Loading...
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