| | | | | | | |  | CITY OF ORLANDO AGENDA ITEM
|
|
| | | | | | | |
Items Types: Business and Financial Services
| For Meeting of: 2/13/2017
| District:ALL | On file (City Clerk):Yes |
|
| | | | | | | | Subject: | Award to Central Truck, C&H Garage, Florida Detroit Allison, Greenway Chrysler Jeep Dodge, Kenworth of Central Florida, Rush Truck Centers and Sunstate Ford for sublet vehicle repair, IFB17-0047 | Summary: | The following sealed bids were received in response to the subject solicitation:
Supplier
|
Items Bid
|
Bid Amount
|
C&H Garage, Orlando, FL
|
13,14,15
|
$240,600.00
|
Greenway Dodge Chrysler Jeep, Orlando, FL
|
22,23,24
|
$245,450.00
|
Sun State Ford, Orlando, FL
|
4,5,6,19,20,21
|
$442,925.00
|
Greenway Ford, Orlando, FL
|
4,5,6,19,20,21
|
$454,825.00
|
Florida Detriot Diesel Allison, Orlando, FL
|
25,26,27,40,41,42
|
$464,600.00
|
Central Truck Equipment & Repair, Orlando, FL
|
13,14,15,25,26,27,40,41,42
|
$698,250.00
|
Kenworth of Central Florida, Orlando, FL
|
25,26,27,34,35,36,40,41,42
|
$745,800.00
|
Rush Truck Centers of Florida, Orlando, FL
|
4,5,6,19,20,21,25,26,27,28,29,30,40,41,41
|
$1,121,500.00
|
The Procurement and Contracts Division and the Fleet Management Division have evaluated these bids and recommend award to the lowest responsive and responsible bidders by vehicle class and manufacturer as follows:
Supplier
|
Bid Items: Primary Supplier
|
Bid Items: Secondary Supplier
|
Central Truck & Equipment Repair, Inc.
|
13,14,15
|
40,41,42
|
C & H Garage, Inc.
|
|
13,14,15
|
Florida Detroit Diesel Allison
|
40,41,42
|
25,26,27
|
Greenway Dodge Chrysler Jeep
|
22,23,24
|
|
Kenworth of Central Florida
|
34,35,36
|
|
Rush Truck Centers of Florida, Inc.
|
4,5,6,19,20,21,25,26,27,28,29,30
|
|
Sun State Ford
|
|
4,5,6,19,20,21
|
The Contracts will have an initial term of twenty-four (24) months, with the option to renew for three (3) additional one (1) year terms. This is an indefinite quantity contract. Actual expenditures will vary as usage will be on an as-needed basis at the established unit prices and available funding. Based on prior usage reports and information provided by the users, the estimated total expenditure for the initial two year term is $5,982,350.00, and $2,991.175.00 total for each optional twelve (12) month term.
No City Certified M/WBE suppliers responded. | Fiscal and Efficiency Data: | | Recommended Action: | Authorize the Chief Procurement Officer to enter into contracts, and subsequent renewals, with the firms indicated above in the estimated annual amount of $2,991,175.00, subject to review and approval by the City Attorney’s Office. | Contact: | David Billingsley |
|
ATTACHMENTS: | File Name | Description | Type | FIS_-_IFB17-0047.doc | FIS - IFB17-0047 | Fiscal Impact Statement | Award_Recommendation_-_IFB17-0047.pdf | Award Recommendation - IFB17-0047 | Backup Material | Bid_Tab_-_IFB17-0047.pdf | Bid Tab - IFB17-0047 | Backup Material |
|
| | | | | | | |
 "Enhance the quality of life in the City by delivering public services in a knowledgeable, responsive and financially responsible manner." |
|
|