Loading...
2129 Cold Air Distributors PBA 19/20-10a DEPARTMENTFINANCE -, ��'s^rnseir TO: City Clerk/M yor n 0 The item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering Maintenance Bond Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager ❑ Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department ❑ Return copies El Special Instructions: L i,4� eo ja d- i j e, -v - From SharePoint_Finance_Purchasing_Forms - 2018.doc Date Cold Air Distributors Warehouse of Florida Piggyback Contract (PBA 19/20-10) The City of Sanford ("City") enters this "Piggyback" Contract with Cold Air Distributors Warehouse of Florida, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address is 3053 Industrial 31st Street, Fort Pierce, Florida 34946, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with Orange County, Florida, said contract being identified as "CONTRACT Y17 -123B AUTOMOTIVE AND LIGHT TRUCK PARTS", as may have been amended, in order for the Vendor to provide a diverse array of goods and services relative to fleet management as such goods and services pertain to the City's various projects (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. Notwithstanding any provisions, however, this Contract shall not be operative for a period of time exceeding 5 years. (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar; Public Works/Utility Director; Utilities, Public Works Department, City Hall; City of Sanford, Florida; 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688-5144, facsimile transmittal number 407-688-5085 and whose e-mail address is Bilal.lftikhar@Sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties 2 arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK,, CMC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: 3 (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized EM (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. 111 Q4�to�"- Entered this14+1dav of 2019. Attest: Kerry Humphreys Secretary, Director Attest: &MAIIAMM( pepm Traci Houchin, City Clerk, CIVIC, FCRM Approved as to form and legal sufficiency Cold Air Distributors Warehouse of Florida, Inc., a Florida corporation. By: Elino-r-Mastroff President aTe surer Pirecto Date: el 4� e . City Of Sanford By: _ Jeff Tripl Date, ME 11 5 f��Mlsii Exhibit "A" [Attach original government contract] AMENDMENT NUMBER 3 CONTRACT Y17 -123B AUTOMOTIVE AND LIGHT TRUCK PARTS Effective date: March 18, 2019 1. The term of the contract is hereby renewed as follows: From: March 18, 2019 through March 17, 2020. All other terms and conditions, scope of services and prices remain unchanged. Cold Air Distributors Warehouse of Florida, Inc. Print Name J C%4 4t Title-' /ZZZR,& "Date Board of County Commissioners Orange County, Florida Melisa Vergara, CPPB Senior Purchasing Agent '11al / eq Date AMENDMENT NUMBER 2 CONTRACT Y17-1238 AUTOMOTIVE AND LIGHT TRUCK PARTS Effective date: March 18, 2018 1. The term of the contract is hereby renewed as follows: From: March 18, 2018 through March 17, 2019. All other terms and conditions, scope of services and prices remain unchanged. Cold Air Distributors Warehouse of Florida, Inc. A-/ Signature Print NAme 1� ekera( VIA 0&jej -er Title -' Date Board of County Commissioners Orange County, Florida *elisa V�eragkara),CCOPB Senior Purchasing Agent I. - Date A. V AMENDMENT NUMBER I - CONTRACT Y17-12313, AUTOMOTIVE AND LIGHT TRUCK PARTS - Effective date: March 18, 2017 The following line items are hereby added to the contract as line item 14-16: 1 Item 6 is added to the contract. Core Charges, estimated quantity of 10,000 at a unit cost of $1.00, for an annual estimated usage of $10,000. 2. Item 7 is added to the contract. Restocking Fee, estimated quantity of 2,500 at a unit cost of $1.00, for an annual estimated usage of $2,500. 3. Item 8 is added to the contract. Freight, estimated quantity of 2,500 at a unit cost of $1.00, for an annual estimated usage of $2,500. The estimated annual contract is increased from $602,456.18 to $617,456.18; an increase of $15,000.00. C. All other Terms and Conditions, Specifications and prices remain unchanged. COLD AIR DISTRIBUTORS BOARD OF COUNTY WAREHOUSE OF FLORIDA, INC. COMMISSIONERS ORANGE COLWTY,-f-6QRIDA Signature Print Title Date Zulay Millan, CPPD, CPPB, FCCM Administrator, Procurement Division '31AAb�- Date QTY COVER 01ENT L U Y t 0 A PROCUREMENT DIVISION CARRIE WOODELL, MPA, CFCM, CPPD, C.P.M., APP, Manager 400 E South Street 2"`' Floor * Reply To: Post Office Sox 1393, Orlando, FL 32802-1393 PH! 407_R36-56.35 FAX- 407 -Ran -5899 TERM CONTRACT NO. Y17 -12313 -MV AUTOMOTIVE AND LIGHT & TRUCK PARTS LOTS 3, 4, 5, 10, 11 TO: Cold Air Distributors Warehouse of Florida 4260 LB McLeod Rd. Orlando, FL 32811 This is to inform you that the Orange County Board of County Commissioners hereby enters into a term contract subject to the following: TERMS AND CONDITIONS Acceptance: This contract is our acceptance of your offer in response to our Invitation for Bids No. Y17 -123B -MV, AUTOMOTIVE LIGHT & TRUCK PARTS - Term Contract, and is subject to all terms and conditions therein. 2. Term of Contract: A. This is a term contract for the time period specified in the referenced Invitation for Bids, for the products/services covered by this contract. The County is not obligated to purchase any minimum amount of products or services, unless otherwise stipulated in the Invitation for Bids. B. This contract is effective March 18, 2017, and shall remain in effect through March 17, 2018. The estimated contract award for this period is $602,456.18. C. This contract may be renewed upon mutual agreement as provided in the Invitation for Bids. Any amendments to this contract must be in writing and signed by both parties., Such amendment(s) must be signed by the representative. of the Orange County Procurement Division to be valid, binding, and enforceable. D. This contract may be cancelled or terminated as provided for in the Invitation for Bids. Page 1 of 2 3. Ordering against Contract: A. Unless otherwise specified in the Invitation for Bids, the County will place orders by issuance of a numbered Delivery Order against this co, Itract. Each Delivery Order will specify the quantity, description and location for delivery. B. The obligations of Orange County under this contract are subject to, need and availability of funds lawfully appropriated for its purpose by the Board of County Commissioners. 4. Taxes: The County has the following tax exemption certificates assigned. A. Certificate of Registry No. 59-70-004K for tax free transactions under Chapter 32, Internal Revenue Code; B. Florida Sales and Use Tax Exemption Certificate No. 85-8012622,266C- 0. 5. Invoicing: A. Invoices must be submitted, in duplicate, referencing this contract number and the Delivery Order to: Orange County Fleet Management 4400 S. Vineland Road Orlando, FL 32811 Phone (407) 836-8210 B. Invoices against this contract are authorized only at the prices stated in your bid response, unless otherwise provided in the Invitation for Bids. 6. All requirements contained in any addenda to the solicitation for this procurement are part of and hereby incorporated into this contract. BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA BY: 'Aaia'u Melisa Vergara, CPA� Procurement Division DATE: 310/7 Page 2 of 2 x.}s -9= y .NSM t�M�'U9iVT^9 Q � d N N c o Q 00 v m O CL m z t a a m z v c 0° OG a u c m _ l7 w .b s �E �r 00 t o � N L o 2 J C - LL c o a n � uri E � Of NI N � J p,, 6 U O Q 01 N 9�T x N � H •-1 �t O N m N rl � V c V a to w w w it w w w w w . 6 o N O (" �o '�Rjo _ Q � d N N c o Q r c x U v m O CL m z t a a m z v c 0° OG a u c m _ l7 w .b s �E �r t o � N L o 2 J C - LL c o a n � uri E N Of C N a U a 9�T x 60r� o. , _-9 sv O c N rl to w w w it w w w w w . 6 o N O (" �o '�Rjo _ 4 -p w .b s t 4 -p .b t L Z i 2 J u 0 4. - � E Of a 9�T x 60r� o. , _-9 c� c� g cti N rl w w w w w w w w w . 6 o N O (" _ Lr a a N o 4. Q ul CO K /J Q W u j u. z 6 z O _ O 9 d d T � gg 0 .N a N a o. a. . a it; CL o n a d —y _ LL Q m U ui u. l7 2 A In ° m pf yr O U J 2 n AR nn U ''�k*. Q m V x W w m S� T d k Q 't of 4 L a ALr V1__ 9gg ilP� r' -!4 U l 6 O 4 0 o C N z J R- d d d 3 0 �a � c d cn N O in M A in !(1 PQ � W N N N N N N Y ` iio kr1 Dc+ 0 fA r- 00 u r. c O ���r� E- +n D" its Q 4 !G N rn m b lD N W a$ v v m Q Z a d d J N N A O. A Z i O 5 a v T AD (p A 'OO V 3 a' ? Z '} j a � m C a z o N � R a Z o G OU �R rt: U �; e� 7 $ c r� W F W N ❑ ;R Cl oS LL oW M Lai ui t4 N Z h .i w a y cc w GQ � LL CD p0 E V U Na- 0 Yo N Z E 00 o �M ami a� W Q Q U � d d �.r CC Ln r. 40 Q U' N N N N N CO co W o C: r- .0 nM V a � a Y' ' earl NL fD O H o0 111 (p Q W � ¢ � M J .n Y F v9: LL � a n. A v ay. d Ljl ci w IL Z t- � c y j V t � N x a � � a p0 E V U Na- 0 Yo N Z E 00 o �M ami a� W Q Q G 0 LL 4W t+ W In N EA z >; w a LA K CO C3 LL^ CD aI 1 O M r E CO i —0 -0 ko m 70 0) 0- z n � „ a z: 0. a n � V a �f 9 00 s s � VJ N N cr °° m xLn S. un 0 y" N 9 0 N N N N � N 2 N N Q a fn O z z' N n yy J r 0 0 F- < Q rL ttl 4 r N w 0 m x C. `L i 0 0 LO N 4° a^ m rNx#: i U A N Al, W K N M w a 6 m WW � J � U�Y C"4a s a -.� .'. C3 N m c" Y aI 1 O M r E CO i —0 -0 ko m 70 0) 0- z: n � V a s xLn un 0 y" N N N N U� O yy 0 0 < Q rL ttl 4 r N w ^� z C. 0 4° m v N N M w a 6 m J -.� .'. C3 N Y _z C .+� tL O w r m "' *t € C 0 U U � INx O_UU M �. N k m � V U ., ... uJ Nli 6M A n W U Nun 7 1` 9 c s' C ��g O r S'x � � m Y m ai`a ,. x aI 1 O M r E CO i —0 -0 ko m 70 0) 0- 2 a O w H 2 a a _a co M. 1 p ^ ♦ V Z 00 r Q -0 � � N '0 CA 70 M u'Qii U) k' T O 7 a.. x Q c p G 0 o 9 z' 2 N N on N N N Uz Op � T , ..oma. 00 Gf `r iu T > g u N t N N o rj a o ti a z � gQQQ O Z n� ry H ry a r O F m pJ Z E ' i r a E o .CUf m m K a m to m N 2 d ai u ci u; 61 s '1 _ rip O a R N N fi z Q = D _ J Z u r E m r- ZE d /- m ,s a r a , �h '.a. U pa "I' ¢ t.> �S DDD .0 w u �v o # m1`1D d x C a a M. 1 p ^ ♦ V Z 00 r Q -0 � � N '0 CA 70 M u'Qii U) T O 7 o 9 N N N on N N N . � - 8 00 Gf `r u > g u t o rj J o � gQQQ O Z ry H ry � O m a t0 Z r a E o .CUf m d K m 3 ry s a R N N fi z Q r- ZE d /- m ,s a 0 UU N a , w u # m1`1D C a m rn c - °o U M. 1 p ^ ♦ V Z 00 r Q -0 � � N '0 CA 70 M u'Qii 1 J Z 9p d� dddQ x£ �c x A go N N LD N N io E U.0 vsr 9�ooncj-9 Ln� y, c 0 w � M 64 N N N „tNuiTLp IA t/) bl N N G � ~ n o A z C• N O m ^ Q� MJ m E U •� J Oo M N fR N M N M �9 h v U zr _g r r r -9 O x v c m .,A., ir -- 00 CO �, om�No ' o�•a7' �,Ta' c kf _ r � o � N `_ N N N N K E N o 0A'7 Q •. N ao CO m ul e9 b9 N V) vi N N N h tW7 W ' ,` 2? Q to a O V N V u_ PJ LL h to lu J ti Q N em -1 k ` O 2 ~O O W K x p �- a D❑1-1 d a y � N q C i V = o r ° o m = u ? , z z ? ? ? u o o N o o b u. •p .� C {tl N •u. G j E O O. O Q S u O¢ � d d ui 0 ri u� c� z d ci u o ).; = 6 i w 0. a p D O O D " z w ' O U d C! u) rt w Q :SCJ❑ �g❑NU a w` O �Wy F• C 1L O _ U N N V U Wu J Gm I- � W O - V J W. c ~ O U Q O _ 1 Z 9p x£ �c x A N N LD N N u U.0 vsr 9�ooncj-9 Ln� x= c 0 w � M 64 N N N N IA t/) bl N N G � ~ n o A z C• N O m ^ Q� MJ m E U •� J Oo a en 9 6' tp v = b a _g r r r -9 O x v c m .,A., , -- 0 rNf — �, om�No ' c kf _ N N N N N `_ N N N N K E N o Q •. N ao CO m ul m V O M tl t� N Z tW7 W ' ,` 2? A to a O u �_� ) m n �- a D❑1-1 d a y � N q C i V = o U ? , z z ? ? ? u UJ u_ u. •p .� C - •u. G O Q S u O¢ .r .� ui 0 ri u� c� z O p p D O O ✓ ' O U d C! u) rt w �g❑NU a w` O �Wy F• C 1L O _ Z 9p x£ �c N N N N N u x= c 0 � N b N N K t f - Q ~ n o A z C• N O m ^ Q� MJ m •� J a n v � v c m �, r F. v n w v v E N o tW7 W ' ,` 2? A to O u ) 7 D❑1-1 d a y � N q C i V = o U 1 1 � c C: L M M N M M tlf 19 M e9 N V! tl/ eA OxuLLwom u.., u M '0 o O O o o o O O 0 o O O > oO O 0 0 O 0 0 0 . K K K K 2' m �. K S w -- T S S v U N ac t - a ¢ a a a¢ Q a a a a a a 2 Z 2 J z U u O m J3_ V u al > C C L p 0 0 0 0 0 g O O p 0 0 0 Z 2 2 Z Z Z z Z Z ZZL Z p 0 0 0 0 0 4 0 0 0 0 0 0 Q Q Z 2 Q Q Z Z a Q Z_ Z Q a z 2 a Z z Z Z 3' N O 0 0 0 0 0 0 2 O O mO o O o fP O O a a a a a a a a a a a a a O O O O p p 0 0 0 0 0 0 0 1 = c C: L C �O M> MM '0 ,� t m v U N ac � o 4 U u O J3_ V al > C C L W r 3' N O n o m w � � > C C p O C: O c ?? o- NEC U n L m G al •! t L d ` z p~ ) .t'1 L = C W C T T Cl O ai U Q 6 N c ° a m O. Q ° V m O c C N N tm7 U +^ v� m r o a c m 4 y u .a Q u H Z 0'N .. N r D C m U'�$ •� m L O E O (D 3 l ~ E E a -3 c °O m m L x �i a) v E a Q g a = ... ° E a c can N N Q L V .L. yn. o 3 0 Uw 0 0O. o m z U y n c o o o j- W > O M A N O N V n N N •m °U v w m41 u- O mU O o a o o r •_ Se c o,N N ���Uppp Nffi , o Tm a um o E Z5 O c `f m E m c o u a 3 E N m ai a m E E o'. c u° V c o H N o>o u m a+vm EZwuw aQ3 ° m m N % .o > �y p c c +p D E U N n ou d w .0 •- L m E:5 Lm.. L O_ 'NO I @ Cy al L E U C E v v m _rn c N S cL •� } E N m C N n U U _ C O m C m T m E c (u� ,O C o c _ Ed a i' 13 E `o r E E ami c c c a of m a N n m N .^ L N v N F m v N '1 A o U > c 3 d L 7 lOL ,ac Yo u La N L N m ar U EF d C V N N m N a O N p z .,, II o o (@ rp p j w .L) L __ h m a Lp a al C C IVU`_- tl 'b 2 N N = N a7 cc p E _ N 27 7 050 O (D F4- c�oa >o + y m za U o 0 nu a m c v m ¢cri a b6 1 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: o� A �r��s� ► ��., a��� (�-`1 ;Inc . NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN i NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. I TIN#: �°1- / zt %(a Ss— D -U -N -S6 # Qq- 314:6-630 3©53 n v j 5�cr4 piee- c 4 LT til -` 1-t��l o� (Street No. or P.O. Box Number) (Street Name) (CRY) C7, su e r- t 3Z t t L Ora�,� +CarrN� �. LVere F7( 5ggNG (County) (State) - - - - (Zip Code) Contact Person: Phone Number: Fax Number_ I '77Z :!;?1$ �34 77Z Email Address: EMERGENCY CONTACT Emergency Contact Person:jct7 �lvs Telephone Number: -772 yGG 3o3b Cell Phone Number. '??Z 1J 71 Residence Telephone Number. 7Z '77 t 3 stet �/ Email: / p � ACKNOWLEDGEMENT OF ADDENDA The Bidder shall acknowledge receipt of any addenda issued to this solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on this solicitation may negatively impact the responsiveness of your bid. Material impacts include but 0're not limited to changes to specifications, scope of work/services, delivery time, performance period, quantities, bonds, letters of credit, insurance, or qual'if'ication. Addendum No. t , Date L Z "7 1 Addendum No. � , DateIL, Addendum No. Z- , Date J--,71 i } Addendum No. �{ , Date t 7 Page 37 C3 z N dU fr F - z U m M LL 0 w LU V) P" A C4 r 0 z m rw.. c 0 c 0 U V c w E R .0 a> Q N a? s c C 000 4)O C v L 0 c c = O v CL O 0 z m x E 0 'S o o d Q 0 �a vs m V cc .c N V1u Wcc V t� w+ O v a m O 0 z hi ca z a c ca CL F;J AUTHORIZED SIGNATORIESINEGOTIATORS The Bidder represents that the following principals are authorized to sign bids, negotiate and/or sign contracts and related documents to which the bidder will be duty bound. Principal is defined as an employee, officer or other technical or professional in a ition capable of substantially influencina the development or outcome of an activity ream ed to perform the covered transaction. Name Title Telephone 1 Number/Email rz_�L�li Moct"o S/ ,r, -777, e liar I - ? ze (Signature) (Title) e eU_ Air - (Name of Business) all .4 9'r t (Date) -77 The Bidder shall complete and submit the following information with the bid: Type of Organization Sole Proprietorship Joint Venture Partnership -' Corporation State of Incorporation: -1, - PrAL- — Non -Profit Principal Place of Business (Florida Statute Chapter 607): 1 Stale City/Goon State DIVISION OF CORPORATIONS. Federal I.D. number Page 38 DRUG-FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifiejs that Ar r '�,`� i ajs does: Name of Business 1. Publish a statement notifying employees that the unlawful manufaj Lure, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement speCafed in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bids the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully With above requirements. Bidder's Signature I..'/7 Ie Date CONFLICT/NON-CONFLICT OF INTEREST STATEMENT CHECK ONE [v' f To the best of our knowledge, the undersigned bidder has no potential 6)nflict of interest due to any other clients, contracts, or property interest four this project. OR { ] The undersigned bidder, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LITIGATION STATEMENT CHECK ONE [ The undersigned bidder has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. cl—W A, -F COMPANY NAME AUTHORIZED SIGNATURE NAME (PRINT OR TYPE) TITLE Failure to check the appropriate blocks above may result in disqualification of your ¢id. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your bid. E VERIFICATION CERTIFICATION Contract No.Y17-123-MV r I hereby certify that I will utilize the U.S. Department of Homeland Security's E-1Venry system in accordance with the terms governing the use of the system to c onfir� the employment eligibility of the individuals classified below. In accordance with s. 817.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a) false statement in writing with the intent to mislead a public servant in the performance Of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. All persons, including subcontractors and their workforce, who will perform work under Contract Nv.Y17-123-MV, Automotive and Light Truck Parts, within the state of Florida. NAME OF CONTRACTOR: Z 4"AA,,r ADDRESS OF CONTRACTOR:►S3�- 0 AUTHORIZED SIGNATURE: 0 TITLE: DATE: U'L: Aic•7n s� r -n- Ile 01/05/2017 12:16 WINTER PARK December 7, 2016 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y17 -123 -MV AUTOMOTIVE AND LIGHT TRUCK PARTS ADDENDUM NO. 1 The above Invitation For Bids is changed as follows: 1. The acceptance date has been changed as follows: Sealed accepted up to 2:00 PM (local time), Thursday, January 5, 2017. All other specifications, terms and conditions remain the same ACKNOWLEDGEMENT OF ADDENDA A, The bidder shall acknowledge receipt of this addendum by section in the solicitation or by completion of the acknowled addendum. Either form of acknowiedgement must be co later than the date and time for receipt of the bid. B. Receipt acknowledged by: j Authorized Signer Date Signed Title Name of Bidder IFB #Y17 -123 -MV Addendum No. 1 Page 1 of 1 V 51 P.002/005 I bid offers will be ting the applicable information on the and returned not r 01/06/2017 12:16 December 15, 2016 MINTER PARK BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y17 -123 -MV AUTOMOTIVE AND LIGHT TRUCK PARTS ADDENDUM NO. 2 The above invitation For Bids is changed. Additions are indicated by indicated by strilEettkt I". I- Page 15, Item 4 AWARD is changed as follows: responsible Widder-, AWARD Award shall be made on an ". Bidder fails to re gond, they wil! be considered non-responsive. 2. Page 25, Item 3 PRICE LIST, letter A is changed as follows. PRICE LIST B. Contractor shall submit 3. Pages 26-36 of the Bid Form are replaced with 26A - 32A (see alta 4_ The following are questions, with respective answers, for the above Question 1 - Is it possible to get a list of the types, Year, Make, M< that this parts bid is intended to supply? Answer - Attached is our most recent listing of all rolling stocl service. This list includes many vehicles that are not covered as I (dump trucks, tankers, etc). This contract is mainly for medium and including up to class 6 trucks (see attachment A.2). IFB #Y17 -123 -MV Addendum No. 2 Page 1 of 93 #7 51 P.003I006 f deletions are No el of the vehicles vehicles that we rt of this contract ght duty vehicles, 01/05/2017 12:16 WINTER PARK Question 2 - Are the quantities of parts needed available in this Answer - No — we don't know what will be needed in the preventative maintenance work and repairs for these Management Faci}ity. Question 3 - Are we able to use products of similar or equal/better Answer - Yes -as long as the meet or exceed OEM standards for All other specifications, terms and conditions remain the same. ACKNOWLEDGEMENT OF ADDENDA A. The bidder shall acknowledge receipt of this addendum by comp section in the solicitation or by completion of the acknowledgemer addendum. Eitherform of acknowledgement must be completed a than the date and time for receipt of the bid. B. Receipt acknowledged by: av\ Authorized Signer Date Signed (. 1e" r a.l Title C�-i��(� ���i^ 1./(� �i"sem✓"t-pfS Name of Bidder IFB #Y17 -923 -MV Addendum No. 2 Page 2 of 93 #7851 P.fl04I005 I i i But. we LIQ all at our I Fleet i ality in this (�FB? market parts. Ling the applicable information 60 the 9 returned not later ZCc 01/05/2017 12:17 WINTER PARK December 22, 2016 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y17 -123 -MV AUTOMOTIVE AND LIGHT TRUCK PARTS ADDENDUM NO. 3 The above Invitation For Bids is changed as follows: 1. The acceptance date has been changed as follows Sealed accepted up to 2:00 PM (local time), Thursday, January 12, 2417. #7951 P-005/005 �f i bid offers will be 2. Bid Form Pages 26A — 32A are replaced with pages 26B — 32 as attached, The following lots have changed in one or more line items: Lot 1, Lot 3, Lot 4, Lot 5, Lot 6, Lot 7, Lot 8, and Lot 10. The following are questions, with respective answers, for the above IFB: Question 1 - Is it possible to get the Beet listing in spreadsheet for (i.e..xIs/_xIs�)? Answer - An FTP link has been included for the list of types, Year, Make, Model of the vehicles that this parts bid Is intended to supply. %20Lar-ae%2OFilesNl7-123-MV%2OAutomotive%20and%2OLigh/o-2oTr} ck%20P@rts/ Question 2 - Within each lot are a variety of part numbers that 4. 11 be quoted from different manufacturers. Discount percentages will be different by manufacturer. How should this be addressed? If a blanket percentage is used, the Cou"ty might miss the opportunity for deeper discounts on certain product lines_ Answer — The items on the bid form are examples, but in reality wa don't know what parts will be needed or in what quantities. This contract is intended for a single percentage off all items in that lot. We cannot separate by manufacturer. All other specifications, terms and conditions remain the same_ ACKNOWLEDGEMENT OF ADDENDA A. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on:: the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. B_ Receipt acknowle d by. Authorized Signer Title IFB # Y17 -123 -MV Addendum No. 3 Page 1 of 8 Date Signed { o } Mame of Bidder January 6, 2017 The above I 1. The accx accepted BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFS #Y17 -123 -MV AUTOMOTIVE AND LIGHT TRUCK PARTS ADDENDUM NO.4 For Bids is changed as follows: nce date has been changed as follows: Sealed bid offers will be to 2.00. PM (local time), Thursday, January 19, 2017. 2. Bid Form P69es 26B — 32B are replaced with pages 26C — 33C as attached'. The following lot have changed in one or more line items: Lot 1, Lot 3, Lot 4, trot 6, Lot 7, Lot 8, Lot 9, Lot 10 and Lot 11. Lot 13 has been added to the Bid Response Form. . C..ile..... #.+. k.A uri4M fhn tt 3. Page 21, Special Terms and Conditions, Item 16, Letter A. CONTRACT TERMIRENEWAL is changed as follows: A. The conract resulting from this Invitation for Bids shall commence effective upon issuance of a term contract by the County and extend for a period of one (1) gear. The contract may be renewed for four (4) additional ons (1) year periods, upon mutual agreement of both parties_ If any such renewal results M changes in the terms and conditions, such changes shall be reduced to writing as an amendment to this contract and such amendment shall be xecuted by both parties. All other specifications, terms and conditions remain the same. A. The bidder shall acknowledge receipt of this addendum by completino. the applicable section in the solicitation or by completion of the acknowledge;nent information on the addendum_ Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid: Authorized Signer G awow-4-t...- Title IFB # Y17 -123-M Addendum No -4 Page 1 of 8 Date Si ned /2 /iIST.2r/.IyA-1071` Name of Bidder i Zoo/Zoo'd Hoot NbVd N31NIA LL:bL M)Z/AI/in