Loading...
Landmark Ford ~ C150018 CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THISFORMMUSTACCOMPANYEVER YCONTRA CT) Contract Title: Vehicle Repair and Maintenance Number: �/CJ Contractor: Landmark Ford Contract Total: **$100,000 Contract Overview: The city intends to contract with multiple firms for vehicle repair and maintenance for 1 year. The cost of the multiple firms for this work will NOT exceed$100,000 between the 3 vendors. This will provide the new Facilities and Fleet Supervisor to determine the most cost efficient way to provide vehicle repair and maintenance e after 1 reviewing these 3 vendors. Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑ Low Risk Reduction Steps: Please note the vendor provided required contract insurance Risk Comments: Risk Signature: Contract Manager: Michelle Wright Ext: 2445 Department: Public Works Type: ❑ Purchase Agreement ❑ Personal Service ® General Service ❑ Public Improvement ❑ IGA ❑ Other: Start Date: 8/27/14 End Date: 8/31/15 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Tyler's Automative 421 1$`Choice 340 AAMCO 388 Landmark 401 Canyon 235 Account String: Fund-Division-Account Work Order—Activity Type Amount Year 1 All City Accounts ** *It is the intent of the City to contract with multiple firms for the work detailed in Exhibit A and the total between the contracts may not exceed One Hundred Thousand and N6/100 Dollars($100,000.00). Approvals - LCRB Date: Department Comments: Department Signature: Purchasing Comments: -:b6k 61L Ivo't 3 Purchasing Signature: City Manager Comments:\ d r r City Manager Signature: " After securing all required approvals,forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. Contract##0. 5 Cha CITY OF TIGARD,OREGON AGREEMENT FOR SERVICES RELATED TO VEHICLE REPAIR AND MAINTENANCE THIS AGREEMENT made and entered into this 2r dap of August, 2014 by and between the City of Tigard, a municipal corporation of the State of Oregon,hereinafter called"City",and Landmark Ford Lincoln, hereinafter called"Contractor",collectively known as the"Parties." RECITALS WHEREAS,Contractor has submitted a bid or proposal to City to provide specific services;and WHEREAS,Contractor is in the business of providing specific services and is aware of the purposes for which City requires the services;and WHEREAS, City and Contractor wish to enter into a contract under which City shall purchase the services described in Contractor's bid or proposal; THEREFORE,The Parties agree as follows- 1. SERVICES TO BE PROVIDED Contractor agrees to provide services related to vehicle repair and maintenance as detailed in Exhibit A —Scope of Services and by this reference made a part hereof_ 2. EFFECTIVE DATE AND DURATION Contractor shall initiate services upon receipt of City's notice to proceed, together with an executed copy of this Agreement This Agreement shall become effective upon the date of execution and shall expire, unless otherwise terminated or extended, on August 31, 2015- All services shall be completed prior to the expiration of this Agreement 3. COMPENSATION City agrees to pay Contractor in accordance with the rates detailed in Exhibit B for performance of those services described herein. It is the intent of the City to contract with multiple firms for the work detailed in Exhibit A and the total between the contracts may not exceed One Hundred Thousand and. No/100 Dollars ($10,000.00)_ There is no guarantee of a set amount of work given to any particular Contractor. It is the City's intent to direct the work to the Contractor that best meets the City's needs at that time. Payment shall be based upon the following applicable terms: A. Payment will be made in based on Contractor's invoice, subject to the approval by the City and shall be made only for work actually completed as of the date of invoice. B. All payment shall be based on a net 30 day period from the date of the invoice_ C. Payment by City shall release City from any further obligation for payment to Contractor, for services performed or expenses incurred as of the date of the invoice. Payment shall not be considered acceptance or approval of any work or waiver of any defects therein. D. Contractor shall make payments promptly,as due,to all persons supplying labor or materials for the prosecution of this work_ E. Contractor shall not permit any lien or claim to be Bled or prosecuted against the City on any account of any labor or material furnished_ F. Contractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. G. If Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City may pay such claim and charge the amount of the payment against funds due or to become due the Contractor_ The payment of the claim in this manner shall not relieve Contractor or their surety from obligation with respect to any unpaid claims. FL Contractor shall pay employees at least time and a half pay for all overtime worked in excess of 40 hours in any one work week except for individuals under the contract who are excluded under ORS 653.010 to 653.261 or under 29 USC sections 201 to 209 from receiving overtime. L Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical, hospital care or other needed care and attention incident to sickness or injury to the employees of Contractor or all sums which Contractor agrees to pay for such services and all moneys and sums which Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. TTI l' 1 1( r 1 •1 1 1 t 1 i f J. 1 ne iaty certiries that sufncient tunas are avanaote and authorized for expenditure to finance costs of this contract during the current fiscal year Appropriations for future fiscal years shall be subject to budget approval by the City Council_ 4. ASSIGNMENTMELEGATION Neither party shall assign or transfer any interest in or duty under this Agreement without the written consent of the other and any attempted assignment or transfer without the written consent of the other party shall be invalid. 5. SUBMITTING BILLS AND MAKING PAYMENTS All notices and bills shall be made in writing and may be given by personal delivery, mail or fax. Payments may be made by personal delivery,mail,or electronic transfer. The following addresses shall be used to transmit notices,bills,payments,and other infomration: CrTy orTte1 oko law" v Ami: Michelle Wright,PW Business Manager Attn: Kurt Sorg Address: 13125 SW Hall Blvd_ Address: 12000 SW 66'Avenue Tigard,Oregon 97223 Tigard,Oregon 97223 Phone: (503) 718-2445 Phone: (503) 639-1131 Fax: (503) 684-7297 Fax: (503) 598-8368 Email: nuc hc.11e�. :1r�o_. n*, Email: _sr rk� i land-n;rktordi.com 2I 6. TERMINATION The parties agree that any decision by either party to terminate this Agreement before the 31'day of August, 2015 shall be accompanied by thirty (30) days written notice to the other party prior to the date termination would take effect. There shall be no penalty for early termination. If City terminates the contract pursuant to this paragraph, it shall pay Contractor for services rendered prorated to the date of termination. 7. ACCESS TO RECORDS City shall have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit,examination,excerpts and transcripts. 8. FORCE MMURE Neither City nor Contractor shall be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, natural disaster, war, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause, provided that the parties so disenabled shall within ten(10) days from the beginning of such delay,notify the other party in writing of the cause of delay and its probable extent Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under the Agreement. 9. NON-DISCRIMINATION Contractor agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statues, rules, and regulations. Contractor also shall comply with the Americans with asabilities Act of 1990, ORS 659A_142, and all regulations and administrative rules established pursuant to those laws. 14. INDEMNITY Contractor agrees to and shall defend, indemnify and hold harmless City, City's officers, employees, agents and representatives from and against all liability, claims,costs,demands, judgments,penalties, and causes of action of any kind or character, or other costs or expenses incidental to the investigation and defense thereof, of whatever nature, resulting from or arising out of the activities of the Contractor or its subcontractors, agents, or employees in performance of this contract, except,however,that the foregoing shall not apply to liability that arises out of the City's,its officers, employees,agents and representatives sole negligence_ If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the remainder of this indemnification. 11. INSURANCE Contractor shall maintain insurance acceptable to City irm full force and effect throughout the term of this contract. Such insurance shall cover risks arising directly or indirectly out of Contractor's activities or work hereunder. 3 ( The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance Contractor shall obtain, at contractor's expense, and keep in effect during the term of this contract, Comprehensive General Inability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this contract. The following insurance will be carried: Coverage Limit General Aggregate 3,000,000 Products-Completed Operations Aggregate 2,000,000 Personal&Advertising Injury 1,000,000 Each Occurrence 2,000,000 Fire Damage (any one fire) 50,000 B. Commercial Automobile Insurance Contractor shall also obtain,at contractor's expense, and keep in effect during the term of the contract, Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an "occurrence" form The Combined Single Limit per occurrence shall not be less than$2,000,000. If Contractor uses a personally-owned vehicle for business use under this contract, the Contractor shall obtain, at Contractor's expense, and keep in effect during the term of the contract,business automobile liability coverage for all owned vehicles on an"occurrence" form The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Garage Keepers'Legal Iability Insurance Contractor shall obtain, at Contractor`s expense, and keep in effect during the term of this contract, Garage Keepers'Legal Liability Insurance. Combined single limit per occurrence shall not be less than$2,000,000. D. Workers'Compensation Insurance The contractor, its Subcontractors, if any, and all employers providing work, labor, or materials under this Contract that are subject employers under the Oregon Workers' Compensation Law shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out- of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than. 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not obtain workers' compensation coverage. All non-exempt employers shall provide Employer's Inability Insurance with coverage limits of not less than $1,000,000 each accident. 4 � : E. Additional Insured Provision All policies aforementioned, other than Workers' Compensation and Professional Liability, shall include the City its officers, employees, agents and representatives as additional insureds with respect to this contract- F. ontractF. Insurance Carrier Rating Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of"A-VII" or better, or equivalent The City reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. G. Self-Insurance The City understands that some Contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minirrnim insurance requirements for the type of coverage required. If the Contractor is self-insured for commercial general liability or automobile liability insurance the Contractor must provide evidence of such self-insurance. The Contractor must provide a Certificate of Insurance showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. H. Certificates of Insurance As evidence of the insurance coverage required by the contract, the Contractor shall furnish a Certificate of Insurance to the City. No contract shall be effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this contract and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. L Independent Contractor Status The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer, employee or agent of the City as those terms are used in ORS 30265. J Primary Coverage Clarification The parties agree that Contractor's coverage shall be primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. K Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability,pollution and errors and omissions policies required by this contract A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: 5 � .. City of Tigard Attn: Contracts and Purchasing Office 13125 SW Hall Blvd. Tigard,Oregon 97223 At the discretion of the City,a copy of each insurance policy,certified as a true copy by an authorized representative of the issuing insurance company may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance shall not be construed to limit contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage, injury,or loss caused by negligence or neglect connected with this contract. 12. ATTORNEY'S FEES In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the court may adjudge reasonable attorney fees and court costs, including witness fees (expert and non-expert),attorney's fees and court costs on appeal. 13. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor shall comply with all applicable federal, state and local laws, rules and regulations, including, but not limited to, the requirements concerning working hours, overtime, medical care, workers compensation insurance, health care payments, payments to employees and subcontractors and income tax withholding contained in ORS Chapters 279A, 279B, and 279C, the provisions of which are hereby made a part of this agreement. 14. CITY OF TIGARD BUSINESS LICENSE Contractor shall obtain, prior to the execution of any performance under this Agreement, a City of Tigard Business Incense_ The Tigard Business Incense is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. 15. CONFLICT BETWEEN TERMS It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument in the proposal of the contract, this instrument shall control and nothing herein shall be considered as an acceptance of the terms of proposal conflicting herewith. 16. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the validity of the remaining terms and provisions shall not be affected to the extent that it did not materially affect the intent of the parties when they entered into the agreement. 17. INDUSTRIAL ACCIDENT FUND PAYMENT Contractor shall pay all contributions or amount due the Industrial Accident Fund form that Contractor or subcontractors incur during the performance of this Agreement 61 - 18. COMPLETE AGREEMENT This Agreement, including the exhibits, is intended both as a final expression of the Agreement between the Parties and as a complete and exclusive statement of the terms. In the event of an inconsistency between a provision in the main body of the Agreement and a provision in the Exhibits, the provision in the main body of the Agreement shall control. In the event of an inconsistency between Exhibit A and Exhibit B,Exhibit A shall control. No waiver, consent, modification, or change of teams of this Agreement shall bind either party unless in writing and signed by both parties_ Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given_ There are no understandings, agreements,or representations,oral or written,not specified herein regarding this Agreement. Contractor, by the signature of its authorized representative, hereby acknowledges that he/she has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. CITY OF TIGARD j3W-LANDMARK FORD LINCOLN Owl JA�I 2, f By. Authorized City Representative By: A atized Contractor Representative Date Date 7 � EXHIBIT A SCOPE OF SERVICES GENERAL PROVISIONS 1. Preventative Maintenance The City's vehicles are routinely driven in short distance; frequent start/stop; and long idle periods. The included Schedule As outline preventative maintenance requirements due to the use conditions. The average annual usage is normally around 10,000 miles for general purposes vehicles and 20,000 miles for police vehicles. Do a weeldv oil and lubricant check on vehicles at the Police Station and send a monthll,� report on which vehicle required fluids. The anticipated timeframe for this service will be: A. Two days at 30 minutes per day. B. One hour per week, every week to cover all three patrol shifts. 2. Repairs and Maintenance Protide service/repairs to all common mechanical and electrical systems as needed. 3. Transport of Vehicles for Service A. Contractor is responsible for transport (pick-up and delivery) of non-police vehicles for all preventative and scheduled services from.the following location: Cite of Tigard-Public Works 8777 SW Burnham Street Tigard, Oregon 97223 B. Must pick-up and deliver the vehicles from Public Works for maintenance to the dealer of selection in Newberg, Wilsonville, Lake Oswego, Auto Additions (Salem) or any other location needed for service. C. For vehicles not drivable, additional towing charge may be billed upon approval of authorized City staff. D. dust have a flatbed wrecker on call with one hour response time. 4. Conditions on Required Services A. 24-hour turn around on common repairs (including brakes, etc.) and routine maintenance without prior scheduling. When a prior appointment has been made for routine maintenance, the turn- around time should be four (4) hours. B. Provide adequate inventory on special parts to ensure minimum turn-around on non-common repairs. C. Must provide a recycling area to include a 5-gallon tank for fuel. D. Roadside service must respond within 30 minutes. 8 1 Page. E. Nfust be able to provide service to chain and unchain vehicles at either the Police Department or Public Works. 5. Repair Order Content and Procedure The Contractor shall provide repair orders for all services provided containing the following information: A. Repair estimates with anticipated work to be performed, estimated completion time, and estimate cost signed by the Cite staff upon pick-up/drop-off. 1 confirming copy with final cost shall be mailed to City upon completion, and a billing copy shall be sent to the City with the monthly statement. B. Actual work/cost above written estimate requires City approval prior to work start. C. Authorization of work by designated the City's Facilities and Fleet Supervisor or designee is required for all repair orders. D. Individual vehicle charges shall be submitted on separate repair orders for each service visit. The repair order must include: • Date of work performed. • Vehicle and/or license number,make/model. • Vehicle mileage at time of service/repair. • Date in/date out/time completed. • Detail type of service,hours,material used,and cost associated with each. • Subcontracted repair orders containing same information shall be attached to contractor repair order. • Copies of all invoices related to the repair. E. The Contractor guarantees and warrants that all material furnished and all services performed under said contract will be free from defects .in material and workmanship and will conform to the requirements of this contract for a period of 12 months or 12,000 miles,whichever occurs first. The Contractor shall remedy all such defects at their own expense within one (1) working day after notification from the City. F. WarraniT. and subcontracted repair. orders need to be provided by the Contractor. Contractor is prime contractor; however, subcontractors may be used by Contractor. Contractor assumes responsibility for work of subcontractors. The charges for such services to the City shall be the amount of the subcontractor's invoice for services performed, or the contract price, whichever is less. 6. Hours of Operation The City, has a niunber of services that are active on a 24/7 basis and desires the most comprehensive hour coverage possible. Please identify normal business hours and emergency business hours if available. 9 1 PagU 7. Schedule A-1—Preventative Maintenance ScheduleCi Vehicles Service A 1 Change Engine Oil* 2 Change Engine Oil Filter 3 Check Air Filter Condition 4 Check Belts and Belt Tensioner 5 1 Check Battery Electrolyte Level,Add Fater as Needed; Clean and Tighten Terminals 6 Check Brake Fluid Level 7 Check Drive Tran Fluid Levels ffransmission,Transfer Case,Differential 8 Check Engine Compartment Fluid Levels,Add as Needed 9 Check Engine Cooling System,Hoses and Clamps 10 Check Exhaust System 11 Check Front and Rear. Shocks for:Wear and/or Leakage 12 Check Exterior and Interior Lights and Other Electrical Items For Correct Operation 13 Check Power Steering Fluid Level 14 Check Tire Pressure and Condition 15 Check Windshield Viper Operation,Wiper Blades Condition,Washer Solvent Level,fill as Needed 16 Lubricate Chassis 17 Lubricate Steering Linkage 18 Check Front Brake Pads, Rotors, Calipers; Check Rear.Brake Shoes,Drums,Wheel Cylinders and Brake Hoses 19 Check Parking Brake Operations 20 Lubricate Door Latches,Locks and Hinges 21 Replace Fuel Filter 22 For Diesel Engines, Check and Drain Fuel/Water Separator 23 Check..ill Seat Belts * Price for the oil change should be based on 5 quarts. 10 1 1' agc 8. Schedule A-2—Preventative Maintenance Schedule Police Vehicles Service A-2 1 Chane Engine Oil* 2 Chane Engine Oil Filter 3 Reset Intelligent Oil Life Nfonitor System(If Equipped) 4 Rotate Tires (4 Way-Front to Rear) 5 Inspect Tire Wear,Tread Depth and Proper Pressure 6 Check Accessoiv Drive Belts 7 Check Half-shaft Dust Boots Drive Axel Fluid Level (If Equipped) 8 Check Batten Performance and Corrosion Free Connections 9 Check Horn Operation 10 Check Radiator, Cooler,Heater,and A/C Hoses 11 Check Engine Air Filter 12 Check Suspension Component for Leaks or Damage 13 Check Exhaust Svstem 14 Check Steering Linkage,Ball joints, Suspension,Tie-Rod Ends,Driveshaft and U Joints, Lubricate if Equipped with.Grease Fittings. Inspect Undercarriage for Damage 15 Check Exterior:Lamps and Hazard Warning System Operation 16 Check Fluid Levels (Brake, Coolant Recovery Reservoir,Manual and Automatic Transmission With an Under Hood Dipstick), Power Steering and Window Washer 17 Check Windshield for Cracks, Chip s or Pits 18 Check for Oil and Fluid Leaks 19 Check Washer Spray,Vd er Operation and Condition of Wiper Blades 20 Inspect Brake Pads,Shoes, Rotors,Drums,Brake Linings,Hoses and Parking Brake 21 Inspect Wheel and Related Components for Abnormal Noise,Wear Looseness or Drag 22 Inspect Engine Cooling System Strength and Hoses 23 Inspect Exhaust System and Heat Shields 24 Inspect Rear Axle and L Joints;Lubricate if Equipped with Grease Fittings (AWD Z ehicles) 25 Inspect Exterior and Interior Lights and Other Electrical Items for Correct Operation * Price for the oil change should be based on 5 quarts. OPERATING PROCEDURES FOR VEHICLE MAINTENANCE SERVICES This section sets forth the operating policy and procedures for. servicing City vehicles and equipment. It discusses maintenance scheduling procedures, loaner procedures and invoicing requirements. Contracted maintenance facilities are expected to provide prompt, courteous and competent service to drivers. Garage staff must be knowledgeable about service procedures, and initiate the service transaction within 15 minutes of their arrival and/or service call is placed. It is important that the service desk is staffed adequately to provide efficient customer:service in a timely manner.. To assist the Contractor with the maintenance program,the City-will provide: • Listing of covered vehicles (Exhibits land 2) by vehicle number,and will update as necessary. • Repair orders and billing invoices must refer to the vehicles by their.VIN. • Citi=preventative maintenance schedule (Schedules A-1 and A-2). • Designated staff contacts. 12 1':tg 9. Safety Check The Contractor shall perform a safety check in conjunction with all maintenance requirements listed within this Request for Proposal. These safety checks shall be performed every-time a vehicle is brought in for sen�ice: A. Tires-visually check condition. B. Lights -check directional signaling devices and emergency light systems for proper operation. C. Windshield � ipers and Washers - check condition of wiper arms and blades. Check aim and flow of washer spray. Fill washer reservoir with washer solvent. D. Fluid Levels -check and replenish fluid levels .in transmission, differential, steering sector or power steering pump,and master cylinder. Inspect all units for leakage and clogging. E. Battery - check condition of heat-shield,hold-down clamps and cable ends, top off electrolyte level, and clean top and terminals as necessary. F. Heater-Defroster-Air Conditioner System and Wiper Controls — check switches,valves, and ducting doors for proper operation. G. Exhaust System - visually inspects complete exhaust system including catalytic converter and heat shielding. Check for any broken, damaged, missing, or poorly, positioned parts. Inspect for open seams,holes, or any condition which could allow exhaust Bones to enter the vehicle. H. Steering and Suspension Components- - conduct a"look and shake"in, 1. Frame/Sub-Frame and Cross nfeinber - visually check for "drive-over" and/or vehicular damage and fatiguing. J. Drive Shaft U-Joints/CST-joints - conduct a"look" and"shake"inspection for seal leakage and joint failure. K Critical Components - check condition of all underhood heat shields, and the routing of all hoses and wiring to ensure maximum protection from radiated exhaust heat. Inspect all coolant hoses, fuel line hoses, power steering hoses, engine accessory drive belts, and other underhood plastic or rubber components. L. Brakes -inspect all brake line hoses and master cylinder for signs of leaks or damage. Inspect front brake pads, rear brake linings, wheels cylinders, and parking brake cables and linkage. Report estimate of remaining life of pads and shoes. M. Cooling System-visually inspect entire system for leaks, damage or others signs of needed repair. 10. Scheduling of Maintenance and Service Procedures A. City will designate a specific Service Representative (SR). although the garage will have contact with other City, operations staff,the SR will be die primary contact. 12 1 1'agc B. Tl-ie contracted garage shall identify a single individual by name to serve as the responsible contact for daily communication-vith the City's SR regarding vehicle scheduling and vehicle status update(s). C. The SR will contact the designated garage representative between the hours of 7:3 0 arm and 5:00 pm, Monday through Friday, to deterniine the status of vehicles and/or equipment being serviced. The garage representative contact should provide an accurate and timely information to the SR on vehicle status including but not limited to: • What vehicles/equipment is ready by VIN. • What vehicles/equipment is being serviced/require repair. • Estimated completion of vehicles/equipment under repair. • Description of repairs and costs. D. For other services, a City representative will deliver the vehicle to your facility-, and provide a description of problem of the vehicle. • Contractor will be required shuttle the City's representative back to work within 30 minutes. E. After the service is complete: • A'1 complete Vehicle Service Order ready for SR or designee to sign. • Place service reminder label on the driver's side windshield stating when the next maintenance is due. • Contract City's SR to provide time that vehicle is ready- for transporting back to the original location. If the SR is not available, contact the designated backup SR. • SR or designee will check work performed, sign off Service Order., and accept the keys from contractor representative. F. When repairs cannot be completed at your facility, or a subcontractor facility, identified in the proposal, you must contact the SR for instructions. No repairs shall be made by .non-authorized facilities without notification of the SR. G. The City asks that you report to the SR any vehicle brought in for service or specific concern 'Kith problems caused by driver.misuse. H. The contractor will be responsible for loss and damage to all City vehicles under its custody and/or control. 11. Preventative Maintenance The preventative maintenance services will be in accordance with preventative maintenance schedules A-1 and A-2. Additionally: A. If projected brake pad/shoe life is less than 1,500 miles,replace brake pads/shoes. B. Tires are to be replaced when they reach tread depth of 4/32 of an inch within 1,500 miles. 13 1 1' :i ;e C. Turn-around time of 24 hours for routine preventative maintenance is expected when no appointment for service has been made. When a prior appointment has been made for routine maintenance,the turn-around time should be four(4) hours. 12. Non-Preventative Maintenance Service and Emergencies A. Non-routine inaintenance, other than emergencies, will be handled by appointment through the SR or designee. If a City employee requests service on a vehicle without prior authorization, during regular City lieet Department hours,you will contact the SR or designee to discuss repairs. B. After contractor business hours,if a vehicle has a breakdown or is involved in an accident and must be towed, the employee driving the vehicle has been .instructed to .have the vehicle towed to your facility. The City employee will then provide their own transportation. You may, therefore, encounter a disabled vehicle that has been towed to your facility during non-working hours. In such a situation,irnmediately contact the SR,and leave a voicemail. C. There will be times when the SR calls with a specific set of instructions, and there may be times when another City designee will add or change the service request. The last set of instructions will prevail. D. Turn-around time for non-preventative maintenance service .is expected to be 24 hours, unless otherwise approved by the SR.. 13. Billing and Payments 'Must available by business phone,cell phone, email,or fax for billing and payment issues and questions. 14. Shop Visits The City reserves the right to perform unannounced site visits,interview staff and management, and test repairs prior to selection to detem.une, among other things: A. The customer service responsiveness B. The shop organization and operation efficiency C. The response tirne 14 1 l' age. EXHIBIT B CONTRACTOR PROPOSAL 15 ( Pays• CITY OF TIGARD REQUEST FOR PROPOSAL (RFP) VEHICLE AND LIGHT TRUCK REPAIR AND MAIL TENANCE SERVICES Proposal Submitted To: City of Tigard — Contracts and.Purchasing Office Attention: Joseph Barrett, Sr. Management Analyst 13125 SW Hall Blvd. Tigard, OR 97223 Proposal Submitted By Landmark Ford Lincoln Contact Person: Kurt Sorg— Service:Manager 12000 SW 66th Ave. Tigard, OR, 97223 Ph# 503-639-11.31 Fax# 503-598-8368 Submission date: July .1 2014 TRANSMITTAL LETTER I have reviewed the Request For Proposal (RFP)and have a good understanding as to what is expected and required to fulfill the requested proposal commitments as outlined in the RFP. We will continue as we have in the past to provide timely and quality service. Additionally, our extended service hours(6:00 am—midnight M-F and Saturday 8:00 am —4;30 pra)allows us the ability to provide timely service on short notice or if an emergency service or repair is needed. Our commitment is to support the 24-hour turn around on common repair requirements as stated. Our technicians consist primarily of college graduates from Ford Motor Company's two year associate degree program located at MHCC (Mt.Hood Community College)during which time technicians along with their general class requirements receive dedicated Ford Motor Company vehicle maintenance and repair instruction. Our on going training consists of web-based and classroom sessions regularly to keep current with new and existing technology. We have the ability to embrace every aspect of electrical systems on vehicles as well as the full scope of mechanical repairs. Our 2.5 million dollar parts inventory consists of all facets relating to maintenance, repair and collision parts. In addition to our onsite inventory,Ford Motor Company has a regional parts depot located in Portland that will ship to our dealership(in most cases) parts they have in their inventory to arrive by the next day. Authorized Representative of Proposer Kurt Sorg Service Manapr 12000 SW 6e Ave. Tigard, OR 97223 Ph# 503-639-1131 Jim Co Ass r)e1ent QUALIFICATIONS AND EXPERIENCE COMPANY AND MECHANICS TEAM (REFERENCE SECTION 5. A-4) 4-a. Backaround Of Landmark Ford, Inc. Landmark Ford,Inc. was established in August of 1979 and has been owned and operated. by Jim Corliss since its inception. Mr. Corliss is a resident of Tigard, member of Tigard Chamber of Commerce,Rotarian and actively involved in the community. Landmark Ford, Inc, started with approximately 45 employees and currently employs over 200 people, many of whom live in the Tigard area. Landmark Ford sells new Ford and Lincoln vehicles,used cars and trucks and performs a full spectrum of maintenance and repairs on passenger cars, light and medium duty trucks.Landmark Ford Inc- also has a body and paint department equipped torepair collision damage to all makes and models. Our parts department currently houses over 43,000 different part numbers, which is in excess of 2.5 million dollars. 4-b. Oualifications Of The Company Landmark Ford, Inc. has performed maintenance and repairs ranging in degree of difficulty from easy to extremely complex such as vehicle frame replacements. Gasoline and Diesel Engine or transmission replacements or overhauls and repairs are also commonplace to the dealership. Landmark Ford Inc. has established servicing relationships with many fleet and government agencies such as Penske, City of Tualatin, City of Portland, Metro,EC Company, City of Beaverton, City of Wilsonville, City of West Linn, and more. Landmark Ford Inc. administrative staff is competent, consistent and attentive to the needs of customers. The dealership historically has long term employees that have a general philosophy of doing the right thing for the right reasons. The dealership has an excellent reputation in the marketplace and industry. 4-c. Anticipated Key Members Of The Team Assigned To The City The key contact for the City of Tigard will be Steve Moralez. Steve is the ASM (Assistant Service Manager), of the Gold Team- Steve has over 20 years employment at the dealership. Kyle Ellis is the technician team leader for the Gold Team. Kyle has been working at the dealership for over 16 years. Kyle has been recognized by Ford Motor Company as a I Senior Master techinician. Kyle is very experienced and skilled in a wide variety of vehicle repairs. Shawn.Blue is a Ford Senior Master technician. Shawn has also obtained his Associates Degree in Automotive Technology from Mt. Hood Community College and has been employed at the dealership for 18 years. Shawn is Ford Motor Company certified in all repair categories, inclusive of diesel engine performance and diesel engine repair. Patrick (Gordon)Balcom has been employed at the dealership for over 26 years. Gordon is one of our most experienced diesel technicians. Gordon's area of expertise lies in heavy line repairs, such as internal gas and diesel engine repair, Dean Fifield has been employed at the dealership for 23 years. Dean has numerous hours of training and experience. Dean's role on the team is that of the general maintenance category. At Landmark Ford, Inc. each ASM has his/her team of trained technicians to service your vehicles. Each team(identified by various team colors)works as a group to service and repair vehicles- The team system allows us the opportunity for multiple technicians to work on a vehicle simultaneously maximizing our efficiency and down time of the vehicle. This type of service approach is very unique to the auto service industry and has been in place at Landmark Ford, Inc. since 1986. Each team has email and is identified by team color i.e. r etc. 4A.Traininji Certifications Attached(attachment#D)our most current Ford technician training certification summary. This summary shows the acquired certifications for all of our technicians broken down by specialty category. 2 C � m � � C t R - -n -'n m m m t'1 m m D -C m m �Q S -- i S W W W W W O Ovt f7 < Q O r D D Z G -K r G D D m n Z r O D t- m m m m Q r r T D Z S7 ^t cn m S a Gl D '^ t,, Z m © L1 Q Z Z O cn m r �, m to �o r �i ja O o . W N m Z A G) O �o O W Z D Z , A x O O a4 m O G') Z 'S '� G S D cn fD r Q O D r 0 -4 O Z -< rr< z Z Z r f7 CO y D G m { m to m D rn u D m 7o W S w D r tT+ S 0 c Z i D m m m m m y m a n O zs { S O G W D S z A 7� 0 U) D N m Z r D O O [p -4 m n �� rn Ila:D F n n _ I m Z S u O O C O C- C C O O O Q O O C G Q O o O O O O o O <D O C> 0 00 O o O d O O o (D C O ...• .-• O o li, o o o -• o N O N �-• C O O © d o a o rn rn w o c o c a m rn o a rn o a rn rn ac a o o p ^tel ^.7 t-J �C •-+ F W cT 4 ^3 4- �D Di O. N J O a, N of rn W �, vt W m Gd 0, 4- N a7 N ,x �o NL o �l m cn to ap '�D cT iA A x m a, C, w W'J �-• •..• t+': �--• to u� to t,rz -3 cT V' J PJ tJ -t w Ca o db 'n C) N UD IC00 w lU �--• N c1v J t� w411 3w fs D O i ur 7C C twl Cr fif `1 C tl� A iso � � S 2 Cti to a-y 1✓1 v C � CD G � tJa �4 '1, w O w "'! w 'G cn (� N FL rn CD c) C� CD ol a, a, ol 01 Cr, LA ----------- O LQ O C. O ro 411 i. ra 00 IC Q He LA ATTACHMENT A STATEMENT OF PROPOSAL AND CERTIFICATION A. NON-DISCRIMINATION CLAUSE The Contractor agrees not to discriminate against any client, employee or applicant for employment or for services,because of race, color,religion,sex,national origin,handicap or age with regard to,but not limited to, the following. employment upgrading, demotion or transfer; recruitment or recruitment advertising;.layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order from the City, unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of suchacts is unlikely. B. RESIDENT CERTIFICATE Please Check.One: ® Resident Vendor: Vendor has paid unemployment taxes and income taxes in this state during the last twelve calendar months immediately preceding the submission of this proposal. Or ❑ Non-resident Vendor Vendor does not qualify under requirement stated above. (Please specify your state of residence: C. MANAGEMENT INFORMATION Proposers and their subcontractors must have prior successful experience performing maintenance and repair services on automobiles,must be licensed to conduct business in the State of Oregon, and must possess all permits, licenses, certifications, approvals, equipment, materials, and staff necessary to perform arid./or cavy out the requirements of the contract. 1. Shop Profile Shop Name: Landmark F.ord Inc. Nacre of Shop Owners): -jim Corliss ss Shop Address: _19000 SW 6Lt•h Avp Ted, OR222.L___ Phone Number (S 03) 6�2_1131 Fax Number:(503) 5 9 s-8 3 6 8 Years in Business: _.35 years Years at Current Location: _ 3 5 years 2. Proximity to Tigard City Hall 2 Miles. 3. Name of Shop Manager(s): __-K,,,-t S a-r State the duties and qualifications of shop manager(s): P techD c7 ans} Emp1 e re f-g-r— �r RFP-Vehicle Repair and Maintenance Page 17 Close-July 1,2014-2:00 pm 4. Assigned Contract/Service Representative Name. Kurt Sorg Title/Duties: Savv-_ice Managev3 Responsible "erq11 Qualifications: Employee of company for 30 years Work Phone: (503) 639-1131 Cell:(503) 705-5139 Fax.(5oi) sq R-u coq 5. Emergency Contact (365 days/year,24 hours): Kurt—Sorg 6. Operating Hours The contractor shall be currently operating out of a commercial facility,which is open and accessible to Dity personnel, Nwithout prior notice during normal business hours. Facilities shall be available for vehicle service between the hours of 8:00 am and 5:00 pm, Monday through Friday (excluding holidays). Please state hours that your facility is open for maintenance service. Monday 7:00 am am to Midnight pm Tuesday 6:00 am am to Midnight pin Wednesday 6:00 am am to Midnight Pm Thursday 6 :00 am am to Midnii4ht pm Friday 6:00 am am to Midnight pin Saturday 8:00 am am to 4:30 pm pin Sunday C.I ns ed am to pill 7. Technical Staff Experience and Qualification Please provide an experience/qualification profile for each member of your technical staff to include the following information. Attach additional sheets if needed. NAME TITLE YEARS IN YEARS W/ JOB-RELATED PROFESSION CONTRACTOR. TRAINING/CERTS See Attached List RFP—Vehicle Repair and Maintenance Page 18 Close—July 1,2014—2:00 pm 8. Staffing Level Given the size and composition of xour current staffing, will it be necessary for you to increase staffing to meet the requirements of this conwqcr? Yes No X If yes, Please prox-ide details on xvh2t additions will need to be rnade: 9. Hiring and Continued Education/Training PJea,,,c describe your luring and continued education/training requirerric-nts for mechanics: Current technicianstake continuing Ford Motnr many courses as required.New hire line technicians must previous experience and are interviewed by multiple persons. 10. Bonding The City requires bonding for individuals cvho will perform.sen ices on City vc)-dcles at no additional cost to thc City. Please certifl:the personact assigned will be bondable by initialing here: VX52- 11. Fleet Business, ;' pproxirriately what percent of cora shop work is currently derived frog fleet business', 12. Better Business Bureau Actions Has your shop ever been a subject of Better Business Bureau action',Yes No If%-es, please describe: 13. Customer Complaint Resolutions Please describe the Five rnost recent customer complaints and now you resolved them. Use additional paper if necessary. 2010 LinMKS just 'outside of warranty needed HVAC actuator. Provided after warranty assistance for refund of repair as goodwill. 2002 Mustang brakes dragging after brake reline. Calipers stuck. As goodwill gesture, had vehicle towed hank to dealership, refunded customer for price of calipers they paid. 2013 Lincoln MKZ mirror vision partially obstructed by sunroof vanity compared —to like unit,same. No problem, informed customer. 2006 EscaRe,,_Customer not informed vehicle was ready while waiting. A-p o I ZY 4 �-" CXLIU a'S C1 8esture of g odwill p provided com-p-li—men-fa-ry Lube Oil Filter for customers next visit. 9005 F-2--SOGustemer- 4:nve4:ee--(-B-o4y-- Shop)did not-fravict $50-00 dtscount for work that was not completed. Customer was provided $50.00in store credit. RIT Vehicle Repair and N-faintenance Page 19 Close-July 1.201.4-2:00 pm 14. Vehicle Maintenance Services to Governmental Entities Art; you currently or hate you ever previously contracted with a mvinicipality to pmvide vehicle mainteriance service?Yes Nro lfves,please describe: METRO - Maintenance to an s and light t-rT,ck-q 15. Vehicle Repair Services to Governmental Entities �rc A.ou currently, or have you ever previously, provided repair services to other government entities?Yes X No If yes, please list the end": names, contract person and phone nurnbcr: - METRO Ellen Lehner (503) 797-1720 CA H7 nf Port land Larry (503) P22-5ocl 16. Interest in Tigard Contract and Additional InforTnation,Regarding Your Shop Briefly describe your interest in servicing the City's fleet and -what factors make you the best candidate in your opinion. (Include any information or materials that you would like the Cit,, to take into consideration while evaluating your abiht3, to perform this contract.) - Company is a strong communityowned . business for 35 year,-,, HaNre a great- reput-at--i-nn nnej 4 5; currently providing service/repair for many fleets. D. REFERENCES Please provide three commercial client references, their size of fleet by vehicle type, years of contract relation, type and frequency of the service provided. Please identify the contact person and phone number for each. Use additional paper if necessary., Reference#1 Company Name: PC Cnm:pany Company Address: 2121 NW Thurman St. Portland, OR 97210 Company Phone: (503) 224-3511 Contact person: Johnny Swensson 171cet Size/Type- 323 listed vehicles in service system/cars/It trucks Years of Contract: Not contracted Frequency of Service, Varies ITT-Nrehicle Repair and Maintenance Page 20 Close-July 1,201.1-2,00 prn Reference #2 Company Name: City of Wilsonville Company Address:29799 SW Town Center Loop E Wilsonv,i..Ile,OR 97070 Company Phone: ___ (503)570-1541 Contact Person: Scott 1-7leetSize/Type: -38 vphicl.e.s i Ti rear da L a ha Years of Contract: -Nn Frequency of Service: Varies Reference#3 Company Name: City of T-4-w la t in CompanyAddress: 18880 SWIM Ave. Company Phone: .........(503) 691-3088 Contact Person: —Charlie or Mike Fleet Size/Type: 59 vehia.je­s. in databas�,� --..cars light Years of Contract: No contract Frequency of Service: -Vq r 1 0+q E. SUPPLEMENTAL INFORMATION QUESTIONNAIRE L Describe your shop's experience providing vehicle maintenance services including the number of years in business,and type of services provided. Use additional sheets if necessary. Landmark Ford, Inc. has performed maintenance and repairs since 1979 rating in degree of difficulty from easy to extremely complex such as vehicle frame replacements. Gasoline and diesel engine or trans: mission replacements or overhauls and repairs are also commpnplaceto the dealersnip-.-Ta-ndmar k Portl, Tnc has es tab!!-h-ed--s-9rvtctng retm-ttan ships with many fleet and government agencies such as City of I _ In — T alatin, 11-Lty — Portlatd, sFG Geffipa ville, City of West Linn and more. Landmark Ford Inc. administrative staff is CQM-Qterlf- � consiAgtenk aud attenti-ve. to the np,-ds of customers . The dealership historically has long term empl6ypes that have a general philosophy of doing the right thing for the :bight reasons. The dealership has an excellent reputation in the marketplace and industry. RFP-Vehicle Repair and Maintenance Page 21 Close-July 1,2014--2:00 pm 2. City drivers are usually in 11 hurrN,- and need to return to work. Their expectation is to b,; 'Icktiowledgedand served promptly,courteouslt!and competently. Howwill you do thjs% le have 9 front line serviQe rejaresentatives as well qs ...a service secretary to acknowledge and serve customer§ promptly. 3. What Procedures are followed to ensure successful complevion of service work prior to the vehicle being released to the custom. eE? The technician performs a post road test of the vehicle as well as a qualitycheck individual being available. 4. City requires the contractor to designate one person from the shop to work with ,Iie City representatives and cornnaunicate vehicle repair status and scheduling on routine basis. Please identift,this position and the qualifications you,,v,-jll establish for this position. The key contact for the City of Tigard will be Steve Moralez. Steve is the ASM (Assistant Service Manager) of the Gold Team Steve takes excellent care of his customers and has been with the company for over 20 years. 5. The City expects 24 hours turnaround tizne for prcventive and routine repair seiiiccs. Can you meet this standard and protide quality repair work? Yes X No Also able to move request to swing shift for same day turn- around if necessary. RFP-Vehicle Repair and INfainteriance Page 22 Close--July 1,2014-2:00 pin 6. Please specify wherher OHM or after-market parts will be used for repairs? If after-market parts will be used,please explain undLr what circumstance(s). Please be ainwe the �;�f,.ree,7rirt•.r use o OL 1I parts fur nll spt7x'ccs u rlcss s�.c i1�g b rehl or otliemisc cop?ored lid,,SR brior to repari,far all sen ims OEM parts will be used for repairs unless 0EM part nQL available from wanufAc.-tilrer. 7. List days and fours of shop operations and after-hour emergency senvices availability. Monday 7 a —to midnight, T-uesda-y--Fr--%d- Saturday 8:00 am until 4:30 pm. closed Sunday lamergency after hours towing Speeds Towing (503} 234=5555 8. Describe the availability of scoured parking for vehicles in for repairs. 9. Can you supple tires using pricing based on Oregon.State Contracts?Yes N. 'c, _ X F. FACILITY DESCRIPTION 1. How marnv batrs arc available for vehicles? 34 2. Describe what provisions and procedures you have in place to dispose of hazardous substances,oils, coolants,etc. ?Team nils and coolant is—picked up and sent out for recycling. Winter season used oil furnaces are utilized as well. 3. Do you have a certified etxussions specialist on staff:?Yes X= No 4. Do you have an electrical systems specialist on staff:?Yes X leo RFP—Vehicle Repair and Maintenance Page 23 Close—July= 1,2014—2:00 prri 5, Describe:any e%perience that you have in servicing/maintaining lift equipped vehicles. can Se ice�aand maintain vehi-ZTe � -�ot lift equipment pment 6. The City requires the contractor to coordinate s:varrantv %vork. Please describe how you would perfoirn that arid.iarhich dealership/senice departments you will use for Chevrolet,Ford, C'-INIC,and Dodge. Please provide name of dealership,shop location and phone number. UMQn-nxr4l1a Chgv- (Ghev and GMG) (503) 454 20ee wilsuavittelo-k- Northe est jppja Cbrkq1 ,--,- T)nrlgp (503) 646-5333 Aeaverten 7. Can you perform emergency roadside service as required?Yes No G. SUBC0N'rRAcroR LIST Indicate what work is proposed to be perfon-ned by subcontractor. (s). Indicate on the following list the name and location of all subcontracror(s). SERVICE SUB-CONTRACTOR PRI-MARY PHONE (NAME/LOCATION). CONTACT Windshield Replacement Cascade Auto Glass Mike (503)7201 x3 TowinoC., Speeds Towing none (503) 2345555 H. COST AND CONDITIONS Conditions: 1. Price,,for the senriccs listed above must include all labor and material needed to complete the ser,Lrices specified. 2. Prices proposed in this section are firm fixed prices for the initial period of the contract(three years). 3. Urepair parts are to be OEM or equivalent. Exceptions will be individually'-considered on a case by case basis. Price for each service shall include parts,labor and all necessary fluids and free fluid top off bet-,ve-en service intervals. 4. Service reminder sticker is required with each service. 5. All labor hours. The City is required to pax., labor hours shall be as listed oriA-LLDATA Service& Repair Infoiman'on systern. Contractor shall provide the Citywithan access pass word to their iU,LD.kTA Service 4i Repair Information System. 6. Unless othenvise specified and/or agreed to,a standard 12 month or 12,000 mile warranty will be required on all labor and materials. RFP-Nfel-iicle Repair and IMaintenance Page 24 Close-Juhy 1,2014-2:00 pm I 7. No applicable. tw; should be included in the bid prices. i. .c;1 {<_1 4-,4 Ttuc"� 4x4 Truck.6.0 4:x4 Tnick.7.3 I I i.lee tC and Utility Diesel Diesel C1 IA'VEf0 CIA�_ l.i:4lt* ['71j"1>s Vehicles _ Services/cws !S 4;ost Cost Cost Cost Service A - 29. 95 29.95 79. 955q±.q 79 95 q t s Vehicle Transport(picl up and delivery)for Preventative and S S S C Scheduled Services 0 Cost of Hourly Labor.Rate (not included in Service A) $ 106.00 5106.00 S 106.00 S 106.00 Rotate Tire(4-Way front to rear) 5 S 10.00- S 1.0.00 S 10.00 10.00 Replacement Dealer Parts(not included in Service A) Cast flus °'a 17 °'v 17 % 17 .__.:.._.-._______..__ .__._....._._..._________. _ 12.eplacctnc;nt i\Tone L3caler Parts (nut 17 included in Service A) Cost flus17 �' 17 17 17 Cost for Shop Supplies,and Other Disposal Fee As a Percentage of Total 0 °0 0 °"0 0 % 0 "b Service Fee (not included in Service A) Crown Dodge SUV&Utility 2013 Ford POLICE IrEl-fICLF N ictoria's Clu€r ees Trucks— 111terceptot's Services/Costs - Cost Co-_;t Cast Cost Service A .95 29.95 29.95 29.95 Vehicle Transport.(pickup and. delivery)for Preventative and $ 0 S 0 S 0 0 Scheduled Services Cost of Hourly Labor Rate(not included.in Service A) S 1.06.00 �' 106. Db 106.0 )' 106.00 Rotate Tires (4-Way Front to Rear) X10.00 S 10.00 S 10.00 S10.00 - Replacement Dealer Tarts(not -- included in Service A) Cost Plus17 ° 17 % 17 8° 17 % Replacement None Dealer Parts(not — - included in Service A)Cost Plus 17 %° 17 °'0 17 % 17 % Cost for Shop Supplies,and Other Disposal Fee As a Percentage ofI total 0 0 ( % 0 o,a Service Fee(not included in Service A _ - Does your shop offer prompt payment discounts? Yes No If Yes,please describe the discount: Will your shop accept credit card payments? Yes No �_If'Yes,is there a charge for credit card pa'l-ments: Yes No R. T"P-Vehicle Repair and INSaintenance Page 25 Close-July 1, 2014-2:00 pin I. SIGNA-TURE,S The undersi,ncd proposes to perform 2.11 work- as listed in the Specification section, for the price(s) stated; and that all articles supplied. under -any resultant contract 'vrill conform to the specifications, herein, The undersigned agrees to be bound by all applicable laws and regulations and City policies and accepts all the tenns and conditions contained in the City of Tigard.'s Request for 1'roposal for-vehicle repair and maintenance sen.-ices and the attached general sciiices agreement(.Wachment Q: The undersigned, by submitting a proposal, represents that: 1. The Proposer ha,,read and understands the specifications. 2. Failure to compl�v with the specifications or any terms of the Request for Proposal may disqualif r the Proposer as being non-responsive. 3. This proposal has been arri-ved at independently and has been submitted without any collusion designed to limit competition. The undersigned therefore offers and makes this proposal to furnish sevices at the pricc(s) indicated herein in fulfillment of the attached requirements and specifications of the City. INatne of fmli: Landmark Ford, Inc. Address: 12000 SW 66th Ave - ligar-d-,—OIL-9L7981 Telephone Number: 503 639-1131 Fax Number: (_5D3) By: Date: Authorized Official. If partnership,signature of one partner.) Printed If corporation,attest: (Corporate Officer) L�Corporation ❑Partnership ❑Individual Federal Tax Identification Number MNl :93-0743187 UP--Vehicle Repair and Maintenance Page 26 Close-July 1, 2014-2:00 prn ATTACHMENT B CITY OF TIGARD,OREGON ACKNOVILEDGMENT OF ADDENDA Project Tide: Vehicle Repair and Maintenance Close: Tuesdgy,Jul _y 1,2014-2:0012m I/WE, 1-UAIE RE CENrED THE FO LLO Wrl N G AD D E NDA(Lf no ffe itrdved.wile 'I.N_oge Recehvd' 1, RE;- Attachment A,H, 5 — 3. We use Mitchell Manual for Labor hours 2. 4.- 1 - 9014 Date Signature of oposer Service Manager Tide Landmark Ford Inc. Corporate Name UP—Vehicle Repair and iNfaintenance Page 27 Close—July:1,2014—2:00 pm