HomeMy WebLinkAboutResolution - 2001-R0114 - Purchase Order Agreement - Novabus, Inc. - 04/12/2001Resolution No. 2001-RO114
April 12, 2001
Item No. 44
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 a purchase order Agreement pursuant to
RFP #00-02 approved by the City Council on November 27, 2000, for the purchase of
additional buses by and between the NovaBus, Inc., and City of Lubbock and any
associated documents; a copy of which purchase order Agreement is attached hereto,
which Agreement shall be spread upon the minutes of this Council and as spread upon the
minutes of this Council shall constitute and be a part hereof as if fully copied herein in
detail.
Passed by the City Council this 12th day of April
ATTEST:
Rebecca Garza, City Secretary
APPR VED AS TO CONTENT:
Richard T3urdine, Assistant City Manager
APPROVED AS TO FORM:
D�ald G. Vandiver, First Assistant
Attorney
ddres/TransBus.res
March 30, 2001
, 2001.
'v S
TO:
Nova Bus Inc/Pervost
Building 1083 Earl Cummings Dr.
P.O. Box 5670 (R.I.A.C)
Roswell, NM 88201
Invoice To: Citibus
P.O. Box 2000
Lubbock, TX 79457
Resolution No. 2001—RO114
April 12, 2001
Item No. 44
Purchase Order Page 1
Date 4/2/01
Order No. 2001-001
p To:
Citibus
801 Texas Avenue
Lubbock TX 79401
W. V,
."- -.4m..om-
. P - #00-02 ............
Ordered Reference RF................................................................................_.............................................
Requested.............................................................................Placed B
.......... LaBombard 806-767-2380 (232)................
....................................................................................
GL #
DESCRIPTION UNITS QTY COST TOTAL
Exercise the option on RFP#00-02 to
purchase two (2) additional 35' passenger
buses EA 2.00 258,636.00 517,272.00
TAXABLE: N
TOTALS
517,272.00
This purchase order encumbers funds in the amount of $517,272.00 for a RFP awarded
to NovaBus, Inc/Pervost of Roswell, New Mexico on November 27, 2000 in accordance
with your response to RFP #00-02, Bus Proposals. The following are incorporated into
and made part of this purchase order by reference: RFP submitted by your firm including the
Proposal Form; Specifications, and General Conditions of RFP #00-02.
City of Lubbock Attest:
Windy Sitton, yor( Rebecca Garza, City Secretary
Approved 7X:(&O,
'rDdn Vandi , irst Assistant City
Attorney
AppI pved as to Content:
Richard Bur rine, Assistant City anager
OPTION TO PURCHASE ADDITIONAL BUSES
The Procuring Agency shall have the option to purchase additional buses, at the unit price
reflected in Offer Pricing, plus any escalation calculated based upon the below referenced
formula, which must utilize the most current U.S. Department of Labor Bureau of Labor
Statistics Producer Price Index ("PPI") Table 6, Commodity Code 1413, "Truck and Bus
Bodies." The unit bid price will be held for a period of 180 days after bid opening at
which time the bid price may be adjusted per the formula listed below. It is agreed and
understood by the Contractor and Procuring Agency that the purchase order for the base
units and options can be executed at any time during a five year period.
Index Point Change
PPI Index on Option Notice Month 140.1
Less PPI Index on Base Month 138.6
(Month during which Notice to Proceed on Base order occurred)
PPI Index Point Change 1.5
Index Percentage Chane
Index Point Change 1.5
Divided by PPI Index: Base Month 138.6
Equals .0108
Results multiplied by 100.0108 x 100
Equals Percent Change 1.08%
Base Order Unit Price $1,000.00
Plus Percent Change (1.08% x 1,000.00) $ 10.80
Revised Unit Price for Option Buses $1,010.80
Or current PPI index
The PPI Table 6 is publicly available. In order to exercise this option, the Procuring
Agency must notify Contractor in writing within the Contract performance period or such
longer period of time as requested by Contractor and approved by the Procuring Agency.
The Procuring Agency reserves the right to exercise its option for a period not to exceed
five (5) years after the final bus has been delivered to the Procuring Agency.
PART
SOLICITATION, OFFER AND AWARD
1. SCOPE: The contract awarded hereunder shall be for the manufacture and
delivery of a minimum 3 and a maximum of 5 transit coaches and spare parts in
accordance with the terms and conditions set forth below. The contract shall be a
firm -fixed price contract. The Procuring Agency reserves the right to assign all or
any portion of the vehicles awarded under this contract including option
quantities. This assignment, should it occur, shall be to other agencies and will be
honored by the Contractor. The Procuring Agency's right of assignment will
remain in force until completion of the contract or such period of time requested
by the Contractor and approved by the Procuring Agency.
INVITATION FOR PROPOSALS (IFP) NO: 00-02
DATE:09/08/2000
PROCURING AGENCY: Citibus
801 Texas Ave.
Lubbock, Texas 79457
Lloyd V. La Bombard
(806) 767-2380 Ext 232
2. CONTRACT DOCUMENTS: Any contract resulting from this solicitation shall
include the following, which are incorporated herein:
(a) INVITATION FOR PROPOSALS.
(b) PART I SOLICITATION, OFFER AND AWARD.
(c) PART II INSTRUCTIONS TO BIDDERS, SECTION I SUPPLY
CONTRACT CONDITIONS.
(d) PART II INSTRUCTIONS TO BIDDERS, SECTION II
MISCELLANEOUS CLAUSES.
(e) PART III SUPPLEMENTAL CONDITIONS, SECTION I
CONTRACTOR'S IN -PLANT QUALITY ASSURANCE REQUIREMENTS.
PART III SUPPLEMENTAL CONDITIONS,
SECTION II ACCEPTANCE TESTS.
(g) PART III SUPPLEMENTAL CONDITIONS;
SECTION III WARRANTY BASIC
PROVISIONS.
(h) PART III SUPPLEMENTAL CONDITIONS,
SECTION IV WARRANTY PROVISIONS&
REPAIR PROCEDURES.
(i) PART V SPECIFICATIONS, TECHNICAL SPECIFICATIONS.
0) ADDENDA AS ISSUED.
3. BID REQUIREMENTS: On forms furnished by Procuring Agency, the bidder
shall submit in duplicate, the following:
(a) Technical bids in a sealed envelope marked on its face "Technical Bid for Buses" To be opened
on date bids are received.
(b) Bid Price in a sealed envelope marked on its face "Bid for Buses" To be opened
on November 6, 2000 at 3:00pm.
(c) Bids shall be received until November 6, 2000.
(d)The manufacturer shall supply at the time of bid a copy of the Altoona Bus Test
Report. 12 year 500,000 miles.
The Technical Proposal shall at that time then be opened. Bids received at said office
after the above time and date shall not be considered. All labor, equipment, and materials
shall be furnished in strict accordance with the delivery schedule and conditions of the
contract documents. The coaches shall fulfill all of the requirements defined in Part IV:
Technical Specification including addenda thereto. Compliance with these requirements
shall be in accordance with the procedures defined in Part II: Supplemental Conditions.
The Contractor shall accept the warranty provisions covering the coaches as defined in
Part II: Supplemental Conditions.
4. DELIVERY PROCEDURE: Delivery shall be determined by signed receipt of
the Procuring Agency's designated agent(s) Duty Foreman, at the point of delivery and
may be preceded by a cursory inspection of the coach.
The point of delivery shall be: Citibus
801 Texas Ave
Lubbock, Tx 79457
Delivery of the coaches shall be FOB point of delivery by one of the following
methods: