HomeMy WebLinkAboutDocumentation_Regular_Tab 15_1/13/2022Agenda Item #15.
Regular Council
STAFF MEMO
Meeting: Regular Council - Jan 13 2022
Staff Contact: Doug Chambers, Director of Department: Public Works
Public Works
MOW M
Approve Fleet Maintenance Services Contract with Tequesta Tire Company, Inc.
The previous five year Fleet Maintenance Contract with Tequesta Tire Company Incorporated expired
on December 8, 2021.
The Public Works Department is the Contract Administrator for the Village's Fleet Maintenance
Services Contract. The Fire Departments Fleet is not included in this Service Contract. The Public
Works Department coordinates fleet services for fifty three (53) Village Vehicles for all Departments.
Department Directors are responsible for the funding in their respective Vehicle Repair and
Maintenance accounts.
On October 5, 2021, through the Demand Star online solicitation platform, the Village issued a Request
for Proposal, RFP-PW06-21, for Fleet Maintenance Services.
On the proposal due date, October 21, 2021, The Village received bids from Tequesta Tire, All County
Automotive and Al Packer Ford. Pursuant to Section IX. (Limitations), of RFP-PW06-21 the Village
elected to reject all bids.
In an effort to reduce pricing, the Village modified the Cost Proposal Form to include a breakout of fleet
maintenance services and issued a new Request for Proposal, RFP-PW08-21 on October 25, 2021.
On the proposal due date, November 12, 2021, The Village received bids from Tequesta Tire and All
County Automotive. The Bid from All County Automotive was rejected due to All County Automotive
submitting the incorrect cost proposal form. All County Automotive submitted the cost proposal form
from RFP-PW06-21, not the required cost proposal form from RFP-PW08-21.
On November 19, 2021, the Fleet Services Selection Committee met to discuss the Bids.
The committee members were Public Works Director Doug Chambers, Police Chief Gus Medina, and
Finance Director Hugh Dunkley. The members discussed options to accept the bid from Tequesta Tire,
rejecting all bids or joining a National Maintenance Program where you pay a third party for contract
management and have the option to service the vehicles at selected vendors in the program.
The committee reviewed the cost proposal submitted by Tequesta Tire and compared pricing to the
previous fleet services contract. Tequesta Tire, a local Company, provided professional fleet
maintenance services at competitive rates during the previous contract term.
Tequesta Tire's bid has a minimal price increase for fleet services and competitive labor rates when
compared to the previous contract and local shops in the area.
Page 324 of 488
Agenda Item #15.
The contract term is for three (3) years, with the option to extend the agreement for two (2) additional
one (1) year periods at the sole discretion of the Village. Pricing is fixed for the duration of the
agreement.
The members collectively agreed it was in the best interest of the Village to award the contract to
Tequesta Tire Company Incorporated.
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-768-
0443.
BUDGETED AMOUNT: AVAILABLE AMOUNT: EXPENDITURE AMOUNT:
$69,000 $52,877 Est. Annual $69,000
Additional Budgetary Information: Funding Source(s):
$17,023 spent to date Vehicle Repair and Maintenance 546.302
Award the Fleet Maintenance Services Contract to Tequesta Tire Company Incorporated
Bid Response Form (Pricing Information)
Page 325 of 488
Agenda Item #15.
Village of Tequesta
REQUEST FOR PROPOSALS
FOR FLEET MAINTENANCE SERVICES
RFP# PW08-21
RFP SUBMISSION DATE: November 12, 2021 AT 2:00 P.M.
I. OBJECTIVE
The Village of Tequesta is seeking written proposals from qualified Contractors
for fleet maintenance services for a period of three years, with the option, at the
Village's sole discretion, to extend two additional years upon successful
demonstration of exemplary contract performance.
This RFP describes the required scope of services and the minimum information
that must be included in the proposal. Failure to submit information in accordance
with the RFP requirements may be cause for disqualification.
II. GENERAL INFORMATION
The Village of Tequesta desires to contract for vehicle maintenance and repair
services, including tracking, scheduling, performing and following up on all
regular preventative maintenance work and needed repairs, for the various
classifications, and makes/models of vehicles in the Village's Fleet. A list of
existing Village vehicles is attached (Exhibit A).
It is the intent of the Village of Tequesta to award a Professional Services
Agreement to the selected Contractor. The Village of Tequesta shall preserve
the right to reject any proposal for noncompliance with Agreement requirements
and provisions, or to not award an agreement because of unforeseen
circumstances or if it is determined to be in the best interest of the Village. This
projectwill be awarded based on demonstrated ability and performance providing
Page 326 of 488
Agenda Item #15.
similar services at a fair and reasonable cost. This Agreement may not be
awarded to the lowest cost respondent.
The Village of Tequesta does not guarantee a specific amount of work and the
quantity of work may increase or decrease depending on the annual needs of the
Village and its fleet. The Village of Tequesta reserves the right to utilize other
contractors, including dealerships, for services if deemed necessary to receive
the highest quality service for a particular vehicle.
III. SCOPE OF SERVICES
The successful Contractor(s) will furnish all necessary materials, equipment,
labor, and incidentals to perform such maintenance services and repairs as
specified in Exhibit B (Technical Specifications) of this RFP. Contractor shall
have adequate shop and storage facilities within reasonable distance of the
Village limits, with staff, material and equipment necessary to perform all routine
maintenance and repair services.
The Contractor shall maintain all Village vehicles to the highest professional
standards in accordance with all manufacturers' operations and maintenance
manuals and servicing recommendations necessary to maintain the full benefit
of the fleet and all associated manufacturers' warranties, and in compliance with
all applicable laws and regulations.
The Village's preference is for the Contractor to have the ability to perform all
required services. However, if a Contractor proposes to use a subcontractor for
a portion of the required services, the Contractor is responsible for the
performance of the work, including but not limited to, billing, reporting,
scheduling, delivery, work quality and warranty. Any subcontractors to be used
must be disclosed as part of the RFP response (including references) and
approved by the Village in advance.
The Contractor shall be licensed in the State of Florida with a valid Bureau of
Automotive Repair license and any relevant certificates to perform the services
included in this RFP.
IV. TENTATIVE SCHEDULE
• RFP Release Date: October 25, 2021
• Deadline to submit questions: November 5, 2021 2:00 P.M.
• Proposals Due: November 12, 2021. 2:00 P.M. Deadline
• Review of Proposals: November 19, 2021
Page 327 of 488
Agenda Item #15.
V. PROPOSAL REQUIREMENTS
Responses to this RFP must include completion of the following:
EXHIBITS
Exhibit A — Village Vehicle Schedule
Exhibit B — Technical Specifications
Exhibit C — Proposer's Statement of Qualifications Form
Exhibit D — Cost Proposal Form
Exhibit E — Professional Services Agreement Template
Exhibit F — Conflict of Interest Disclosure Form
Exhibit G — Confirmation of Drug -Free Work Place
Exhibit H — Village Clerks Office ADA Compliance Statement
Exhibit I — E-Verify Affidavit
Exhibit J — Offeror's Acknowledgment
Exhibit K — Acknowledgement of Addenda
Exhibit L — Notification of Public Records
Exhibit M —Notice of Public Entity Crimes Law
Exhibit N — Proposal Checklist
VI. EVALUATION CRITERIA AND SELECTION PROCESS
It is the Village's intent to select the Contractor with the best combination of
qualifications and cost proposal based on the following selection criteria.
Criteria
Weight
Cost Proposal
30
Experience of Key Personal
25
Relevant Work Experience
20
Location of Shop and Storage
Facilities
10
Completeness of the Proposal
10
Customer References
5
Total
100 Points
The selection committee will rank the proposals based upon the materials
submitted by the proposing Contractors and make a recommendation to the
Village Council. The Village retains the sole discretion to determine issues of
compliance and to determine whether a bidder is responsive and responsible.
These RFP procedures prohibit the practices which might result in unlawful
activity including, but not limited to, rebates, kickbacks, or other unlawful
considerations, and prohibit Village employees from participating in the selection
process when such employees have a relationship with a person or business
entity seeking an agreement under this RFP that would create a conflict of
Page 328 of 488
Agenda Item #15.
interest.
VII. SUBMISSION DEADLINE AND REQUIREMENTS
Proposals will only be accepted electronically via E-bidding through
DemandStar, at www.demandstar.com. Proposals are to be submitted to the
Village though the DemandStar website on or before Wednesday, November 12,
2021 at 2:OOp.m. Proposals received after the stated deadline shall not be
accepted.
Other Requirements:
1. The proposal shall be signed by an authorized official of your firm.
2. The proposal shall be valid for a minimum of 90 days.
3. The Village of Tequesta reserves the right to reject any or all proposals, to
modify the RFP, or to cancel the RFP.
VIII. QUESTIONS
Questions about this RFP should be submitted by email to Judy Jones,
Accountant, Finance Department at jjones tequesta.orq. Deadline to submit
questions is November 5, 2021 by 2:00 P.M. Responses to all questions will be
posted by Judy Jones to the DemandStar website, www.DemandStar.com and
the Village Website www.tequesta.org.
IX. LIMITATIONS
The Request for Proposals does not commit the Village to award a contract, to
pay any costs incurred in preparation of the proposal, or to procure or contract
for services or supplies. The Village reserves the right to accept or reject any or
all proposals received as a result of this request or to cancel in part or in its
entirety this Request for Proposals, if it is in the best interests of the Village to
do so.
Page 329 of 488
Agenda Item #15.
Exhibit A — Village Vehicle
EXHIBIT A — Village VEHICLE SCHEDULE
The following vehicle schedule contains a list of the vehicles currently owned or leased by the Village.. The
Village reserves the right to amend the vehicle schedule from time to time and without notification as
vehicles in the Village fleet are replaced.
YEAR
MAKE
MODEL
PLATE #
Villaage
MILEAGE
DEPARTMENT
2008
Ford
F150
XB0327
UD64
99,234
Utilities
2011
Ford
F150
XC1232
UD65
78,619
Utilities
2013
Ford
F150
200171
UD66
72,542
Utilities
2014
Ford
F150
205472
UD67
52,584
Utilities
2017
Ford
F150
XF7206
UD68
46,224
Utilities
2015
Ford
F150
138127
UD69
42,989
Utilities
2018
Ford
F150
237002
UD70
24,911
Utilities
2021
Chevy
250OHD
XI6681
UD71
671
Utilities
2008
Ford
F150
XB0327
UD64
99,234
Utilities
2011
Ford
F150
XC1232
UD65
78,619
Utilities
2015
Ford
F-150
114596
PW01
29,620
Public Works
2004
Ford
F-150
224156
PW02
61,321.5
Public Works
2008
Ford
F-150
XB0328
PW03
43,259.6
Public Works
2003
Ford
F-150
223538
PW04
90,781.9
Public Works
2015
Ford
F-150
200178
PW05
15,838.3
Public Works
2012
Ford
F-150
205475
PW06
31,342.8
Public Works
2017
Ford
F-150
XF7208
PW07
10,636.6
Public Works
2009
Chevy
Impala
221689
N/A
109,399
Public Works
2015
Ford
F-150
114596
PW01
29,620
Public Works
2004
Ford
F-150
224156
PW02
61,321.5
Public Works
2008
Ford
F-150
XB0328
PW03
43,259.6
Public Works
2003
Ford
F-150
223538
PW04
90,781.9
Public Works
2015
Ford
F-150
200178
PW05
15,838.3
Public Works
2012
Ford
FOCUS
N/A
PD COP
15,266
Police Dept.
2014
Dodge
Avenger
N/A
PD-439
135,606
Police Dept.
2015
Ford
Explorer
N/A
PD-503
N/A
Police Dept.
2015
Ford
Explorer
N/A
PD-506
64,081
Police Dept.
2015
Ford
Explorer
N/A
PD-509
N/A
Police Dept.
2015
Ford
Explorer
N/A
PD-505
N/A
Police Dept.
2015
Ford
Explorer
N/A
PD-508
66,525
Police Dept.
2015
Ford
Explorer
N/A
PD-507
76,782
Police Dept.
2015
Ford
Explorer
N/A
PD-504
N/A
Police Dept.
2017
Ford
F250
N/A
PD-701
26,604
Police Dept.
2020
Dodge
Durango
Pursuit
N/A
PD-100
24,211
Police Dept.
2020
Dodge
pur ago
N/A
PD-102
14,381
P �0 of
M.
Agenda Item #15.
Exhibit A — Village Vehicle
YEAR
MAKE
MODEL
PLATE #
VillDage
MILEAGE
DEPARTMENT
2020
Dodge
Durango
N/A
PD101
11,506
Police Dept.
Pursuit
2020
Dodge
Journey
N/A
N/A
13,550
Police Dept.
2005
Express
EnclosedTrailer
N/A
N/A
N/A
Police Dept.
2021
Dodge
Durango 4
N/A
PD104
1,543
Police Dept.
Door AWD
2021
Dodge
Durango 4
N/A
PD105
1,454
Police Dept.
Door AWD
2021
Dodge
Durango 4
N/A
PD103
1.321
Police Dept.
Door AWD
2003
Chevy
3500
223913
UD58
60,695
Production
2008
Ford
F350
XA3152
UD59
55,109
Production
2014
Ford
Focus
XC4355
UD60
31,467
Production
2014
Ford
F150
XC4356
UD61
41,349
Production
2015
Ford
F450
XE4581
UD62
11,546
Production
2021
Ford
F250
X16680
N/A
784
Production
2017
Ford
Explorer
XH6542
2683
16,597
Building Dept.
2010
Ford
F-150
114624
2527
45,161
Building Dept.
2017
Ford
Explorer
XH6542
2683
16,597
Building Dept.
2002
Ford
F-150
204167
1485
55,130
Parks & Rec
2017
Ford
F-150
XF7207
2689
5,593
Parks & Rec
2017
Ford
TransitVan
114526
2681
4,286
Parks & Rec
350
Page 331 of 488
Agenda Item #15.
Exhibit 8 — Technical Specifications
EXHIBIT B — TECHNICAL SPECIFICATIONS
1. OVERVIEW
Contractor shall provide vehicle maintenance and repair services for the
Village -owned vehicles as listed in Exhibit A — Village Vehicle Schedule,
which may be amended from time to time. Contractor shall perform general
and preventative maintenance (PM), routine repair, and emergency repair
services, including tracking, scheduling, performing and following up on all
regular preventative maintenance work and routine and major repairs.
Contractor shall maintain Village Vehicles included in this Agreement in an
operable and safe condition and to the highest professional standards, in
accordance with all manufacturers' servicing recommendations necessary to
maintain the full benefit of the fleet and all associated manufacturers'
warranties, and in compliance with all applicable laws and regulations. All
work performed or equipment and parts supplied by the Contractor shall be
subject to inspection and approval of the designated Village Representative.
Failure to pass inspection on any maintenance, repair, or service item shall
result in non-payment for that item until such time that the Contractor can
present the item to the Village in an acceptable form.
a. Unless otherwise specified herein, the Contractor shall provide all
supplies, parts, personnel, equipment, tools, materials, supervision, and
other items or services necessary to perform the motor vehicle
maintenance functions as defined in these Technical Specifications. All
supplies and materials shall be OEM quality.
b. Upon contract award, the Village shall provide Contractor with the names
and contact information of all Village Representatives authorized to make
decisions about work to be completed. Contractor shall not begin work on
a vehicle without prior approval from a designated Village Representative.
c. Work shall occur at the Contractor's maintenance facility, or, if pre-
arranged, in the field as needed.
d. The Contractor shall provide an experienced, competent Superintendent
who will be responsible for effectively supervising all work in progress. In
addition to supervision of work in progress, the Superintendent must be
capable of instructing his/her subordinates in correct and proper
maintenance and safety techniques.
e. Services by the Contractor shall comply with all safety, environmental and
other applicable laws and regulations, including all required recordkeeping
and reporting related to such compliance. The Contractor is responsible
for the proper disposal of all waste materials generated in the performance
of this contract. All hazardous material will be disposed of in accordance
with applicable laws and regulations. Appropriate records shall be
maintained and available for inspection by the Village within two (2)
business days.
Page 332 of 488
Agenda Item #15.
Exhibit 8 — Technical Specifications
f. The Contractor must give all Village of Tequesta maintenance requests
top priority attention. The Contractor shall provide a turn -around time of
one business day for Preventative Maintenance Services, plus any routine
repair services resulting from the Preventative Maintenance Services,
and any simple repairs. Contractor shall provide a turn -around time of two
business days for major repairs, or as agreed upon by the Village
Representative.
g. The designated Village Representative(s) shall have access at all times
to work completed or in progress and shall be furnished with all
reasonable means and facilities for ascertaining the progress of work and
the quality of the materials used. All work performed and all materials
furnished shall be subject to the Village Representative(s)' inspection and
approval. Any item not meeting the Village Representative(s)' complete
satisfaction shall be replaced immediately.
h. Defective work or materials shall be made good, and unsuitable material
may be rejected notwithstanding the fact that such defective work and
unsuitable materials have been previously inspected by the Village
Representative(s) and accepted. All work, which is determined by the
Village Representative(s) to be defective in its construction or is deficient
in any way, shall be remedied or removed by the Contractor at his
expense in a manner acceptable to the Village. The Village's Public Works
Director or his/her designee shall decide all questions that may arise
regarding the quality or acceptability of materials furnished or work
performed, the manner of performance and rate of progress of the work,
and the acceptable fulfillment of the contract. The Public Works Director's
decision shall be final.
i. The Contractor or Agency shall provide replacement and repair (if
applicable) of vehicle tires in accordance with the Village of Tequesta's
needs. Disposal of unserviceable tires shall be the Contractor's
responsibility in accordance with approved environmental procedures.
j. The Contractor shall ensure that employees have current and valid
professional certifications before operating Village vehicles. Vehicle
drivers must be licensed by the State of Florida to operate vehicles used
in the performance of this contract on federal, state, and local highway
systems.
2. PREVENTATIVE MAINTENANCE (PM)
Preventive maintenance (PM) is a term used to describe the performance of
regularly scheduled maintenance procedures of a vehicle to prevent the
possibility of malfunctions. The Village of Tequesta strives to maintain all
vehicles in the best possible operational conditions. This should be
accomplished by adhering to and/or exceeding the manufacturer's
recommended minimum maintenance requirements.
a. PM MINOR SERVICE (every 5,000 miles)
1. Drain and replace engine oil. Replace oil filter.
Page 333 of 488
Agenda Item #15.
Exhibit 8 — Technical Specifications
2. Lubricate and give suspension system "look and shake" inspection.
Visually inspect the shocks for leaks.
3. Inspect and replace (if needed) the air filter and cabin air filter (if equipped).
4. Inspect the exterior of the vehicle for damage, check the
windows/mirror for cracks or dings, and check that the license plates
are secured on the front and rear.
5. Inspect operation of all directional signals and lights, including all
interior and exterior lights.
6. Inspect operation of all instruments and gauges.
7. Inspect operation of heat/defroster and air conditioner. Visually inspect
all interior knobs and handles (doors, locks, dash panel).
8. Inspect operation of safety equipment: horn and seat belts.
9. Inspect operation of the parking brake.
10. Inspect operation and lube the hood latch and door locks.
11. Inspect operation of the transmission and check the fluid level. Fill with
the specified transmission fluid if needed, as suggested by the
manufacturer.
12.Inspect the wiper blades and wiper arms. Fill the window wash
reservoir, as needed.
13. Inspect operation of brakes and/or air brake system, and fluid levels,
fill as needed. Visually inspect and clean the calipers, wheel cylinders,
rotors, drums, and brake lining. Record the approximate front and rear
remaining lining wear in percentage remaining terms (i.e. 50%
remaining). Brakes should be replaced if less than an estimated 35%
remains in brake -lining life.
14. Inspect the steering operation. Inspect the power steering fluid level
and fill as needed.
15. Inspect for coolant leaks in the radiator or hoses. Tighten hose clamps
as needed. Inspect the coolant level in the reservoir and fill as needed.
16. Inspect the battery water level and fill, if needed. Clean the battery
cables and terminals if needed.
17. Inspect condition of the engine mounts.
18. Inspect the condition and tension of all belts and hoses.
19. Inspect and clean or replace the PVC valve, if needed.
20. Inspect fuel lines, hoses, and fittings for leaks and tighten as required.
21. Inspect tire wear, tread depth and air pressure, fill if needed.
22. Inspect condition of wheels, lug nuts, and studs.
23. Inspect condition of drive line and U-joints. Lube as required.
24. Inspect exhaust system for leaks.
25. Inspect condition of the frame and cross members.
26. Attach sticker that shows mileage of next service due.
Fully electric vehicles should be serviced in accordance with all
manufacturers' servicing recommendations for a Minor Service.
b. PM MAJOR SERVICE (30,000 mile service)
Page 334 of 488
Agenda Item #15.
Exhibit 8 — Technical Specifications
Perform all items from the PM minor service checklist, plus:
1. Perform a pressure check of the coolant system for leaks.
2. Replace the air, cabin, and fuel filters.
3. Perform a complete system check to include the ignition/timing, the
charging voltage, charging amperage and the cranking amperage. The
results must be recorded on the PM checklist.
4. Drain the transmission fluid, replace the filter, adjust the transmission
bands (if required) and replace the pan gasket. Fill transmission with
manufacturer required type and specified amount of transmission fluid.
Road test should be performed to ensure the fluid is circulated and that
the bands are adjusted properly to have a smoothly operating vehicle.
5. Replace all spark plugs, spark plug wires, distributor cap and rotor, and
PVC valve with new OEM parts.
6. Drain engine coolant and replace with new OEM coolant.
7. Remove thermostat and gasket and replace with new OEM part.
8. Pressure test coolant system, check for leaks and tighten all hose
clamps and fittings.
9. Inspect differential fluid level and fill as needed with manufacturer
recommended fluid.
10. Inspect transfer case fluid level and fill as needed with manufacturer
recommended fluid.
11. A road test shall be performed for each preventive service performed
for diagnosing problems, checking the effectiveness of repairs and for
testing the overall operation of the vehicle.
Fully electric vehicles should be serviced in accordance with all
manufacturers' servicing recommendations for a Major Service.
3. REPAIRS
a. RECOMMENDED REPAIRS
As a result of PM Service, the Contractor may make recommendations for
further repair service. The Contractor shall support their recommendations
for such repair work by using diagnostic statistics, accepted performance
standards, vehicle history records, mileage, and other customary means.
Necessary repairs identified by the contractor must be submitted in writing
with a cost estimate to the Village's designated representative. No repair
work shall occur prior to authorization by the Village's designated
representative.
b. UNSCHEDULED REPAIRS
Non -routine maintenance and repairs, other than emergencies, will be
handled by appointment through the Village Representative. If a Village
employee contacts the Contractor about a vehicle requesting service
without prior notification to the Contractor from the appropriate Village
Representative, the Contractor shall call the Village Representative for
Page 335 of 488
Agenda Item #15.
Exhibit 8 — Technical Specifications
instructions. If a Village vehicle has a breakdown or is in need of delivery
or towing after hours, the Contractor shall contact the Village
Representative for instructions.
4. SUBCONTRACTORS
The Village's preference is for the Contractor to have the ability to perform
all required services. However, work may be subcontracted provided the
following requirements are met. Contractor shall not subcontract any
portion of the services provided for herein without prior written approval of
the Village. Where written approval is granted by the Village, Contractor
shall supervise all work subcontracted by Contractor and shall be
responsible for all work performed by a subcontractor as if Contractor itself
had performed such work. The subcontracting of any work to
subcontractors shall not relieve Contractor from any of its obligations
under this Agreement with respect to the Services. Contractor is obligated
to ensure that any and all subcontractors performing any Services shall
be fully insured in all respects and to the same extent as set forth in the
Professional Services Agreement.
The Village reserves the right to disapprove the use of any Subcontractor
and to review the qualifications of any Subcontractor for working on Village
Vehicles and Equipment when necessary to protect the rights, liabilities,
and interests of the Village. The Contractor shall have full responsibility
for the correction of any work performed by the Subcontractor found to be
faulty whether or not the Village has conducted a review of the
Subcontractor's qualifications for performance of such work. The charges
for subcontracted services to the Village shall be the amount of the
subcontractor's invoice for services performed, or the contract price,
whichever is less. There shall be no mark-up of the Subcontractor's billing
by the Contractor. The coordination and management of work by the
Subcontractor shall be performed by the Contractor and be included in the
base bid for the contract.
Page 336 of 488
Agenda Item #15.
Exhibit C — Proposer's Statement of Qualifications Form
Exhibit C — Proposer's Statement of
Qualifications Form
Please provide requested information in full. Proposers who do not provide the requested
information or submit a full and complete Cost Proposal (Exhibit D) may have their proposal
deemed unresponsive during the selection process. All information provided by the proposer will
be subject to verification by the Village.
1. CONTRACTOR INFORMATION
The primary contact shall be the person with the authority to enter into contracts with the Village.
Name of Contractor: Tequesta Tire
Primary Contact and Title:
David Taylor
Legal Address of Contractor: 350 Cypress Dr. Tequesta, FI 33469
Primary Contact Phone Number: 561-746-8381
Primary Contact Email Address accounting@tequestatire.com
2. LIST OF SUBCONTRACTORS
Provide a list of all subcontractors to perform work on this contract, including relevant
licenses, permits, and certifications. Attach relevant information (experience, references) to
allow the Village to evaluate the subcontractors as part of the evaluation criteria for this RFP.
Subcontractor Name I Work to Be Performed I Licenses, Certifications, Permits
3. CONTRACTOR'S AND SUBCONTRACTOR'S QUALIFICATIONS
Describe the experience your shop has in providing fleet maintenance services, including
any relevant work for governmental agencies. Include a description of Contractor's and any
subcontractor's core -competency and experience with similar work that is described in the
Technical Specifications (Exhibit B). Attach a separate sheet, if necessary.
With over 50 years of local business, well trained staff, up -to date industry related
technology, industry standard licensing/ certifications, and over a decade of refining our
government contract efficiency, Tequesta Tire believes they are most competent
Contractor for the Village of Tequesta Fleet maintenance services.
Relevant experience:
Fleet maintenance for local hospitalization facility
Fleet maintenance for Local and surrounding Police fleets
Fleet maintenance for a multitude of local business fleets.
Page 337 of 488
Agenda Item #15.
Exhibit C — Proposer's Statement of Qualifications Form
4. LICENSES AND CERTIFICATIONS
Provide a listing of any relevant certifications, permits, or licenses for Contractor's or
subcontractor's personnel and equipment use. Include the license number and type and
indicate whether the license is held by the Contractor or subcontractor.
Motor Vehicle Repair Certificate: MV2242
County Tax Receipt: 198210930
Local Tax Receipt: BTR22-1788
Automotive Service Excellence Certification: QX50V7UE9TAYLO
5. HEAVY EQUIPMENT
Describe any experience and/or certifications your shop has for servicing heavy equipment, such
as backhoes, dump trucks, or similar.
Tequesta Tire employs multiple certified technicians with experience medium duty
dump/crane vehicles and various types of tractor type equipment.
6. LIST OF REFERENCES
Please provide current references for 3 past or existing commercial clients doing similar
work to that specified in this RFP.
A. Client: Joe Ward Roofing
Contact Name / Title Joe Ward
Phone Number / Email Address 561-262-3363
B. Client: Jupiter Inlet Colony Police
Contact Name / Title Capt. Stewart
Phone Number / Email Address 561-262-7548
C. Client: Sandy Pines Hospital
Contact Name / Title John
Phone Number / Email Address
7. SHOP OPERATIONS
Number of employees: 10
561-427-1564
Number of years in business: 52
Describe if and how your shop will provide secured parking for Village vehicles left overnight:
All parking and service bays are under video surveillance with mobile notification/ alarm.
Page 338 of 488
Agenda Item #15.
Exhibit C - Proposer's Statement of Qualifications Form
How will you meet the required turnaround time for PMs and service repairs?
Tequesta Tire keeps all employees aware that Village fleet vehicles go to the front of the
work order line and all stock able parts are in inventory at all times (Tires, oil filters, oil, light
bulbs etc.) This gets the vehicles in the bays quicker and keeps turn around times down
due to no wait times on common service parts.
Describe how your shop ensures that diagnostic assessments and repair recommendations
are necessary.
Diagnostic assessments and repair recommendations are deemed necessaryby using
OEM repair and maintenance data, combined with up to date industry technology and
honest/ qualified service technicians and service advisors.
This combined with currently open and efficient communications with village fleet
management team, gives transparent solutions to the fleet management.
Do you use OEM or aftermarket parts for repairs?❑x-
8. PROOF OF INSURANCE
In a separate attachment, provide proof of commercial general and automobile liability
insurance, as specified in Section 17 of the attached Professional Services Agreement.
1,,,`,lly signed by —d Ta,h,
David Taylor oN ° ..ding q,—Je.,,nb, U °
Contractor's Signature: ma"-a"°°"""9®'°°°°s`a""a.`° =�5
oa�e: zortt ttt oszaea -osoo
Date: 11 /9/2021
Page 339 of 488
Agenda Item #15.
Exhibit C — Proposer's Statement of Qualifications Form
Exhibit D — Cost Proposal Form
The proposal prices are to include the furnishing of all labor, materials, equipment, fees, taxes, incidentals,
and overhead necessary to perform the work described in Exhibit B - Technical Specifications of this RFP.
ITEM DESCRIPTION
COST PER
VEHICLE PER
SERVICE
DRAIN AND REPLACE OIL AND REPLACE FILTER
Passenger Vehicles
Syn: $69.99/ Conv: $55.99
Trucks/Vans
Syn: $69.99/ Conv: $55.99
Super Duty Trucks
$89.99
ROTATE TIRES
Passenger Vehicles
No charge
Trucks/Vans
No charge
Super Duty Trucks
$25
REPLACE BRAKE PADS
Passenger Vehicles
Pads & Rotors $299 axle
Trucks/Vans
Pads & Rotors $329 axle
Super Duty Trucks
Pads & Rotors $399 axle
PM MINOR SERVICE
Passenger Vehicles
Syn: $69.99/ Conv: $55.99
Trucks/Vans
Syn: $69.99/ Conv: $55.99
Super Duty Trucks
$89.99
PM MAJOR SERVICE
-
Passenger Vehicles
$899.99
Trucks/Vans
$899.99
Super Duty Trucks
$999.99
WHEEL ALIGNMENT AND BALANCE
Passenger Vehicles
$25
Trucks/Vans
$25
Super Duty Trucks
$25
TIRE PATCH
Passenger Vehicles
$25
Trucks/Vans
$25
Super Duty Trucks
$25
HOURLY LABOR RATE
Passenger Vehicles
$89.53
Trucks/Vans
$89.53
Super Duty Trucks
$109.53
EMERGENCY CALL OUT (per occurrence)
$120
MARKUP ON PARTS/MATERIALS
Percentage (%)
—
Dealer: 20%NonDealer 50%
The Contractor affirms that in the event they are selected as the successful Contractor, all work will be
performed in the specified manner and under the terms and conditions specified at the prices listed above.
Dlgitallyslgnedby.,,. aylOr Page 340 of 488
DN. cii=David TaylDr, D=Tequesta Tire Co. lilt. D
Contractor's Signature: DavidTaylor ail=a� 1i9�1ege„a1.e.om,-DS Date: 11/11/2021
Dale: 2021.11.11 10:34:16-05'00'
Agenda Item #15.
Exhibit C — Proposer's Statement of Qualifications Form
Exhibit "E"
PROFESSIONAL SERVICES AGREEMENT TEMPLATE
(SAMPLE AGREEMENT ATTACHED NEXT PAGE)
Page 341 of 488
Agenda Item #15.
rPOE OP TFQGF�
a �
9rN couNTt
VILLAGE OF TEQUESTA AGREEMENT
FOR FLEET MAINTENANCE SERVICES
THIS AGREEMENT ("Agreement") is entered into and effective this 9th day of
November 2021 (the "Effective Date"), by and between the VILLAGE OF TEQUESTA, a
Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469,
organized and existing in accordance with the laws of the State of Florida, hereinafter the
"Village"; and Tequesta Tire Cc Inc. , a Florida Auto repair facility
with offices located
at 350 Cypress Dr. Tequesta, FI 33469 . hereinafter the "Contractor" and
collectively with the Village, the "Parties".
A. The Village does not have the personnel able and/or available to perform the services
required under this Agreement.
B. Therefore, the Village desires to contract out for services relating to fleet maintenance
services.
C. The Contractor warrants to the Village that it has the qualifications, licenses,
certifications, experience and facilities to perform properly and timely the services
under this Agreement.
D. The Village desires to contract with the Contractor to perform the services as
described in Exhibit "A" of this Agreement.
NOW, THEREFORE, based on the foregoing recitals, the Village and the
Contractor agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the
Contractor shall provide Fleet Maintenance Services pursuant to all applicable statutory, licensing
and Village code requirements, including those pertaining to the disposal and use of hazardous
substances. The Parties agree to enter into this Agreement pursuant to the Scope of Services and
Technical Specifications, which is hereby fully incorporated into this Agreement and attached
hereto as Exhibit "B". Contractor's key person assigned to perform work under this Agreement
Page 342 of 488
Agenda Item #15.
shall not assign another person to be in charge of the work contemplated by this Agreement without
the prior written authorization of the Village.
2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant
to the prices provided in the Cost Proposal Form found in Exhibit "C". No additional compensation
shall be paid for any other expenses incurred, unless first approved in writing by the Public Works
Director or his designee. Contractor shall submit to Village, no later than the loth day of each
month, its bill for services itemizing the fees and costs incurred during the previous month. The
Village shall pay the Contractor all uncontested amounts set forth in the Contractor's bill within
30 days of receipt.
3. TERM: TERMINATION: NOTICE: This Agreement shall be for a term of 3 years
commencing on the Effective Date, with the option to extend the agreement for two additional one
(1) year periods, at the sole discretion of the Village. This Agreement may be terminated by either
party upon 30 days written notice to the other party. Notice shall be considered sufficient when
sent by certified mail or hand delivered to the Parties during regular business hours at the following
addresses:
Village
Contractor
Village of Tequesta
[Contractor Name
345 Tequesta Drive
& Address
Tequesta, FL 33469
Attn: Agent Name]
Attn: Doug Chambers
4. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless the
Village, its agents, servants, and employees, from and against any claim, demand or cause of action
of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, or misconduct
of the Contractor, its agents, servants, or employees in the performance of services under this
Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the
Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section
768.28, Florida Statutes.
5. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida Statutes, by
entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies
that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have
Page 343 of 488
Agenda Item #15.
not been placed on the convicted vendor list maintained by the State of Florida Department of
Management Services within thirty-six (36) months immediately preceding the date hereof. This
notice is required by Section 287.133(3)(a), Florida Statutes.
6. INSPECTOR GENERAL: Pursuant to Sections 2-4212-432 of the Palm Beach County Code
of Ordinances, the Office of the Inspector General has jurisdiction to investigate municipal matters,
review and audit municipal contracts and other transactions, and make reports and
recommendations to municipal governing bodies based on such audits, reviews, or investigations.
All parties doing business with the Village shall fully cooperate with the inspector general in the
exercise of the inspector general's functions, authority, and power. The inspector general has the
power to take sworn statements, require the production of records, and to audit, monitor,
investigate and inspect the activities of the Village, as well as contractors and lobbyists of the
Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct,
and abuses.
7. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in compliance with
Section 448.095, Florida Statutes, as may be amended. No later than January 1, 2021, the
Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to electronically
verify the employment eligibility of all newly hired workers; and (2) verify that all of the
Contractor's subconsultants performing the duties and obligations of this Agreement are registered
with and use the E-Verify System to electronically verify the employment eligibility of all newly
hired workers. The Contractor shall obtain from each of its subconsultants an affidavit stating that
the subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as
that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. The
Contractor shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the
duration of the subcontract and any extension thereof. This provision shall not supersede any
provision of this Agreement which requires a longer retention period. The Village shall terminate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the subconsultant
and the Contractor shall immediately terminate its contract with the subconsultant. In the event of
Page 344 of 488
Agenda Item #15.
such contract termination, the Contractor shall be liable for any additional costs incurred by the
Village as a result of the termination.
8. SCRUTINIZED COMPANIES: For Contracts under $lM, the Contractor certifies that it is not
on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725,
Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this
Agreement at the Village's option if the Contractor is found to have submitted a false certification
as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the
Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida
Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over $1M, the Contractor
certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies
that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Contractor
further certifies that it is not engaged in a boycott of Israel, and that it does not have business
operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The
Village may terminate this Agreement at the Village's option if the Contractor is found to have
submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the
Contractor has been placed on one of the aforementioned lists created pursuant to Section
215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the
Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business
operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes.
9. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the prevailing
party shall be awarded attorney's fees, including fees on appeal.
10. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure
in performance under this Agreement if such failure arises out of causes reasonably beyond the
control of the Contractor or its subcontractors and without their fault or negligence. Such causes
include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor
disputes; freight embargoes; and abnormally severe and unusual weather conditions.
11. AMENDMENTS AND ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and
required insurance certificates along with the procurement documents constitute the entire
Agreement between both Parties; no modifications shall be made to this Agreement unless in
writing, agreed to by both Parties, and attached hereto as an addendum to this Agreement. The
Page 345 of 488
Agenda Item #15.
Contractor shall not transfer or assign the provision of services called for in this Agreement without
prior written consent of the Village.
12.INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an
independent contractor and not an employee of the Village. Both the Village and the Contractor
agree that this Agreement is not a contract for employment and that no relationship of employee —
employer or principal —agent is or shall be created hereby, nor shall hereafter exist by reason of the
performance of the services herein provided.
13. INSURANCE REQUIREMENTS.
A. The Contractor, at the Contractor's own cost and expense, shall procure and
maintain, for the duration of the contract, the following insurance policies:
1. Contractor shall maintain Workers' Compensation Insurance (Statutory
Limits) and Employer's Liability Insurance (with limits of at least
$1,000,000). The Contractor shall require all subcontractors similarly to
provide such compensation insurance for their respective employees. Any
notice of cancellation or non -renewal of all Workers' Compensation policies
must be received by the Village at least thirty
(30) days prior to such change. The insurer shall agree to waive all rights of
subrogation against the Village, its officers, agents, employees, and
volunteers for losses arising from work performed by the Contractor for
Village.
2. General Liability Coverage. Contractor shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office
form CG 00 01, in an amount not less than $1,000,000 per occurrence,
$2,000,000 general aggregate, for bodily injury, personal injury, and property
damage. The policy must include contractual liability that has not been
amended. Any endorsement restricting standard ISO "insured contract"
language will not be accepted.
3. Automobile Liability Coverage. The Contractor shall maintain automobile
liability insurance covering bodily injury and property damage for all
activities of the Contractor arising out of or in connection with the work to be
performed under this Agreement, including coverage for owned, hired, and
non -owned vehicles, in an amount of not less than one million dollars
($1,000,000) combined single limit for each occurrence.
4. Contractor shall provide garage keepers legal liability insurance with a limit of
no less than the value of all vehicles in custody.
B. Endorsements. Each general liability, automobile liability and professional
liability insurance policy shall be issued by a financially responsible insurance
Page 346 of 488
Agenda Item #15.
company or companies admitted and authorized to do business in the State of
Florida, or which is approved in writing by Village, and shall be endorsed as
follows. Contractor also agrees to require all contractors, and subcontractors to
do likewise.
1. "The Village, it's elected or appointed officers, officials, employees, agents,
and volunteers are to be covered as additional insureds with respect to liability
arising out of work performed by or on behalf of the Contractor, including
materials, parts, or equipment furnished in connection with such work or
operations."
2. This policy shall be considered primary insurance as respects the Village, its
elected or appointed officers, officials, employees, agents, and volunteers.
Any insurance maintained by the Village, including any self -insured retention
the Village may have, shall be considered excess insurance only and shall not
contribute with this policy.
3. This insurance shall act for each insured and additional insured as though aseparate
policy had been written for each, except with respect to the limits of liability of the insuring
company.
4. The insurer waives all rights of subrogation against the Village, its elected or
appointed officers, officials, employees, or agents.
5. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to the Village, its elected or appointed officers, officials,
employees, agents, or volunteers.
6. The insurance provided by this policy shall not be suspended, voided,
canceled, or reduced in coverage or in limits except after thirty (30) days'
written notice has been received by the Village.
C. Contractor agrees to provide immediate notice to Village of any claim or loss
against Contractor arising out of the work performed under this agreement.
Village assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they are likely
to involve Village.
D. Any deductibles or self -insured retentions must be declared to and approved by
the Village. At the Village's option, the Contractor shall demonstrate financial
capability for payment of such deductibles or self -insured retentions.
E. The Contractor shall provide certificates of insurance with original endorsements
to the Village as evidence of the insurance coverage required herein. Certificates
of such insurance shall be filed with the Village on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept
on file with the Village at all times during the term of this Agreement.
Page 347 of 488
Agenda Item #15.
F. Failure on the part of the Contractor to procure or maintain required insurance
shall constitute a material breach of contract under which the Village may
terminate this Agreement pursuant to Section 11 above.
G. The commercial general and automobile liability policies required by this
Agreement shall allow Village, as additional insured, to satisfy the self -insured
retention ("SIR") and/or deductible of the policy in lieu of the Contractor (as the
named insured) should Contractor fail to pay the SIR or deductible requirements.
The amount of the SIR or deductible shall be subject to the approval of the Village
Attorney and the Finance Director. Contractor understands and agrees that
satisfaction of this requirement is an express condition precedent to the
effectiveness of this Agreement. Failure by Contractor as primary insured to pay
its SIR or deductible constitutes a material breach of this Agreement. Should
Village pay the SIR or deductible on Contractor's behalf upon the Contractor's
failure or refusal to do so in order to secure defense and indemnification as an
additional insured under the policy, Village may include such amounts as
damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by Village.
14. USE OF OTHER CONTRACTORS: Contractor must obtain Village's prior written approval to
use any Contractors while performing any portion of this Agreement that were not listed in the
Proposer's Statement of Qualifications Form.
15. CHOICE OF LAW: VENUE: This Agreement shall be governed and construed in accordance
with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute
arise with regard to this Agreement.
16. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the Contractor
must keep and maintain this Agreement and any other records associated therewith and that are
associated with the performance of the work described in Scope of Services. Upon request from
the Village's custodian of public records, the Contractor must provide the Village with copies of
requested records, or allow such records to be inspected or copied, within a reasonable time in
accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who
fails to provide the public records to the Village, or fails to make them available for inspection or
copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Section
119.0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further,
the Contractor shall ensure that any exempt or confidential records associated with this Agreement
or associated with the provision of services contemplated herein are not disclosed except as
Page 348 of 488
Agenda Item #15.
authorized by law for the duration of the Agreement term, and following completion of the
Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion
of the Agreement, the Contractor shall transfer, at no cost to the Village, all public records in
possession of the Contractor, or keep and maintain public records required by the Village. If the
Contractor transfers all public records to the Village upon completion of the Agreement, the
Contractor shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the Contractor keeps and maintains public records
upon completion of the Agreement, the Contractor shall meet all applicable requirements for
retaining public records. Records that are stored electronically must be provided to the Village,
upon request from the Village's custodian of public records, in a format that is compatible with
the Village's information technology systems.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, PLEASE CONTACT THE VILLAGE CLERK,
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT
1mcwi11iams(&4eauesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA,
FLORIDA 33469.
17. HEADINGS: The headings contained in this Agreement are provided for convenience only
and shall not be considered in construing, interpreting or enforcing this Agreement.
18. SEVERABILITY: The invalidity or unenforceability of any provision of this Agreement shall
not affect the validity or enforceability or any other provision of this Agreement and this
Agreement shall be construed and enforced in all respects as if the invalid or unenforceable
provision is not contained herein.
19. WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to
be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of
the same, or any other provision or the enforcement hereof. The Village's consent to or
approval of any act requiring the Village's consent or approval of any act by the Contractor
shall not be deemed to render unnecessary the obtaining of the Village's consent to or approval
Page 349 of 488
Agenda Item #15.
of any subsequent consent or approval of, whether or not similar to the act so consented or
approved.
20. ENTIRE AGREEMENT: This_ page Agreement constitutes the entire agreement between the
parties; no modification shall be made to this Agreement unless such modification is in writing,
agreed to by both parties and attached hereto as an addendum to this Agreement.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date
and year first above written.
WITNESSES: [ ENTER CONTRACTOR NAME]
VILLAGE OF TEQUESTA
ATTEST:
Lori McWilliams, MMC
Village Clerk
David Taylor [Manager]
By: [Enter title]
(Corporate Seal)
By: Frank D'Ambra, Mayor
(Seal)
Page 350 of 488
Agenda Item #15.
Exhibit "F"
CONFLICT OF INTEREST STATEMENT
This Request for Proposal is subject to the conflict of interest provisions of the policies
and Code of Ordinances of the VILLAGE OF TEQUESTA, the Palm Beach County
Code of Ethics, and the Florida Statutes. The Bidder shall disclose to the VILLAGE OF
TEQUESTA any possible conflicts of interests. The Bidder's duty to disclose is of a
continuing nature and any conflict of interest shall be immediately brought to the
attention of the VILLAGE OF TEQUESTA.
CHECK ALL THAT APPLY:
FX-1 To the best of our knowledge, the undersigned business has no potential conflict
of interest for this Proposal due to any other clients, contracts, or property interests.
To the best of our knowledge, the undersigned business has no potential conflict
of interest for this Proposal as set forth in the policies and Code of Ordinances of the
Village of Tequesta, as amended from time to time.
11 To the best of our knowledge, the undersigned business has no potential conflict
of interest for this Proposal as set forth in the Palm Beach County Code of Ethics, as
amended from time to time.
❑ To the best of our knowledge, the undersigned business has no potential conflict
of interest for this Proposal as set forth in Chapter 112, Part III, Florida Statutes, as
amended from time to time.
IF ANY OF THE ABOVE STATEMENTS WERE NOT CHECKED, the undersigned
business, by attachment to this form, shall submit information which may be a potential
conflict of interest due to any of the above listed reasons or otherwise.
The undersigned understands and agrees that the failure to check the appropriate
blocks above or to attach the documentation of any possible conflicts of interest may
result in disqualification of your proposal or in the immediate cancellation of your
agreement, if one is entered into.
Tequesta Tire Co. Inc.
COMPANY OR INDIVIDUAL NAME
David Taylor°T
AUTHORIZED SIGNATURE
David Taylor
NAME (PRINT OR TYPE)
Manager
TITLE, IF A COMPANY
Page 351 of 488
Agenda Item #15.
Exhibit "G"
DRUG -FREE WORKPLACE CERTIFICATE
I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that
Tequesta Tire Co. Inc. (Print or Type Name of Firm)
• Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace named above, and
specifying actions that will be taken against violations of such prohibition.
• Informs employees about the dangers of drug abuse in the workplace; the firm's policy of
maintaining a drug -free working environment and available drug counseling, rehabilitation, and
employee assistance programs; and the penalties that may be imposed upon employees for
drug- use violations.
• Gives each employee engaged in providing commodities or contractual services that are under
bid or proposal a copy of the statement specified above.
• Notifies the employees that as a condition of working on the commodities or contractual services
under bid or proposal, 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 Chapter
1893 or any controlled substance law of the State of Florida or the United States for a violation
occurring in the workplace, no later than 5 days after such conviction, and requires employees
to sign copies of such written statement to acknowledge their receipt.
Imposes a sanction on or requires 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.
Makes a good faith effort to continue to maintain a drug -free workplace through the
implementation of the drug -free workplace program.
"As a person authorized to sign this statement, I certify that the business, firm, or corporation
named above complies fully with the requirements set forth herein."
STATE OF FLORIDA
PALM BEACH COUNTY
Digilelly signed by Da dTaylor
David TavlorDi'e°n-DaidTa�o,n-requas,aT�Dn.
ou mall�ccoun�ing@�eques�a�ire.o -US
Authorized Signature
11 /11 /2021
Date Signed
Sworn and subscribed before me by means of physical presence or online notarization on this
day of , 20 by , who is personally known to me or
has produced as identification and who did/did not take an oath, in the state and county
first mentioned above.
Notary Public (affix seal)
My Commission Expires:
Page 352 of 488
Agenda Item #15.
Exhibit "H"
Village Clerk's Office ADA Compliancy Statement
The Village of Tequesta strives to be an inclusive environment. As such, it is the
Village's policy to comply with the requirements of Title II of the American with
Disabilities Act of 1990 ("ADA") by ensuring that the Contractor's [ agreement /bid
documents and specifications ] are accessible to individuals with disabilities. To comply
with the ADA, the Contractor shall provide a written statement indicating that all [
agreement /bid documents and specifications], from Contractor, including files, images,
graphics, text, audio, video, and multimedia, shall be provided in a format that ultimately
conforms to the Level AA Success Criteria and Conformance Requirements of the Web
Content Accessibility Guidelines 2.0 (Dec. 11, 2008) ("WCAG 2.0 Level AA"), published
by the World Wide Web Consortium ("WK"), Web Accessibility Initiative ("WAI"),
available at the Web Content Accessibility Guidelines page.
Required Confirmation:
David Taylor have read the above compliancy statement and confirm the
agreement, bid documents and specifications, including files, images, graphics, text,
audio, video, and multimedia, contained within this bid packet are accessible to
individuals with disabilities and conforms to the Level AA Success Criteria and
Conformance Requirements of the Web Content Accessibility Guidelines 2.0.
tl David Taylor o le°" a �ar 'TeY'
e4 es�r,e c „c
Da�enalkeccoun,ing@,eQues,atire.com, o=U9
20],.11.1, 10'.49:23 -11100'
Representative Signature
Date: 11 /11 /2021
Page 353 of 488
Agenda Item #15.
Bid/Proposal Number:
RFP# PW08-21
Exhibit "I"
E-Verify Affidavit
Project Description: REQUEST FOR PROPOSALS FOR FLEET MAINTENANCE SERVICE
In accordance with Section 448.095, F.S., Contractor acknowledges and agrees to utilize the U.S.
Department of Homeland Security's E-Verify System to verify the employment eligibility of:
1. All persons employed by the Contractor to perform employment duties within Florida during the
term of the contract; and
2. All persons (including SUBCONTRACTORS) assigned by the Contractor to perform work
pursuant to the contract. The Contractor acknowledges and agrees that use of the U.S.
Department of Homeland Security's E-Verify System during the term of the contract is a condition
of the contract with the Village of Tequesta.
Contractor further agrees to retain sufficient evidence of their enrollment in the E-Verify System and
provide such evidence to the Village of Tequesta upon request. Sufficient evidence shall consist of a
printed copy of the completed E-Verify Company Profile page, obtained from https://www.e-verify.gov.
Contractor also agrees to obtain from each of its subcontractors/subconsultants an affidavit stating that
the subcontractor/subconsultant does not employ, contract with, or subcontract with an Unauthorized
Alien, as that term is defined in Section 448.095(1)(k), F.S. Contractor further agrees to maintain a copy
of any such affidavit from a subcontractor/subconsultant for, at a minimum, the duration of the
subcontract and any extension thereof.
By affixing your signature below, you hereby affirm that you will comply with all E-Verify requirements.
Tequesta Tire Co. Inc. 59-1304135
Company name Federal Employer Identification No.
dy 1-id Ta signed all Digity ylor
David Taylor oN iln ingotTayloquestatire. m, -US 11/11/2021
Inc,
Date2021.11.11 10'5108 -05'00'
Signature Date
David Taylor Manager
Print Name Title
STATE OF FLORIDA
PALM BEACH
COUNTY
Sworn and subscribed before me by means of physical presence or online notarization on this day of
, 20 by , who is personally known to me or has
produced as identification and who did/did not take an oath, in the state and county
first mentioned above.
Notary Public
My Commission Expires:
(affix seal)
Page 354 of 488
Agenda Item #15.
Exhibit "J"
OFFEROR'S ACKNOWLEDGMENT
SUBMIT YOUR PROPOSAL TO DEMANDSTAR AT WWW.DEMANDSTAR.COM
RFP PW06-21 Fleet Maintenance Services
Proposal must be received BY October 20, 2021 3:00pm.
Offeror's Name: Tequesta Tire Co. Inc. (Please
specify if a corporation, partnership, other entity or individual)
Fed. I D#: 59-1304135
Address: 350 Cypress Dr. Tequesta, FI 33469
Telephone No.: 561-746-8381 Fax Number:561-747-6511
Email Address: accounting@tequestatire.com
Contact representative: David Taylor
The undersigned authorized representative of the offeror agrees to all terms and
conditions stated in the RFP, and proposes and agrees that if this proposal is accepted
by the Village, the offeror will negotiate with the Village in order to enter into a contract
to provide all goods and/or services as stated in this proposal and in accordance with
the terms and conditions of the RFP.
David Taylor DI91tz115 d yb, or
DN. �11=D-,dDamn by D od TzylOq sta ro-e co.
malkecaounting@1 quesOOO--m, zU5
Dade: 2021.11.11 1 D:53.44 -D5DO'
Authorized Representative's Signature
David Taylor
Name:
11 / 11 /2021
Date
Manager
Position:
Page 355 of 488
Agenda Item #15.
Exhibit "K"
ACKNOWLEDGEMENT OF ADDENDA
Fleet Maintenance Services
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
List below the dates of issue for each addendum received in connection with this
Solicitation:
Addendum #1, Dated 10/25/21
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
PART II:
NO ADENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION
Firm Name
Signature
Name and Title (Print or Type)
Date
Page 356 of 488
Agenda Item #15.
Exhibit "L"
Notification of Public Records Law Pertaining to Public Contracts and Requests for
Contractor Records Pursuant to Chapter 119, Florida Statutes
Pursuant to Chapter 119, Florida Statutes, Contractor shall comply with the public records law
by keeping and maintaining public records required by the Village of Tequesta in order to
perform the service. Upon request from the Village of Tequesta's custodian of public records,
Contractor shall provide the Village of Tequesta with a copy of the requested records or allow the
records to be inspected or copied within a reasonable time at a cost that does not exceed the cost
provided in Chapter 119, Florida Statutes or as otherwise provided by law. Contractor shall
ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the Contractor does not transfer the
records to the Village of Tequesta. Contractor upon completion of the contract shall transfer, at
no cost, to the Village of Tequesta all public records in possession of the Contractor or keep
and maintain public records required by the Village of Tequesta in order to perform the service.
If the Contractor transfers all public records to the Village of Tequesta upon completion of the
contract, the Contractor shall destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. If the Contractor keeps and maintains
public records upon completion of the contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the Village of Tequesta, upon request from the Village of Tequesta's custodian of public records,
in a format that is compatible with the information technology systems of the Village of Tequesta.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS OR DESIGNEE AT 561-768-0440,
Immilliams9teguesta.org, OR BY MAIL AT VILLAGE OF TEQUESTA, 345
TEQUESTA DRIVE, TEQUESTA, FL 33469.
Acknowledged by:
Tequesta Tire Co. Inc.
Firm Name
David Taylor DN:tally signedvidTay David Taylor
DN: cn-David Taylor, o=Tequesta Tire Co. Inc, ou, email-accounting@tequestatire.com, c=US
Date: 2021.11.11 10:55:56-05'00'
Signature
David Taylor
Name and Title (Print or Type)
11 /11 /2021
Date
Page 357 of 488
Agenda Item #15.
Exhibit "M"
PUBLIC ENTITY CRIME AFFIDAVIT
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA
STATUES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A
NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER
OATHS.
1. This sworn statement is submitted to
[print name of the public entity]
By David Taylor [Manager]
[print individual's name and title]
For Tequesta Tire Co. Inc.
[print name of entity submitting sworn statement]
whose business address is 350 Cypress Dr. Tequesta, FI 33469
and (if applicable) its Federal Employer Identification Number (FEIN) is. 59-1304135
(If the entity has no FEIN, include the Social Security Number of the individual signing
this sworn statement: 594-06-6488 )
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or of the United States, including, but not limited to,
any bid or contract for goods or services to be provided to any public entity or an agency or
political subdivision of any other state or of the United States and involving antitrust, fraud,
theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding or guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to charges
brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury
trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management
Page 358 of 488
Agenda Item #15.
of the entity and who has been convicted of a public entity crime. The term "affiliate"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The ownership
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
an arm's length agreement, shall be a prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a person who
has been convicted of a public entity crime in Florida during the preceding 36 months
shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to bid
on contracts for the provision of goods or services let by a public entity, or which otherwise
transacts or applies to transact business with a public entity. The term "person" includes
those officers, directors, executives, partners, shareholders, employees, members, and agents
who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in
relation to the entity submitting this sworn statement. [indicate which statement
applies.]
Neither the entity submitting this sworn statement, nor any officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity, has been charged with and convicted
of a public entity crime subsequent to July 1, 1989.
❑ The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989.
❑ The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent
proceeding before a Hearing Officer of the State of Florida, Division of Administrative
Hearings and the Final Order entered by the Hearing Officer determined that it was not in
public interest to place the entity submitting this sworn statement on the convicted vendor
list. [attach a copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE
CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN
PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT
THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED, I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM
THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF
THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA
Page 359 of 488
Agenda Item #15.
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION
CONTAINED IN THIS FORM.
o1eaanv s19-d ey D—d Ta^,
David Taylor oN-hgat.o-rt.tr.. n,,,-ome ou
omaika21.11 in9@�.1-8atire.com, =US
a�e. zoz�.i�m iniosa-osoo
[signature]
11/11/2021
[date]
STATE OF FLORIDA
PALM BEACH
COUNTY
Sworn and subscribed before me by means of physical presence or online notarization on this day of
, 20 by , who is personally known to me or has
produced as identification and who did/did not take an oath, in the state and county
first mentioned above.
Notary Public
My Commission Expires:
(affix seal)
Page 360 of 488
Agenda Item #15.
Exhibit "N"
PROPOSAL CHECK LIST
Please check each item and make sure that all required information is included in your Proposal
submission. Failure to submit this information may result in your submission being rejected as being a
non -responsive and responsible Proposer.
1. Proposal Submittal — ONE (1) Executed Original (clearly marked original) TWO (2)
copies, and ONE 1 thumb drive of all proposal forms
yes
No
2. Did Bidder sign and submit the following forms listed
• Exhibit "A" Village Vehicle Schedule
®
No
• Exhibit `B" Technical Specifications
®
No
• Exhibit "C" Proposers Statement of Qualifications Form
®
No
• Exhibit "D" Cost Proposal Form
®
No
• Exhibit "E" Professional Services Agreement Template
®
No
• Exhibit "F" Conflict of Interest Statement
®
No
• Exhibit "G" Confirmation for Drug -Free Work Place
®
No
• Exhibit "H" Village Clerk's Office ADA Compliance Statement
®
No
• Exhibit "I" E-Verify Affidavit
®
No
• Exhibit "J" Offeror's Acknowledgment
®
No
• Exhibit "K" Acknowledgment of Addenda
®
No
• Exhibit "L" Notice of Public Records
®
No
• Exhibit "M" Notification of Public Entity Crimes Law
®
No
• Exhibit "N" Proposal Checklist
®
No
3, Did Bidder submit proposal with cover letter transmittal
®
No
4. Did Bidder provide all qualifications, plan, references
®
No
5. Did Bidder provide all current licenses
®
No
6. Did Bidder provide a proposed cost and include on Exhibit D
®
No
7. Did Bidder review and submit acknowledgement of addendutns issued
®
No
Page 361 of 488