Loading...
Tyler's Automotive ~ C150023 CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THISFORMMUSTACCOMPANYEVERYCONTRACT) lS�a� Contract Title: Vehicle Repair and Maintenance Number: Contractor: Tyler's Automotive 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 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/ CORE Tyler's 421 1y`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 andNo/100 Dollars($100,000.00). Approvals - LCRB Date: Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: City Manager Comments: City Manager Signature: 6001 After securing all required approvals,forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. Contract Zi5-0023, CITY OF TIGARD,OREGON AGREEMENT FOR SERVICES RELATED TO VEHICLE REPAIR AND MAINTENANCE THIS AGREEMENT made and entered into this 27`'' day of August, 2014 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City", and Tyler's Automotive, 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 ($100,000.00). 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 filed 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. H. 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. I. 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. J. The City certifies that sufficient funds are available 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. ASSIGNMENT/DELEGATION 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 information: TYLE' AyLITOMOTIVE Attn: Michelle Wright, PW Business Manager Attn:Tyler Ellenson Address: 13125 SW Hall Blvd. Address: 12485 SW Main Street Tigard, Oregon 97223 Tigard, Oregon 97223 Phone: (503) 718-2445 Phone: (503) 639-5588 Fax: (503) 684-7297 Fax: (503) 620-4483 Email: inichellewntigard-or.gov Email: tyler&a lersautomotive.com 2 g 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 MNEURE 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 Disabilities Act of 1990, ORS 659A.142, and all regulations and administrative rules established pursuant to those laws. 10. 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 in 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 1 1' :� �� 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 Liability 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 Liability 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 Liability Insurance with coverage limits of not less than $1,000,000 each accident. 4 1 l' a i; r 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. 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 minimum 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. I. 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 30.265. 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 License. The Tigard Business License is based on a calendar year with a December 31 st 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. 6 � 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 terms 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 TYLER'S AUTO IV By: Authorized City epresentative By:Author' ed Contractor Representative 91 �c� f 9-z-rY Date Date 7 l' a4; r 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 weekly oil and lubricant check on vehicles at the Police Station and send a inonthly 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 Provide 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: City 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. Must 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 1' .1 c;e E. Must 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 City staff upon pick-up/drop-off. A 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. Warranty 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 number 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. 7. Schedule A-1—Preventative Maintenance Schedule (Cfty Vehicles Service A 1 Change Engine Oil* 2 Change Engine Oil Filter 3 Check Air Filter Condition 4 Check Belts and Belt Tensioner 5 Check Battery Electrolyte Level,Add Water as Needed; Clean and Tighten Terminals 6 Check Brake Fluid Level 7 Check Drive Tran Fluid Levels (Transmission,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 Wiper 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 All Seat Belts * Price for the oil change should be based on 5 quarts. 10 1 1' a '�, e 8. Schedule A-2—Preventative Maintenance Schedule Police Vehicles Service A-2 1 Change Engine Oil* 2 Change Engine Oil Filter 3 Reset Intelligent Oil Life Monitor System (If Equipped) 4 Rotate Tires 4 Way-Front to Rear 5 Inspect Tire Wear,Tread Depth and Proper Pressure 6 Check Accessory Drive Belts 7 Check Half-shaft Dust Boots Drive Axel Fluid Level If Equipped) 8 Check Battery 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 System 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 1 Check Windshield for Cracks, Chips or Pits 18 Check for Oil and Fluid Leaks 19 Check Washer Spray,Wi er Operation and Condition of Wiper Blades 20 Ins ect 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 Ins ect Engine Cooling System Strength and Hoses 23 Inspect Exhaust System and Heat Shields 24 Inspect Rear Axle and U Joints;Lubricate if Equipped with Grease Fittings (AWD Vehicles) 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 1 and 2) by vehicle number, and will update as necessary. • Repair orders and billing invoices must refer to the vehicles by their VIN. • City preventative maintenance schedule (Schedules A-1 and A-2). • Designated staff contacts. 111 Page 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 service: A. Tires -visually check condition. B. Lights - check directional signaling devices and emergency light systems for proper operation. C. Windshield Wipers 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. Batte - 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 fumes to enter the vehicle. H. Steering and Suspension Components- - conduct a"look and shake"inspection. I. Frame/Sub-Frame and Cross Member - visually check for "drive-over" and/or vehicular damage and fatiguing. J. Drive Shaft U_Joints/CV-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 the primary contact. 12 1 11 ;1gc B. The contracted garage shall identify a single individual by name to serve as the responsible contact for daily communication with 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 7:30 am and 5:00 pm, Monday through Friday, to determine 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 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 with 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. 1311' a � 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 maintenance, 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 Fleet 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,immediately 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 determine,among other things: A. The customer service responsiveness B. The shop organization and operation efficiency C. The response time 14 1 1' n i, e EXHIBIT B CONTRACTOR PROPOSAL 15 �, Tyler's Automotirv� : �` Yes,we can take care of that. Approve Auto Repair 12485 SW Main St., Tigard,OR 97223 503-639-5589 Fax 503-620-4483 503-504-8252 cell tylerl(r)tylersautOmotive.com wwwAylersautomotive.com Tyler Ellenson President,Tyler's Automotive 12485 SW Main St. Tigard, Oregon 97223 April 111h, 2014 City of Tigard—Contracts and Purchasing Office Attn: Joe Barrett,Sr. management Analyst 13125 SW Hall Blvd, Tigard, Oregon 97223 Dear Joseph Barrett: As a long-time business owner in the City of Tigard I am excited to give the opportunity to provide my companies expertise and professionalism to maintain and repair the City of Tigard's fleet of cars and light trucks. Tyler's Automotive has been servicing the community and the City of Tigard for over 19 years and as a small business owner we understand the need for timely service at a fair price. As our slogan "yes we can take care of that"suggests,we are committed to exceed our customer's expectations in service and quality, OBJECTIVE To perform general scheduled and non-scheduled repairs and maintenance services to the City of Tigard's fleet of vehicles. Work directly with the City of Tigard's Fleet Service Coordinator to provide the pickup and delivery of vehicles needing repair to minimize "down time" of the city's fleet. • Preventive Maintenance—service vehicles using original equipment quality specified parts,filters, lubricants and batteries. Services to include but not limited to—Oil change, oil filter replacement, Lubrication of chassis and drive train as needed and inspection or replacement of all fluids, filters and wear items per vehicle manufacturer's recommended service levels. We also include a visual brake inspection on every preventive maintenance service. Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and Maintenance Services. Page 2 • Repairs and Maintenance—Provide repairs to vehicles and systems bringing them back to like new working conditions. Provide expert repairs to the braking, cooling, fuel and computer systems. Provide repair and maintenance to the starting and charging, steering and suspension including servicing, repair and replacement of tires as needed to every vehicle as needed and authorized by the City of Tigard's Fleet Service Coordinator. • Communicate and work directly with the Fleet Service Coordinator, gaining authorization, to pick up, repair and deliver vehicles in a timely manner giving the City of Tigard prioritized service. Provide itemized invoices and reports as needed or requested in a timely manner. • Provide Emergency road side assistance and towing service. Tyler's Automotive has flat bed towing service available to assist in the repairs of vehicles. We are able to provide in house towing service within the city limits during normal business hours. We also have accounts with local tow companies to facilitate towing if our equipment is not available in a timely manner. We will provide cell phone numbers giving the city 24 hour access to our services. • Tyler's Automotive has a 9 bay facility located on Main Street in Downtown Tigard,just .3 mile away from the City's yard on Burnham street. Additionally, we have shuttle drivers and staff that can facilitate the pickup and delivery of vehicles to the City's yard or other location. We will provide immediate priority same day, whenever possible, service to all City of Tigard vehicles. We also have facilities in Wilsonville and Newberg that can be used to facilitate a more timely return of fleet vehicles. Please direct any questions to: • Tyler Ellenson, President-Tyler@tylersautomotive.com Cell -503-504-8252 • Margaret Ellenson, Operations Manager—Margaret2tylersautomotive.com—503-639- 5588 • Bruce Vollstedt, General Manager- Bruce etylersautomotive.com—503-639-5588 We appreciate the opportunity to provide vehicle repair, maintenance and emergency roadside services to the City of Tigard. We are looking forward to a long partnership. Sincerely, Tyler El enson President Enclosure Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and _ Maintenance Services. page 3 Table of Contents Qualifications and Experience Page 5 Certifications and Credentials Page 5 ASE Certifications Page 5 Fleet Experience Page 6 Specialty Equipment and Scan Tools Page 7 Employee Certifications and Experience Page 8-10 Pricing Proposal Page 11 Location and Availability Page 11 Additional Services Page 12 Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and Maintenance Services. Page 4, Qualifications and Experience Tyler's Automotive has been a Tigard business servicing today's vehicles since 1995. Our 3 operations are located in Tigard, Wilsonville and Newberg. We strive in being able to repair all aspects of today's vehicles and have a strong understanding of drivability diagnostics. We continually invest in the latest diagnostic technology and training. With hundreds of years of combined experience we have listed just some of the training classes we have taken in the past several years. Certifications and Credentials Tyler's Automotive has many industry credentials: • Napa AutoCare Center—All locations • AAA-Approved Auto Repair—All locations • DEQ—Recognized Auto Repair—AII locations • Bosch Service Center—All locations • Member ASA—Automotive Service Association • ASE Certified—Tyler's Automotive has technicians certified in the following areas. o L1:Automobile Advanced Engine Performance Specialist o Al: Engine Repair o A2: Automatic Transmission Transaxle o A3: Manual Drive Train and Axles o A4: Suspension and Steering o A5: Brakes o A6: Electrical/Electronic Systems o A7: Heating and Air Conditioning o C1: Automobile Service Consultant Tyler's Automotive is a full service Automotive Repair Facility. We perform all aspects of automotive and light truck repair, everything from oil changes and brakes to complex computer and fuel system diagnostics. We are a one stop shop for everything automotive related. Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and Maintenance Services. Page S Fleet Experience Tyler's Automotive has experience with several fleets, some include: • City of Tigard o Work with the Fleet Services Coordinator servicing cars, light trucks and police vehicles, including motorcycles. We currently pick up and deliver to repair and maintain multiple vehicles in the City's fleet. • Department of Transportation o We serviced vans and trucks while they had a location on 72n`'Ave during the 217/ 1-5 interchange project. • United States Postal Service o We are currently contractors servicing multiple separate USPS offices. We diagnose and repair unscheduled maintenance vehicle repair and perform scheduled vehicle repair for Portland and Salem VMF facilities, including engine and transmission replacement as requested. We perform onsite daily inspections, repair and any needed services for both Portland and Salem Vehicle Maintenance Facilities who have over 2000 vehicles in their service area. • Oregon State Parks o Repair of vehicles stationed at Champoeg State park. • Pac Trust o Perform maintenance and repair of light trucks and trailers. Pickup and deliver vehicles from Tigard and Vancouver for repair. • Bear Electric o Perform all maintenance and repair to the fleet of truck and vans. Pick up and return vehicles from the jobsite while coordinating repairs with the fleet manager. • Penske Fleet Service o Tyler's Automotive performs heavy line repairs to gas and diesel trucks. This includes towing, pickup and delivery of vehicle at facilities Tigard and surrounding areas. • Servpro of Tigard o Tyler's Automotive services multiple vehicles in a diverse fleet of car, vans and trucks. We preform full maintenance and repairs of the Servpro fleet as needed. • Maid Brigade of Tigard o Tyler's Automotive services all vehicles in a fleet of cars from multiple car lines. We preform full maintenance and repairs of the fleet as needed. • Tigard Tualatin School District o Perform diagnostic and repair operations to many vehicles in the fleet. Repairs consist of everything from oil changes to engine diagnostics and everything in between. Tyler's Automotive Proposal for City of Tigard's RFP -Vehicle Repair and Maintenance Services. Page 6 Specialty Equipment and Scan Tools To service today's late model vehicle's it is necessary to perform computer diagnostics. In fact most aspects of the vehicles performance in today's automobiles are controlled by a computer or module. We are proud of our ability to perform vehicle on board diagnostics and reprogram today's onboard computer to effectively repair the vehicle correctly. Today, some parts need to be programmed after installing them into the vehicle or they will not function. Tyler's Automotive has the correct OEM specified tools required to perform these functions. Some of the specialty and scan tools we own are: • Bosch MVCI—Includes GDS 2 -General Motors OEM scan tool 2010 to current. • Tech 2—OEM scan tool for General Motors vehicles 1995- 2010. • IDS and IDS 2—OEM scan tool for Ford vehicles 1996 to current. • Star tester—OEM scan tool for Ford vehicles pre 97. • HDS—OEM scan tool for Honda vehicles after 2005. • Master Tech—OEM scan tool for Honda and Suzuki vehicles and aftermarket tool. • DRB III —OEM Scan tool for Chrysler vehicles pre 2007. • WiTech, Micro Pod II and Star Mobile—OEM scan tool for Chrysler vehicles after 2005 to current. • Genesis—Aftermarket scan tool global OBD II. • VeDis—Aftermarket scan tool. • Ross Tech Vag Com—Volkswagen scan tool. • Autologic—Diagnostics for BMW, Mercedes and Volvo. • Bosch MTS 5200 Engine Analyzer and 4-Channel Oscilloscope and Digital Multimeter. • The ACS 620H hybrid vehicle A/C service machine that is certified to the J2788H high- voltage. • Ability to lift light and medium duty trucks up to 16,000 GVW. • Flatbed towing service. Tyler's Automotive operates a 3 car hauler able to move multiple vehicles at one time.The 3 car hauler is equipped with a trolley to facilitate in loading trailers onto the flatbed. Tyler's also has a single vehicle flatbed trailer. Both vehicles are equipped with winches for disabled vehicles. Tyler's Automotive Proposal for City of Tigard's RFP -Vehicle Repair and Maintenance Services. Page 7 Tyler's Automotive Team - Experience and Certifications Tyler's Automotive has experienced in all makes and models therefore we have many experienced technicians and service personnel on our team. To stay on top of today's changing vehicle technology we are always continuing our education. Patrick Morrison: 14 years of automotive experience Carquest technical Institute- Oxygen sensor waveform analysis- 8/30/01 DEQ- recognized emission technician- 12/6/2004 Automotive Products- Enhanced evaporative emission system- 4/6/2005 Carquest technical Institute- Current probe diagnostics- 10/9/01 Carquest technical Institute- Advanced on board diagnostics-I1- 12/11/01 Carquest technical Institute- Advanced computer diagnostic series- 2/12/02 ASE certified in the following on 12/31/09 1. Engine Repair 2. Automatic Trans/Transaxle 3. Manual Drive Train and Axles 4. Suspension and Steering 5. Brakes 6. Electrical/Electronic Systems 7. Heating and Air Conditioning 8. Engine Performance Keith Pond: 15 years of experience Elite- Service advisor masters course- 8/31/2009 ASE- Automobile Service Consultant- 6/30/2009 Dave Guralnick: 3 years of automotive experience NAPA-Automotive Air Conditioning Service Training- 6/1/2011 Bob Lathrop: 20 years of automotive experience ASE certified in the following on 6/30/2011 1. Engine Repair 2. Automatic Transmission/Transaxle 3. Suspension & Steering 4. Brakes Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and Maintenance Services. Page 8 Steve 011ison: 36 years of automotive experience Master ASE Automobile Technician I. Engine Repair 2. Automatic Trans/Transaxle 3. Manual Drive Train and Axles 4. Suspension and Steering 5. Brakes 6. Electrical/Electronic Systems 7. Heating and Air Conditioning 8. Engine Performance N.I.A.T.-Hybrid Electric Vehicles- 3/22/2006 Eric Smith: 17 years of automotive experience Master ASE Automobile Technician 1. Engine Repair 2. Automatic Trans/Transaxle 3. Manual Drive Train and Axles 4. Suspension and Steering 5. Brakes 6. Electrical/Electronic Systems 7. Heating and Air Conditioning 8. Engine Performance Sam Smeltzer: 33 years of automotive experience Master ASE Automobile Technician 1. Engine Repair 2. Automatic Trans/Transaxle 3. Manual Drive Train and Axles 4. Suspension and Steering 5. Brakes 6. Electrical/Electronic Systems 7. Heating and Air Conditioning 8. Engine Performance 9. Automobile Advanced Engine Performance (12/31/2009) Toyota dealership and Hybrid experience Standard- Electrical Diagnostics Strategies- 4/5/2010 NAPA-Automotive air conditioning service training- 6/1/2011 WorldPac- Advanced EVAP System Diagnostics & Operation Dan Kuehn: 20 years of automotive experience. ASE-Automobile Service Consultant- 6/30/2009 N.I.A.T.-Hybrid Electric Vehicles- 3/22/2006 Standard- Electrical Diagnostics Strategies-4/5/2010 Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and Maintenance Services. Page 9 James Herlein: 43 years of automotive experience. Master ASE Automobile Technician 1. Engine Repair 2. Automatic Trans/Transaxle 3. Manual Drive Train and Axles 4. Suspension and Steering 5. Brakes 6. Electrical/Electronic Systems 7. Heating and Air Conditioning 8. Engine Performance Chris Morales: 8 years of automotive experience. ATT-Service Advisor Skills Beck-Customer Service Skills Bruce Vollstedt: 31 years of automotive experience. Honda Service Management Training Honda Customer Satisfaction& Fix it Right Award Winner Mitsubishi Elite Top Performer Service Management Ford/Lincoln Mercury Silver Service Management Award Winner Ford/Lincoln Mercury Silver& Bronze Service Advisor Awards 31 years Dealership experience, factory training in all aspects of Parts & Service. ***Bruce was the key component in obtaining the City of Hillsboro account starting in 2012 while at Honda of Hillsboro.*** Understands fleet accounts and attention to detail. Tyler Ellenson: 31 years of automotive experience. AMT- Service Advisor Skills N.I.A.T.-Automotive Air Bags AED- Starting/Charging System Diagnosis Carquest- Advanced On Board Diagnostic-II Carquest- Oxygen Sensor Waceform Analysis N.I.A.T.- Hybrid Electric Vehicles GM-Duramax 6600 Diesel Engine Standard- Hybrid Service and Repair Standard- Electrical Diagnostics Strategies NAPA-Multi-displacement Systems NAPA- GM Duramax Light Truck Diesel 1-800-Radiator- Advanced Air Conditioning Diagnosis and Service NAPA—Volume efficiency diagnostics. AMI= Management series Bethany Engle- 9 years with Tyler's Automotive and 3 years additional accounting experience... Tyler's Automotive Proposal for City of Tigard's RFP - Vehicle Repair and Maintenance Services. Page 10 Pricing Proposal See Section 7 page 26 of RFP. *All gasoline powered vehicles we quoted Full Synthetic engine oil and premium oil filter due to the 10,000 mile service interval. *The service schedule A-1—Preventive Maintenance schedule (city Vehicles) has 23 requirements including Item 21 "replace fuel filter". Using the list of city vehicles provided we found that not every vehicle requires or has a serviceable fuel filter. Therefore, the price we quoted ($75.00)for"Passenger Vehicles and Light Trucks" and "4x4 trucks and Utility Vehicles" does not include the cost of the fuel filter. On average, the cost of fuel filter replacement is an additional $77.00 but will vary depending the vehicle application. **Column 3-City Vehicle 4X4 Truck 6.0 Diesel,the price includes both primary and secondary fuel filters. Location and Availability Tyler's Automotive is .3 mile from the City's yard on Burnham Street allowing quick service to the City's yard. After receiving notification of services needed within normal business hours we will immediately dispatch a driver to pick up the scheduled vehicle so we can perform the required service. Working directly with the Fleet Service Coordinator, we will provide a verbal and if needed written estimate of repairs which will include a time and price estimate, noting any required purchase order numbers required. After the scope and amount of the work has been authorized we will immediately start the repair process. To expedite service on general preventive maintenance repairs such as oil changes, Tyler's Automotive will keep in inventory all the oil, oil filters and air filters for each vehicle in the City's fleet. Additionally we carry a large inventory of fast moving items to keep the repair process efficient. If for some reason we need to order a part we have accounts with hundreds of suppliers and have drivers on staff to facilitate getting parts to our location so we can more effectively and meet our time estimate. We will provide the City with an after hour cell phone number so we can help facilitate any after hour repair or provide emergency towing service. Tyler's Automotive Proposal for City of Tigard's RFP- Vehicle Repair and �~ Maintenance Services. Page 11 Additional Services Tyler's Automotive has two flat beds for towing equipment and vehicles. One is a 24 foot tilt deck trailer allowing one car or truck on its deck. The second is a 53 foot flat bed allowing up to 3 vehicles on the deck. Each one of these trailers is equipped with a 12,000 Ib winch for recovery of disabled vehicles. Additionally, we have a 20 foot enclosed car hauling trailer equipped with motorcycle racks. Tyler's Automotive is a full service facility. We will facilitate other services such as glass and windshield replacement, transmission overhaul, trailer hitch installation, ladder rack installation. We can also install aftermarket items such as radio's and lights and just about anything you can think of. We also sell and repair tires. We already have accounts established to acquire parts for the city's Go-4. We have staff that have motorcycle experience and are able to facilitate all functions of repair for that vehicle and Police motorcycles. Tyler's Automotive can assist in warranty repairs. Tyler's is a Bosch certified repair facility so we are authorized by Bosch to perform warranty repairs on Bosch systems. Additionally, Tyler's will deliver city vehicles to the OEM dealer for warranty repairs. We believe in being a one call solution to all vehicle maintenance and repair needs. Tyler's Automotive Proposal for City of Tigard's RFP -Vehicle Repair and Maintenance Services. Page 12 t 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 discriminator},practices have terminated and that a recurrence of such acts 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 El Non-resident Vendor: Vendor does not qualify under requirement stated above. (Please specify your state of residence: ) C. MANAGEMENT INFORM"ION 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 and/or carry out the requirements of the contract. 1. Shop Profile Shop Name: Tyler' s Automotive Name of Shop Owner(s): Tyler Ellenson Shop Address: 12485 SW Main Street, Tigard, Oregon, 97223 Phone Number. 503-639-5588 FaxNumber: 503-620-4483 Fears in Business: 19 Years at Current Location: 19 2. Proximity to Tigard City Hall . 3 Miles. 3. Name of Shop Manager(s): Tyler and Margaret Ellenson, Bruce Vollstedt State the duties and qualifications of shop manager(s): Tyler Ellenson - President, Margaret Ellenson - Operations Manager Bruce Vollstedt - General Manager RFP—Vehicle Repair and Maintenance Mage 17 Close—April 22, 2014—2:00 pm 4. Assigned Contract/Service Representative Name: Margaret Ellenson Title/Duties: Operations - Coordinate, dispatch, shuttle and facilitate communications with Fleet representative (s) . Qualifications: Works with Tigard Fleet operations currently. Work Phone: 503-639-5588 Cell: 503-260-1888 rax: 503-620-4483 Tyler Ellenson Margaret Ellenson 5. Emergency Contact (365 days/year;24 hours): - 50-1-260-1888 6. Operating Hours The contractor shall be currently operating out of a commercial facility, which is open and accessible to Dity personnel, without 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 sernice. Monday 7 : 3 0 am to 6 : 00 pm Tuesday 7 :3 0 am to 6 : 00 pm Wednesday 7 :3 0 am to 6 : 0 0 pm Thursday 7 : 3 0 am to 6 : 0 0 pm Friday 7 : 3 0 am to 6 : 00 Pm Saturday On Call am to Use Emergency numbf�,s Sunday On Call am to Use Emergency numb 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/ Jos-RELATED PROFESSION CONTRACTOR TRAINING/CERTS See Pages 8-10 of RFP Proposal letter RFP-Vehicle Repair and INfaintenance Pale 18 Close-April 22, 2014-2:00 pm 8. Staffing Level Given the size and composition of your current staffing, will it be necessary for you to increase staffing to meet the requirements of this contract? Yes No XX If yes, please provide details on what additions will need to be made: 9. Hiring and Continued Education/Training Please describe your hiring and continued education/training requirements for mechanics: All tpchnicians have prior experience in the industry and attend continuing education courses thru out the year. 10. Bonding The City requires bonding for individuals who will perform services on City vehicles at no additional cost to rhe City. Please certify the personnel assigned will be bondable by initialing here: 'IE 11. Fleet Business Approximately what percent of your shop work is currently derived from fleet business? 1 °/o. 12. Better Business Bureau Actions Has your shop ever been a subject of Better Business Bureau action?Yes No XX If yes,please describe: 13. Customer Complaint Resolutions Please describe the five most recent customer complaints and how you resolved thein. Use additional paper if necessary. While complaints are rare, typically issues arise with cost and availability of parts . While we cannot control the cost of parts we are providing a service. Our job is to communicate the cost of the service and the total cost of the job, then set goals of completion time . If the parts arrive and we install them on time we have completed out goal and the customer is happy with our service. In the event we can' t come to an agreement, since we are an AAA Authorized Shop we can use AAA as an 3rd party arbitrator. RFP-Vehicle Repair and Maintenance Page 19 Close-April 22, 2014-2:00 pm 14. Vehicle Maintenance Services to Governmental Ent;des .Are you currently or have you ever previously contracted with a municipality to provide vchicle maintenance service?Yes XX Na if yes,please describe: City of Tigard. 15. Vehicle Repair Services to Govemmental Entities Are you currently, or have you ever previously, provided repair services to other government entities?Yes XX Nn If yes, please list the entity names, contract person and phone number: United States Postal Service Patrick Lewis-Portland VMF 503-294-2445 James Potter - Salem VMF 503-370-4797 16. Interest in Tigard Contract and Addidonal Information Regarding Your 51!Qj! 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 C:itv to take into consideration while evaluating your ability to perform this contract.) We are a Tigard business that to"kes pride in servicing the fleet we live and work in. We have a great working relationship with City and Fleet staff . Additionally we have a great working relationship with the Police department and the officers . D. REFERENCES Please provide three commercial client references, their size of fleet by vehicle r,pe, 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: Bear Electric Company Address: 20985 Butteville Rd, Donald Oregon 97020 I Company Phone: 503-678-1355 f Contact Person: Carl Redmond - Steve Shepard Fleet Size/Type: 40+ Electrician Vans and trucks Years of Contract: 8 Years Frequency of Service: Daily as needed. RFP--Vehicle Repair and Maintenance Page 20 Close— April 22, 2014—2:00 pm r Reference #2 Company Name: Servpro of Tigard Company Address: PO Box 230271, Tigard Or, Tigard OR 97281 Company Phone: 971-563-1234 Contact Person: Kathy Linderman Fleet Size/Type: 20+ Restoration company with several cars trucks and vans . Years of Contract: 13 years i Frequency of Sennce: Weekly as needed Reference#3 Company Name: Tigard Tualatin School District 6960 SW Sandbur Company Address: g, Tigard g d OR 97223 � Company Phone: 503-431-4049 Contact Person: Maryann Fleet Size/Type: 20+ School District cars trucks and vans . Years of Contract: 5 years . Frequency of Service: Weekly as needed. E. SUPPLEMENTAL INFORMATION QUESTIONNAIRE 1. 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 necessaty. Tyler' s Automotive has been in the same location in Tigard for 18 _years . We perform all aspects of vehicle maintenance and repair on all major makes of vehicles . We employ ASE certified technicians and use the latest in diagnostic tools to accurately repair vehicles in a timely manor while providing prompt and professional service. We have the ability to pickup and deliver to multiple locations and achieve a timely turnaround of repairs . RPI'-Vehicle Repair and :Maintenance. Page 21 Close—April 22, 2014—2:00 pm 2. City drivers are usually in a hurry and need to return to work. Their expectation is to be acknowledged and served promptly, courteously and competently. How will you do this? Tyler' s Automotive is located .3 of a mile from the city yard We have shuttle vehicles and drivers that can be dispatched immedialty to shuttle city employees and vehicles to and from any destination as requested. 3. 'Wliat procedures are followed to ensure successful completion of service work prior to the vehicle being released to the customers All Tyler' s team has electronic scheduling documentation of the requests for each vehicle . A designated manager will be working with each vehicle, technician and the City Fleet Operations to communicate and deliver a properly repaired vehicle 4. City requires the contractor to designate one person from the shop to work with the City representatives and communicate vehicle repair status and scheduling on routine basis. please identify this position and the qualifications you will establish for this position. Margaret Ellenson will coordinate, communicate and work directly with city staff to facilitate needed repairs on city vehicles Having an existing relationships with most of City' s personnel she will work with the needed persons to facilitate repairs . S. The City expects 24 hours turnaround time for preventive and routine repair sen-ices. Can Vou meet this standard and provide quality repair work? Yes XX No- We o-We work with Fleet and drivers to return the vehicle to service within the same day oras promised depending on the complexity of service being preformed. RFP-Vehicle Repair and :Maintenance Page 22 C:losc-April 22, 2014-2.00 pm 6. Please speci£1,whether OEM or after-market parts will be used for repairs? If after-market parts will be used, please explain under what circumstance(s). Please be awarx the City requires use of OI:M darts.for all services unless.pedjj tng herein or otherwise approved by SR j�rinr I i hair for all semices OEM parts will be used on all repairs when possible. We will work directly with Fleet to get authorization to use aftermarket parts when price or lack of availability is a better option for the city. 7. List days and hours of shop operations and after-hour emergency services availability. Normal business hours are Monday - Friday 7 : 30am - 6 : 00pm and are closed on major holidays . Tyler and Margaret are available 24hrs a day via cell and can facilitate emergency services as needed 8. Describe the availability of secured parking for vehicles in for repairs. Tyler ' s Automotive has an 18 camera surveillance system with 50OGB hard drive storage system. Additionally the buildings are monitored with an alarm system. Vehicle ' s will be parked inside the building during after hours operations . 9. Can you supply tires using pricing based on Oregon State Contracts?Yes No X F. FACILITY DESCRIPTION 1. How many hays are available for vehicles? 9 2. Describe what provisions and procedures you have in place to dispose of hazardous substances, oils, coolants, etc. Oils, coolant, filters, etc are contained and disposed of using commercially contracted com2anies such as Thermal Fluids 3. Do you have a certified emissions specialist on staff?Yes X No 4. Do you have an electrical systems specialist on staffe Yes X No RFP—Vehicle Repair and:Maintenance Page 23 Close—April 22, 2014—2:00 prn 5. Describe any experience that you have in servicing/maintaining lift equipped vehicles. We are able to service the engine, drivetrain, fuel and braking system of the vehicle. We can sublet lift service to a specialized facility. 6. The City requires the contractor to coordinate warranty work. Please describe how you would perform that and which dealership/service departments you will use for Chevrolet, Ford, GMC, and Dodge. Please provide name of dealership, shop location and phone number. Vehicles under warranty will be delivered to the appropriate approved dealership for warranty repair. We will coordinate all communications and delivery of vehicles as needed. 7. Can you perform emergency roadside service as required?Yes X Na G. SUBCONTRACTOR_LIST Indicate what work is proposed to be performed by subcontractor (s). Indicate on the following;list the name and location of all subcontractor(,). SERVICE SUB-CONTRACTOR PRIMARY AMEMOCATION CONTACT PHONE I Tyler' s Automotive of Wilsonville Tyler Ellenson 503-682-9181 Tyler' s Automotive of Newberg Tyler Ellenson 503-537-4.085 H. COST AND CONDITIONS Conditions: 1. Prices for the services listed above must include all labor and material needed to complete the services specified. 2. Prices proposed in this section are firm fixed prices for the initial period of the contract (three years). 3. All repair parts are to be C)EM or equivalent. I xceptions 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 between service intervals. 4. Service reminder sticker is required with each service. 5. All labor hours. The City is required to pay labor hours shall be as listed on ALLDA'T'.A Service& Repair Information system. Contractor shall provide the City with an access pass word to their ALLDATA Service& Repair Information System, 6. Unless otherwise specified and/or agreed to, a standard 12 month or 12,000 mile warranty will be required on all labor and materials. RIP—Vehicle Repair and ?Maintenance Page 24 Close—April 22,2014—2:00 pm 7. No applicable taxes should be included in the bid prices. Passenger 4x4 Trucks -':ix-4 Track 6.0 4x4 Truck 7.3 Vehicles& and Utility Diesel Diesel CITYVEHICLE ht Trucks Vehicles Services/Costs Cost Cost Cost Cost Service 75 . 00* 75 . 00* $275 . 00* $186 . 00 Vehicle Transport(pickup and delivery)for Preventative and $0 . 00 $ 0 . 00 $ 0 . 00 $ 0 . 00 Scheduled Services Cost of Hourly Labor Rate(not included in Service A) $ 85 . 00 $ 85 - 00 $ 85 . 00 $ 85 . 00 Rotate Tire(4-Way front to rear) $ 14 . 00 $ 14 . 00 $ 14 . 00 14 . 00 Replacement Dealer Parts(not included in Service A) Cost Plus 25 00 25 0% 25 0,0 2 5 Replacement None Dealer Parts(not included in Service A) Cost Plus 35 040 35()"- 35 °o 35 0'0 Cost for Shop Supplies,and Other -8-7576`7 a or Disposal Fee As a Percentage of Total % Same °o Same o/o Same 0" Service Fee not included in Service A max $28 . 00 Craven Dodge SUV-&Utility 2013 Ford POLICE VEHICLE Victads's Ch s Trucks Interce toy's Services/Costs Cost Cost Cost Coast Service 75 . 00 75 . 00 75 . 00 75 . 00 Vehicle Transport(pickup and delivery) for Preventative and $ 0 . 00 $ 0 . 00 $ 0 . 00 $ 0 . 00 Scheduled Services Cost of Hourly Labor Rate (not included in Service A) $ 85 . 00 $ 85 - 00 $ 85 . 00 $ 85 . 00 Rotate Tires (4-Way Front to Rear) $14 . 0 0 4 . 00 $ 14 . 00 $ 14 . 0 0 Replacement Dealer Parts (not included in Service A) Cost Plus 25 'o 25 010 25 0o 25 0, Replacement None Dealer Parts(not included in Service A) Cost Plus 35 0 0 351), 3 5 oi„ 35 Cost for Shop Supplies,and Other 8 . 5% 1 abo Disposal Fee As a Percentage of Ttotal 0 0 Same �,;, Same Same 0 Service Fee not included in Service A $28 . 00 max Does your shop offer prompt payment discounts? Yes No X If Yes, please describe the discount: Will your shop accept credit card payments? Yes X ?tiro If Yes, is there. a charge for credit card payments: Yes '_trio X RFP-Vehicle Repair and Maintenance * See page 11 of RFP proposal lette 1'age 2S (Hose-April 22, 2014-2:00 pm ** See page 11 of RFP proposal letter. I. SIGNATURES The undersigned proposes to perform all work as listed in the Specification section, for the price(s) stated; and that all articles supplied under any resultant contract will conform to the specifications herein, The undersigned agrees to be bound by all applicable laws and regulations and City policies and accepts all the terms and conditions contained in the City of Tigard's Request for Proposal for vehicle repair and maintenance services and the attached general services agreement (Attachtnent C:): The undersigned,by submitting a proposal,represents that: i 1. The Proposer has read and understands the specifications. 2. Failure to comply with the specifications or any terms of the Request for Proposal may disqualify the Proposer as being non-responsive. 3. This proposal has been arrived at independently and has been submitted without any collusion designed to limit competition. The undersigned therefore offers and makes this proposal to furnish services at the prices) indicated herein in fulfillment of the attached requirements and specifications of the C:it7. Name of firm: Tyler' s Automotive Address: 12485 SW Main St . , Tigard Oregon 97223 Telephone Number: 3-6 3 9-5 5 8 8 Fax Number: S03-620-4483 By: - AY/ . z Date:--- --�/ (Signature of Authorized Official. If partnership, signature of one partner.) Printed Nam /Title: Tyler Ellenson / President If corporation,attest: Tyler El lenson (Corporate Officer) F Corporation 0 Partnership ❑ Individual Federal Tax Identification Number(TIN): 93-1251144 RFP—Vehicle Repair and Maintenance Page 26 Close—April 22, 2014—2:00 pm ATTACHMENT B CITY OF TIGARD, OREGON ACKNOWLEDGMENT OF ADDENDA Project Title: Vehicle Repair and Maintenance Close: Tuesday.April 22,2014-2:00 pm I/Wl✓ HAVr RECIEIVFD THE FOUOV'ING ADDENDA Uf'none rreeived, urzte "'\'one Received'): 1. None Received 3 2. 4. 4-11-14 Date Signature VProposcr f Pr ,sident Title TRE Enterprises inc . DBA Tyler' s Automotive Corporate Name RFP—Vehicle Repair and Maintenance Page Close—April 22, 2014— 2:00 pm