HomeMy WebLinkAbout12/5/2012 - STAFF REPORTS - 2.J. �OF Q ALM SAP
V N
t C1j04/.if. � ,
CgOFORN�P City Council Staff Report
Date: December 05, 2012 CONSENT CALENDAR
Subject: AWARD OF CONTRACT FOR THE OUTFITTING F-350 & F-450
CHASSIS TO PLATFORM/FLATBED TRUCKS.
From: David H. Ready, City Manager
Initiated by: Public Works & Engineering; Fleet Operations
SUMMARY
Fleet Operations purchased two Ford chassis from the 2011-2012 equipment list. These
vehicles will require platform/flatbeds to be used by City employees in the capacity that
they were intended. Award of this contract will allow staff to proceed with the outfitting of
these vehicles.
RECOMMENDATION:
1) Approve Agreement No. in the amount of $52,106.00 with C-Tec /
California Truck Equipment Company Inc. for all the labor and materials
necessary to fabricate and install platform/flatbeds on two 2012 Ford chassis.
STAFF ANALYSIS:
Fleet Operations wrote two specifications for the outfitting of two Ford chassis. The
project was advertised for bids, and at 3:00 p.m. on October 2, 2012, the Procurement
and Contracting Division received only one bid from the following bed builder:
1. C-Tec/ California Truck Equipment Company Inc.; Downey, CA; $52,106.00
FISCAL IMPACT:
Funding for this project is made available through Motor Vehicle Special Department
Supplies funds in account 510-5475-42195
REM NO. _
City Council Staff Report
December 05, 2012- Page 2
Award of Outfitting of a F-350 & F-450
SUBMITTED:
Prepared by:
David J. Barakian
Director of Public Works/City Engineer
Approved by:
Thomas J. Wilso , Asst. City Manager David H. Ready, anager
Attachments:
1. IFB
02
J a,
QAIM sA ] EC
* *
i
C141IF09
INVITATION FOR BIDS
IFB 13-05
OUTFITTING F-350 & F-450 CHASSIS TO PLATFORM/FLATBED TRUCKS
BID DUE DATE: TUESDAY, OCTOBER 2, 2012—3:00 P.M.
I. GENERAL CONDITIONS
1. General information- NOTICE IS HEREBY GIVEN that sealed bids in response to Invitation
for Bids, IFB 13-05 forthe outfitting of a new Ford F-350 and F-450 Chassis(both vehicles provided
by City*)to be platfomVflatbed trucks for the Parks and Streets Departments will be received atthe
office of the Procurement&Contracting Division,3200 East Tahquitz Canyon Way, Palm Springs,
Cafrfomia, until 3:00 P.M. Local Time,TUESDAY, OCTOBER 2, 2012, at which time they will be
publicly opened and read aloud. It is the responsibility of the bidder to see that any bid sent
through the mail,or via any other method,shall have sufficient time to be received by this specified
date and time. No Bid will be considered unless it is made on the bid form(s)fumished by the City
in this IFB, properly executed, enclosed in a sealed envelope bearing the name of the bidder,the
bid number, bid due date and bid title. The receiving time in the Procurement Office will be the
governing time for acceptability of bids. Telegraphic,telephonic,faxed or emailed bids will not be
accepted. Late bids will be retumed unopened.
No responsibility will attach to any officer for the premature opening of, or the failure to open a bid
not properly addressed and identified.
Pre-Bid Conference: The City shall hold a ngn-mandatory pre-bid conference at 10:00 AM on
Monday, September 17, 2012,where interested contractors may view the two new Ford Chassis
vehicles in person and upon conclusion of the conference submit questions regarding the bid
documents or specifications in writing only whereby the City shall provide responses via Addenda.
(See section#3 on"Questions7. The conference will be held at the City s Fleet Operations Facility
located at 425 N. Civic Drive, Palm Springs, CA, 92262.
Bid Documents and Specifications may be obtained via the Intemet at the following address:
httD://www.Dalmsorinasca.aov click on "Government", "Departments" and go to "Procurement,
"Open Bids'. You may also call the Procurement office at (760) 322-8373.
1
I
03
j
NOTE: If you downloaded this bid via the Internet at the address above, contact
Cheryl Marlin, Procurement Specialist I, via email at
Chervl.Martinftalmsprinasca.00v to register as a Bidder. Failure to register as a
Bidder may result in your firm not receiving bid addenda. Failure to acknowledge
addenda with your bid may cause your bid to be considered non-responsive.
2. Form of Bid-The bid shall be made on the attached bidder's bid form(s). Additional support
information may be submitted with the bid,via an attachment of catalogs, drawings,photographs,
or a letter, if necessary. Letters repeating prices and details from the City's specifications must be
omitted. The bid documents provided,including the specifications and cost proposal pages, must
be submitted properly executed.
3. Questions: Bidders, their representatives, agents or anyone else acting on their behalf are
specifically directed NOT to contact any city employee,commission member,committee member,
council member, or other agency employee or associate for any purpose related to this IFB other
than as directed below. Contact with anyone other than as directed below will be cause for
rejection of a bid.
ANY questions,technical or otherwise, pertaining to this Invitation to Bid must be submitted IN
WRITING and directed ONLY to:
Craig Gladders, Procurement& Contracting Manager
3200 East Tahquitz Canyon Way
Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Craig.GladdersO-Dalmsprinasca.00v
Interpretations or clarifications considered necessary in response to such questions will be resolved
by the issuance of formal Addenda to the IFB. The deadline for all questions is Tuesday.
September 25,2012 at 3:00 P.M.,Local Time. Questions received afterthis date and time will not
be answered. Only questions that have been resolved by formal written Addenda via the Division of
Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be
without legal or contractual effect
4. Bid Openings-Bids shall be delivered to the Procurement Division of the City of Palm Springs
on or before the day and hour set for the opening of bids in the published Notice to Bidders. Each
bid shall be enclosed in a separate sealed envelope bearing the description of the bid, the bid
number,the name of the bidder,and the date and hour of the bid opening. Bids submitted maybe
withdrawn bywritten request received before the hour setforthe opening. Afterthattime,bids may
not be withdrawn by the bidder for a period of ninety (90) days and at no time after award of bid.
S. Late Bids-It is the responsibility of the Bidder to see that any submittal sent through the mail,
or via any other method, shall have sufficient time to be received by this specified date and time.
The receiving time in the Procurement Office will be the goveming time for acceptability of
submittals. Telegraphic, telephonic, faxed or emailed submittals will not be accepted. Late
submittals will be returned unopened.
2
04
S. Local Preference. Pursuant to the City of Palm Springs Local Preference Ordinance 1756,the
term "Local Business' is defined as a vendor, contractor, or consultant who has a valid physical
business address located within the Coachella Valley,at least six months prior to bid or bid opening
date,from which the vendor,contractor,or consultant operates or performs business on a day-to-
day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley.
"Coachella Valley"is defined as the area between the Salton Sea on the south,the San Jacinto and
Santa Rosa Mountains on the west,and the Little San Bernardino Mountains on the east and north.
For the purposes of this definition,"Coachella Valley"includes the cities of Beaumont and Banning
and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes
are not verifiable and shall not be used for the purpose of establishing such physical address.
In the bidding of, or letting for procurement of, supplies,materials, and equipment, as provided in
Ordinance No.1756,the City may give a preference to Local Businesses in making such purchase
or awarding such contract in an amount not to exceed five(5%)percent of the Local Business'total
bid price, or$15,000, whichever amount is lower. Total bid price shall include only the base bid
price but also adjustments to that base bid price resulting from alternates requested in the
Solicitation.
In order for a Local Business to be eligible to claim the preference,the business MUST request the
preference in the Solicitation response(see cost proposal Panes)and provide a copy of its
current business license from a iurisdiction in the Coachella Valley.
7. Basis of Award: The City reserves the right to award to the lowest responsive, responsible.
bidder, or to reject all bids, as it may best serve the interests of the City. The City of Palm Springs
also reserves the right to reject any or all bids and to waive any informality or technical defect in a
bid. The decision of the Palm Springs City Council will be final.
NO BIDDER WILL BE ALLOWED TO OFFER MORE THAN ONE PRICE ON EACH VEHICLE. If
said bidder should submit more than one price on any vehicle, all prices for that vehicle may be
rejected at the discretion of the City. When discrepancies occur between Unit Prices and extended
totals,the Unit Prices shall govern.
8. Terms and Conditions-The bidder shall not change the wording in the attached specifications
or conditions. No words or comments shall be added to the general conditions or detailed
specifications. Any explanation or alternative offered shall be set forth in a letter attached to the
front cover of the specifications. Conditional bids will not be accepted.
9. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days.
10. Brand Names-It is understood that the material/equipment offered by the Bidder will meet all
requirements of the specifications in this bid unless deviations thereto are clearly indicated in an
attachment titled "Deviations from Specifications" submitted and signed by Bidder's authorized
representative. In order forthe Bid to be considered,an explanation must be made foreach item in
which a deviation is indicated,giving in detail the extent of,and reason for,the deviation. The City
shall be the sole judge as whether or not a deviation is acceptable. Furthermore,the City shall be
the sole judge as to whether an item Is an approved "equal" where "or equar or"equivalent is
Indicated. Please refer to the specifications where"Or Equal" may be considered.
3
i
05
11. Tax-No bid shall include federal excise tax,inasmuch as the City is exempt per published IRS
regulations concerning state/local governments. The City is obligated to pay applicable state sales
or use taxes(8.75%).
12. Samples — If requested, bidders shall submit properly marked samples of the article(s) on
which bid is made to the City. Any sample submitted must be clearly marked in such a mannerthat
the marking is fixed,so that the identification of the sample is assured. Such marking shall state(1)
name of bidder, (2) number of bid, and (3) item number. Samples, when required, must be
furnished free of expense to the City,and if not destroyed by tests,will upon request be returned of
bidder's expense.
13. Inspection -All items furnished shall be subject to the inspection of the City, and unsuitable
items maybe rejected. Defective items shall be made good by the vendor in a manner satisfactory
to the City.
14. Assignment-No assignment by the contractor or any contract to be entered into hereunder or
of any part thereof,except of funds to be received thereunder by the contractor,will be recognized
by the City unless such assignment has had the prior written approval of the City.
15. Warranty-Terms of any warranty offered by the manufacturer or the bidder shall be included
with the bid.
16. Termination for Default-The City may, by written notice of default to the vendor,terminate
any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to
deliver within time specified therein or fail to deliver in strict conformance to specifications and
requirements set forth therein. In the event of such termination, the City reserves the right to
purchase or obtain the supplies or services elsewhere,and the defaulting vendor shall be liable for
the difference between the prices set forth in the terminated order and the actual cost thereof to the
City. The prevailing market price shall be considered the fair repurchase price. if, after notice of
termination of this contract under the provisions of this clause, it is determined for any reason that
the Contractor was not in default under the provisions of this clause, the rights and obligations of
the parties shall be the same as if the notice of termination had been issued pursuant to the
Termination for Convenience clause. The rights and remedies of City provided in this article shall
not be exclusive and are in addition to any other rights and remedies provided by law or under
resulting order.
17. Termination for Convenience - The City may, by written notice stating the extent and
effective date,terminate any resulting order for convenience in whole or in part, at any time. The
City shalt pay the vendor as full compensation for performance until such termination the unit or pro
rate price for the delivered and accepted portion,and a reasonable amount,as costs of termination,
not otherwise recoverable from other sources by the vendor as approved by the City,with respect
to the undelivered or unaccepted portion of the order,provided compensation hereunder shall in no
event exceed the total price. In no event shall the City be liable for any loss of profits on the
resulting order or portion thereof so terminated. The rights and remedies of City provided in this
article shall not be exclusive and are in addition to any other rights and remedies provided by law or
under resulting order.
18. Fiscal Year - Obligation for payment of any contract beyond the current fiscal year end is
4
06
contingent upon the availability of funding from which payment can be made. No legal liability shall
arise for payment beyond June 30 of the calendar year unless funds are made available for such
performance.
19.Goveming Law: This contract shall be construed and interpreted according to the laws of the
State of California.
20.Affidavit of Non-Collusion and References: Bidders are required to file an Affidavit of Non-
Collusion with their Bid. This shall be signed and sworn before a Notary Public with a commission
in the State of California. Bidders are also required to provide References, The forms are included
in the Bid package as Exhibits A and B.
21. Bidder Responsibility: The City of Palm Springs reserves the right to reject the Bid of any
Bidderwho previously failed to perform property,or complete on time,agreements of similar nature,
or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily.
22.Vehicle Quantities and length of term: At this time the City has two (2) new chassis, one
2012 Ford F-350 (for Parks) and one 2012 Ford F-450 (for Streets) that need to be outfitted to
platfonn/flatbad trucks as per the specifications. The City may acquire additional F-350 and F-450
chassis vehicles to be outfitted with the same specifications throughout the fiscal year,and as such,
the successful bidder shall be required to hold their bid pricing until June 30,2013 to accommodate
any additional vehicles if acquired.
IMPORTANT NOTE:
BIDDERS CHECKLIST— REQUIRED DOCUMENTS:
Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not
completely filled out and submitted with the Bid:
X Specification pages with "Yes/Now response next to each line item, pages 7-9
X Deviations from Specifications (if any) and any items being offered as °Or Equar
where allowed for consideration.
X Bid Cost Proposal, pages 10-11
X Signature Authorization, Bid Cost Proposal, page 11, must be signed by an
authorized representative.
X Request for Local Preference, if applicable, including a copy of current business
license,and all Addenda issued shall be acknowledged in the space provided on Bid
Cost Proposal page 11.
X Affidavit of Non-collusion by Contractor form, Exhibit A, page 12, must be manually
signed and countersioned by a Notary Public.
X References, Exhibit B, page 13.
5
07
ILDETAILED SPECIFICATIONS
The City of Palm Springs invites your firm to submit a bid for the outfitting of chassis to
platfomUflatbed trucks for our Parks and Streets Departments. These specifications provide the
requirements of the City of Palm Springs to outfit Parks & Streets vehicles for service as
platfomJflatbed trucks. The specifications include equipment manufacturers and part numbers to
provide vendors with sufficient information to prepare a comprehensive bid.
The successful vendor shall provide an as-buift diagram with each vehicle outfitted. Vendorshall
provide a 90-day warranty period on all parts and a 1-year warranty on workmanship except when
the manufacturer warranty exceeds the 90-day period All bids shall be on a per-vehicle basis.The
unit bid price shall apply to all vehicles submitted for outfitting.
The City reserves the right to conduct an onsite inspection at the vendor's location prior to
completed units being transported to the City of Palm Springs. Final acceptance will not be granted
until each unit has been delivered,all functions tested,workmanship is inspected,and approved by
the City of Palm Springs Fleet Operations Manager.
NOTE: Bidder must provide on the line provide next to each item either"Yes or No" in the
Bid Specifications,to Indicate understanding and compliance,or non-compliance,with the
specification. Failure to respond either"Yes" or"No" may result in a bid being determined as
non-responsive.
The successful bidder shall be responsible for meeting all specifications in this bid. All equipment
installed shall be legal for use in the State of California. Furthermore, all brand name parts
specified must be new(un-used)authentic parts purchased from the manufacturers or from their
authorized distributors/dealers and come with the original manufacturer's warranty. As such, the
City does NOT require that the successful outfitter spectficaly be an authorized tech center,service
center, dealer, or distributor for ANY particular brand of equipment that is included in the
specifications. All parts and equipment must come with their original MANUFACTURER warranty
and the outfitter shall provide their own warranty as described above.
It is understood that the material/equipment offered by the Bidder will meet all requirements of the
specifications in this bid unless deviations thereto are clearly indicated in an attachment titled
"Deviations from Specifications"submitted and signed by Bidder's authorized representative. In
order for the Bid to be considered,an explanation must be made for each item in which a deviation
is indicated, giving in detail the extent of, and reason for,the deviation. The City shall be the sole
judge as whether or not a deviation is acceptable. Furthermore,the City shall be the sole judge as
to whether an item is an approved `equal"where "or equal" or"equivalent' is indicated. Please
refer to the specifications where"Or Equar may be considered.
INCOMPLETE BIDS WILL NOT BE ACCEPTED.
6
08
1
Specifications for Parks F-360 Platform/Flathed:
You must answer"Yes"or"No"next to each speciflcatlon item on the line provided.
1. Platform/Stake bed 12' long, 8'wide, 4' bulkhead YES
2. To fit on a 2012 Ford F-350 chassis with a 165 W.B. YES
3. The bed will have a wooden deck, tongue and grove. YES
4.The bed will have dump bed/ lift hoist capabilities. Electric over hydraulic with switches in cab
to control. Switch to be mounted by left side of driver's seat. Specific placement to be specified
by Fleet Manager. Self contained unit. Must be able to lift capacity of bed fully loaded. YES
5. The bed will have tucked away lift gate. Electric over hydraulic. Self contained. Mounted on
the rear of the bed. YES
6. The bed will have two steps at the rear. One on each side of the vehicle. The steps will have
two steps. YES
7. Towing capabilities are to be incorporated in lift gate. Hitch will be a 2" receiver type hitch.
The hitch will be able to tow the maximum towing capacity of the vehicle. YES
8. The bed will have a box mounted to the front of the bulkhead. Box dimensions are 30" long,
8'wide, and 47 tall.The box will have two doors one on each side. The box will have 2
horizontal shelf that split the box in 3rds.The box will be raised off of the deck two inches so it
can be cleaned underneath. YES
9. One (1) - Superior Signals Inc. Part#SY3983060L with SY3800110 Lift kit, 180 deg. power
cab mount. LED Arrow board, 30X60, 25 Lamp LED, 12VDC, Full Hood, Controller with
Brackets, and 25' power cable.`The City will consider an "Or Equal" as long as board is
30X60, LED, and meets MUTCD specifications.To be mounted on top of bulkhead. Mounted
rearward. This includes the controller. Controller to be mounted in cab. Placement to be
specified by Fleet Manager. YES
10. Two(2)-Whelan LED Beacons Part#L31 HAF. *The City will consider an "Or Equal" If it
meets Califomla Title 13.To be mounted on outsides of box in rearward positions. Placement
to be specified by Fleet Manager. YES
11. Four(4)- Whelen Vertex Super-LED Lights Part#VTX609F AmberiWhite LED comer
strobes. Part#XTXFCA Chrome mounting surface mount. "The City will NOT consider
equivalents for this part Placement to be specified by Fleet Manager. YES
12.The bed will have working LED taillights, LED clearance lights, and reflectors compliant to
California D.O.T. regulations. YES
13.The bed will have mudflaps. One on each side. YEs
ffle •1�
CTEC '
__ ___
J
14. Fuel filler neck will be fully functional. YES
15.The bed will have working LED taillights, LED clearance lights, and reflectors compliant to
California D.O.T. regulations. YES
16. Fuel filler neck will be fully functional. YES
17. Bed will be fully undercoated. YES
Specifications for Streets F-460 Platform/Flatbed:
You must answer"Yes"or"No"next to each specification item on the line provided.
1. PiatfonnlStake bed 12' long, 8'wide, and 4' bulkhead. Bulkhead will have laser cut or
punched window for rearward visibility. YES
2. To fit on a 2012 Ford F-450 chassis with a 165 W.B. YES
3. The bed will have a wooden deck, tongue and grove. YES
4. Two (2) - Hickory Springs Entry Steps Triple Hi-Riser's.Part#44-1719. *The City will
consider an "Or Eaual"for this part. One on each side of vehicle. Rearward facing.
Placement to be specified by Fleet Manager. YES
5.The bumper will be a standard ICC bumper and will meet D.O.T. regulations. Towing
capabilities are to be incorporated in bumper. Hitch will be a 2" receiver type hitch. The hitch will
be able to tow the maximum towing capacity of the vehicle. YES
6. The bed will have wooden sides all around. Each section will have three (3) solid rows from
the bottom. Standard sectioning. YEs
7. One (I)-,Superior Signals Inc. Part#SY3983060L vim SY3800110 Lift kit, 180 deg. power
cab mount. LED Arrow board, 30X60,25 Lamp LED, 12VDC, Full Hood, Controller with
Brackets, and 25' power cable. "The City will consider an "Or Equal" as Iona as board is
30X60, LED, and meets MUTCD specifications.To be mounted on top of bulkhead. Mounted
rearward. This includes the controller. Controller to be mounted in cab. Placement to be
specified by Fleet Manager. YES
8. Two (2)-Whalen LED Beacons Part#L31 HAF. *The City will consider an "Or Equal" if it
meets California Title 13. To be mounted on outsides of box In rearward positions. Placement
to be specified by Fleet Manager. YES
9. Four(4)- Whelan Vertex Super-LED Lights Part#VTX609F Amber/Whke LED comer
strobes. Part#XTXFCA Chrome mounting surface mount. *The City will NOT consider
eauivalents for this part Placement to be specified by Fleet Manager. YES _
8 06116/nL
CTEC7 ��
10. Two (2)- Buyers Products 18"H x 18°D x 60°W Part# 1702715 Stainless steel door
underbed boxes. Color black. "The City will consider an "Or Equal"for this Part. Please
NOTE that these are to be shipped with finished vehicle and are NOT to be Installed. The
City Fleet staff will perform the Installation here after delivery. YES
11. The bed will have working LED taillights, LED clearance lights, and reflectors compliant to
California D.O.T. regulations. YES
12. The bed will have mud flaps. One on each side. YES
.ar
13. Fuel filler neck will be fully functional. YES
14. Bed will be fully undercoated. YES
rago,
500- " 61-Z83Z
9
CTECI
Ill. BID COST PROPOSAL: IFS 13-05—Due, TUESDAY.OCTOBER 2,2012 at 3:00 p.m.
LOCAL TIME
Bidder's signed proposal,and written acceptance by the City via a Purchase Order,shall constitute
an agreement and Bidder has hereby agreed to all the terms and conditions set forth in all of the
sheets which makeup this invitation forbids. The successful bidder shalt comply with the City's
Insurance Requirements as set forth in Exhibit C attached.
In compliance with the specifications in this Invitation for Bids,the undersigned hereby proposes to
fumish all necessary tools and equipment, materials,service, labor, insurance and supervision to
complete the outfitting of the vehicles as herein described.
At this time the City has two (2)new chassis,one 2012 Ford F-350(for Parks)and one 2012 Ford
F-450(for Streets)that need to be outfitted to platformtHatbed trucks as per the specifications. The
City may acquire additional F-350 and F-450 chassis vehicles to be outfitted with the same
specifications throughout the fiscal year, and as such, the successful bidder shall be required to
hold their bid pricing until June 30, 2013 to accommodate any additional vehicles if acquired.
All prices shall be F.O.B. Fleet Operations,Palm Springs,California. Sales tax shall be shown as a
separate line item at the rate of 8.75%.
COST PER VEHICLE
BASE UNIT BID PRICE PER VEHICLE TYPE:
F-350 FOR PARKS:
For all labor, materials&equipment to provide
a turnkey, ready for service outfitted F350 PlatfonTdFlatbed for Parks:
Total Labor per vehicle: $ 7,650.00
Materials&equipment: $ 19,857.00
Applicable Tax (8.75%for Palm Springs): $ 2.406-86
Cost for car carrier transportation/pickup delivery to
and from the City of Palm Springs Fleet Operations Yard: $ . 700.00
TOTAL FOR ONE (1)F450 PLATFORMIFLATBED: $ 30,613.86
F460 FOR STREETS:
For all labor, materials &equipment to provide
a turnkey, ready for service outfitted F-450 PlatfonnlFlatbed for Streets:
Total Labor per vehicle: $ 6,290.00
Materials &equipment: $ 12,857-0 0
Applicable Tax(8.75%for Palm Springs): $ 1 r 71_ nn
Cost for car carrier transportation/pickup delivery to 700.00
and from the City of Palm Springs Fleet Operations Yard: $
TOTAL FOR ONE(11 F450 PLATFORM/FLATBED: $21 ,493.00
10
*** Please Note;
You 8.75% State Sales Tax was computed for both
Labor & Materials COMBINED, FOR BOTH ABOVE BID ITEMS. *** 12
J
GRAND TOTAL FOR BOTH (2) VEHICLES $52,106.00
ADDITIONAL WORK ( Includes full sales Tax on both units. )
In the event that additional work is identified,
provide unit prices for the following:
Hourly Labor. $ 85.00 / shop hour.
IT IS HEREBY STIPULATED THAT ALL VEHICLES REFERENCED ABOVE, OR ADDED IN
THE FUTURE UNDER THE TERMS OF THE BID, WILL BE TRANSPORTED/DELIVERED VIA
A CAR CARRIER AND WILL NOT BE DRIVEN TO OR FROM PALM SPRINGS.
Company Name C-TEC / California Truck Equipment Company Inc.
Contact Name Dan Hartman
Title 'Sales Staff'
Address aat Rallflnver Rl vd
City/State/Zip Downey, CA 90242
Telephone No. 800-567-2832 FAX 562-803-8795
Email Address ctecaanavel_nat
Contractoes/Business License# City of Downey No. 253874
AUTHORIZED Signature Date 09-26-12
CHECK IF THE FOLLOWING STATEMENT APPLIES:
My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella
Valley). Copy of current business license from a jurisdiction within the Coachella Valley is
reauired to be attached to this document in order to request the Local Preference.
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including
the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your
bid being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addendum:
Addendum(s)# is/are hereby acknowledged
DELIVERY OF BID:
Send via mail (sealed)to: or Deliver via courier(sealed)to:
City of Palm Springs/Procurement City of Palm Springs/Procurement
3200 E. Tahquitz Canyon Way 3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92262
i
LATE BIDS WILL NOT BE ACCEPTED — NO EXCEPTIONSI ,
11 i
13
Exhibit A
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDERAND
SUBMITTED WITH BID
Stiteof California )
as
County of )
I, S being first duly sworn, deposesatd says that he or she
is aan/ f1ARTi' Mof G- TEG thepetiy making theforegang bid that thebid
is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine aid not collusive or sham; that the bidder has not directly or
indirectly induced or solicited airy other bidder to put in afalse or sham bid, and has rot directly or indirectly
colluded, conspired, connived, or agreed with any bidder or aryone else to put in a share bid, or that ayone shall
refrain from bidding; that the bidder has not in any mama, directly or irndirectiy, sm#9 by agreement,
oommtnicationn, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the kid price, or of that of any other kidder, or to secure any advantage agai nst
the public body awarding the Contract of anyone Interested in the proposed contract that all statements contained i n
the bid are true; and, further, that the bidder has not, directly or Indirectly, submitted his or her bid price or any
breakdown thereof,or the cotterntsthereof, or divulged information or data relativethereto, or paid,end will not pay,
any fee to arty Corporation, partnership, oompary association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or shan bid.
C—TEC, by, Dan Hartman
OFFEROR
BY
TITLE 'Sales Staff'
ORGANIZATION C—TEC / California Truck Equip. Co. Inc.
ADDRESS 12351 Bellflower Blvd.
Downey, CA 90242
SUBSCRI BED AND SWORN TO BEFORE ME THIS 25 DAY OF tRl� . 2012.
NOTW PUBLIC I AND F S4 ALEdANDRAFERNANDE2-VELIS
COUWY AND STATE CammisMon t 1935740
a + Notary Public-Calitomla �¢
MY COMMISSION EXPIRES tAb 1 201 Z Los Angeles County 3
My Comm.;zres Ma 9,2015
12 j
h
14
Exhibit B
CITY OF PALM SPRINGS, CALIFORNIA
INVITATION FOR BIDS NO. 13-03
BIDDER'S REFERENCE LIST
List at leastfive(5)references forwhich you have provided public safety vehicle outfitting within the
last three years with requirements similar to the scope of work outlined in these documents.
1)
NAME OF BUSINESS/AGENCY: OTAY 'WATER DISTRICT
ADDRESS 2554 Sweetwater Springs Blvd. . Spring valley,C4.
CONTACT PERSON : Doua Randers 91978
TELEPHONE# : 619-9RR_631 7
2)
NAME OF BUSINESS/AGENCY: San Diego Gas & Electric
ADDRESS : 6875 Consolidated Way, San Diego, CA 92121
CONTACT PERSON : David Miller
TELEPHONE# : 958-653-310e
3)
NAME OF BUSINESS/AGENCY: CITY OF OCEANSIDE / Public Works Dept.
ADDRESS : 4927 Qceanside Blvd_ Oceanside, CA 92056
CONTACT PERSON Jeff Hart
TELEPHONE# 7An-43a-59sn
4)
NAME OF BUSINESS/AGENCY: Los Angeles Department of Water & Power
ADDRESS : 433 R_ Temnle at, Bldg. 6' Los Angeles, CA
CONTACT PERSON Oscar Bustos 90012
TELEPHONE# : 213-367-6735
5
NAME OF BUSINESS/AGENCY: Southerb California Gas Company
ADDRESS : 1801 So. Atlantic Blvd., Monterey Park, CA
CONTACT PERSON :avgg van clime 91754
TELEPHONE# :323-780-5059
13
15
Exhibit C
SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS
'THIS IS REQUIRED OF THE SUCCESSFUL BIDDER ONLY`
Instructions to Contractors/Vendors/Service Providers:
Prior to commencing any work,all contractors,vendors and service providers shall procure and maintain,at
their own cost and expense for the duration of their contract with the City, appropriate insurance against _
claims for injuries to persons or damages to property which may arise from or in connection with the
performance of the work or services. The types of insurance required and the coverage amounts are
specified below:
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-party claims which may
arise out of work or presence of a contractor,vendor and service provider on City premises..
2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or
service provider in their scope of work or when they are driven off-road on City property.Compliance
with California law requiring auto liability insurance is mandatory and can not be waived.
3. Workers'Compensation and Employer's Liability Insurances is required for any contractor,vendoror
service provider that has any employees at any time during the period of this contract. Contractors
with no employees must complete a Request for Waiver of Workers' Compensation Insurance
Requirement form.
4. Errors and Omissions coverage is required for licensed or other professional contractors doing
design,architectural, engineering or other services that warrant such insurance.
B. Minimum Limits of Insurance Coverage Required
Under$25,000 Limits TBD by Risk Manager
Over$25,000 to$5,000,000 $1 Million per Oocurrence/$2 Million Aggregate
Over$5 Million Limits TBD by Risk Manager
Umbrella excess lability may be used to reach the limits stated above.
C. The following general requirements aooKr
1. Insurance carrier must be authorized to do business in the State of California.
2. Insurance carrier must have a rating of or equivalent to B++,VII, by A.M. Best Company.
3. Coverage must include personal injury, protective and employer liability.
4. Certificate must include evidence of the amount of any deductible or self-insured retention under the
policy.
5. Contractors general Ilabllty and automobile insurance coverage must be primary and non-
contributory over any insurance the City may maintain, that is, any such City insurance shall be
excess to limits stated in the certificate.
D. Verification of Insurance coverage may be orovided bv: (1) an approved General and/or Auto Liability
Endorsement Form for the City of Palm Springs or(2) an acceptable Certificate of Liability Insurance
Coverage with an approved Additional Insured Endorsement (see attached l with the following
endorsements stated on the certificate:
14
16
1. "The City of Palm Springs, its officials,employees and agents are named as an additional insured"
("as respects a specific contract"or"for any and all work performed with the City'may be included in
this statement).
2. 'This insurance is primary and non-contributory over any insurance or self-insurance the City may
have" ("as respects a specific contract" or"for any and all work performed with the City' may be
included in this statement).
3. "Should any of the above described policies be canceled before the expiration date thereof, the
issuing company will mail 30 days written notice to the Certificate Holder named.'Language such as,..
"endeavor to'mail and"but failure to mail such notice shall impose no obligation or liability of any kind
upon the company, its agents or representative" is not acceptable and must be crossed out. See
Example A below.
4. Both the Workers'Compensation and Employers'Liability policies shall contain the insurer's waiver of
subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See
Example B below.
In addition to the endorsements listed above,the City of Palm Springs shall be named the certificate holder
on the policy.
All certificates and endorsements are to be received and approved by the City before work commences. All
certificates of insurance must be authorized by a person with authority to bind coverage,whether that is the
authorized agent1broker or Insurance underwriter. Failure to obtain the required documents prior to the
commencement of work shall not waive the contractor's obligation to provide them.
E. Acceptable Alternatives to Insurance Industry Certificates of Insurance:
• A copy of the full insurance policy which contains a thirty(30)days'cancellation notice provision(ten
(10) days for non-payment of premium) and additional insured and/or loss-payee status, when
appropriate,for the City.
• Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of
approval
15
I
17
Y
R
F. Endorsement Lannuaae for Insurance Certificates
SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
Example A: CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING INSURER WILL€N9F.AVOR-TA MAIL 30 DAYS' WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN RUT
LAII IIRETOMA11 S G14 AI=IGES A11 IMPOffi NGGI31lG '
OR IAQII ITV AG AAIV KIND 1101'lA1 T12C[big -Rr= ITC AGC1.ITCAR
RCOCCQCAIT A TI\/CC
'The bratrelWwt can indude a qua/ifler stat/ng "10 days notice for
noaym W ofpreritan
"IT IS UNDERSTOOD AND AGREED THAT THE COMPANY
WAIVES THE RIGHT OF SUBROGATION AGAINST THE Example B:
ABOVEADDITIONAL INSURED(S), BUT ONLY ASRESPECTS
THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE
ATTACHED HERETO.'
G. Alternative Pmgrams/Self-Insurance. Under certain circumstances, the City may accept risk
financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore
carriers, captive insurance programs and self-insurance programs as verification of insurance
coverage. These programs are subject to separate approval once the City has reviewed the
relevant audited financial statements and made a determination that the program provides
sufficient coverage to meet the City's requirements.
PON CiFffnff
#JffJffNjffJFJ?AF2#3Z
16
18
City of Palm Springs,CA
Pw ffffiCowadng irm on
Bid Abstract
BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount
CA Truck Equipment
PROJECT NO:
IFB 13-05
PROJECT NAME:
F-350 &F-450 Chassis Cab
Outfitting for Parks & Streets
DUE DATE: 10/02/2012
Total of all Items
Whitnessed By:
Date:
W