Loading...
HomeMy WebLinkAboutItem #02 Approval to Award Bid #B08-03 Automotive Parts Term Contract AGENDA ITEM COVER SHEET Meeting Date: 11/26/07 Item # ').., Contact Name: Contact Number: Joyce_Tolbert 1516 Reviewed By: Department Director: City Manager: 'f~ Subject: Award of Bid #B08-03 Automotive Parts Term Contract Background Summary: The City of Ocoee requested sealed bids from automotive parts suppliers of OEM or factory equivalent parts for City Heet vehicles. The term contract will be for three (3) years with two (2) one (1) year automatic renewal options. Staff recommends awarding the bid to Glenn Joiner & Son Inc. as the most responsive and responsible bidder and to use General Parts Inc. - Carquest as an alternate for parts that may be unavailable. Both bidders are located in Winter Garden, Florida. The total not-to-exceed amount requested for approval is approximately $150,000.00 annually, and is adequately funded in the Various Vehicle Parts and Repairs Accounts #4605. Issue: A ward the bid for Automotive Parts Term Contract to Glenn Joiner & Son, Inc. Recommendations Staff recommends that the City Commission: I) ^ ward Bid #808-03 to Glenn Joiner & Son, Inc. in the amount of approximately $150,000.00 annually, and to use General Parts Inc. - Carquest as an alternate Cor parts that may be unavailable. 2) Authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents once the appropriate insurance is obtained. Attachments: 1. Bid Tabulation 2. Glenn Joiner Bid 3. General Parts Bid 4. ITB #B08-03 5. Addendum 1 Financial Impact: $150,000 annually Type of Item: (please mark with an "x'J Public Hearing _ Ordinance First Reading _ Ordinance Second Reading For Clerk's Dept Use: _ Consent Agenda _ Public Hearing Ordinance Second Reading Resolution X Commission Approval Discussion & Direction Public Hearing Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) raf}L~b.. ~~ N/A N/A N/A 2 Cily :\Tanager Robert Frank Commissioners GtU'y HQod. District] Scott)\ nderson, J}jstri.~:L~ Rusty ,Johnson. District 3 Joel Keller. District 4 Mayor ~'_~(~ QLt\'{llJ(l~'I:gIili STAFF REPORT DATE: The Honorable Mayor and Citv Commissioners Joyce Tolbert, Purchasing AgenC{}1- November 26. 2007 TO: FROM: RE: Award of Bid #B08-03 Automotive Parts Term Contract ISSUE Award the bid for Automotive Parts Term Contract to Glenn Joiner & Son, Inc. BACKGROUNDIDISCUSSION The City of Ocoee requested sealed bids from automotive parts suppliers of OEM or factory equivalent parts for City fleet vehicles. The term contract will be for three (3) years with two (2) one (1) year automatic renewal options. The bid was publicly advertised on October 7,2007 and opened on November 7, 2007. There were a total of three (3) responses with (1) response being a no-bid. Bidder 1. Glenn Joiner & Son Inc. 2. General Parts Inc.-Carquest 3. Tropical International Discount from Jobber Price on Grou See Bid Tabulation for ercenta es See Bid Tabulation for ercentages No bid ^ttachcd is a copy of the bids from each bidder. along \vith the bid tabulation. Complete copies of all bids are available in the Finance Department for revie\\'. The Public Works and Finance Department have reviewed all bids. Staff recommends awarding the bid to Glenn Joiner & Son Inc. as the most responsive and responsible bidder and to use General Parts Inc. - Carquest as an alternate for parts that may be unavailable. Both bidders are located in Winter Garden, Florida. The total not-to-exceed amount requested for approval is approximately $150,000.00 annually and is adequately funded in the Various Vehicle Parts and Repairs Accounts #4605. ~g!~g!~g!~~~g'~~ ,,0::30..,o..,cr"'~"'n Al"O Qi'tJ;J"'O D1 O'"iil ~;J ~ ~~ ~~~ ~~ ~~ ~.~ ~ -. CD 3 III "tl ] 5.. n' ~ 0 III ~ ~~o' ~.~ ,... _ fA o. III III iii' c: 0 ::l 0 (') a iii' ~ c ~. g ~ n ~ ~ g ::l a g o (') c: ::: 3 a ~ g a 0 ~ ~ a ~ 3 a a :;003 c...g3 o 0... c... 3 ~ g: ~ g. (... C" ~ C:;' cr g.g"tlCD ~ a ., .., 0 CD "tl n' ::l .., .., C'D G') "tl n' 0 ... ... CD ::l 0 g'o ClC: ::l ... 'tl g Cl g Cl a 'tl o -6 c: 'tl il Ol '" CD s, ~ o iii' (') o c: a - a 3 c... o cr cr CD ... "tl ... n' CD o ::l Cl ... o c: 'tl ~ Ol :J S, Ol ~ t: ~ CfJ- m ~ ro CfJ CfJ CD 0. ~ Ol :::J t: OJ' ~ ~t: Oro ~..., o CfJ- ~ Ol :::J t: OJ' ~ ~t: Oro ~~ ~ Ol :J t: OJ' ~ ~t: OmCJ'l ?f2."J?fl ~ Ol :J t: OJ' ~ ~t: Ulro ~~ m ~ ro CfJ CfJ CD 0. m ~ ro CfJ CfJ CD 0. m ~ ro CfJ CfJ CD 0. m ~ ro CfJ CfJ CD 0. ~ Ol :J t: OJ' ~ t: ~ CfJ- m ~ ro CfJ CfJ CD 0. "tl ... n' CD o ::l Cl ... o c: 'tl ~ Ol ::l t: ~ OJ' !:2'~ ,,",oUJ ~ ~ CfJ- 0 m ~ ro CfJ CfJ CD 0. ~3!: !: ~ A1 ;- ~ ~. ~ "tl III ~ ~ ;;g ~ e: S' Ch iil iil () ~ ~~ ~. 5 g z a - a 3 c... o cr cr CD ... "tl ... n' CD o ::l Cl ... o c: 'tl o iii' (') o c: ::l .. - ... o 3 c... o cr cr CD ... "tl ... n' CD o ::l Cl ... o c: 'tl ~ Ol :::J t: OJ' ~ t: -I>- ~ ~ CfJ- m ~ ro CfJ CfJ CD 0. ~85 ::J ~ ffi s, + Ol ~ () 0 2"cf2. ~~ ~g; Ol 0 @ 8 ~~ '" Ul '#. ^ (II Ul o o ~~~~~~~~~~~ ~~~~b;~~~~~g ~ ~ ?f!. ro .?fe, g?F. E- cf!. 2- ;u OC/)o~=rCD=r m o=t'ro ~ ~ ~ ::Lie 0 ..., 0 ..., 3 ..., Cii' Cii' Cii'I~ 3 ~ 3 --.J -- nt - tu =: Q) _. 0 n g~=i~ *' o 3 gJ :::J ~ -< ~ g Ol r0- o. -I>-:J 00 *~ 1- w '#. o =: ~ ~ 03 :::J -< ~ ~ ~ 0 r<~ c- CD i[ ii~f;'!!! ro~50 "E.CD~-i gJgro)> ~"".9-aJ ~ro s'Q:l> <CfJo. ~'~ g "'O~5. t: CfJ t: n 93 ~CDZ ~,I;i. 0 ~ ~ () ~ 0. Cl iii ::l ::l c.. 1-1- 0 76 ~ ~ i' C/l C/l C/l; 'll ~. '., ~. ..' .....~.....- Cl CD ::l CD i -I- -: tc6~~~ C/l ell en ;- (') b ~. lS l/l. i (') z~ 05' ~S' 03 AI .. a ::l ~ ~!!! 00 ......-i 0)> ......aJ NC g~ -o::! 3:~ !!! o 'It aJ o CXl I o c..l )> C -i o s: o -i <: m -0 )> ;;0 -i C/J -i m ;;0 s: () o Z -i ~ () -i '" CITY OF OCOEE INVITATION TO BID #B08-03 AUTOMOTIVE PARTS TERM CONTRACT SCOPE OF WORK/SPECIFICATIONS Section 2- SPECIFICATIONS/BID FORM 1. All parts must be OEM or factory equivalent. 2. Bidders must include catalogs or disk and Jobbers price sheet. 3. Best possible price discount below Jobber price. 4. Delivery time if in stock- 1.5 hours or sooner. FOB Destination: City of Ocoee Public Works Facility, 301 Maguire Road, Ocoee,FL 34761 5. Location of supplier must be within 25 miles of the City of Ocoee. ITEMillESCRIPTION 1. Filters- All filters for automotive and truck applications. Examples are but not limited to- air, fuel, oil, transmission, hydraulic. Discount from jobber price on group 40 % Warranty Ma,f\vJAC.'1'vJ l2'(l.'S GkP~S c:-D 2. Mechanical parts- All mechanical parts as pertaining to automotive and truck applications. Examples are but not limited to the following- Engine parts, fuel pumps, axle parts and bearings, brakes, clutch and clutch kits, gear and chain sets. Discount from jobber price on group \S- % Warranty Ma..tJlA.(C.Ac.:t\^Il~ ~ EXf'tZES$"ro 3. Electrical parts- All electrical parts as pertaining to automotive and truck applications. Examples are but not limited to the following- Ignition system components, starters, alternators, switches, sensors, and light bulbs. Discount from jobber price on groupJ 0 - t )' % , W arranty)-1 ANU~c."'lA.eiYt.S [L ?e.~~ ED 4. Batteries- All batteries for automotive, truck and tractor applications. Examples of but not limited to the following- Group 31, group 65, group 78, group 8D and small mower and marine batteries. Discount from jobber price on group s- % Warranty MPrNu.f~"CllA.,e.~ &f?t2t::~ e\? B0803 Auto Parts Term Bid 19 5. Rubber parts- All rubber parts as pertaining to automotive and truck applications. Examples of but not limited to the following- all belts V type and serpentine, coolant hoses, wiper blades. Discount from j obber price on group 10 % WarrantyJ:::1 PrtJt.Af1'rc.7,^-~ S f'"kPflE5JE"D 6. Shop Chemicals- All shop chemicals as pertaining to automotive and truck use. Examples are but not limited to the following- Brake kleen, carb kleen, additives, rtv, adhesives, oils, soaps, and aerosol lubricants and Freon. Discount from jobber price on group 10 % Warranty jj. AtJ 1A.f'T-\-C.:'Tu.J2.kY2... ~ [l(f' e-ESS t:O 7. Shop Expendables- All expendable supplies as pertaining to automotive and truck use. Examples of but limited to the following- Nuts, bolts, tapes, fuses, electrical connectors, clamps, wire, cleaning disc, 100m. Discount from jobber price on group IS' % Warranty MAN lA. Prtc "T U1Z-0e-J [' kPIZ €'SJ ED 8. Shop Equipment and Tools- All automotive and truck tools and equipment for testing and repair of equipment. Examples of but not limited to the following- hydraulic jacks, jack stands, pullers, electronic testers, and hand tools. Discount from j obber price on group~% WarrantyjJ. PrtJlAFAi.r u~-y2 J [ 'Xf1~fS ~ eo Gu.~~JtJ JO/NCYC. ~':;/II IflL. I Z.a Authorize ignature Q LE)..},J 0 . Jo IN~ - rp'<~IDt...,sT Name/Title (print) Does yonr company a~cc~t Visa Purchasing Cards? 8 or No B0803 Auto Parts Term Bid 20 CITY OF OCOEE INVITATION TO BID #B08-03 AUTOMOTIVE PARTS TERM CONTRACT SCOPE OF WORK/SPECIFICATIONS Section 2- SPECIFICATIONS/BID FORM 1. All parts must be OEM or factory equivalent. 2. Bidders must include catalogs or disk and Jobbers price sheet. 3. Best possible price discount below Jobber price. 4. Delivery time if in stock- 1.5 hours or sooner. FOB Destination: City of Ocoee Public Works Facility, 301 Maguire Road, Ocoee,FL 34761 5. Location of supplier must be within 25 miles of the City of Ocoee. ITEMJDESCRIPTION 1. Filters- All filters for automotive and truck applications. Examples are but not limited to- air, fuel, oil, transmission, hydraulic. Discount from jobber price on group % Warranty I11AAl~/UL tvMAd~'-:/ / 2. Mechanical parts- All mechanical parts as pertaining to automotive and truck applications. Examples are but not limited to the following- Engine parts, fuel pumps, axle parts and bearings, brakes, clutch and clutch kits, gear and chain sets. Filters - approximately 40% discount from list on Red 70% discount from list on Blue (See enclosed sample price list) Discount from jobber price on group % Warranty /t,~t.hiJ~ !V~//'~/ Mechanical Parts -approximately 42% to 52% discount from list (See enclosed sample price list) 3. Electrical parts- All electrical parts as pertaining to automotive and truck applications. Examples are but not limited to the following- Ignition system components, starters, alternators, switches, sensors, and light bulbs. Discount from jobber price on group % Warranty M "g,./u6.dCdU ~r/.o+ Electrical Parts - approximately 40% to 53% discount from list (See enclosed sample price list) 4. Batteries- All batteries for automotive, truck and tractor applications. Examples of but not limited to the following- Group 31, group 65, group 78, group 8D and small mower and marine batteries. Discount from jobber price on group % . \ /) I r'l to 3& t-.o^*L..s Warranty(O' ~\15. .{:-r~ ~//J(J~-r - tirvr~ ( B0803 Auto Parts Term Bid 19 Batteries - approximately 40% to 45% discount off list (See enclosed sample price list) 5. Rubber parts- All rubber parts as pertaining to automotive and truck applications. Examples of but not limited to the following- all belts V type and serpentine, coolant hoses, wiper blades. Discount from jobber price on group % Warranty~tow..V gAf~4jo...J Rubber Parts - approximately 56% to 65% discount off list (See enclosed sample price list) 6. Shop Chemicals- All shop chemicals as pertaining to automotive and truck use. Examples are but not limited to the following- Brake kleen, carb kleen, additives, rtv, adhesives, oils, soaps, and aerosol lubricants and Freon. Discount from jobber price on group Warranty /VO/l/6 % Shop Chemicals - approximately 40% to 47% discount off list (See enclosed sample price list) 7. Shop Expendables- All expendable supplies as pertaining to automotive and truck use. Examples of but limited to the following- Nuts, bolts, tapes, fuses, electrical connectors, clamps, wire, cleaning disc, loom. Discount from jobber price on group Warranty /\/vN..A!- % Shop Expendables - approximately 40% to 43% discount off list (See enclosed sample price list) 8. Shop Equipment and Tools- All automotive and truck tools and equipment for testing and repair of equipment. Examples of but not limited to the following- hydraulic jacks, jack stands, pullers, electronic testers, and hand tools. Discount from jobber price on group % Warranty JuA/II~6~r~ ~.Arr;4J/.; C o..rG\ v "- 'S-\-' \ Company Name W---~~~ Authoriz d . ature W~. R. StC4IM.~e..>JJ~ / M Jr. Name/Title (print) Does your company accept Visa Purchasing CardS?@ or No B0803 Auto Parts Term Bid 20 Shop Equipment and Tools Sold at store cost +10% if >$500 Sold at store cost +25% if <$500 City Manager Robert Frank Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 Mayor S. Scott Vandergrift CITY OF OCOEE INVITATION TO BID #B08-03 FOR AUTOMOTIVE PARTS TERM CONTRACT City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100. fax: (407) 656-3501. www.ci.ocoee.tlus Mayor S. Scott Vandergrift center of Good L' . <).,'o-e l~!~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty.Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank November 1,2007 ADDENDUM NO: ONE (1) CITY OF OCOEE ITB #B08-03 AUTOMOTIVE PARTS TERM CONTRACT This addendum shall modify and become a part of the original Bid documents for Automotive Parts Term Contract. Bidders shall acknowledge receipt of this Addendum in the space provided on p.IS of the bid documents. Failure to do so may subject the Bidder to disqualification. Chane:es and/or Clarifications to the Bid documents are as follows: 1. Question: Page 19, Section 2, No.2: Bidder has everything cataloged via our WEBLINK cataloging system. All you need is an internet connection. Is this answer sufficient for the bid, or do you want the catalogs to be presented along with the bid? (We will also supply your staff with hard copy catalogs during the course of the business year.) Answer: Yes, a web link to online catalogs is sufficient. Hard copies would not be necessary in this case. 2. Question: Page 19, Section 2 No.3 - Bidder can provide a % discount price based on Bidder's Jobber price. Bidder can also provide a partial (most popular moving items) or a full price list (hundreds of pages) of each major product line. Would you like to see actual pricing information? If so, top movers only or entire product line? Answer: Provide a best possible price discount % from retail and a list of most popular items would be preferred over the entire listing. 3. Question; Page 19, Item/Description: With regards to warranty information. Some product lines have a fixed warranty i.e."90 days" or '!12 months free replacement", while some ofthe bid categories are represented by a few different manufacturers. Is it acceptable in some cases to respond with "manufacturers expressed warranty" due to the numerous manufacturers of varying products? Answer: The manufacturer's expressed warranty is acceptable for those specific items that carry such warranties. City ofOcoee' 150 N Lakeshore Drive' Ocoee, Florida 34761 phone: (407) 905-3100' fax: (407) 656-8504' www.ci.ocoee.fl.us BID DOCUMENTS 3 4 thru 7 8 thru 14 15 16 thru 18 Legal Advertisement Invitation to Bid #B08-03 General Terms & Conditions References/Summary of Litigation/Addenda Insurance Requirements SCOPE OF WORKlSPECIFICA TIONS 19 thru 20 21 Specifications/Bid Form Company Information/Signature Sheet END OF TABLE OF CONTENTS B0803 Auto Parts Term Bid 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B08-03, AUTOMOTIVE PARTS TERM CONTRACT, no later than 2:00 P.M., local time, on November 7, 2007. Bids 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 bids and waive informalities. General Description: The City of Ocoee is requesting sealed bids from automotive parts suppliers of OEM or factory equivalent parts for City fleet vehicles. The term contract will be for three (3) years with two (2) one (1) year automatic renewal options. No Pre-Bid Conference will be held. All questions, comments and concerns shall be presented in writing (fax or e-mail is acceptable) to the Purchasing Agent by 5:00 PM October 31,2007. No further questions will be accepted following the time and date stated. All bidders will be held liable for contents as presented in writing to the City. Bid Security: A certified check or bid bond shall accompany each bid, no cash accepted. The certified check or bid bond shall be for $1,000.00 and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract with the City for the Bid Price. Each Bidder shall submit one (1) original and two (2) copies of the required bid documents, in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids will be received at the City of Ocoee, Attn: Joyce Tolbert, Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time, or as soon thereafter as possible. Interested Suppliers may secure a copy of the bid documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid documents will not be issued. Award of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which, in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and other factors considered. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. No fax or electronic submissions will be accepted. City Clerk October 7, 2007 B0803 Auto Parts Term Bid 3 CITY OF OCOEE INVITATION TO BID #B08-03 AUTOMOTIVE PARTS TERM CONTRACT INTENT: Sealed bids for Bid #B08-03 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 and/or commodities proposed, hereinafter called "Respondent", "Bidder", or "Contractor". The proposed Contract will be for the labor, equipment, and related components for the procurement of OEM or factory equivalent parts for City fleet vehicles, per the "Scope of Work/Specifications" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each respondent shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid as no changes will be allowed after bid opening. Bids 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 bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm or corporation interested in the bid either as a principal, member of a firm or general partner. If the respondent is a corporation, the bid 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 bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent, (407) 905-3100, extension 1516 and fax (407)656-3501 or email itolbert@ci.ocoee.fl.us, and shall be received not later than 5:00 PM October 31, 2007. Any clarifications/changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid 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 bid must be received as one (1) original and two (2) copies of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on November 7, 2007. Bids 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. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 B0803 Auto Parts Term Bid 4 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., 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 bid constitute public records under Florida law. E. All respondents shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) Summary of Litigation; d) Bid Form e) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the respondent has complied with Paragraph E. The failure or neglect of a respondent to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", 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 bid documents/scope of work. G. No Pre-Bid Conference will be held. All questions, comments and concerns shall be presented in writing (fax or e-mail is acceptable) to the Purchasing Agent by 5:00 PM October 31, 2007. No further questions will be accepted following the time and date stated. All bidders will be held liable for contents as presented in writing to the City. 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 communicated to all parties to whom the bid packages have been issued. Responses may be issued through Addenda issued not later than twenty-four (24) hours before bid opening. The City shall provide all Addenda to each prospective bidder by regular mail or telefacsimile at the address or fax number that each prospective bidder has provided to the City when it receives the Bidding Documents. Addenda may also be posted on Demandstar or faxed by Demandstar. It shall be the responsibility of each prospective bidder to obtain a copy of all issued Addenda.The City reserves the right to issue Addenda, concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids 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 in the bid documents, its' bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Respondents are cautioned that any other source by which a respondent receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. B0803 Auto Parts Term Bid 5 1. Any of the following causes may be considered as sufficient for the disqualification of a respondent and the rejection of its bid: a) Submission of more than one (1) bid 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 judgment 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 judgment and sole discretion, is sufficient to justify disqualification of Respondent or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). 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 an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award 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 ($25,000.00 and greater) for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida State Statute 287.133 (2) (a). K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this invitation to Bid become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive informalities or irregularities, to request clarification of information submitted in any bid, or to readvertise for new bids. The City may accept any item or group of items of any bid, unless the respondent qualifies his/her bid by specific limitations. Award, if made, will be to the most responsible and responsive respondent whose bid, 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 bid is responsible, to require a respondent to submit such evidence of respondent's qualifications as the City B0803 Auto Parts Term Bid 6 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 Commission shall be the final authority in the award of any and all bids. (remainder of page left blank intentionally) B0803 Auto Parts Term Bid 7 Section 1 -GENERAL TERMS & CONDITIONS: 1. BID SECURITY: 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 of one thousand dollars ($1,000.00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. Such cashier's check or Bid Bond is submitted as a guarantee 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. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed 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 coverage 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. 2. PERFORMANCE AND PAYMENT BONDS Not Required. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery dead1ine(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the B0803 Auto Parts Term Bid 8 Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. Further, the Respondent shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the bidder uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials. S. PRICING: Pricing should be provided as indicated on the Scope of Work/Specifications sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. A total shall be entered for each item bid. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. By submission of this bid, the Respondent certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: a) The Respondent represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other respondent or with any competitor; c) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Respondent and will not knowingly be disclosed by the Respondent prior to opening, directly or indirectly to any other respondent or to any competitor; d) No attempt has been made or will be made by the Respondent to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations); e) Respondent warrants the prices set forth herein do not exceed the prices charged by the respondent under a contract with the State of Florida Purchasing Division; and B0803 Auto Parts Term Bid 9 f) Respondent agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Respondent gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible bidder according to the following criteria: . Compliance with specifications, terms, and conditions Bid Price Warranty Location References . . . . 9. LITERATURE: If required by the Bid Schedule, or the specifications, descriptive literaturelbrochures shall be included with this bid in order to properly evaluate make/model offered. Bids submitted without same may be considered non-responsive and disqualified. 10. BID PROTESTS: The City's Finance/Purchasing Department will consider Bid Protests seeking contract award, damages, and/or any other relief. Any Bidder seeking to file Bid Protest SHALL use the following procedures: 1. A bidder SHALL file a written Bid Protest under this Article, or be barred any relief. B0803 Auto Parts Term Bid 10 2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Bid Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and ( c) The Bid Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. 3. After a Bid Protest has been properly filed with the City, the City, by and through its Procurement Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Bid Package or Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest may be based upon questions concerning the design documents. The Bidder shall clarify all such questions concerning the design of the project prior to submitting its bid. 11. PAYMENT TERMS: Payment for work completed will be made within (30) days of approved invoice. No payment will be made for materials ordered without proper purchase order authori- zation. Payment cannot be made until materials, goods or services, have been re- ceived and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. "Contract" shall mean a City of Ocoee Purchase Order, and the terms and conditions of the purchase order shall apply. The City ofOcoee has implemented a VISA PURCHASING CARD PROGRAM. The Contractor can take advantage of this program and in consideration receive their payment within several days instead of the City's policy of Net 30 days after receipt of approved invoice. Bidders are requested to state on the bid sheet if they will honor the VISA Purchasing Card. The City of Ocoee, Florida has the following tax exemption certificates assigned: · Florida Sales & Use Tax Exemption Certificate No. 85-8013779974C-0; and · The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: a) The successful Respondent, hereinafter referred to as "Contractor" will be required to enter into a contract with the City. "Contract" shall mean a City of Ocoee Purchase Order or Visa Purchasing Card Transaction. The term of the contract will be three (3) years with two (2) one (1) year automatic renewal options. The rates provided by the Contractor shall remain constant for the first three (3) years of the Contract. For years 4 through 5, the Contractor may be entitled to an annual Cost of Living adjustment as published by the Consumer Price Index but not to exceed 3% annually. The Contractor shall submit a written request to the B0803 Auto Parts Term Bid 11 City's Authorized Representative indicating the requested adjustment and provide the back- up justification for the increase. b) The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City ofOcoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.S. I) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: B0803 Auto Parts Term Bid 12 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. 15. 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. 16. 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 ofOcoee. 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. B0803 Auto Parts Term Bid 13 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. 17. 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. 18. PERMITS/LICENSES/FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. b) The City requires a City of Ocoee registration, if permitting is required. Please contact the City's Protective Inspections Department at (407)905-3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. B0803 Auto Parts Term Bid 14 19. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Respondent shall complete the following blanks regarding experience with similar type of work. Respondent must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Have you any similar work in progress at this time? Yes_ No business Length of time in Bank or other financial references: (Attach additional sheets if necessary) 20. SUMMARY OF LITIGATION: 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. 21. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. No. No. B0803 Auto Parts Term Bid Dated Dated Dated 15 22. 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 which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to 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 obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event 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. · Include Waiver of Subrogation in favor of the City ofOcoee c) Contractor's Public Liabilitv and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City 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 Iniurv Liability & Property Damage Liability · $1,000,000 Combined single limit per occurrence (each person, each accident) · All covered automobile will be covered via symbol 1 · Liability coverage will include hired & non-owned automobile liability · Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. · $2,000,000 GENERAL AGGREGATE · $2,000,000 PRODUCTS-COMPLETED OPERA nONS AGGREGATE · $1,000,000 PER OCCURRENCE B0803 Auto Parts Term Bid 16 -1 · $1,000,000 PERSONAL & ADVERTISING INJURY · Include Waiver of Subrogation in favor of the City ofOcoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation 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. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. · $1,000,000 PER OCCURRENCE · $2,000,000 AGGREGATE 6) Commercial Umbrella: · $1,000,000 PER OCCURRENCE · $2,000,000 Aggregate · Including Employer's Liability and Contractual Liability 7) Builders Risk: · $100,000 Any (1) Location · $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), 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 Purchasing Agent. This certificate shall be dated and show: 9) 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. 10)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, except ten (10) days written notice of cancellation for non-payment of premium. (remainder of page left blank intentionally) B0803 Auto Parts Term Bid 17 ~f)_ CERTIFICATE OF LIABILITY INSURANCE r~_lJ ""~~-:~ THIS CERTIFICATE US ISSUED M A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. i NAle . INSURERS AFFORDING COVERAGE ""OOUC8R iaa~~:~tor'. Nama JNlIURER k ... ..... httag .a.. ... ..u.n' tNSURER B: _c;, WSURER 0: _Eo INSURED COVERAGES THE POUCteS OF' IHSUR/lHCE llSlEOIEl..OW' HAVE lIEEN ISSUED TO 1'HE INSURED NAMEOAIO'v'I.'OR THe POUCV PERK)Q tNOtCATEC_ NO'TW!THSTANDlNG AH'f REQl.BFtENliN'T. TERM 0flI CONCJI'TK)N OF AHY CONTRACT OR oruEA DOCUMENT WITH REsPECT TO WHICH THIS ClRTIF1CATE NAY IE ISSUED OR ....v PERTAIN, THE lNSlJfWrICE AfFORDED I-V 1HE POUCIES OESCRJIB) HEREW IS SUBJECT TO AU nE reAMS. excWSIONS AND COf'<<)lTlONS OF SUCH POlICIES. AGGREGATE llMlT8 SHOWN ......VHAVE.uN IUDOCED IV PAlOClAlUS. I~ :lr.o rtn 01' "'SUlWlCI I'OUCY .- "" """ UMlTS ~1ilW. UMIl.ITY I EACH 0CCUI'l'ENCE S 1, 000, 000 X .!. 3-0...-.. UAIl""" PREMISES &I occ:ur~ 050,000 _ cw.......". [!] OCCUR : Meo EX? {Any an. pertOn) S 5,000 - -- PERSONAL & MJIIINJURV 01,000,000 GENERAl AQMEGATe S 2,000,000 ~\ AGGRE~_;; n PSt I PROOt./CTS. eoMPtOP AGO 02,000,000 POlICY X T LOC ~~. .......IUTY COMBINEO SIN(;lI! UMIT 11,000,000 .!. .,.. AUTO tEa_l - ..w.. OWNED AUTOS BOOIL V I~"Y (..........1 S I X SCHEtl<AiO AllTOS I HIRED .uros eOOIL y tlJUAV F- 1 ill NON-OWNED AUTOS (Pet .cddn) ~- PFIOPERTY DAMAGe .1 ,,,..~} ReUAMun AUTO ONl V " E.A ACCIDENT 1 AHY AUTO O~ER THAN I!AACC 1 , AUTO ONL V: loGO S IXCU.stUNBRI!!LLA UAIIUTY EACH OCCURRENCE 11,000,000 X i!5-:x,CVR 0 ClAI>IS MAne AGGREGATE S 2,000.000 s - R ~EDlJCTI'Le 1 -. , RETENT1Ol< 1 1 I WORKERS COMPENUiT1ON .ufe ' X 1r~'\;'~~:+-'s I \OE~. - l!W\,.OYE"''' UAAJTY AHV MOPfUETQRlPARTNERIEXECUTlVE! ".L EACl1 ACCIQENT 1500,000 , OFFICER/MEMBER EXCl.UO!D? E.L. DIseASE. EA EMPLoveE S 500 , 000 ~~~S""" E.L_ DISEASE. POLICY UMIT S 500,000 or_ Builder. Ri.k I Any 1 Loc l00,<XXJ Anv 1 Occ 1 000,000 DESCJtU'T1ON OF OPERAnoHl' \-oeAnoHl/ YE*:LU IIXCLU3IONI ADDED IY ~ I PECIAL fIIROVIU)HI The in.uranoe evidenced by thia oertificat. aball nama the certificate holder. aa an additional in.ured on the General Liability ~ Umbrella Liability. Warkers' Cc=pen.ation, Bmployer. . Liability ~ General Liability .hall contain a Waiver of Subrogation in favor of the c.rtificate holder. The certificate holder i. add.d a. a IBIBi :iJB.nrl fi:r Il.IUl:B:B ~ City of Oco.. 150 N. Lake.hore Drive 0<:0&& FL 34761-2258 CANCEUATION OCORBOl 8HOULDNfYOf'THIABOV1! DUCJlOall!O I'OlKXI BI!CANCILLID IVORentl EXJIIIRATfOp.. DATE TMIMCl', THlIIJIUINCIIHaU"!R WILL fNOlAVOft TO MNl. !.L DAYS WRIT1'SN NO'nCI TOTHI CPTIFICATI HOL..DO:HAMIDTOTMlUIIT. aUT FAll.URI 100010 $HALL MIOSI NO 08UOAl'1ON OR UAIIUTY OF NlY KINO UPON THE IHSUIWt. fTS AGENTS OR UPItUIIfTATIVIS. AUTHORIlID U"'IIUlTATNE CERTIFlCATE HOLDER ACORD l5 (l0011Oel S/+-N-PI. IF CI ACORD CORPORATION 198t B0803 Auto Parts Term Bid 18 CITY OF OCOEE INVITATION TO BID #B08-03 AUTOMOTIVE PARTS TERM CONTRACT SCOPE OF WORK/SPECIFICATIONS Section 2- SPECIFICATIONS/BID FORM 1. All parts must be OEM or factory equivalent. 2. Bidders must include catalogs or disk and Jobbers price sheet. 3. Best possible price discount below Jobber price. 4. Delivery time if in stock- 1.5 hours or sooner. FOB Destination: City of Ocoee Public Works Facility, 301 Maguire Road, Ocoee,FL 34761 5. Location of supplier must be within 25 miles of the City of Ocoee. ITEM/DESCRIPTION 1. Filters- All filters for automotive and truck applications. Examples are but not limited to- air, fuel, oil, transmission, hydraulic. Discount from jobber price on group % Warranty 2. Mechanical parts- All mechanical parts as pertaining to automotive and truck applications. Examples are but not limited to the following- Engine parts, fuel pumps, axle parts and bearings, brakes, clutch and clutch kits, gear and chain sets. Discount from jobber price on group % Warranty 3. Electrical parts- All electrical parts as pertaining to automotive and truck applications. Examples are but not limited to the following- Ignition system components, starters, alternators, switches, sensors, and light bulbs. Discount from jobber price on group % Warranty 4. Batteries- All batteries for automotive, truck and tractor applications. Examples of but not limited to the following- Group 31, group 65, group 78, group 8D and small mower and marine batteries. Discount from jobber price on group % Warranty B0803 Auto Parts Term Bid 19 5. Rubber parts- All rubber parts as pertaining to automotive and truck applications. Examples of but not limited to the following- all belts V type and serpentine, coolant hoses, wiper blades. Discount from jobber price on group % Warranty 6. Shop Chemicals- All shop chemicals as pertaining to automotive and truck use. Examples are but not limited to the following- Brake kleen, carb kleen, additives, rtv, adhesives, oils, soaps, and aerosol lubricants and Freon. Discount from jobber price on group % Warranty 7. Shop Expendables- All expendable supplies as pertaining to automotive and truck use. Examples of but limited to the following- Nuts, bolts, tapes, fuses, electrical connectors, clamps, wire, cleaning disc, loom. Discount from jobber price on group % Warranty 8. Shop Equipment and Tools- All automotive and truck tools and equipment for testing and repair of equipment. Examples of but not limited to the following- hydraulic jacks, jack stands, pullers, electronic testers, and hand tools. Discount from jobber price on group % Warranty Company Name Authorized Signature Name/Title (print) Does your company accept Visa Purchasing Cards? Yes or No B0803 Auto Parts Term Bid 20 COMPANY INFORMATION/SIGNATURE SHEET BID #B08-03 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 ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. COMP ANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS AUTHORIZED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20_ Personally Known or Produced Identification Notary Public - State of County of (Type of Identification) Signature of Notary Public Printed, typed or stamped commissioned name of Notary Public B0803 Auto Parts Term Bid 21