HomeMy WebLinkAboutResolution - 2011-R0508 - Contract - Altec Industries Inc.- PM Services And Fleet Repair - 11_16_2011Resolution No. 2011—RO508
November 16, 2011
Item No. 5.14
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No10279-2 for Heavy Duty
PM Services and repair of City of Lubbock fleet, by and between the City of Lubbock and
Altec Industries, Inc. of Birmingham, Alabama, and related documents. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council on November 16, 2011
-T
TOM MARTIN, MAYOR
ATTEST:
Qze4mmo� .---
Reb cca Garza, City Secretary
APPROVED AS TO CONTENT:
. L
Mark arwa , ASs1St t City Manager
Chief Information Officer
APPROVEDe�4'1 AS T - FORM:
r
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-Alter Industries, Inc.
November 1, 2011
Resolution No. 2011-RO508
CONTRACT NO. 10279-2
CITY OF LUBBOCK, TX
CONTRACT FOR SERVICES
FOR HEAVY DUTY PM SERVICES AND REPAIR OF CITY OF LUBBOCK FLEET
THIS CONTRACT, made and entered into this 16'1' day of November, 2011, pursuant to a resolution
heretofore adopted by the City of Lubbock, Texas, by and between the City of Lubbock ("City"), and
Altec Industries, Incorporated ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Heavy Duty PM Services and
Repairs of City of Lubbock Fleet and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized
the execution, in the name of the City of Lubbock a contract with said Contractor covering the
purchase and delivery of the said Heavy Duty PM Services and Repairs of City of Lubbock Fleet,
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
In accordance with City's specifications and Contractor's bid, copies of which specifications
and bid are attached hereto and made part hereof, Contractor will provide to the City, Heavy
Duty PM Services and Repair of City of Lubbock Fleet, and more specifically referred to as
item(s) 1-6 on the bid submitted by the Contractor or in the specifications attached hereto.
2. The Contractor shall perform the work according to the procedure outlined in the Bid Form or
in the specifications attached hereto.
3. The contract shall be for a term of two (2) years, with the option of three (3), one (1) year
extensions, said date of term beginning upon formal approval. The rates may be adjusted
upward or downward at this time at a percentage not to exceed the effective change in the
Consumer Price Index (CPI) or Product Price Index (PPI), whichever is most appropriate for
the specific contract for the previous 12-months. Written consent from both parties is required
for all price adjustments. At the City's discretion, the effective change rate shall be based on
either the local or national index average rate for all items. If agreement cannot be reached, the
contract is terminated at the end of the current contract period. All stated annual quantities are
approximations of usage during the time period to be covered by pricing established by this bid.
Actual usage may be more or less. Order quantities will be determined by actual need.
4. This contract shall remain in effect until the expiration date, performance of services ordered,
or termination of by either party with a thirty (30) day written notice. Such written notice must
state the reason for cancellation. The City of Lubbock reserves the right to award the canceled
contract to the next lowest and best bidder as it deems to be in the best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
the City with regard to performance of the Services. Contractor shall not represent that it is, or
hold itself out as, an agent or representative of the City. In no event shall Contractor be
authorized to enter into any agreement or undertaking for or on behalf of City.
6. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City, at its expense and at reasonable times, reserves the right to audit
Contractor's records and books relevant to all services provided to the City under the Contract.
In the event such an audit by the City reveals any en -ors or overpayments by the City,
Contractor shall refund the City the full amount of such overpayments within thirty (30) days
of such audit findings, or the City, at its option, reserves the right to deduct such amounts
owing the City from any payments due Contractor.
7. The contractor shall obtain and maintain in full force and effect during the terns of the contract,
commercial general liability coverage with insurance carriers admitted to do business in the
State of Texas. The insurance companies must carry a Best's Rating of A- VII or better. The
policies will be written on an occurrence basis, subject to the following minimum limits of
liability:
TYPE AMOUNT
Automotive Liability
Combined Single Limit $500,000
Any .Auto
Garage Liability
Any Auto $500,000
Workers Compensation 5500,000
The City of Lubbock shall be named as primary additional insured, with a waiver of
subrogation in favor of the City of Lubbock on all coverages. All copies of the Certificates
of Insurance shall reference the project name or bid number for which the insurance is
being supplied.
The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The
certificate will provide 30 days notice of cancellation, and under the cancellation section, the
wording "endeavor to" and "but failure to mail such notice shall impose no obligation OF
liability of any kind upon the company, its agents or representatives" will be crossed out. A
copy of the additional insured endorsement attached to the policy will be included with the
certificate.
The contractor shall also maintain workers compensation insurance in the statutory amount.
If at any time during the life of the contract or any extension, the contractor fails to maintain
the required insurance in full force and effect, all work under the contract shall be discontinued
immediately. Any failure to maintain the required insurance may be sufficient cause for the
City to terminate the contract.
Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
9. This Contract consists of the following documents set forth herein, Invitation to Bid No. 12-
10279-CI, General Conditions, Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day
and year first above written. Executed in triplicate.
CITY OF LUBBOCK:
Tom 4artin, Mayor
ATTEST:
eb cca Garza, City Secreta
APPROVED AS TO CONTENT:
Mark ' earwo , Assistant City Manager
Chief Information Officer
APPROVED AS TO FORM:
C..
Assistant City Attorney
CONTRACTOR:
BY ;;—Z
Authorize epresentative's Signature
Print Name
09cQ E.
Address
f, TON_-nA , AMU 6450`7
City, State, and Zip Code
Heas,y Duty PM tiers=ices and Rrpain orCity of Lubbock Fleet. Bid No. 12-1027Q-0
City of Lubbock, Texas
Purchasing and Contract Management
BID FORM
In compliance with the Invitation to Bid 12-10279-CI, the undersigned Bidder having examined the Invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid For furnishing the
material, equipment, labor and everything necessary for providing the items listed below and agrees to provide Authorized
maintenance and repairs to City of Lubbock for, Heavy Duty & Off Road Equipment - (a list of types of vehicles and
equipment is included in the specifications) at the labor rate and parts markup as listed below and/or attached. The
Invitation to Bid 12-10279-Cl is by reference incorporated in this contract. A bid will be subject to being considered
irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids, additions or alternates
in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected
values), or irregularities of any kind. The Bid Form must be completed in blue or black ink or by typewriter.
Heavy Duty & Off Road Equipment - (All Types)
1. What is your Labor Rate per hour?
S U.50 •5140?
2. What is your % Mark-up for Factory authorized parts'?
% �►A�Ii:S
3. Do you provide towing'? Ai18 If yes, what is the charge within
$
city limits?
4. Could you respond to a pick-up 24 hours a day?
No
5. What brands is your Company factory authorized to perform maintenance and repair on?
AUEC, TELK, Vd6pfc)9rr EpFCIL C4tjE5t yPT'ALL, rE(&Sk,
6. What types of vehicles & equipment are you bidding for the maintenance and repair for?
Affi
0!(rC,Ei� OEtAw
Qbppet)
CQAma
Attachments needed with the Bid form include:
■ PM Service Level descriptions
■ Sample PM Inspection Sheet
i Sample Labor & Parts Estimate and Invoice
The City owns and operates equipment manufactured by but not limited to the following list of manufactures
Al -Jon, Alliance, Altec, ATI, Belshe, Bobcat, Bomag, Brado, Bush Hog, Case, International, JCB, John Deere,
Kubota, Land Pride, Leeboy, MCFA, Venneer, Red, Maxx, Skyjack, Volvo, New Holland, Kobelco, Linkbelt,
Mahindra.
BIDDER'S INITIALS: N
Page 4 of 32
Heavy Duly I'M Services and Repairs of City oFLubNxk Fleet. Bid No. 12-I0279-C'I
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of %, net _ calendar days.
Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the
date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever
event occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVOURED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged
anyone else, including its most favoured customer, for like quality and quantity of the products/services; does not include
an element of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like
quality and quantity; and does not include any provision for discounts to selling agents. If at any time during the contract
period, the supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products
of like or better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same
product(s) at the lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements
as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same
services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space
provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should
these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms,
conditions, specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas
Municipal P er Agency, Lynn County, and City of Wolfforth.
YES NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will
be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this
solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that
governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another
governmental entity's debts. Each governmental entity will order their own materials/service as needed.
Page 5 of 32
lieovy Duty PM Services and Repairs or City 41 ubhock Fleet. Bid No. 12-10279-CI
THIS BID IS SUBMITTED BY AVEC_ UMTMES _TNC. a corporation organized under
the laws of the State of 19L or a partnership consisting of
or an individual trading as of the City of 619blA)bror—
Firm: �iTK INDG`fltZ.lFS 311( ,
Address: cR10 akat 1
City:State:_ zip 3-&4a
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
M/WBE
Firm:
Woman
Black American
Native American
Hispanic American
Asian Pacific
American
Other (Specify)
,4uthorized Representative - rnlist .sign by !sand
26romil
Officer Name and Title: K1Q0 91NDEk - g4, AQI W0Tgg1A' AY,6 TW1
Pleuse Print
Business Telephone Number Sib-0b-40r) FAX: &L-N1-g733
E-Mail Address: {.t t6l . WIAJDU- @ Auef-01',
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (1by- hicly over ±s25,000): Date P.O./Contract Issued:
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
Page 6 of 32
Heaey Duty PM Services and Repairs of City of Lubbock Fleet, Bid No. I:-I0279-0
City of Lubbock, Texas
Purchasing and Contract Management
GENERAL SPECIFICATIONS FOR
HEAVY DUTY PM SERVICES AND REPAIRS OF CITY OF LUBBOCK FLEET
The City of Lubbock ("the City) is seeking a contract for Heavy Vehicle & Equipment Maintenance
and Repair, including hydraulics, welding and fabricating. The successful bidder ("the Vendor") will
provide corrective maintenance and repairs to heavy vehicles and equipment not covered under any
manufacturer's warranty, unless the Company is the authorized warranty dealer, to maintain fleet
availability for the City. Maintenance and repairs include, but are not limited to, the following:
• Axles
• Brakes, Hubs & Bearings
• Steering
• Suspension
• Drive Shafts
• Automatic Transmissions
• Charging Systems
• Cranking Systems
• Ignition Systems
A. PM Service Intervals
• Lighting Systems, Electrical
Accessories
• Engines
• Exhaust Systems
• Fuel Systems
• Power Take -Off (PTO)
• Buckets / Booms
• Air Conditioning, Heating, &
Ventilating System
PMs and repairs will need to performed on the owner's site. Based on the specialty of the some
of the equipment, mostly located at the Landfill, additional work may need to be performed at
certain PM levels, i.e. belly pan drops.
In general, PMs should be done on the following intervals and should include but not limited to
the following:
1. 250hr Interval
➢ Check & sample engine oil
➢ Check all fluid levels
➢ Grease the machine
➢ Change engine oil & filter
➢ Replace secondary fuel filter
➢ Inspect & test machine operation
2. 500hr Interval — All from above level plus
➢ Check & sample oil compartments
➢ Sample Level I coolant
➢ Replace transmission & hydraulic filter
➢ Clean engine breather
➢ Inspect & test machine operation
3. 1000hr Interval — All from above levels plus
➢ Sample Level II coolant
➢ Drain & refill transmission oil compartment
➢ Clean transmission & torque converter
Page 25 of 32
Heavy Duty PM Sereices and Repairs of City of Lubbock Flect. Bid No. 12-10279-CI
➢ Inspect & test machine operation
4. 2000hr Interval — All from above levels plus
➢ Drain & refill hydraulic oil compartment
➢ Drain & refill final drive oil compartment
➢ Check valve adjustment on engine
➢ Inspect & test machine operation
B. Factory Authorized
Please be prepared to present a letter from the manufacture for the equipment Bidder is factory
authorized to repair and service.
C. Work Orders
All invoices for work performed will be required to have a City of Lubbock work order
number, a Vehicle number and a detailed description of work performed. Failure to provide any
of this information on invoices will result in delay of payment or non-payment.
D. Equipment & Truck Categories
There are approximately forty-four (44) items in the City of Lubbock inventory that could be
included under this bid. The following is a list of the year models and types of vehicles and
equipment that could be included in this maintenance and repair contract:
Yr
Description
Yr
Description
2009
ALJN 500C1 COMPACTOR
2008
JCB VIBROMX 1800
2008
BOBCAT LOADER S300
2008
JDEERE 755D
2005
BOMAG BC772RB
1992
JDEERE GRADER
2007
BOMAG COMPACTOR
1998
JDEERE LOADER
2009
CASE 580SM
1991
JDEERE LOADER/BHOE
2002
CASE 721C WHEELED LDR
2010
LEEBOY 400T ROLLER
2009
CASE 721 E Z-BAR LOADER
2008
LEEBOY 785 MG
2008
CASE LDR 821E
2007
LINKBELT EXCAVATOR
2006
CAT 613 SCRAPER
2003
LOADER 721 D
2008
CAT D6K DOZER
2010
NILFISK AD SDWLK SWPR
2009
CAT D8T D8 DOZER
1999
NORDBERG SCREENER
1999
CAT GRADER
2011
PC78US-8 EXCAVATOR
2001
CLARK FORKLIFT
1980
RAYGO ASPHALT KLLR
2006
DOZER D7R II
2006
SCRAPER 627G
2004
DUMP A25D
2007
SCREEN CRUSHER
2009
DYNAPAC ROLLER CC 142
2009
SCREENER SCALPER 77C
1997
EXCAVATOR
2011
VERMEER TRENCHER
1996
FORD 675D BACKHOE
2008
VOLVO L70F WHEELED LDR
1975
GALION 160 GRADER
1994
VOLVO LOADER
2008
GRADALL EXCAVATOR
2011
VOLVO M120 MOTOR GRADER
1984
HIGHLIFT FORKLIFT
2002
VOLVO MOTOR GRADER
2010 HYUNDAI WHEEL LOADER
Page 26 of 32
Heavy Duty PM Services and Repairs orCity of Lubbock Flee[. Bid No. 12-10279-CI
Labor Guide
The vendor is required to provide the name of the current Labor Guide software and version used
to provide repair costs. The City of Lubbock reserves the right to audit the labor hours charged
out to each job. All overcharges will be brought to the attention of the vendor. The vendor shall
issue a check for the overcharge amount. The check shall reference the City of Lubbock's work
order number. If the program is proprietary, the vendor shall grant access to the City of
Lubbock's Fleet Services Department for audit purposes, as needed.
Program Name / Version
Work Authorization
Vehicle shop repairs will be estimated on a per job basis with a fixed SHOP LABOR RATE per
hour as stated on the Bid Form. Prior to the start of any vehicle repair, the vendor must provide
a written repair estimate by a trained technician. Estimates must include parts at the quoted cost
rate and labor. All estimates shall be at no charge to the City. The vendor must obtain a work
order number and authorization to perform the work from the City of Lubbock fleet department
designee before making any repairs. The vendor must also obtain City approval for the type of
repairs and the cost of repairs before proceeding with the work. The vendor must submit a copy
of the work order along with the vendor's invoice itemizing the labor hours, hourly labor rate,
supplies, cost of supplies, parts list, and price for each part.
The work order must contain the vehicle number assigned by the City, the VIN number, and the
current vehicle mileage or hours. If any of the information is missing or incorrect, the vendor
will not be reimbursed for any services, parts, or supplies.
Repair Time Notifications
The vendor must make a determination of the repairs, costs and times and notify the City within
24-hours after receiving the vehicle or equipment.
Repeat Repairs
The vendor will be responsible for correcting all previous repairs performed by the vendor that
were incorrectly repaired or the repair failed to correct the reported deficiency. The vendor will
be responsible for the total cost of the repair including any replacement parts.
In the event of a Repeat Repair, the vendor shall open a new vendor work order. The new
vendor work order must indicate on the work order "repeat" or "return" work. Copies of the
original City and vendor work orders and any applicable invoices shall be attached to the new
work order.
Page 27 of 32
Heavy Duty PM services and Repairs of City of Lubbock Fleet, aid No. 12-I0279-CI
Pick -Up and Delivery
The bidder's bid may include a separate price for pick-up and delivery of heavy vehicles or
equipment. The bidder must indicate on the Bid Form the additional charge, if any, for this pick-
up and delivery service. The City reserves the right to use this service as needed. Vehicles must
be picked up by City personnel or delivered to a City location within 24-hours after the vehicle
has been repaired.
Parts, Supplies and Services
The vendor must use their own parts and/or supplies in completing all repairs. The vendor's
invoice must include charges for all parts, supplies, and services used in making repairs. The
vendor must return all parts that were removed and replaced during the repair of the vehicle or
equipment upon completion of the repair(s) and the parts must accompany the vehicle or
equipment. The vendor is responsible for all core returns and credits.
Bid submissions
Bids will be awarded by category of vehicles and equipment. Bidders need to list the type of
vehicles and equipment in which they would like to bid on. Bidders are responsible for
submitting all relevant, factual and correct information with their bid. If additional sheets are
attached to the bid submittal package, the bidder shall clearly cross-reference the appropriate
location in the bid solicitation (i.e. page number, paragraph, subject, etc.)
Invoices
Invoices will show only the cost rates indicated on the Bid Form. Any additional charges or fees
not listed will be disallowed from any invoice. Vehicle shop repairs will be billed per the
approved estimate. An individual Purchase Order shall be issued for vehicle shop repairs. No
delivery or repair shall be performed without proper authorization. Invoices for parts purchased
by the Company for all repairs to City vehicles and equipment will be made available for
inspection by a City representative upon request. Invoices must display the company name
imprinted on the face, the parts purchased and the date of the purchase. Repair invoices should
match the parts invoice when there were replacement parts required for the repair. If a request is
submitted by the City to review a particular invoice, that request will be met within 24 hours
from the time of the request.
Vehicle Pickup
The vendor is responsible for any damage to the vehicle or equipment while in the vendor's
control. The City shall be responsible for damages after the vehicle or equipment has been
delivered to a City representative and said representative has inspected the vehicle or equipment
and has verified that no damage occurred during the repair process.
Page 28 of 32
Heavy Duty PNI Services and Repairs of City of Lubbock Flees, Bid No. I2-10279-C1
In the event that a vehicle is scheduled to be picked up from the City for repairs, the vehicle will
be:
(1) picked up by tow vehicle/wrecker, or
(2) driven to the repair destination by a licensed and insured individual representing the
vendor.
Special Requirements
l . Vendor to provide secure shelter for City vehicles.
2. Estimate must be submitted to Fleet Services within 24-hour period of request.
3. All furnished parts must be OEM or OEM re -cycled parts.
4. All suspension or steering components must be OEM only.
5. All repairs and parts shall be covered under the recommended OEM warranty. The vendor is
required to submit the warranty documentation for each repair and part(s) used for repair to the
City of Lubbock Fleet Services Department.
b. Will there be an initial fee for the first time out for the PM? If so, what will the fee be based on?
7. After work is performed on the equipment, testing of the equipment must be completed with City
of Lubbock staff present before the vendor leaves the site.
A PM inspection sheet outlining what was performed on each PM will need to be provided to the City of
Lubbock signed by the vendor's technician who completed the work.
Page 29 of 32