Loading...
HomeMy WebLinkAbout53-20 RESOLUTIONOF �AYETTF 11IITT++��� 9 RKA NSPS 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 53-20 File Number: 2020-0052 RFP 19-04 QUALITY COLLISION REPAIR: A RESOLUTION TO AWARD RFP 19-04 AND AUTHORIZE A CONTRACT WITH QUALITY COLLISION REPAIR FOR COLLISION REPAIR SERVICES FOR CITY VEHICLES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP # 19-04 and authorizes Mayor Jordan to sign a one year contract with Quality Collision Repair for collision repair services for City vehicles with automatic renewals for up to four additional one year terms. PASSED and APPROVED on 2/4/2020 Attest: G�ERKt/ • •�.��� .••.TR �i GIT Y =�: FAYETTEV/LL • i,~ Kara Paxton, City Clerk Treasure= y . 9 E. A NS P�. �� �.• Page 1 Printed on 2/6/20 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0052 Agenda Date: 2/4/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 16 RFP 19-04 QUALITY COLLISION REPAIR: A RESOLUTION TO AWARD RFP 19-04 AND AUTHORIZE A CONTRACT WITH QUALITY COLLISION REPAIR FOR COLLISION REPAIR SERVICES FOR CITY VEHICLES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP # 19-04 and authorizes Mayor Jordan to sign a one year contract with Quality Collision Repair for collision repair services for City vehicles with automatic renewals for up to four additional one year terms. City of Fayetteville, Arkansas Paye 1 Printed on 2/5/2020 City of Fayetteville Staff Review Form 2020-0052 Legistar File ID 2/4/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Sara Glenn 1/15/2020 FLEET OPERATIONS (770) Submitted By Submitted Date Division / Department Action Recommendation: A resolution to award RFP 19-04 to Quality Collision Repair of Fayetteville, AR for a collision repair service contract. Budget Impact: 9700.770.1910-5315.00 Fleet Contract Services Account Number Fund Project Number Project Title Budgeted Item? Yes Current Budget $ 296,750.00 Funds Obligated $ - Current Balance l $ 296,750.00 Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 296,750.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: The "item cost" box has been left blank because total spend will vary depending upon the repair needs through the year. CITY OF FAYETTEVILLE 94N ARKANSAS MEETING OF FEBRUARY 4TH, 2020 TO: Mayor and City Council THRU: Terry Gulley, Director of Transportation CITY COUNCIL MEMO FROM: Sara Glenn, Fleet Operations Superintendent DATE: January 15th, 2020 SUBJECT: Approval of a Collision Repair Service Contract RECOMMENDATION: City Council to award RFP 19-04 to Quality Collision Repair of Fayetteville, AR for a collision repair service contract. BACKGROUND: In order to have City vehicles with body damage repaired at a set low price, RFP 19-04 was opened on September 3,d, 2019 for Fleet Operations. The RFP was released to lock in pricing and define the general repair needs of the City. DISCUSSION: The City only received a single submittal for RFP 19-04, Collision Repair Services, from Quality Collision Repair. The Selection Committee was in agreeance to enter into a contract with Quality Collision Repair. Fleet recommends approval of a contract with Quality Collision Repair of Fayetteville, AR off their submittal. BUDGET/STAFF IMPACT: Estimated repair costs have been budgeted within Contract Services. Attachments: Contract with Quality Collision Repair RFP 19-04 submittal from Quality Collision Repair Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, AR CITY O F Contract for: Collision Repair Services FAY E T T E V I L L E Vendor: Quality Collison Repair ARKANSAS Term: One (1) year with four one-year automatic renewals This contract executed this day of Biu a 2020, between the City of Fayetteville, Arkansas (City) and:Roy Lovell DBA°Quality Collison Repai i consideration of the mutual covenants contained herein, the parties agree as follows: 1. Quality:Collison_Repair at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, insurance, tax permits, and all other items and services necessary to complete items bid per RFP 19-04 Collision Repair Services as stated in Quality Collison Repair bid response, and in accordance with specifications attached hereto and made a part hereof under RFP .19-04,. Collision Repair Services, all included herein as if spelled out word for word. a. The City of Fayetteville shall pay Roy Lovell DBA Quality -Collison for items purchased based on pricing provided by:.Qualit' Collison Re aic in the submittal for RFP 19-0.4,:Collision Repair Services. b. Payments will 'be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments. Payments may be expedited through Quality Collisori Repair accepting Visa at no additional cost to the City. 2. The Contract documents which comprise the contract between the City of Fayetteville and Quality Collison Reiairconsist of this Contract and the following documents attached hereto, and made a part hereof: a. Appendix ::A: Bid package identified as RFP 19=04, Collision Repair Services with the specifications and conditions typed thereon inclusive of all bidding documents and issued addenda. b. Appendix: B: Quality Collison Repair bid proposal c. Appendiz.C:.RFP 19-04,. Bid Tabulation 3. These Contract documents constitute the entire agreement between the City of Fayetteville and Quality Callison Repairand may be modified only by a duly executed written instrument signed by the City of Fayetteville and Qua lity.Collison: Repair. 4. Neither party shall assign its duties under the terms of this agreement. This is a non-exclusive contract and City of Fayetteville reserves the right to purchase similar items or services from other vendors as needed. 5. Quality Collison Repair agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, to the extent City of Fayetteville, AR RFP 19-04, Collision Repair Services Vendor: Quality Collison Repair Page 1 of 6 arising from Quality Collison Rep'air's negligent or willful misconduct in connection with the performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 6. .gualit "Collison Re airshall furnish a certificate of insurance addressed to the City of Fayetteville, showing coverage for the following insurance which shall be maintained throughout the term of the Contract. Coverage may be met through insurance policies or self-insurance coverage:. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, QuaiitY :Collison Repait` shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. The premiums for all insurance and the bond required herein shall be paid by.Quali "Collison Repair, a. Workmen's Compensation: Statutory Amount b. Comprehensive General & Automobile Insurance: $500,000 for each person injured, C. Bodily Injury Liability: $1,000,000 for each accident. d. Property Damage Liability: $1,000,000 aggregate. 7. Quality Collison Repair shall furnish proof of licensure as required by all local and state agencies. 8. Freedom of Information Act:. City of Fayetteville contracts and documents prepared while performing city contractual work is subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance: 9. Changes in scope or price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the Fayetteville City Council in advance of the change in scope, cost or fees. 10. Jurisdictio:i : Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. The City will not agree to be forced to mediate or arbitrate any dispute. 11. Service Requirements/Esti ate Re air Invoicin a. Contractor shall be responsible for making general body and required mechanical repairs I related to accidents and vandalism to the Fleet's owned or maintained vehicles and equipment. City of Fayetteville, AR RFP 19-04, Collision Repair Services Vendor: Quality Collison Repair Page 2 of 6 b. Contractor will provide an official typed Damage Repair Estimate ("estimate") containing, but not limited to the following: 1. Vehicle Description- Make/Model/Year 2. Vehicle VIN Number 3. City Vehicle Unit Number 4. Grand Total Amount; summarizing the individually broken out pricing for each repair component. (Labor, Paint and Decals, Parts, etc.) l Labor estimates shall be based' Capon and supported by standard reference publications generally recognized for the use .kiy #he: bodyrepair industry, such as CCC Pathways software, (Mitchell's, or Motor's Collision Repair manuals. The estimates shall state the reference publication used. 5. Estimate shall clearly indicate supplied parts and repair materials as: i. New Original Equipment Manufacturers (OEM) ii. New "after -market" iii. Used OEM 6. Estimate shall be delivered to the City Shop or emailed to wmc owan fa'etteuille-ar: ov: 7; Estimate may be subsequently amended by Contractor as required for hidden damages, but only with prior approval from Fleet and/or insurance provider. Supplemental repairs will be invoiced separately and billed directly to the Fleet's insurance provider, once approved. c. Once estimate is approved, Fleet will contact Contractor to arrange a pickup or delivery appointment. An estimated "Time of Completion" will be provided by the Contractor to Fleet at that time. d. Repairs standards are as follows: 1. Quality of the completed work for fit, finish, sheet metal work, overall painting and patching,must be acceptable to Fleet. 2. Repaired surface area(s) are to match the rest of the vehicle in color, fit and finish. City of Fayetteville, AR RFP 19-04, Collision Repair Services Vendor: Quality Collison Repair Page 3 of 6 3. All body and repaired parts or materials used in the repairs shall be certified by their manufacturer as meeting Original Equipment Manufacturer (OEM) specifications. When non -OEM body parts are approved for use, such parts shall be certified by the Certified Auto Parts Association (CAPA) and warranted by Contractor as being equal in kind and quality in terms of fit, performance, and overall quality to the original manufacturer parts they are replacing. e. Fleet may elect to provide required repair parts to Contractor. In such a case, Contractor shall not be required to warranty the provided parts or labor required for rework due to failure of Fleet provided parts. f. Decals and Striping, if applicable, will be ordered by Contractor and applied during repairs. 1. Fleet's Decal Contacts will be provided to Contractor 2. City Seal Decals will be provided by Fleet to Contractor when necessary. g. Lighting and Electronics, if applicable, will be rewired by Contractor while repairs are performed. h. Contractor shall be liable for security and safekeeping of the vehicles including attachments, components, emergency signal equipment, tools, and radios when in the contractor's possession to include transportation to and from Fleet. is Contractor shall maintain records and comply with all applicable EPA and OSHA requirements governing auto body repair (further details within Conditions and Instruction). Records of all hazardous waste removal shall be made available to Fleet or its assigned agents. j Contractor shall maintain vendor receipts for parts used in making the needed repairs. Parts pricing shall be subject to audit by Fleet to verify the markup specified in the pricing schedule k. Once repairs are complete, Fleet will be notified by Contractor to schedule delivery or pickup. L. Invoice/Final Bill will be delivered or emailed to Fleet at dhaskiris ?'fa retteville-arygov and wmcgowan@fayetteville-ar gov within 48'hours from return of the vehicle. m. Invoice/Final Bill must contain the following and match the estimate: Vehicle Description- Make/Model/Year 2. Vehicle VIN Number City of Fayetteville, AR RFP 19-04, Collision Repair Services Vendor: Quality Collison Repair Page 4 of 6 3. City Vehicle Unit Number 4. Itemized Costs equaling Grand Total 12. Quality Collison Repair agrees to provide the City with a primary account representative to insure pricing accuracy, deliveries, order requests, etc. The City reserves the right to require assignment of a different primary account representative in the event performance issues with delivery and/or service are identified and provided to :Quality.Collison Repair. 13. Contractor::perfiarmance� Fleet will use the following items throughout the duration of the contract to evaluate Contractor performance: a. Number of times vehicles are sent back for rework b. Number of times work is not completed on time c. Number of invoicing errors d. - Number of estimates requiring supplementary repairs e. Costs of supplementary repairs and parts f. Scheduling delays 14. Pa meat• Fleet shall pay Contractor only for work specifically authorized and performed per the estimate and any previously approved supplements that are not covered by insurance. Payment shall be made once a Fleet representative has accepted and approved the repairs, noting satisfactory completion and signing the Contractors invoice. Payment may also be made by private insurance companies directly to the Contractor. 15. Termination: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the Contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. City of Fayetteville, AR RFP 19-04, Collision Repair Services Vendor: Quality Collison Repair Page S of 6 In WITNESS OUR HANDS THIS �A DAY OF,. �rI�G� V� 2020. ROY I Owl I ()RA N W rN.rni i icrini ATTEST (Signature) Company Secretary (Printed Name) If applicable Business. Address,�j i 4 s • hpjp —`-bc.—ow P -d IP 61 City, State & Zip Code City of Fayetteville, AR RFP 19-04, Collision Repair Services Vendor: Quality Collison Repair Page 6 of 6 ATTEST: City Clerk Business Address: 113 W. Mountain Fayetteville, AR 72701 "4 o�.v %'y' • 41vs As . Request For Proposal -RFP 19-04 09/24/2019 Dear Les McGraugh, I would like to introduce myself. My name is Lillian Lovell and I am the office manager of our family owned and operated business, Quality Collision Repair. We have been in business since July of 2005. With our proximity to the City of Fayetteville Fleet shop and our commitment to try and give the most cost-effective repairs possible, we currently do most of the City of Fayetteville fleet and police work. We use top of the line products and have the latest state of the art equipment. All of our staff are trained and ICAR gold, which is the highest designation you can get in the autobody business. We strive and take pride in the relationship with the City of Fayetteville and often go out of our way and do things that we do not charge for in order for that relationship to grow. We do emergency and unscheduled repairs when needed. We are under contract with our direct repair insurance companies (as are most all of our competitors) which does restrict any discounts we can give for our labor rates/mark ups etc. Normally we try case by case to give discounts in other ways like not charging for some operations or lowering the repair time for a repair. Since each and every repair is different and going to be a different price for parts, repair times, size of panels it is difficult to quote for unknown make, model, year. All collision shops use an estimating software that tells the amount of hours per panel depending on the vehicle (so the prices are approximate). Thank you so much for the opportunity for your business and please don't hesitate to contact me with questions. ,i' nks agailt; Lillian Lovell Quality Collision Repair 1414 S. Happy Hollow Rd, Fayetteville, Ar 72701 479-521-6088 CITY OF City of Fayetteville, Arkansas i�I � � � G_� � � � �; Purchasing Division —Room 306 I G 113 W. Mountain ARKANSAS Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR PROPOSAL: RFP 19-04, Collision Repair Services DEADLINE: Wednesday, September 25, 2019 before 2:00:00 PM, local time RFP DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh,,lmcgau.Qhafayetteville-ar,goy DATE OF ISSUE AND ADVERTISEMENT: 9.3.19 REQUEST FOR PROPOSAL RFP 19-04, Collision Repair Services No late proposals shall be accepted RFP's shall be submitted in sealed envelopes labeled with the project number and name as well as the name and address of the firm. All proposals shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of submitting, all of which are made a p,srt of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/b,id�der and City Purchasing Agent. Name of Firm: l Contact Person: t-1,'�kan or LOve"Title 1C,� mt� fy j j C owti �� E -Mail: I i i �il ® } 510+ Gll�� �fl"CD}CYYtaIl Phone: q � 7d, - Q g Business Address: 0� �_, q I � a City: Signa City of RFP 19-u4, Loinsion Repair Services Page 1 of 22 City of Fayetteville RFP 19-04, Collision Repair Services SECTION B: Vendor References The following information is required from all firms.so all statements of -:qualification may be reviewed and properly evaluated: COMPANY NAME. �U 1 14� 1hsi o lz� �1 I� NUMBER OF YEARS IN BUSINESS: I Qa S HOW LONG IN PRESENT LOCATION: ! 2Ar5- TOTAL NUMBER OF CURRENT EMPLOYEES:. _ I _ FULL TIME PARTTIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: / FULL TIME PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (S) YEARS(All Eieldsmust be orptetd: %eP6lCE Dep - 1. Wa5kiuO'OU 2.S1 COMPANY N41VO COMPANY NAME X55 w.G�1�2SDl�t'j FAev,1�e, 7ryfl1 156 S. RA�v�.�A�K. QD.;yetN(le� CITY, STATE, ZIP CITY, STATE, ZIP 77) o I 6prow Fain Grev, 'pQs2r CONTACT PERS N j CONTACT PERSON _q79— 4 11+' 51 r7 TELEPHONE 09-q4 FAX NUMBER cP 1 n V.1..EJ ® C0. IN As1�'�a�-4-pn . K AS E-MAIL ADDRESS 3. CYTO - (3r Ae- Dfs-}-r, bcc h rucq G. COMPANY NAME CITY, S ATE, ZIP t o s -- CONTACT PERSO4- -79 - Sa 1-- a foo TELEPHONE T7q - Sal - 53 sD FAX NUMBER 0 m c fk i GidA iS f-. Co w� E MAIL ADD SS City of Fayetteville, AR RFP 19-04, Collision Repair Services Page 14 of 22 1q--5rl5'-q53 TELEPHONE 4`I9-SiS7_778y- FAX NUMBER ovt4 ® u.0,ry- . e tk E-MAIL ADDRESS a. �aPmERs -UsurAMcE COMPANY NAME 'F-AydeviN CITY, STA E, ZIP _g o m A-n1641'A(OP, CONTACT PERSON (� roman .961101^ (9-IrarrAers(nS(crante" TELEPHONE C01" !-�I�- FYiv1$ER p lid, r)6 1r�K [ tSFP E-MAIL ADDRESS Pricing The Contractor agrees to provide the requested services/installation and equipment for automotive body damage repairs in compliance with the specifications, terms and conditions herein, as follows: Proposed Warranty Period and Limitations, if any for: `,, Body- l-: e - "'� I m �-�" Ke w C (++eA wa r rct Y 4 i tk! 0,+ 66ve S 4e-fQ.l IS 04 Paint - Mechanical Repairs-�-e T (ryl It Proposed Labor Rates: Service time) vehicle Rate Type Body Work Repairs $ °O Per Hour r Paint/Refinishing Repairs $ Car Per Hour r n1 Mechanical Repairs $ ° Per Hour r Fiberglass Repairs $ oo Per Hour Vinyl Decal Repairs/Removals $ dO Per Hour Hazardous Waste Removals $. 5�° *Applicably Specified (job, vehicle, load, etc..) Detailed Cleaning N/ (Wash, Vacuum, wipe downs) $-TOC4114ded 14- lrs. Service Per Vehicle j06 not c,-evca on vec� nw- ae t�9 Proposed Contractor's markup for repair parts 5 Proposed percentage of markup, if any, on sublet repairs" Proposed reference used for hourly labor repair estimates 0UUC.eAjMa-b Coq SOg—+Qyy1 Is �.G• Is contractor willing to travel to Fleet's facility (1525 S. Happy Hollow Road, Fayetteville, AR 72701) to provide an estimate on a vehicle or for transport to and from Fleet? If not, please specify if there would be exceptions, Vis Prlcrn Continued - rroposea price Tor painting (Inducing total prep time) vehicle categories indicated bf V llECate Cry i arren Entire Vehicle/Item Door Hood Fender Tailgate / Hatch Bumper Car $ 7 5-0 $ $ $ $ ° $ Compact Car Van/SUV $ 400009. Regular Cab Pickup $ $ 20 Extended Cab Pickup$90— $ asp $ °= $ 3t�9°� $_a�g_ $ 2c, Crew Cab Pickup $ qOS % $ Hea lrn, e an P v Def- j TLuckS vZ l:t-e Trailers $ X X X X X Motorcycle $ X X X X X City of Fayetteville, AR RFP 19-04, Collision Repair Services Page 17 of 22 low: QUALITY COLLISION REPAIR 1414 S. Happy Hollow Rd. • Fayetteville, AR 72701 • 479-521-6088 • Fax: 479-521-6083 • www.quality-collisionrepair.com L�A� '011111 a� 11 �'V 'C �. A. 0 This is a fragmented seven -part Limited Warranty, and stipulations pertaining to each fragmented part are stated hereafter: 1. METALWORK: Provided is a LIFETIME LIMITED WARRANTY, from effective date stated herein, on all metalwork and s framework, to include welding and the application of materials utilized in making collision repairs against cracking, flaking, ` pitting or deterioration, excluding rust repairs. 2. PAINTING, STRIPES AND DECALS: Provided is a LIFETIME LIMITED WARRANTY, from effective date stated here- in, on painting -related priming and paint work against solvent blistering peeling, hazing, and excessive loss of pigmentation, and, a LIFETIME LIMITED WARRANTY on the application and adhesion of decorative stripes and decals. f 3. MECHANICAL REPAIRS: Provided is a LIFETIME LIMITED WARRANTY, from effective date stated herein, on all mechanical repairs -pertaining directly to original collision damage. — - 4. PARTS: Provided is a LIFETIME LIMITED WARRANTY, from effective date stated herein, unless manufacturer's war- ranty is less or more, on new parts installed by or at the Shop. (Please Note: Shop warranty does not exceed manufacturer's warranty.) 5. SECTION 1-4: The shop will repair, repaint, or replace any items in section 1-4, when claim is made while the present owner stated herein owns the vehicle, unless caused by or damaged resulting from unreasonable use, main- tenance, or care of the vehicle. THIS WRITTEN WARRANTY shall be null and void if the repair is altered, adjusted or tampered with by any person not authorized by Warranty Grantor. 6. SPECIFICALLY EXCLUDED: A. Incidental costs, such as towing fees, car rental charges, travel expenses, or assemblies and components which are not specifically covered by this LIMITED WARRANTY, nor are consequential damages such as damage to other assemblies and components resulting from a defective part or installation of such part installed or repaired during the repair. B. Rust... Surface rust, rust through, and/or damage caused by rusting of interior or exterior panels is not covered. THIS STATES ALL THE LIMITED WARRANTIES made by the Shop and contains the only promises for which it will be responsible. 7. CUSTOMER'S OBLIGATIONS: In order to obtain the benefits of this warranty, the owner of the vehicle must do the following: A. Present the owner's copy of this warranty document to the warrantor before requesting warranted repairs or parts; B. Have any warranted repair, adjustment, or inspection made only at the premises of the warrantor during normal business hours. ALL WARRANTIES implied by law, including the warranties of merchantability and fitness for a particular purpose, are hereby limited to the warranty period herein and shall expire at the end of such period. This WRITTEN WARRANTY shall not be varied, supplemented, qualified or interpreted by any prior coarse of dealings. This WRITTEN WARRANTY shall be null and void if the repair is altered, adjusted or tampered with by any person not authorized by the above named shop. This warranty is not transferable. PRESENTED 'T'O: Name Warranty No. Vehicle Authorized by r _ . Repair Order No. Date of Repair Date C 20 CcHin�cn Srrwces Inc • necrder W1,V5101 @ 1.800367.6575 *Prices (based on hourly labor rates).quoted shall remain firm for the initial contract period. * If the contract is renewed, prices may be adjusted during each renewal contract period according to the terms listed within the Price Escalation/ De-escalation below. Price Escalation/De-escalation Contractor may request an hourly labor rate price adjustment not more frequently than once during any contract (renewal) period. Renewals are one year from contract award by City Council. Price adjustments shall be based on the percentage change of the Consumer Price index - Urban Wage Earners and Clerical Workers (CPI -W) United States City Average, not seasonally adjusted for Series Id: Other Services as published by the United States Bureau of Labor Statistics for the latest twelve months, for which statistics are available. The percentage change shall be applied to the (then) current contract labor rates in effect for the City. The newly adjusted prices shall become effective upon a mutually acceptable date and shall affect all repair work requested on or after that date. All in shop/in progress work shall be completed and billed at the previous contract price. Price adjustments will not be automatic. The Contractor shall submit a written request to the City Fleet and Purchasing Department Based on economic factors and/or market conditions, Fleet reserves the right to request a reduction in price at any time during the contract period. The same index shall be applied in the same manner as above for price de-escalation adjustment(s). Contractor's Notes/flata-;�o LpVel D�`"t Q 410. l�V t (j,S4 On ��al Y 1. Name as shown on your W-9: } c 2. Physical Address: 1 J •- _-n �� I W ��� 3. Mailing/Billing Address:. rpt 4. Phone Number:,-(. } � & Fax Number:-( % }. , W3 5. Main Point of Contact: l.,.l 1 " 41114 6. How long has your firm been in business? TLYears Months 7. Number of mechanics/technicians? 1 8. Average years of experience personnel have: 15, 9. Hours of Operations:S s MON O-STUES s WENS O-THURS& S .FRI WEEKEND- pi --r- 10. Do you have a frame machine on site? YE$ NO 11. Please list all ce tifric, ,tions possessed by personnel: ' m TO � t +n� Cer-1-I.FI cai-i'm S ) CAW ce r4iA ra-iv-.s 12. Please list all mechanical certifications possessed by personnel: 13. Please list awards/recognitions received within the last 3 years: City of Fayetteville, AR 3 m Tv P RFP 19-04, Collision Repair Services Page 18 of 22 &.4-A-1 (-, ca-tc ( 14. What are your towing capabilities? tt- 15. Please list and specify any vehicles or repairs you cannot accommodate: �. NN V ?, � uQ"`RX& " be -b 1 1. SELECTION CRITERIA: n {ro r PaiK} � 5k f b" S Prepared ;By; L-1 I _I I T �`^� i.,o l/ 1I Title:-15-4it-E MA -nook Date: o{ 'A l Signature: The following criteria will be used by the committee to evaluate and score responsive proposals. Proposers shall include sufficient information to allow the committee to thoroughly evaluate and score the proposal. City of Fayetteville reserves the right to accept a proposal, as submitted, and enter directly into a contractual agreement with a selected Proposer. Each proposal submitted is not required to be ranked by the selection committee; however, all proposals will be evaluated. The contract may be awarded to the most qualified firm for each process or strategy, per the evaluation criteria listed below, based on the evaluation and voting of the selection committee. Following the evaluation of the proposals, the Selection Committee may request that the top ranking firm(s) make an oral presentation, be interviewed or submit best and final offers. If presentations are necessary, they will take place in Fayetteville, Arkansas. Notices will be sent by the Purchasing Division. 1) 30% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications of the firm. Indicated specialized experience and technical competence of the firm in connection with the type and complexity of the service required. Subcontractors, if used, must be listed with RFP response. 2) 25% Experience, Competence, and Capacity for Performance: Including information reflecting the names, titles, and qualifications (including experience and technical competence) of the major personnel assigned to this specific project. 3) 20% Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope you wish to present) indicating methods and schedules for accomplishing scope of work. Include with this the amount of work presently underway. 4) 15% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with other governmental agencies, and others will be used, including quality of work, timely performance, diligence, and any other pertinent information. Firm shall provide a list of similar jobs performed and person whom the City can contact for information. City of Fayetteville, AR RFP 19-04, Collision Repair Services Page 19 of 22 City of Fayetteville RFP 19-04, Collision Repair Services SECTION D: Signature Submittal — Required with all responses Proposers shall include this form completed in its entirety with RFP Iresponse. This form shall not count towards Page limitations set forth in the RFP 1. DISCLOSURE"INFORMATION Proposer shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: 1:) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain I certify that; as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and my organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. 2. PRIMARY CONTACT INFORMATION ................ At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. ttCoII; �0A Corporate Name of Firm:- 1 �1 r Primary Contact: �I (I hT'v LOVO Title of Primary Contact: Phone#1(cell preferred): — Y0 Phone#2: q-79 E -Mail Address: I I Ilion (9 Side fP puir. 601cox mall. 0_0 en 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. City of Fayetteville, AR RFP 19-04, Collision Repair Services Page 21 of 22 ADDENDUM NO. SIGNATURE AND PRINTED NAME DATE ACKNOWLEDGED 4. PRICING: Pricing shall be attached as a separate form. Reference RFP for details on what all pricing shall include. 5. NON -BOYCOTT OF ISRAEL CERTIFICATION Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 6. DEBARMENT. CERTIFICATION: As an interested party on this project, you are required to provide debarment/suspension certification indicating in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Questions regarding this form should be directed to the City of Fayetteville Purchasing Division. NAME OF COMPANY: �. J PHYSICAL ADDRESS: 1'w (fit RA e#cvjIle, Ar7. --70 MAILING ADDRESS: PRINTED NAME: L -I 1 JA -N Lo vet Q P_ IP -0 Cij 10 ve_ PHONE: 7 1&V Ip00 0 FAX: E-MAIL: SIGNATI TITLE: i DUNS#: City of Fayetteville, AR RFP 19-04, Collision Repair Services Page 22 of 22 Form W'9 Request for Taxpayer Give Form to the (Rev. December2014)Identification Number and Certification requester- Do not Department of the Treasury InternalRt:venue Service send to the IRS. 1 Name (0.5 shown on your Income tax return), Name is required on this line; do not leave this line blank. N 2 By n nam _dlsregaroed entity name, If different.frpmhhabove i to CO to V C3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to m1�9 Individualtsole rietor or prop ❑ C Corporation ❑ S Corporation ❑ Partnership p ❑ Trust/estate certain entitles, not individuals; see instructions on page 3): 0 o •� single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exempt payee code (if any) 0 2 Note. For a single -member LLC that Is disregarded, do not check LLC; check the appropriate box In the line above for Exemption from FATCA reporting rn •— c the trot classification of the single -member owner. code (if any) CL v ❑ Other (see instructions) I'-MWks to accounts maintained outsida the U.S.) 5 Address (umbat, stroe , dapt. or suite nts: :31 kvu K�, Requester's name and address (optional] W rn y 6 City, state, and 2lP code , U) X ' 7 Liat ascou nui»ber{s) here (optional) Taxpayer Identification Number Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup when, sole For individuals, this is generally your social security number (page However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for Employer identification number guidelines on whose number to enter. J,191d,171311 - . Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. 1_*7 I - Signa Sign I U.S. personre le4lli_� Date 11 -Here U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), Individual taxpayer identification number (ITIN), adoption taxpayer Identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokors) • Form 1099-5 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. It you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, Is correct. See What Is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 (Rev. 12-2014)