Loading...
Resolution 2024-42 Resolution No. 2024-42 A RESOLUTION APPROVING A PROPOSAL FROM GJOVIK FORD,INC. TO THE UNITED CITY OF YORKVILLE, KENDALL COUNTY,ILLINOIS FOR VEHICLE MAINTENANCE WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a duly organized and validly existing municipality of the State of Illinois pursuant to the 1970 Illinois Constitution and the Illinois Municipal Code, as from time to time amended (the "Municipal Code") (65 ILCS 5/65-1-1-2, etseq.); and WHEREAS, the City's Municipal Code provides that the City may approve service contracts that have not been competitively bid by a two-thirds affirmative vote of the City Council; and WHEREAS, Gjovik Ford, Inc., of Plano, Illinois ("Gjovik") submitted a proposal to the City, a copy of which is attached hereto, (the "Proposal"), for the maintenance of City vehicles for a term commencing upon acceptance and terminating April 30, 2025; and WHEREAS, Gjovik has performed maintenance service on City vehicles since 2021 and was found to be most reliable and provided excellent service; and WHEREAS,the prices quoted in said Proposal are deemed to be the most reasonable; and WHEREAS, the Mayor and City Council (the "Corporate Authorities")have determined that it is in the best interests of the health and safety of the City and its residents to waive the competitive bidding requirement and to extend the contract with Gjovik as set forth in the Proposal. NOW,THEREFORE,BE IT RESOLVED by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois: Section 1.The recitals set for above are incorporated into this Resolution as if fully restated herein. Section 2. In consideration of the foregoing recitals, the competitive bidding requirement is waived, and the Director of Public Works is hereby authorized and directed to accept said proposal for a term commencing upon acceptance and terminating April 30, 2025. Section 3. This Resolution shall be in full force and effect upon its passage and approval as provided by law. Resolution No.2024-42 Page 1 Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this 241h day of September, A.D. 2024. CI Y CLERK KEN KOCH ABSENT DAN TRANSIER AYE ARDEN JOE PLOCHER AYE CRAIG SOLING AYE CHRIS FUNKHOUSER AYE MATT MAREK AYE SEAVER TARULIS AYE RUSTY CORNEILS AYE APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois this DIT"day of _ j-effl �, A.D. 2024. MAYOR Attest: ye-" 7(� CLERK Resolution No. 2024-42 Page 2 United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 TABLE OF CONTENTS GENERALCONDITIONS................................................................................................4 SPECIALCONDITIONS................................................................................................ 11 SCOPE OF SERVICES / TECHNICAL SPECIFICATIONS........................................... 18 PROPOSALFORMAT ..................................................................................................24 BIDDER CERTIFICATIONS..........................................................................................26 MANAGEMENT INFORMATION...................................................................................27 PRICEPROPOSAL.......................................................................................................28 DETAILEXCEPTION SHEET.......................................................................................30 REFERENCES..............................................................................................................31 CONTRACT ..................................................................................................................32 21 =yam United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 GENERAL CONDITIONS These General Conditions apply to all proposals requested and accepted by the City and become a part of the contract unless otherwise specified. Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposals. The City assumes that the submission of a proposal means that the Bidder has familiarized himself with all conditions and intends to comply with them unless noted otherwise. 1. Examination of Proposal Forms, Specifications, and Site The Bidder shall carefully examine the proposal forms which may include the invitation to the proposal, instruction to Bidders, general conditions, special conditions, plans, specifications, proposal form, bond, contract, and any addenda to them, and sites of the proposed work (when known) before submitting the proposal. The Bidder shall verify all measurements relative to the work, shall be responsible for the correctness of the same. The Bidder will examine the site and the premises and satisfy themselves as to the existing conditions under which the Bidder will be obligated to operate. Failure of the Bidder to notify the City, in writing, of any condition(s) or measurement(s) making it impossible to carry out the work as shown and specified, will be construed as meaning no such conditions exist and no additional sums of money will be added to the contract. The submission of the proposal shall be considered conclusive evidence that the Bidder has investigated and is satisfied as to all conditions to be encountered in performing the work, and is fully informed as to character, quality, quantities, and costs of work to be performed and materials to be furnished, and as to the requirements of the proposal forms. If the proposal is accepted, the Bidder will be responsible for all errors in his proposal resulting from his failure or neglect to comply with these instructions, and the City shall not be responsible for any charge for extra work or change in anticipated profits resulting from such failure or neglect. 2. Scope of Work The Bidder shall supply all required supervision, skilled labor, transpiration, new materials, apparatus, and tools necessary for the entire and proper completion of the work. The Bidder shall supply, maintain and remove all equipment for the performance of the work and be responsible for the safe, proper and lawful construction, maintenance and use of the same. This work shall be completed to the satisfaction of the City. The Bidder shall provide adequate protection of the job site to protect the general public and adjacent property. The City is not responsible for site safety. The Bidder is solely and exclusively responsible for construction means, methods, technologies and site safety. 41 United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 3. Interpretation of Proposal Documents Questions regarding proposal documents, discrepancies, omissions, or intent of the specifications or plans shall be submitted in writing to the Purchasing Manager at cparker@yorkville.il.us by the date listed in the legal notice and cover page. Any interpretations of the Contract Documents will be made only by addendum and posted on the Demandstar portal. The City will not be responsible for any other explanations for interpretations of the Contract Documents. 4. Completeness All information required by the Request for Proposal must be supplied to constitute a responsive proposal. The Bidder's submittal shall include the completed Proposal Sheet found in the contract documents. The City will strictly hold the Bidder to the terms of the proposal. The proposal must be executed by a person having the legal right and authority to bind the Bidder. 5. Error in Proposals When an error is made in extending total prices, the unit proposal price and/or written words shall govern. Otherwise, the Bidder is not relieved from errors in proposal preparation. Erasures in proposals must be explained over the signature of the Bidder. 6. Withdrawal of Proposals A written request for the withdrawal of a proposal or any part thereof may be granted if the request is received by the Purchasing Manager prior to the specified time of opening. After the opening, the Bidder cannot withdraw or cancel his proposal for a period of forty-five (45) calendar days, or such longer time as stated in the proposal documents. 7. Bidder's Qualifications No award will be made to any Bidder who cannot satisfy the City that they have sufficient ability and experience in this class of work, as well as sufficient capital and equipment to do the job and complete the work successfully within the time named (i.e. responsible). The City's decision or judgment on these matters shall be final and binding. The City may make such investigations as it deems necessary. The Bidder shall furnish to the City all information and data the City may request for the purpose of investigation. 8. Work Restrictions The Bidder shall complete the work required as soon as practicable. The only exception to this requirement will be extenuating circumstances as may be accepted by the City. 5 !P a g e United City of Yorkville.Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 Requests for exceptions due to extenuating circumstances must be made in writing to the City within 48 hours of the occurrence. The City's decision on extenuating circumstances will be final. 9. Price Unit prices shall be shown for each unit on which there is a proposal as well as the aggregate price and shall include all packing, crating freight and shipping charges, and cost of unloading at the destination unless otherwise stated in the proposal. Unit prices shall not include any local, state, or federal taxes. The City is exempt, by law, from paying State and City Retailer's Occupation Tax, State Service Occupation and Use Tax and Federal Excise Tax. The City will supply the Bidder with its tax exemption number. Cash discounts will not be considered in determining the overall price but may be used in an overall evaluation. 10.Consideration of Proposal No proposal will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the City upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the City or had failed to perform faithfully any previous contract with the City. The Bidder, if requested, shall present within 48 hours evidence satisfactory to the City of performance ability and possession of necessary facilities, pecuniary recourses, and adequate insurance to comply with the terms of these specifications and contract documents. 11.Award or Rejection The City reserves the right to cancel invitations for bids or requests for proposals without penalty when it is in the best interest of the Village. Notice of cancellation shall be sent to all individuals or entities solicited. 12.Execution of Contract The Bidder shall, within fourteen (14) days after notification of the award: (a) enter into a contract in writing with the City covering all matters and things as are set forth in the specifications and his proposal and (b) carry insurance acceptable to the City, covering public liability, property damage, and workmen's compensation. After the acceptance and award of the proposal and upon receipt of a written purchase order executed by the proper officials of the City, this Instruction to Bidders, including 61Pa5 United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 the specifications, will constitute part of the legal contract between the United City of Yorkville and the Bidder. 13.Termination of Contract The United City of Yorkville reserves the right to terminate the whole or any part of this Contract, upon written notice to the Bidder, in the event that sufficient funds to complete the Contract are not appropriated by the City Council or in the event of default by the Bidder. Default is defined as the failure of the Bidder to perform any of the provisions of this Contract, or failure to make sufficient progress so as to endanger performance of this Contract in accordance with its terms. In the event of default and termination, the United City of Yorkville may procure, upon such terms and in such manner as the City may deem appropriate, supplies or services similar to those so terminated. The Bidder shall be liable for any excess costs for such similar supplies or services unless acceptable evidence is submitted to the United City of Yorkville that failure to perform the contract was due to causes beyond the control and without the fault or negligence of the Bidder. 14.Compliance with All Laws All work under the contract must be executed in accordance with all applicable federal, state, and local laws, ordinances, rules, and regulations which may in any manner affect the preparation of the proposal or performance of the contract. 15.Contract Alterations No amendment of a contract shall be valid unless made in writing and signed by the City Administrator or his authorized agent. 16.Nonassignability The Bidder shall not assign the contract, or any part thereof, to any other person, firm, or corporation without the previous written consent of the City Administrator. Such assignment shall not relieve the Bidder from his obligations or change the terms of the contract. 17.Execution of Documents The Bidder, in signing the Proposal on the whole or any portion of the work, shall conform to the following requirements: • Proposals signed by an individual other than the individual represented in the Proposal documents shall have attached thereto a power of attorney evidencing authority to sign the Proposal in the name of the person for whom it is signed. 7 1 P a g e United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 • Proposals that are signed for a partnership shall be signed by all of the partners or by an attomey-in-fact. If signed by an attomey-i n-fact, there shall be attached to the Proposal a power of attorney evidencing authority to sign the Proposal,executed by the partners. • Proposals that are signed for a corporation shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. • If such Proposal is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Proposal should be attached to it. Such Proposal shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. If the Proposal is signed for a limited liability company, it should have the correct legal name and be signed by the managing member or other person with authority. • Proposals received from any listed Bidder in response to an invitation for proposals shall be entered on the abstract of Proposals and rejected. Proposals, quotations, or offers received from any listed Bidder shall not be evaluated for an award or included in the competitive range, nor shall discussions be conducted with a listed offer or during a period of ineligibility. If the period of ineligibility expires or is terminated prior to award, the City may, but is not required to, consider such proposals, quotations, or offers. 18.Default The City may terminate a contract by written notice of default to the Bidder if: • fails to make delivery of the materials or perform the services within the time specified in the proposal, or • fails to make progress so as to endanger performance of the contract, or • fails to perform work outlined in the contract within a reasonable amount of time. If the City terminates the contract, the City may procure supplies or services similar to those so terminated, and the Bidder shall be liable to the City for any excess costs for similar supplies and services unless the Bidder provides acceptable evidence that failure to perform the contract was due to causes beyond the control and without the fault or negligence of the Bidder. 19.Inspection The City shall have a right to inspect, by its authorized representative, any material, components, or workmanship as herein specified. Materials, components, or workmanship that has been rejected by the authorized representative as not in accordance with the terms of the specifications shall be replaced by the Bidder at no 8I` United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 cost to the City. 20.Permits and Licenses The Bidder and their subcontractor(s) shall obtain, at their own expense, all permits and licenses which may be required to complete the contract. Fees for all City permits and licenses shall be waived. 21.Notification of Work Upon receiving the notice to proceed from the City or its designee, the Bidder shall notify the City or its designee 48 hours prior to commencement of work. 22.Payment Payment will be made within thirty (30) days after acceptance of the job by the City after the completion of the work as covered within the contract documents. Invoices shall be paid by the City pursuant to the Local Government Prompt Payment Act (50 ILCS 505/1 et seq.). 23.Guarantees and Warranties All guarantees and warranties required shall be furnished by the Bidder and shall be delivered to the City before the final payment on the contract is issued. 24.Insurance (A)The Bidder shall furnish to the City satisfactory proof of coverage of the insurance requirements stated in the Special Conditions, by a reliable company or companies, before commencing any work. Such proof shall consist of certificates executed by the respective insurance companies and filed with the City. Said certificates shall contain a clause to the effect that, for the duration of the contract, the insurance policy shall be canceled, expire or changed so as to the amount of coverage only after written notification 30 days in advance to the City. In addition, said certificates shall list the City and its officers, agents, and employees as additional insureds on all required insurance policies except the policy for professional liability. (B)If the Bidder shall require subcontractors, if any, not protected under the Bidder 's policies, to take out and maintain insurance of the same nature in amounts, and under the same terms, as required of the Bidder. 25.Indemnification The Bidder shall indemnify, defend and save harmless the City, its officers, agents, employees, representatives and assigns, from lawsuits, actions, costs (including 91r - United City of Yorkville.Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 attorneys' fees), claims or liabilities of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of negligent act or omission or any willful misconduct of said Bidder, its officers, agents and/or employees arising out of, or in performance of any of the provisions of the Contract, including any claims or amounts recovered for any infringements of patent, trademark or copyright; or from any claims or amounts arising or recovered under the "Worker's Compensation Act" or any other law, ordinance, order or decree. In connection with any such claims, lawsuits, actions or liabilities, the City, its officers, agents, employees, representatives, and their assigns shall have the right to defense counsel of their choice. The Bidder shall be solely liable for all costs of such defense and for all expenses, fees,judgments, settlements and all other costs arising out of such claims, lawsuits, actions or liabilities. 26.General Guarantee Neither the final certificate of payment nor any provision in the Bidder Documents, nor partial or entire occupancy of the premises by the City, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Bidder of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Bidder shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of final acceptance of the work unless a longer period is specified. The United City of Yorkville will give notice of observed defects with reasonable promptness. The Bidder shall guarantee all materials and workmanship as defined by the Performance Bond, Labor and Material Payment Bond, and Maintenance Bond requirements. Unless otherwise amended in writing by the Director of Public Works, the date of the Start of any Guarantees, Warranties and Maintenance Bonds shall be coincident with the Date of Acceptance of the entire project. 27.Waiver of Lien Where applicable a waiver of lien and Bidder's affidavit must be submitted by the Bidder, verifying that all subcontractors and material invoices have been paid prior to the City approving final payment. 28.Other Entity Use Although this solicitation is specific to the City, Bidders have the option of allowing this offer, if awarded by the City to the Bidder, to be available to other government agencies within the Kane, Will and Kendall Counties. If the successful Bidder and the interested entity/agency mutually agree on the Terms and Conditions, inclusive of pricing, both parties may perform business under the authority of this solicitation and contract. 101P a`� United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 SPECIAL CONDITIONS The City's fleet consists of approximately 50 cars and trucks that would be covered under this maintenance agreement. The goal of the United City of Yorkville is to ensure their safe operation by having an effective preventative maintenance program, including for general repairs. Vehicle & equipment repairs, modification, preventive maintenance inspections and/or other work under this contract shall be performed at the Bidder's site. The City has established minimum specifications, which include special and specific vehicle maintenance requirements to assure the safe operation of the city's fleet vehicles. The Bidder shall provide industry certified mechanics, shop(s), service trucks, mechanic's tools, lifts, and any waste disposal for vehicle fluids and/or materials, as well as any vehicle fluid spill clean-up as needed for all work performed at the shop. The Bidder shall furnish all necessary supervision, labor, tools and parts and supplies necessary to provide the service for the City's fleet in accordance with Manufacturer's recommendations in order to maintain factory warranties and any extended warranties. These services will continue on each City vehicle covered by this contract until it is disposed of by the City. The City may add vehicles or remove vehicles from its list during the term of this agreement at the discretion of the City. Any vehicles added to the contract shall be offered the same bid prices as in the original bid. 1. Term The initial contract term shall be thru April 3, 2025. This contract will commence on September 24, 2024. The contract shall be contingent upon the completion and submittal of all required documents. This contract shall remain in effect until the completion of services, provided that the services rendered by the Bidder during the contract period are satisfactory and that City funding is available as appropriated on an annual basis. However, in the event funding is not appropriated on an annual basis during any particular year within the contract period, the contract may be canceled upon thirty (30) days written notice to the Bidder. In such an event, the City shall only be responsible for the reasonable value of services performed prior to the effective date of termination. 2. Options to Renew Prior to, or upon completion, of that initial term, the City shall have the option to renew this contract for an additional three (3) one-year renewals. Prior to completion of each exercised contract term, the City may consider an adjustment to the price based on the Consumer Price Index (CPI). It is the Bidder 's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised 111Pa c United City of Yorkville. Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 option period, the Bidder 's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Bidder adjustment request should not be in excess of the relevant pricing index change. If adjustment request is not received from the Bidder , the City will assume the Bidder has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City reserves the right to negotiate lower pricing for the additional term(s) based on market research information or other factors that influence price. The City reserves the right to apply any reduction in pricing for the additional term(s) based on the downward movement of the applicable index. The City reserves the right to reject any price adjustments submitted by the Bidder and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the Bidder . This prerogative will be exercised only when such continuation is clearly in the best interest of the City. Should the Bidder decline the City's right to exercise the option period, the City may consider theBidder in default which may affect the Bidder 's eligibility for future contracts. 3. Method of Award Award of this contract will be made to the lowest responsive, responsible Bidder . If a Bidder fails to submit an offer for all items within the group, its offer for that specific group will be rejected. Failure to perform as noted may result in the Bidder being deemed in breach of contract. The City may terminate the contract for default. The geographic allocation of the proposer's facility will be taken into consideration during the evaluation process. 4. Minimum Requirements The awarded Bidder must meet the following minimum requirements. • Must be ASE certified in medium / light duty truck repair and automobiles. • Have a fully equipped and well-established company as required in this solicitation and which may be verified by on-site inspection within six (6) miles of the City limits. • Bidder must be able to show a minimum of five (5) years of experience in Fleet Maintenance Repair, • Facility must provide security in the form of a fenced lot, or inside of a secure building, for no less than four (4) standard sized vehicles simultaneously. Must provide at least 3 public or private sector clients' references of clients which 121Page United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 the bidder has provided similar services listed within this bid. • The Bidder (s) is required to have the capabilities to perform routine, scheduled, unscheduled, and any major component overhaul, rebuilding, repairing and replacement capabilities. • Bidder shall perform drug test screening on all employees and provide pass/fail results to the City, upon request. • The Bidder must be open at a minimum of Monday through Friday from 8am—4pm with preference given for facilities that also have weekend hours. • Successful bidder must agree to give preference to Yorkville Police Department vehicles for repairs with a diagnosis and estimate within 24 hours. Repairs must follow as soon as authorization is granted, and parts arrive. No repairs are allowed without prior authorization. • The Bidder must have a minimum of four (4)full time certified technicians on staff with a minimum of two on duty at all times during normal business hours. • The Bidder must have at minimum one technician that is certified in transmission repairs. • The Bidder must remain open all year, no allowance for vacation closure. • The Bidder must provide timely transportation services for pickup or drop off of vehicles for repair. • The Bidder will be given preference if they are able to provide free towing services for all City Vehicles within a 10-mile radius of the City limits. 5. Price If the Bidder is awarded a contract under this solicitation, the prices proposed by the Bidder shall remain fixed and firm during the term of contract. 6. Delivery All Bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative. 7. Insurance Comprehensive General Liability with minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: • Premises and Operation • Independent Bidders • Broad Form Property Damages • Broad Form Contractual Coverage applicable to this specific Contract, including 133 i ' a2e United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 any holdharmless and/or indemnification agreement. Personal Injury Coverage with Employee and Contractual Exclusions removed, withminimum limits of coverage equal to those required for Bodily Injury Liability andProperty Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars (1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: • Owned Vehicles; • Hired and Non-Owned Vehicles; • Employers' Non-Ownership. Before starting the Work, the Bidder will file and make sure that all certificates of insurance required by this document and by the Contract are in the City's possession. These certificates shall contain a provision that the coverage afforded under the policies will not be canceled or materially changed until at least thirty (30) days prior written notice has been given to the City by certified mail. The City shall be named as an additional insured on the above-referenced policies. The Bidder agrees that if any part of the Work under the Contract is sublet, they will require the subcontractor(s) to carry insurance as required, and that they will require the subcontractor(s) to furnish to them insurance certificates similar to those required by the City in this section. A. Cancellation and Re-Insurance: If any insurance should be canceled or changed by the insurance company or should any insurance expire during the period of this contract, the Bidder shall be responsible for securing other acceptable insurance for the coverage specified in this section in order to maintain coverage during the life of this Contract. All deductibles must be declared by the Bidder and must be approved by the City. At the option of the City, either the Bidder shall eliminate or reduce such deductible or the Bidder shall procure a Bond, in a form satisfactory to the City, covering the same. B. Garage Liability coverage For Garage Operations with minimum limits of not less than One Million Dollars ($1,000,000) per occurrence. If the insurance includes a general aggregate limit, that limit shall apply separately to this Agreement or shall be at least three times the required per occurrence limit. Garage keeper's Legal Liability with minimum limits of not less than One Million Dollars 141Page United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 ($1,000,000) per occurrence. If the insurance includes a general aggregate limit, that limit shall apply separately to this Agreement or shall be at least three times the required per occurrence limit. 8. Monthly Invoices Payments Cut-off date is the close of the last business day of the month. Bidder shall submit by the 10th day of the following month Bidder's completed Statement of Services/Invoice. Should the 10th fall on a weekend or holiday, Bidder shall submit his application on the next workday. Bidder is advised that processing of invoices must follow this schedule, as the City has funding requirements and other payment obligations which may prevent payment of late Statement of Services for that month's billing cycle. A late Statement of Services with a recommendation for payment will be paid in the next month's billing cycle. 9. Warranty A. Type of Warranty Coverage Required In addition to all other warranties that may be supplied by the Bidder , the Bidder shall warrant its products and/or service against faulty labor and/or defective material, for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the Bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the Bidder does not constitute a waiver of these warranty provisions. B. Correctina Defects Covered Under Warranty The Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within 1 calendar day after the City notifies the Bidder of such deficiency in writing. If the Bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the Bidder , in writing, that the Bidder may be debarred as a City Bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within 1 calendar day of receipt of the notice. If the Bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the Bidder in default of its contract, and/or (b) procure the products or services from another Bidder and charge the Bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 10.Deficiencies In Work To Be Corrected By The Bidder (Not Under Warranty) The Bidder shall promptly correct any and all apparent or latent deficiencies and/or 15 1' United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 defects in work and/or any work that fails to conform to the contract documents; regardless of the fabrication, installation or completion status of the overall task. All corrections shall be made within five (5) calendar days after such rejected defects, deficiencies, and/or non-conformances are verbally reported to the Bidder by the City's project administrator, who may confirm all such verbal reports in writing. The Bidder shall bear all costs of correcting such rejected work. If the Bidder fails to correct the work within the period specified, the City may at its discretion, notify the Bidder in writing, that the Bidder is subject to contractual default provisions if the corrections are not completed to the satisfaction of the City within five (5) calendar days of receipt of the notice. If the Bidder fails to correct the work within the period specified in the notice, the City shall place the Bidder on default, obtain the services of another Bidder to correct the deficiencies, and charge the incumbent Bidder for these costs; either through a deduction from the final payment owed to the Bidder or through invoicing. If the Bidder fails to honor this invoice or credit memo, the City may terminate the contract for default. A. Delay Penalties: Should the Bidder fail to make repairs within (5) working days (excluding Saturday, Sunday and Federal Holidays) from the date of the agreement to repair; or fail to supply parts needed to the City or other mutually agreed on repair facility within (5)working days from the date of order; then a delay charge of$200.00 per day (excluding Saturday, Sunday and Holidays) for each (8) hour day delay or part thereof, exclusive of Saturdays, Sundays and Holidays, shall be charged to the Guaranteed Maximum Cost of Repairs. 11.Labor, Materials, And Equipment Shall Be Supplied By The Bidder Unless otherwise provided in Section 3 (entitled "Technical Specifications"), of this solicitation the Bidder shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose of the warranty. All material, workmanship, and equipment shall be subject to the inspection and approval of the City's Project Manager. 12.Labor And Material Charges The Bidder shall provide the City with labor and materials in strict accordance with all solicitation requirements on an as needed, when needed basis. Accordingly, the Bidder shall indicate the cost of this labor and materials on the submittal form included within this solicitation. The Bidder shall not offer an overtime hourly labor rate that exceeds 1 1/2 times the value of the regular hourly labor rate. If non-compliance in either regard is evident either from the offer itself or from subsequent evaluation proceedings, the offer shall be considered non-responsive and ineligible for award. No parts, accessories, or supplies shall be used which might void the vehicle manufacturer's warranty. 161 � _ United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 13.Materials Shall Be New And Warranted Against Defects The Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Bidder in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the City by the Bidder are found to be defective or do not conform to specifications: (1) the materials may be returned to the Bidder at the Bidder 's expense and the contract cancelled or (2) the City may require the Bidder to replace the materials at the Bidder 's expense. 14.Purchase Of Other Items Not Listed Within This Solicitation Based On Price Quotes: While the City has listed all major items within this solicitation which are utilized by City departments in conjunction with their operations, there may be similar items that must be purchased by the City during the term of this contract. Under these circumstances, a City representative will contact the primary Bidder to obtain a price quote for the similar items. If there are multiple Bidder s on the contract, the City representative may also obtain price quotes from these Bidder s. The City reserves the right to award these similar items to the primary contract Bidder , another contract Bidder based on the lowest price quoted, or to acquire the items through a separate solicitation. 15.Work Acceptance This project will be inspected by an authorized representative of the City. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. 16.Drug And Alcohol Testing The Bidder's employees must not possess, distribute, consume, use or cause to be used, any controlled substance or alcohol on the Work sites. Any Bidder employee under the influence of alcohol or a controlled substance must not be permitted to perform any Work under the Contract. Any Bidder or Bidder employee found to be in violation of this requirement will be permanently prohibited from performing any Work under this Contract. Actions taken under this Article must not relieve the Bidder of the obligation to provide sufficient personnel to perform adequate and timely Service as required in this Contract. 171Page United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 SCOPE OF SERVICES /TECHNICAL SPECIFICATIONS 1. Scope of Services Preventative Maintenance (PM) - Scheduled inspection of the vehicle based on either time or mileage. PM's are scheduled for either 3 months or 3,000 miles, whichever comes first. Select vehicles due to their unique service are performed more frequently. A Preventative Maintenance consists of a visual inspection of the vehicle for damage or missing parts, functional testing of components, lubrication, tire rotation, and servicing as needed. The following should be performed: Action Component *reflects additional charge over PM rate Visual inspect vehicle for damage or Advise accordingly missing parts Verify function of dashboard warning indicators during prove out (key in crank mode) advise if any warning Advise accordingly indicators are continuously on. Record idle miles for Police units i Check horn & lights for operation. *Repair as needed Tires - Inspect for unusual wear or *Replace as needed. thread at or below 4/32nd of an inch Rotate tires (if spare is new, rotate into service) and inflate to manufacturers Part of PM recommendations Parking and service brake Inspect for proper operation and advise accordingly. Inspect coolant, brake, power steering, Top off fluids and advise of any concerns. transmission, rear axle, and washer *Any Level 3 leak,fluid leaking on the ground fluid. must be repaired. Check oil level and condition prior to Engine oil changing it. Advise of any concerns. Next change oil and filter. Fill to top of full line on dipstick_ Check and Adjust Drive Belts Advise accordingly Inspect wiper blade and washer pump *Replace as needed. Air Filter *Replace as needed 181E v United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 Battery terminals Service (part of PM) Transmission fluid and fuel filter *Replace at 30,000 mile intervals Check Engine Cooling System, Hoses *Replace as needed. And Clamps Check Exhaust System Advise accordingly 1 Check Air Condition System, Freon Advise accordingly Level B. TECHNICAL REQUIREMENTS Replacement Parts — Replacement parts should be New Original Equipment unless noted otherwise or agreed upon for a specific repair or authorized by the City representative. Where an O.E. has multiple lines, the premium line should be used (Example: Motorcraft use Super Duty, AC Delco use OE Service). Exceptions 1. Motor Oil must be of premium grade and meet Ford Motor Company's specifications for 5W-20 or 5W-30 Synthetic Blend for gasoline engines and 15W 40 Super Duty for diesel engines. Going forward, manufacturers may switch to a full synthetic. Provision for price adjustments will be noted below. 2. Brakes on Ford Motor Company vehicles should be Motorcraft Super Duty when available or Motorcraft. For marked patrol units use Ford Original Equipment pads, not Motorcraft. 3. Transmission/ Rear Axle Fluid / Refrigerant/ Brake Fluid — Must be of high quality and meet O.E. manufacturer's specifications. 4. Wiper Blades— High quality refill (Anco or Trico is acceptable), for GM AC Delco Advantage line is preferred. 5. Misc. supplies— hose clamps, wire connectors, etc. must be of high quality. Minimum Requirements: Technicians must be certified by either the respective vehicle manufacturer or ASE certified for the repairs being performed. Bidder must have an ASE Certified Master Mechanic, on staff, for automobile and light trucks, mechanics shall have the following ASE certifications: • Al Engine Repair 19 a United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/2912024 • A2 Automatic Transmission/Transaxle • A3 Manual Drive Train & Axles • A4 Suspension & Steering • A5 Brakes • A6 Electrical/Electronic Systems • A7 Heating and Air Conditioning • A8 Engine Performance Bidder shall be responsible for the appearance of all working personnel assigned to the project (clean and appropriately dressed at all times). All employees of the Bidder shall be considered to be at all times the sole employees of the Bidder, under the Bidder's sole direction, and not an employee or agent of the City of Sunny Isles Beach. Tires —The City purchases Goodyear tires using the State of Illinois Contract and pricing. The facility shall provide tires accordingly, as needed. The city will pay for the mounting, balance, tire valves, and disposal of old tires upon usage at State of Illinois rate. The city will not be responsible for any other fees or charges. Shop Equipment—The facility shall have sufficient high-quality tools and equipment to service late model vehicles (brake lathe, tire changer, tire balancer, alignment, tire pressure monitor tools, and OBDII diagnostic equipment). Repairs - Before providing repair work, cost estimates shall be provided to Fleet Management detailing parts and labor required for the repair. No additional repairs will be allowed unless first authorized by Fleet Management. • If a cost estimate for repair appears unreasonable in view of prior cost experience and other prevailing estimates, the City reserves the right to obtain services from another source. • In no case shall the charge for labor exceed the bid price per hour times the numbers of hours quoted at such time repairs were performed. 2. Hours Of Operation Bidder shall at a minimum, provide for the operation of the facility six (6) days per week, from 7:30 a.m. to 5:00 p.m. Monday through Friday, 7:30a.m to 12:00 p.m. Saturday except for any federal holidays. 3. Protection A. The Bidder shall be solely responsible for City vehicles and equipment while in their possession for maintenance and/or repairs. 20IPa�� United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 B. Vehicles left at Bidder's facility during non-business hours to complete service must be stored in a secure area. C. The Bidder must take all necessary precautions for the safety of employees in the performance of the Work on, about or adjacent to the premises, and must comply with all applicable provisions of Federal, State, and local laws, including, but not limited to the requirements of the Occupational Safety and Health Act of 1970 (OSHA), and amendments thereto, to prevent accidents or injury to persons on, about or adjacent to the premises where the Work is being performed. 4. Estimates Bidder shall provide written "not to exceed" estimates on any repair. The estimate will include the estimated number of hours, hourly rate, estimated material cost and completion date. It will be the Bidder's responsibility to ensure they have all the equipment and materials to provide accurate estimates. No work shall be performed by the Bidder before authorization is provided by the City Representative. 5. Hourly Rate The hourly rates quoted shall include full compensation for labor, equipment use, and any other cost to the Bidder . 6. Quality Of Parts To Be Furnished Parts furnished to the City shall meet or exceed the quality of the parts furnished originally for the equipment (OEM). However, if the original manufacturer has updated the quality of the parts for current production, parts supplied under this contract shall equal or exceed the updated quality. Failure to provide items of such quality will be cause for rejection and / or return of said item. The burden of proof and cost of analysis will be the Bidder's. There will be no reboxing of parts. Rebuilt/ remanufactured parts will have been dismantled and reconstructed as necessary: all internal and external parts cleaned and made free from rust and corrosion; all impaired, defective, or substantially worked parts restored to a sound condition or replaced with new, rebuilt, or unimpaired used parts; all missing parts replaced with new, rebuilt, or unimpaired used parts; and such other operations performed as are necessary to put the product in sound working condition. Rebuilt or used parts must conform to the manufacturer's reconditioning tolerances. Costs for lubricants, grease, and other similar materials used to maintain or repair city fleet vehicles shall be included in the parts cost incurred by the Bidder and ultimately to be part of the targeted operating budget costs in accordance with the provisions of this agreement. 211F, aw - United City of Yorkville.Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 7. Performance Standards The Bidder needs to be fully aware of the fact that City departments that rely on vehicles to perform their functions operate in a highly competitive environment and time for maintenance and repair work is of the essence. With this in mind, the Bidder will meet the performance standards noted below during the term of this agreement. The Bidder will be expected to maintain these performance standards at all times. Labor disputes, strikes, and other events, except those beyond the Contactors' control will not relieve the Bidder of meeting these standards. 8. Vehicle Turnaround Time Standards The following percentages of all maintenance and repair work must be completed within 24 hours of the vehicle's delivery to the garage or within 24 hours of notification of maintenance requirements (excluding weekends and non-working holidays): General Fleet Vehicles 85% of the time One-Ton or Smaller Vehicles 80% of the time Larger than One-Ton Vehicles 75% of the time (Includes Construction Equipment & other specialty equipment) No more than 5% of all vehicles will be out of services for maintenance or repair for more than 48 hours per trip to the garage with the following exceptions: • Accident or Vandalism Repair: If the cost of repair is less than $2,000, the repair must be completed within ten (10) calendar days of the damage notification. If the cost of repair is $2,000 or greater, the repair must be accomplished within twenty (20) calendar days from the date of damage notification. • Vehicles awaiting repair authorization from the City: In cases where the Bidder is awaiting repair authorization from the City to proceed with a given repair, the period from which turnaround time is measured will begin with the City's authorization to process with the repair. • Major component overhauls or replacements: Major component overhauls or replacements within the first four (4) months of the initial contract year will require written authorization from the City. The amount of time allowed for these repairs will be decided by the City as a function of the need for the vehicle and the nature of the repair. • Vehicles Exempted by the City: In instances where the City decides that it would 22lP aae United City of Yorkville, Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 be in the City's best interest to temporarily waive vehicles turnaround performance standards for all or selected vehicles, the City will provide the Bidder written notification of this decision including specification of the time period for which these standards will be relaxed. The Bidder is responsible for notifying the representative of user departments by telephone, email or in person when any vehicle will be out-of-service for maintenance or repair for more than 24 hours. 9. Rework All re-work must be performed within 24 hours after City notification of corrective action. 1 Q.Ad Hoc Reports The Bidder may be required to assist in the generation of any ad hoc reports as the City or any of its user departments may request. In addition, some users may require copies of repair orders when vehicles are picked up to document costs incurred that are eligible for Federal reimbursement. All such requires must go through the City Representative. 231Pa - United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 PROPOSALFORMAT Proposers must submit one (1) completed proposal packet including the entire RFP packet. Be sure that the individual signing the Proposal is authorized to commit the organization to the Proposal as submitted. The City reserves the right to request additional data or material to support Proposals. All material submitted in response to the RFP will become the property of the City. LABEL EACH SECTION AS NUMBERED The proposal must be in the following format. Failure to submit all documentation in response to items #1 through #9 of this section may result in the proposal being deemed non-responsive and may result in the proposer's bid not being considered, in the City's Sole Discretion. 1. Company Information • All Proposers must provide the following: o Name of Agency/Company (including any "Doing Business As" names) o Company Locations. o Internet Web Site Address (if any). o Details of Entity Business Structure (Corporation, Partnership, LLC). o Date Founded. o Home office address, telephone number, and local address and phone number. c List of any outstanding litigation that would threaten the viability of the bidder or the performance of this contract. o Proof of insurance. o Indication of how long it would take to implement service after authorized to begin. o Hours of operation 2. Qualifications • Include licenses and certificates such as the ASE Certified Master Mechanic. • A schedule of proposed services. The schedule should include the Proposer's understanding of the issues and tasks of the project at hand. 3. Staffing Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this project as well as experience and qualifications. The size and experience of the company staff pool from which staff assigned to the contract can be drawn. The composition of the staff team should 24 a United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 include: • The names of the employees in the area responsible for this contract • Their function in the company. The name of the person who will be responsible for the coordination of work. 4. Proposal Submittal Forms The following items must be completed and included in proposal submittal: • Bidder Certifications • Management Information Sheet • Price Proposal • Detail Exception Sheet • References • Contract The City retains the right to request any additional information pertaining to the Proposer's ability, qualifications and procedures used to accomplish all work under the contract as it deems necessary to ensure safe and satisfactory work. 251Pave United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 BIDDER CERTIFICATIONS The undersigned Bidder; A. Certifies that it is not barred from contracting or contracting with the City as a result of a violation of either Paragraph 33E-3 (Bid rigging) or 33E-4 (Bid rotating) of Act 5, Chapter 720 of the Illinois Complied Statutes regarding criminal interference with public contracting; and B. Swears under oath that it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue as required by Chapter 65, Act 5, paragraph 11-42.1 of the Illinois Complied Statutes; and C. States that is has a written sexual harassment policy as required by the Illinois Human Rights Act (775 ILCS 5/2-105(A) (4) a copy of which shall be provided to the City upon request; and D. Agrees to comply with the requirements of the Illinois Human Rights Act regarding Equal Employment Opportunities as required by Section 2-105 of the Illinois Human Rights Act (775 ILCS 5/2-105) and agrees to comply with the Equal Employment Opportunity Clause, Section 750, Part 750, Chapter X, Subtitle B of Title 44 of the Illinois Administrative Code incorporated herein by reference; and E. Agrees to comply with current applicable regulations of the Americans with Disabilities Act; and F. Agrees to comply with the civil rights standards set forth in Title VII of the Civil Rights Act as mandated in Executive Order No. 11246, U.S.C.A. Section 2000e n.114 (September 24, 1965); and G. Agrees to provide a drug-free workplace pursuant to the Drug-Free Workplace Act (30 ILCS 580/1 et seq.) (25 or more employees under a contract of more than $5,000 or for individuals only when greater than $5,000). Gjovik Ford Inc. Business Name Brian Redmond Printed Name idder 08/29/2024 Signature of Authorized Representative Date 26 1 P a United City of Yorkville, Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 MANAGEMENT INFORMATION Proposers and their subcontractor must have prior successful experience performing maintenance and repair services on automobiles, trucks and other vehicles, must be licensed to conduct business in the State of Illinois, and must possess all permits, licenses, certifications, approvals, equipment, materials, and staff necessary to perform and/or carry out the requirements of the contract. Please supply the information requested below. Attach additional sheets, if necessary, to provide required information. Gjovik Ford Inc. Business Name 12950 E US Route 34 Plano, IL 60545 Address City, State, Zip Code Brian Redmond (630)925-7602 Contact Person Telephone Number QUESTIONAIRE: Number of years company has been in the business of vehicle maintenance and 34 Years repairs services: Number of repair employees: 11 Hours of operation: M-F 7:30-6pm Have you included copies of ASE All are Base Certified, Master Certified, or Certified Master Mechanic certificates for Senoir Master Certified through Ford Motor your technicians? Company. p Y• Proximity to United City of Yorkville City 4 miles Hall (800 Game Farm Road) t Has your shop ever been a subject of Better Business Bureau action? No How many bays are available for 18 vehicles? 27 1 a` United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 PRICE PROPOSAL UNIT PRICE: Unit price should be numeric. Unit price left blank will be deemed "no bid" ands price of$0 will be deemed" included at no charge." GROUP #1 - CARS AND TRUCKS UP TO 1% TON Preventive Maintenance per Section 3.1 A Indicate the actual Posted Shop Labor $ 189.95 Rate B Percentage Discount from the Posted 34% Shop Labor Rate C Discounted Hourly Shop Labor Rate $ 125.00 AND Percentage Discount off the O.E.M. / MSRP Cost + 25% List for parts FLAT RATE SERVICES No. Description Extended Cost D Alignment of Front Axle Only (complete) $ 89.95 E Alignment of Front and Single Rear Axle (complete) $ 139.95 F Oil Change $ 60.00 (Up to 5 quarts of Oil and Oil Filter F.1 Synthetic Oil Change $ 88.00 (Up to 5 quarts of Oil and Oil Filter) I GROUP #2 -TRUCKS OVER 1%TON Preventive Maintenance per Section 3.1 A Indicate the actual Posted Shop Labor $ 209.95 Rate B Percentage Discount from the Posted 35% Shop LaborRate C Discounted Hourly Shop Labor Rate $ 135.00 2 8 1 P a g e United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 AND Percentage Discount off the O.E.M. / MSRP List Cost + 25% for parts FLAT RATE SERVICES No. Description Extended Cost D Alignment of Front Axle Only (complete) $ 109.95 E Alignment of Front and Single Rear Axle (complete) $ 109.95 F Oil Change $ 60.00 (Up to 5 quarts of Oil and Oil Filter F.1 Synthetic Oil Change $ 88.00 (Up to 5 quarts of Oil and Oil Filter The undersigned, having examined the specifications, and all conditions affecting the specified project, offer to furnish all services, labor, and incidentals specified for the price below. Gjovik Ford Inc. Business Name Brian Redmond Printed Na Bidder 08/29/24 Signature of Authorized Representative Date 291Page United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 DETAIL EXCEPTION SHEET Any exception must be clearly noted on this sheet. Failure to do so may be the reason for the rejection of the proposal. It is not our intention to prohibit any potential Bidder from contracting by virtue of the specifications, but to describe the material(s) and service(s) actually required. the City reserves the right to accept or reject any or all exceptions. Bidder's exceptions are: Parts Discount excludes Engine and Transmission assemblies. No SaturdayService hours 301 United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 REFERENCES Enter below current business references for whom you have performed work similar to that required by this proposal. Reference No. 1 Kendall County Sheriff's Office Business Name 1102 Cornell Lane Yorkville, IL 60560 Address City, State, Zip Code Andy Peters (630)553-7500 Ext# 1136 Contact Person Telephone Number Aug 2017-Present Fleet maintenence/Warranty Repairs Dates of Service Nature of Work Reference No. 2 Little Rock Fox Fire Protection Business Name 300 Mitchell Dr. Plano, IL 60545 Address City, State, Zip Code Dave Jordan (630)669-4984 Contact Person Telephone Number March 2005-Present Fleet Maintenence/Warranty Repairs Dates of Service Nature of Work Reference No. 3 Door Distributers Business Name 5429 W Roosevelt Rd. Cicero, IL 60804 Address City, State, Zip Code Kevin Holmes (708)780-0777 Contact Person Telephone Number June 2018-Present Fleet Maintenece and Repairs Dates of Service Nature of Work 311Paa . United City of Yorkville,Illinois Requested Proposal for Fleet Maintenance Services 8/29/2024 CONTRACT This CONTRACT ("Contract') made and entered into this 24th day of September 2024, by and between the United City of Yorkville, Kendall City, an Illinois Municipal Corporation, hereinafter referred to as the "City" and _Gjovik Ford Inc. hereinafter referred to as the "Bidder" and its successors. WITNESSETH: WHEREAS, the City has solicited proposals for all labor and materials necessary to complete the work specified in the Request for Proposals for the Landscape Maintenance Services for the Fleet Maintenance Services. WHEREAS, the City has found that the Bidder is the lowest responsible Bidder for said work and has awarded the Bidder this contract for said work; and WHEREAS, the entire proposal packet together with all exhibits, terms, and conditions to become a part of this contract unless otherwise specified all of which are made a part hereof and herein called the "Contract Documents". The City assumes that submission of a proposal means that the person submitting the proposal has familiarized themselves with all conditions and intends to comply with them unless noted otherwise. NOW, THEREFORE, for and in consideration of their mutual promises and agreements, the parties hereto do hereby agree as follows: 1. The Bidder agrees to furnish all materials, supplies, tools, equipment, labor and other services necessary to commence and complete the work in accordance with the specifications, conditions, and prices stated in the proposal packet. 2. The City will pay the Bidder in the amounts, manner and at times as set forth in the Contract Documents. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Contract as of the day and year first above written: UNITED CITY OF YORKVILLE: CONTRACTOR: By: By: Mayor Signature c. 4,�, Print Name and Title Attest: Witness: ---- Cit Clerk neSS 32 Pa c