissions, foreseen or unforeseen, negligent or otherwise, that would otherwise befall said City arising out of the provider's implementation of the terms of this contract. 19. ASSIGNMENT/TRANSFER/CHANGES - Not authorized without written approval of the City of Ocoee. 20. Other services may be added as needed to this contract. Any changes or additions are not authorized without written approval of the City of Ocoee. 19 II. Technical Specifications Analysis Proposals should be based on providing the following services, records, reports and documentation. 1) Base scheduled Preventative Maintenance (PM) Services and Safety Inspection for vehicles from compact sedans to 1 ton trucks, including 4x4 's, services must include: • Engine oil change • Engine oil filter change • Engine air filter change • Check and top off all fluid levels • Check/adj. antifreeze protection to 0 degrees • Chassis lubrication • Vacuum/dust/wipe-down interior • Clean all glass, inside & outside • Road test minimum of two (2) miles to test for operational irregularities or noises • Engine fuel filter change annually • Change transmission oil filter annually (if installed) 2) Providers must provide a standardized form check list report of services performed which provides the following information; submit sample with proposal. a.) A check list of the items to be checked and services to be performed as part of the PM Service and safety inspection, submit sample of form with proposal. b.) The vehicle by: • Type • Vin number 20 • City equipment number • License number c.) The individual performing the services by: • Name Printed and Signed • Dated d.) A check list of the items to be checked and services to be performed as part of the PM Service and safety inspection, submit sample of form with proposal. e.) List of parts and supplies by: • Manufacture; i.e. Fram, AC, Champion etc. • Description • Part number • Quantity • Price f.) Labor hours: • Number of hours • Per hour labor rate • Charge for labor g.) Additional services requested at time of PM by City employee: • Name Printed and Signed • Employee number • Date 3) Equipment repairs, non-scheduled: a.) All non-scheduled equipment repairs must be documented on a standardized work order which provides all the information outlined for • 21 a scheduled services under 1) above. Submit samples of form with proposal. b.) A written estimate of repairs, other than PM Services, in excess of One hundred fifty (150) dollars must be submitted to and approved by the City's Agent and have a separate purchase order authorizing the work. c.) Request for added systems or components must be approved by the City's Agent and have a separate purchase order authorizing the work. d.) Failure to provide all required information or follow proper procedures will result in delay or rejection of payment. e.) No work performed under this contract shall be sub-let without the written approval of the City's Agent . 4) Road side service: a.) Provide road side service within 1/2 hour of request. 5) Monthly operations & maintenance reports to include: a.) Per mile cost of maintenance b.) Per mile cost for tire expense c.) Miles per quart of oil d.) Miles per gallon of gas e.) Labor hours f.) Labor cost g.) Total maintenance cost h.) Payroll labor rate i.) Overhead rate j.) Performance rate k.) Fully burdened rate (Actual cost plus any overhead plus any profit) • 22 RFP 02-001 VEHICLE MAINTENANCE PROPOSAL SHEET Proposal for the following base PM and Safety Inspection per specifications Part 1) above: a.) Compact sedan with: Four cylinder engine, Automatic transmission $ - '-•40 to a t ' t V L- dollars & N t�'�I"t cents b.) Compact sedan with: Four cylinder engine, Standard transmission $ 41- .`jo IWiN H'HI dollars & cents c.) Intermediate sedan with: Four cylinder engine, Automatic transmission $ At .otg dollars & N I N e 4 t cents d. ) Intermediate sedan with: V -6 engine, Automatic transmission $ a`; •R 0 e-10aNQti FW dollars & NtNk?- ^( cents e.) 4X2 compact pickup with: Four cylinder engine, Automatic transmission $ �N dollars & 1viNe1`t rt'JC cents f.) 4X2 compact pickup with: V-6 cylinder engine, Automatic transmission $ 30 dollars & NkNid i hJe cents g.) 4X2 compact pickup with: V-6 cylinder engine, Standard transmission $ SO-VC. I l4--t i dollars & t e I CVE cents h.) 4x4 compact pickup with: Four cylinder engine, Automatic transmission $ SO. a 5 �(Iktk l dollars & NtaQ`9 lr\Vif cents i.) 4x4 compact pickup with: Four cylinder engine, Standard transmission $ 30.95 dollars & 1TV cents j.) 4x4 compact pickup with: V -6 cylinder engine, Automatic transmission $ 30•q5 • I R' dollars & Nt t seN true cents 23 • k.) 4x4 compact pickup with: V-6 cylinder engine, Standard transmission $ t 1I14RT l dollars & NtfJ' t rkqc cents I.) 4X2 1/2 ton pickup with: V-6 cylinder engine, Automatic transmission $ 3z-u 5 itFtJT I Iwo dollars & Nt 31 `r"t rt \J - cents m.) 4X2 1/2 ton pickup with: V -8 cylinder engine, Automatic transmission $ 32-4`r 1Pc1it_t lwh dollars & Gie cents n. ) 4X2 1/2 ton pickup with: V-8 cylinder engine, Standard transmission $ 3p- q 5 �k�idZ�`1 <13,- dollars & Nt'l-lel'4 ( 1 cents • 24 0.) 4x4 1/2 ton pickup with: V -6 cylinder engine, Automatic transmission $ 3 J'a5 I E1'1R_'r"l I biO dollars & 6vI1/4evQ't^i FVe cents p.) 4x4 1/2 ton pickup with: V-6 cylinder engine, Standard transmission $ 3a •qS I4.45N two dollars & N"NeEi�( fnuf cents q.) 4x4 1/2 ton pickup with: V -8 cylinder engine, Automatic transmission $ k iky-t tt k3-0 dollars & N t QN we cents s.) 4x4 1/2 ton pickup: V-8 cylinder engine, Standard transmission $ 3aA5 OstRs'1 1 W-0 dollars & N 1N-lQ 'r.1( cents t.) 4X2 3/4 ton pickup: V-8 cylinder, gasoline engine, Automatic transmission $ W C Ir t T-1 ,V'2 dollars & t�t"1--1 cents u.) 4X2 3/4 ton pickup: V-8 cylinder, gasoline engine, Standard transmission $ 1101419 RVI dollars & tNZ cents i v.) 4X2 3/4 ton pickup: V-8 cylinder, diesel engine, Automatic transmission $ Q-q4 H1N�^P-( N1N"c dollars & NfNe'—1 1'11 - cents w.) 4X2 3/4 ton pickup: V-8 cylinder, diesel engine, Automatic transmission $ Qa 'g5 N"N12 l't N\NQ-7 dollars & 1\1 tb 1'1 `1Vv: cents x.) 4X2 3/4 ton pickup: V-8 cylinder, diesel engine, Standard transmission $ Q1'45 NINE NON dollars & Nu- c'r ��Ic cents y.) 4x4 3/4 ton (pickup:` c� V-8 cylinder, gasoline engine, Automatic transmission $ '-;''(0 It*1 G".s`Y't C "U� dollars & "NCi`Ti cents z.) 4x4 3/4 ton pickup: V-8 cylinder, gasoline engine, Standard transmission $ cS AD • 1ia1ti`r1 Cve dollars & N1N cents • 25 e Indicate charges for the following, for non-scheduled equipment repairs, parts, materials, and supplies: A.) Flat tire repair for wheel sizes: PLUG DISMOUNT & PATCH 12 inch $ N A $ 5-45 13inch $ ^tA - $ ti•4ti 14inch $ r+ R $ ,qkC 15 inch $ $ R-`f 16 inch $ nt',R . $ It- 45 B.) Dismount/Mount and Balance of new tires, tires to be provided by the City: 12 inch $ 5_ho 13 inch $ 5•ti0 14inch $ H•tio 15 inch $ IO•So 16inch $ lo• 4;0 Per Hour Rate for Labor $ `% 6O Percentage of Mark-up for Parts, $ kg.< fie Less to Materials & Supplies Service Writer Charges $ N C- Environmental Fee s Fizzv. I.et 1p 3.o-o Road Side Service Call $ 35;00 Identify any other charges with may $ NONE. apply (CHARGES LISTED AS "MISCELLANEOUS" ARE NOT ACCEPTABLE.) e 26 BILLING PROCEDURES: Priced and extended work orders are to be submitted to the City of Ocoee, PICK-UP AND DELIVERY SERVICE: Successful respondent must provide pick-up and delivery service from various City locations at no added cost. Only licensed operator shall be allowed to operate/drive City of Ocoee vehicles. Providers or their employees shall not operate/drive City of Ocoee equipment for purposes other than to fulfill this contract. SAME DAY SERVICE: Required when vehicle is presented before 12:00 noon for scheduled PM and Safety Service, and must be returned before 5:00 p.m. the same day. SECURE STORAGE: Vehicles which must be kept over night or longer must be stored inside a building or secure storage area. Respondent shall describe proposed secured area to be provided. BID GUARANTY: a) Each proposal must be accompanied by a Cashier's/Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5%) of the amount of the bid. A combination of any of the former is not acceptable. Such cashier's check or Bid Bond is submitted as a guaranty that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. 27 c) Surety companies executing bonds shall be duly issued by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverages is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of bids. Cash will not be accepted as Bid Guaranty. Bid Bonds will be returned upon request following the same criteria as a check. PERFORMANCE AND PAYMENT BONDS: a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. Insurance: Respondent shall include a copy of the insurance certificate in the proposal Successful respondent must show proof of insurance in the amount of: INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida and which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to • 28 the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all the Contractor's employees connected with the work of this project and, in any case any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' 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 fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, as shall protect the Contractor from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) AUTOMOBILE BODILY INJURY LIABILITY • $1,000,000 Combined single limit per occurrence (each person, each accident) 2) AUTOMOBILE PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence 3) COMPREHENSIVE GENERAL LIABLILITY - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary over the insurance of the City of Ocoee. • $1,000,000 PROPERTY DAMAGE LIABILITY (other than automobile) Combined single limit per occurrence • 29 • $1,000,000 BODILY INJURY (other than automobile) Combined single limit per occurrence • $2,000,000 GENERAL AGGREGATE ♦ $1,000,000 PRODUCTS/COMPLETED OPERATIONS • $1,000,000 PERSONAL & ADVERTISING INJURY d) Subcontractor's Public Liability and Property Damage Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. e) Owner's Protective Liability Insurance: The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following minimum limits: 1) BODILY INJURY LIABILITY ♦ $1,000,000 Combined single limit per occurrence 2) PROPERTY DAMAGE LIABILITY • $1,000,000 Combined single limit per occurrence f) Contractual Liability - Work Contract: The Contractor's insurance shall also include contractual liability coverage. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. g) Certificates of Insurance: Certificate of Insurance Form, naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Buyer. This certificate shall be dated and show: 1) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 2) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy. QUANTITY OF SERVICES: Quantities listed under SERVICE REQUIREMENTS section are for planning purpose only and there is no guarantee of the quantity of work from the City under this contract. 30 SELECTION CRITERIA: The City desires to award the contract to the Respondent that demonstrates the ability to provide the highest quality of service at the most reasonable cost. To accomplish this goal, the City's criteria for selection shall include, but is not limited to, the evaluation criteria listed on "Attachment B", Fleet Maintenance Evaluation Form. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the Respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. CERTIFICATION OF NON-SEGREGATED FACILITIES The Respondent certifies that the respondent does not and will not maintain or provide for the respondent's employees any segregated facilities at any of the respondent's establishments and that the respondent does not permit the respondent's employees to perform their services at any location, under the respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the respondent has obtained identical certification from proposed contractors for specific time periods) the respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the respondent will retain such certifications in the respondent's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 31 STATEMENT OF AFFIRMATION AND INTENT: The respondent declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the respondent agrees to immediately notify the City in writing. The respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, respondent offers and agrees that if this negotiation is accepted, the respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the respondent. The bid constitutes a firm and binding offer by the respondent to perform the services as stated. • 32 PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "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 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All respondents who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. DISPUTES: Any bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file a protest in writing to the Office of the City Manager not later than seventy-two (72) hours after bid opening. • 33 S COMPANY INFORMATION/SIGNATURE SHEET The firm below offers and agrees to provide automotive, light truck, and medium truck repairs/services for the City of Ocoee owned vehicles at the rates submitted in this proposal. All services will be performed in accordance with the terms and conditions of the contract. FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED IN YOUR PROPOSALCS ARE ACCURATE AND WITHOUT COLLUSION. O`AlSkAiiaCr1itn.Pf1iis dln AtIn.,S Cokn_ 44,01 Ern-044-C COMPANY NAME TEL (INCLUDE AREA CODE) Lk)/ 8,") 230c FAX (INCL B A CODE) m tZ.fCI R. . AOL. tern ((hf,,I� (� ,, 1/�/ n E-MAIL ADDRESS V `<t.YF�`0 82%+-0y \A IF REMITTANCE ADDRESS IS DIF1•ERENT �UTJHORIZq SIGNATURE( anual)� " FROM PURCHASE ORDER ADDRESS, [tl�aLL 'Kno• tmkl (L',pTPt-V4f4-2— PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) n�/�/ \\-- 33341.,w p� W • t I Lo3 (,J , tpIOJ l4 !- • �2E Clcnss Ft 3 m, SORAaD '4-` 32�2� SERVICE ADDRESS CITY STATE ZIP FEDERAL ID a S9-29 t ill Individual V Corporation Partnership Other (Specify) Sworn to and subscribedbefore me this ? day of Ty-1 ar (h ,20 Personally Known y/ or Produced Identification Notary Public-State of FL- (Type of identification) Countyof lgnC3/� 4itAngola RMMbpn / ns e Sig afore of Notary Public • j My CanmUMcn Donate , Nr DOM tWsnber RJR 2006 a m. KA„/AI4n' cn PM1 typed or stamped commissioned name of Notary Public 34 Attachment 'A" RFP 4102-001 Fleet Maintenance Services Vehicle List Police VEH# YEAR VIN MAKE/MOD 302 96 2FADP71W7TXI59776 FORD CV 303 97 IFMDU32EOVUV88546 FORD EXP 304 97 IFMDU32EOVUB88544 FORD EXP 305 94 2FALP71W3RXX152380 FORD CV 306 94 2FALP7IWXRX159401 FORD CV 308 94 2FALP71W5RX152381 FORD CV 309 97 I FALP52UXVA307026 FORD TAU 310 99 2FAFP71W3XX165544 FORD CV 311 97 1FMDU32EOVUB88545 FORD EXP 312 94 IFALPLIW9RX152383 FORD CV 313 97 2FALP7IWXVX127258 FORD CV 314 99 IFAFP52U5XA196921 FORD TAU 316 94 2FALP71W8RX152388 FORD CV 317 97 2FALP71W8VX127291 FORD CV 318 97 2FALP71W6VXI27290 FORD CV 319 97 1FALP52U8VA307025 FORD TAU 320 97 2FALP71W9VX127252 FORD CV 321 97 2FALP71W9VX127265 FORD CV 322 97 IFMDU34E8VUB92859 FORD EXP 323 97 IFALP52UIVA307027 FORD TAU 324 97 IFMDU34E8VUB92860 FORD EXP 325 98 2FAFP7IW2WXI74055 FORD CV 326 98 2FAFP7 IWOWX174054 FORD CV 327 99 2FAFP7IWXXX165539 FORD CV 328 99 2FAFP7IWXXX165542 FORD CV 329 96 2FALP71W7TXI61428 FORD CV 330 97 2FALP71W6VX212971 FORD CV 331 98 2G1WL52M7W9273846 CHEV LU 332 98 2FAFP71W4WXI74056 FORD CV 333 98 2FAFP/1W3WX174047 FORD CV 334 98 2FSFP71W6WX174057 FORD CV 335 98 2FAFP71W9WX174053 FORD CV 336 99 2FAFP71W7XXI12345 FORD CV 337 99 2FAFP71W9XX112346 FORD CV 338 97 IFALP52U5VA307029 FORD TAU 339 992FAFP/1W8XX164541 FORD CV 340 99 2FAFP71W7XX 165546 FORD CV 341 99 2FAFP71W2XXI65535 FORD CV 342 99 2FAFP71 W 1XX165547 FORD CV 343 992FAFP71W8XX165538 FORD CV 344 99 2FAFP71W5XX165545 FORD CV 345 0 2FAFP71 W7YX157349 FORD CV 346 0 2FAFP71WXYX112969 FORD CV 347 0 2FAFP71W6YX112970 FORD CV 348 0 2FAFP71W8YX112971 FORD CV 349 0 2FAFP71WXYXII2972 FORD CV 350 01FFRF18W5YNA97795 FORD CV Page 1 of 7 Attachment "A" RFP #02-001 Fleet Maintenance Services Vehicle List Public Works City No. Year Vin. Number Vehicle Description 201 1998 1FTZX186XWNC27709 Ford/Supercab/4X4 203 1997 2FAOP71 WOPX175080 FORD CV 109 1994 1 FTHF25H6RNA08941 Ford- Pick up 110 1999 1 FDNF21 L3XED68027 Ford/F250 163 1993 1 FTDF15Y5PNA71342 Ford/PU/133 122 1987 1 GCEV14HXHS158441 Chev.N10/4X4/PU 130 1999 1 FTRF18W5XNBO6414 Ford/PU/4X4 140 1988 1GTDK14HOJZ536994 GMC/PU 167 1990 1FTDF15NXLNA15770 Ford - Pick up 173 1989 1 FTD1 F15Y1 KNA03029 Ford/PU 184 1997 3FTHF25H2VMA40449 Ford/PU/4X2 190 1998 4YNTE1622WC277410 Equip. Trailer 191 1998 4YNTU1214WC277411 Utility Trailer 192 1998 4Y3UC1625WS001752 Utility Trailer 193 1998 1 FTZF18W6WNB83615 Ford/PU 194 1998 1 FTZF18WBWNB83616 Ford/PU 195 1998 IFTZF18W3WNB83619 Ford/PU 196 1990 1GTDC14Z2LE548743 GMC/PU 197 1999 43ZDJ21B9X0004972 U-Dump/Trailer 705 1986 1FTCR15T5GP826111 Ford/PU 706 1997 IL9AP69B3UK006094 Lodal 707 1993 IL9AF51 B8PK006779 Lodal 708 1997 1L9AF51B6UK006101 Lodal 709 _1990 Title#81905010 Pressure Washer Trailer 710 1986 Title#81384486 Utility Trailer 711 1998 1FTZF18WXWNB83620 Ford/PU/4X4 714 1996 1L9AF516XTK006021 Lodal 717 1985 1FDXR80U1FVA51553 Ford/LN8000 718 1990 1GBHC34NXLE171822 Chev./PU 720 1992 1L9AF518XNK006670 Lodal 722 1992 1 HTSDPPN4NH453007 Dempster/Recycle 723 1994 1L9AF51B3RKD06872 Lodal 135 1999 1FTRF18W7XNB06415 Ford/PU/4X4 174 1995 X4SM530-1468 Kaiser X4 ATE 187 1998 1FTZF18W4WNB83614 Ford/PU/4X4 188 1998 1FTZF18W1 WNB83618 Ford/PU/4X4 1997 067007B New Holland Tractor 1999 JJGO239722 Case Loader w/Backhoe 141 1998 1FTZF18WXWNB83617 Ford/PU/4X4 142 1985 FDX48OU1 FVA5155 Ford/3-ton/Claw Arm 143 1988 1FDYH8OU4JVA37209 Ford/Dump truck 144 1998 1 FTZF18W1 WNC25365 Ford/F150/4X4 145 1998 1 FTZFI 8WOWNB83612 Ford- Pick up 147 1990 1GCDK14H1LZ196306 Chev./PU 151 1998 1FTZF18W2WNB83613 Ford/PU/4X4 152 1999 1G9AA1919XR242266 Genie Boom Lift 161 1988 FTEF15Y3JNA34835 Ford/F150 164 1985 1 FDPK74N3FVA68257 Ford/Dump truck Page 2 of 7 Attachment 'A" RFP#02-001 Fleet Maintenance Services Vehicle List Public Works 165 1985 C749171 and CL42013 Ford/Tractor/Loader 304B 166 1987 1 GBHV34K8HS177188 Chev./Dump truck 171 1997 BD76806 Ford/Tractor/4630 175 1983 1 FDWD7474N5DVA2823 Ford/Truck Tractor 176 1986 9BEPH60P4GDMO1552 Ford/14' Dump 177 1991 1VRC14136M1002703 _ Vermeer/Brush Chipper 178 1988 1K9E16217J1005005 Kaly Trailer 179 1997 1 FDXH81 C5VVA07871 Ford/133/Chassis 180 1997 4Y3US1625TS000326 Emer. Utii.Trailer 181 1997 Title#83497402 Utility Trailer 182 1997 1 FDZS96T4VVA31104 Ford/Dump/LT9513 185 1997 Title #83600400 _ Trailer 719 1986 9BFPH60P4GDMD1552 Ford/CF6000 198 1998 1E9ES1217WC103062 _ Striping Tailer 199 1997 1FTHF25H6VEA60516 Ford- Pick up Page 3 of 7 • Attachment 'A' RFP #02-001 Fleet Maintenance Vehicle List Recreation Id # Year VIN # Make Model 601 93 2FACP71W2PX147264 Ford Crown Victoria 607 99 1T7HN4B23V1152210 Thomasbuilt Bus 603 90 1B7GEO6YOLS623723 Dodge Ram Pickup 604 97 3FALP15P5VR168041 Ford Escort Station Wagon 605 87 1F13JS31H2HHA48685 Ford Van 607 99 1 FBSS31 L4XHA70260 Ford XL350 Club Wagon 88 1GTFC24H0J2539180 GMC Pick Up Page 4 of 7 Attachment "A" RFP #02-001 Fleet Maintenance Services Vehicle List Building City No. Year Vehicle Description Vin. Number 111 1997 Ford/PU/4X2 1 FTDF1724VNC19566 112 1997 Ford/PU/4X2 1 FTDF1722VNC1956S 114 1998 Ford/PU/4X2 1 FTZF1720WNB83611 115 1994 Ford/PU/4X2 1 FTEF15Y6RNB62935 116 1998 Ford/PU 1 FTZX1728WNC36861 117 1995 Ford Taurus 1FALP52U5SA296416 119 1997 Ford/Ranger 1FTCR10U7VTA90247 120 1995 Ford/F150 1FTEF15N1SNB21799 Page 5 of 7 Attachment °A" RFP#02-001 Fleet Maintenance Services Vehicle List Fire Veh.If Year Make Model VIN 380 1988 Bonito Boat BNTZ21214B888 354 1968 Cargo Trailer 3013 350 1988 Dodge Ramcharg 384HW12W5JM823558 399 1994 Ford Crown Viet 1 FALP71 W4RX152386 352 1985 Ford D-803 1FDYDBOU3FVA006259 393 1997 Ford Escort 3FALP15P2VR15684B 396 1999 Ford Expedition 1FMRU17L8XLA92030 360 1998 Ford Explorer 1FMZU32P1WUC33972 362 1991 Ford Rescue 1FOKE3OMXMHA24937 359 1992 Ford Squad 2FDLF47MANCA45577 397 1992 Ford Taurus 1FAGR55UNONA188348 372 1962 Jeep Woods 29629 353 1994 KME Renegade 1K9AF4288RN058948 351 1994 KME Renegade 1K9AF4285RN058948 500 1997 Wells Dis Trlr 1W0200J2243036722 Page 6 of 7 Attachment"A" RFP #02-001 Fleet Maintenance Services Vehicle List Utilities 402 1996 1 FMDU34SXVUB92861 Ford Explorer 403 1997 1FTDF1827VND37397 Ford 4%41150 404 1997 1FTCR10U7VTA90250 Ford Ranger 405 1999 1 ftrx18v2xnbo6416 Ford 4x4 f150 502 1993 1FTDF15Y7PNA71343 FORD F150 504 1996 1FTOR10UOTUCO7884 FORD RANGER 505 1994 1FTEF15V4RNB1784 FORD F150 506 1996 1FTEF15N0TLC06985 FORD F150 507 1997 1FTDF1723VNC58083 FORD F150 508 1997 1FDNF37F4VEB36544 FORD F350 509 2001 1FDXF4601EB67149 FORD F-450 512 2001 JJG0286883 CASE 590 BACKHOE 513 1992 T0310CA769578 JOHN DEERE BACKHOE 514 2000 1FTVR10V1YPA88375 FORD RANGER 515 1997 1FTCR10O0VTA90249 FORD RANGER 516 2000 1FDSF35F1YED41505 FORD F350 550 1998 187HC16X1W5710395 DODGE 1500 551 1998 1B7HC16X7WS713169 DODGE 1500 552 1998 1B7HC16X5W3713168 DODGE 1500 554 1998 1B7HC16X3WS710396 DODGE 1500 555 1998 107HC16X8W5710393 DODGE 1500 556 1998 1B7HC16XXWS710394 DODGE 1500 800 1997 1FTDF1721VNC58082 FORD F150 803 1996 3FFJF37HBVMA06446 FORD F350 805 1988 1 FD7W82A9KVA17973 FORD L8000 TANKER 807 1998 1FDXX86F7WVA33707 FORD L8000 Dump 808 1996 1FDYR82EXTVA07573 FORD L8000 VACON 809 1996 1GDKP32R1T3500040 GMC STEP VAN TV 810 1997 1FTCR10U9VTA90248 FORD RANGER 854 1998 1B7H016X5WS710397 DODGE 1500 811 1999 47NA26536XT47NO12 TRAILER Bobcarrier 812 1999 512241329 BOBCAT 813 1999 76412596 TRAILER Tex's Page 7 of 7 Attachment "B" RFP 02-001 Fleet Maintenance Evaluation Form Number of ASE Certified Mechanics 1 to 5 points Fleet Maintenance Experience/ References 1 to 15 points Contractor's Facility (Secure Storage/Equipment Proximity to Public Works Facility 1 to 10 points Labor Rat Rate 1 to 10 points Parts Cost 1 to 10 points Ford Crown Vic Service Costs 1 to 10 points Ford F-150 Service Costs 1 to 10 points Parts and Labor Warranty 1 to 10 points PM and Safety Inspection Costs 1 to 10 points Tire Repairs Costs 1 to 5 points Road Side Service Cost 1 to 5 points Total Score (1 to 100 points) Certificate of Compliance This is to certify that --- ACTION GATOR TIRE CO., INC. --- maintains a Drug-Free Workplace complying with the Florida Drug-Free Workplace Act, §440.101 -.102,Florida Statutes and the Rules of the State of Florida, Agency for Health Care Administration, Chapter 59A-24, Florida Administrative Code, Drug-Free Workplace Standards. Alcohol & Substance Abuse Prevention Programs, Inc. (ASAP) administers Drug-Free Workplace Programs including policy development, assistance with program implementation, AHCA licensed, CAP accredited, and/or SAMHSA Certified drug and alcohol testing, certified Medical Review Officer services, employee education and supervisory training, and an integral Employee Assistance Program available to all employees. Verification of continuing compliance may be obtained by calling ASAP Programs at (800) 329-6334. n - Th" Alcohol & Substance Abuse Prevention Programs, Inc. Implemented: August 14, 1996 Charles S. Pettyjohn, C-SAPA, DABFE' President e UU1308(9.82) CERTIFICATE OF INSURANCE ® UNIVERSAL UNDERWRITERS INSURANCE COMPANY 1900 Sununit Tower Blvd..Suite 220,Orlando FL 32810 hereby certifies that the following insurance policies have been issued on behalf of: Name of Insured Action Gatot Tire Company, T&S Investments LLC Address of Insured 333 thotpe Road,Orlando,FL 32824 KIND OF INSURANCE POLICY NUMBER POLICY PERIOD OUR LIMITS J Auto Inventory Physical Damage-Garagekeepers 136195F 8-1-01/02 $3,050,000 Legal Liability/Customer Autos Garage(General)Liability-Includes Premise Hazard Same Same S500,000 Commercial Umbrella—In Excess of Underlying Same Same $5,000,000 Adding as Additional Insured as respects to above coverages: City of Ocoee 150 N. Lakeshore Drive Ocoee,FL 34761-2258 3o dry wrlien narict ofcencellrvon except for non-pay This Certificate of Insurance neither affirmatively nor negatively amends,extends or alters the coverage afforded by the policies listed above which line been issued by this company. N the event of any material change in,or cancellation of,said policies,the undersigned will endeavor to give written notice to the party to whom this certificate is issued,but failure to give such notice shall impose nu obligation nor liability upon the company. Certificate of Insurance prepared for: Name: City of Ocoee Address: 150 N. Lakeshore Drive Ocoee, FL 34761-2258 This certificate is not valid unless countersigned by an authorized representative of the company. 3.8.02 Countersigned by //// Date see 1./. .,"7o. Smy J61 48131-00 Authorized Representative First Vehicle Services 705 Central Avenue, Suite 500 Cincinnati.Ohio 45202-5755 Tel 513-214-2200 Fax 513-381-0149 www.lirstvehicloservices corn First Vehicle ti Services March 8, 2002 Joyce Tolbert, Buyer City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761-2258 RE: RFP#02-001, Fleet Maintenance Services Dear Ms. Tolbert: Thank you for sending us the above-referenced RFP. At this time we will not be submitting a proposal. However, we would like to remain on your bidder's list for future opportunities, so your vendor's application form is enclosed. Thank you again. Sincerely, I lwLM J d Kevin Walzer, Ph.D. Corporate Marketing Representative CC: Earl Avery, Senior Business Development Manager Dale Domish, Division Vice President •Flratalroup America Oj Company