county of livingston bob maxey ford of howell, inc. w … · 2017. 5. 23. · livingston county...

14
LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~1~ [with a 2-Year Option] BOB MAXEY FORD RES: # 2017-04-070 THIS AGREEMENT, made and entered into this day of , 2017, by and between the COUNTY OF LIVINGSTON, a municipal corporation and political subdivision of the State of Michigan (hereinafter referred to as the "County") and BOB MAXEY FORD OF HOWELL, INC. , with offices at 2798 E. Grand River, Howell, MI 48843 (hereinafter referred to as the "Contractor"). W I T N E S S E T H: WHEREAS, The County in REQUEST FOR PROPOSALS (RFP) RFP-LC-17-03 REPAIR AND MAINTENANCE SERVICES FOR TRANSIT VEHICLES (hereinafter referred to as the RFP) has solicited proposals from qualified and experienced vendors to provide repair and maintenance services for County-owned transit vehicles on an as needed basis for a three (3) year period with an option for the County to extend for one (1) additional two (2) years; and WHEREAS, the Contractor has submitted a proposal to the County to provide repair and maintenance services for the County-owned transit vehicles; and WHEREAS, the County accepts the Contractor's proposal subject to the terms and conditions of this Agreement. NOW, THEREFORE, for and in consideration of the mutual covenants hereinafter contained, IT IS HEREBY AGREED as follows: 1. AGREEMENT PERIOD AND TERMINATION. This Agreement shall commence on May 1, 2017, and unless terminated as authorized in the second paragraph of this Section 24 shall continue until May 1, 2020, at which time this Agreement shall terminate unless extended as authorized in this Agreement. The County shall, at its discretion, have one (1) option to extend the term of this Agreement by two (2) additional years. To exercise the option the County shall notify the Contractor in writing prior to the end of the initial three (3) year term. The County shall have the right to terminate this Agreement at any time, with a minimum of thirty (30) days written notice to the Contractor in the event that the services of the Contractor are deemed by the County to be unsatisfactory, incorrect billings, or upon failure to perform/comply with any of the terms of this Agreement. 2. SERVICES TO BE PERFORMED BY THE CONTRACTOR AND THE COUNTYS RESPONSIBILITIES. The services the Contractor is to provide shall be as set forth in Section SCOPE OF WORK: PREVENTATIVE MAINTENANCE, pages 12-14, of the County’s RFP. A copy of the RFP’s pages 12-14 are attached to this Agreement labeled Exhibit A and incorporated by reference into this Agreement and made a part thereof. 3. TRANSIT VEHICLES TO BE SERVICED. The transit vehicles the Contractor is to service shall be as set forth in the RFP’s pages 11-12, attached to this Agreement, labeled Exhibit B. The attached Exhibit B is incorporated by reference into this Agreement and made a part thereof. 19th MAY

Upload: others

Post on 12-Feb-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

  • LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~1~ [with a 2-Year Option] BOB MAXEY FORD RES: #2017-04-070

    THIS AGREEMENT, made and entered into this day of , 2017,

    by and between the COUNTY OF LIVINGSTON, a municipal corporation and political

    subdivision of the State of Michigan (hereinafter referred to as the "County") and BOB MAXEY

    FORD OF HOWELL, INC. , with offices at 2798 E. Grand River, Howell, MI 48843 (hereinafter

    referred to as the "Contractor").

    W I T N E S S E T H:

    WHEREAS, The County in REQUEST FOR PROPOSALS (RFP) RFP-LC-17-03 REPAIR AND MAINTENANCE SERVICES FOR TRANSIT VEHICLES (hereinafter referred to as the “RFP”) has solicited proposals from qualified and experienced vendors to provide repair and maintenance services for County-owned transit vehicles on an as needed basis for a three (3) year period with an option for the County to extend for one (1) additional two (2) years; and

    WHEREAS, the Contractor has submitted a proposal to the County to provide repair and maintenance services for the County-owned transit vehicles; and

    WHEREAS, the County accepts the Contractor's proposal subject to the terms and conditions of this Agreement.

    NOW, THEREFORE, for and in consideration of the mutual covenants hereinafter

    contained, IT IS HEREBY AGREED as follows:

    1. AGREEMENT PERIOD AND TERMINATION. This Agreement shall commence on May 1, 2017, and unless terminated as authorized in the second paragraph of this Section 24 shall continue until May 1, 2020, at which time this Agreement shall terminate unless extended as authorized in this Agreement. The County shall, at its discretion, have one (1) option to extend the term of this Agreement by two (2) additional years. To exercise the option the County shall notify the Contractor in writing prior to the end of the initial three (3) year term.

    The County shall have the right to terminate this Agreement at any time, with a minimum of thirty (30) days written notice to the Contractor in the event that the services of the Contractor are deemed by the County to be unsatisfactory, incorrect billings, or upon failure to perform/comply with any of the terms of this Agreement.

    2. SERVICES TO BE PERFORMED BY THE CONTRACTOR AND THE COUNTY’S

    RESPONSIBILITIES. The services the Contractor is to provide shall be as set forth in Section SCOPE OF WORK: PREVENTATIVE MAINTENANCE, pages 12-14, of the County’s RFP. A copy of the RFP’s pages 12-14 are attached to this Agreement labeled Exhibit A and incorporated by reference into this Agreement and made a part thereof.

    3. TRANSIT VEHICLES TO BE SERVICED. The transit vehicles the Contractor is to service

    shall be as set forth in the RFP’s pages 11-12, attached to this Agreement, labeled Exhibit B. The attached Exhibit B is incorporated by reference into this Agreement and made a part thereof.

    19th MAY

  • LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~2~ [with a 2-Year Option] BOB MAXEY FORD RES: #2017-04-070

    4. COMPENSATION. The cost of services, parts and materials required by this Agreement shall be consistent with the per hour labor cost and unit prices set forth in the Contractor’s Response to RFP, APPENDIX G: PRICING PROPOSAL, pages 25-27. A copy of the Contractor’s Pricing Proposal is attached to this Agreement labeled Exhibit C, which is incorporated by reference into this Agreement and made a part thereof.

    Payment terms are Net thirty (30) days upon receipt and acceptance. Each invoice shall include the work order number, vehicle number, vehicle identification number (VIN), description of the work completed, part prices, unit and total price, discount terms, Contractor’s name and remit to address.

    The prices set forth in the attached Exhibit C shall apply to all County vehicles serviced by the Contractor under this Agreement and shall remain firm against any increase during the initial term of the Agreement (i.e. May 1, 2017 - May 1, 2020). Prior to commencement of a subsequent renewal term, the County may entertain a request for escalation in accordance with the current Consumer Price Index for the previous 12-month period or up to a maximum five percent (5%) increase on the pricing set forth in Exhibit c, whichever is lower.

    For the purposes of this Agreement, “Consumer Price Index” shall mean the Consumer Price Index - All Urban Consumers - United States Average -: Midwest Region All Items, 1982-1984=100-CUUR02005AO as published by the United States Department of Labor, Bureau of Labor Statistics.

    Any proposed price increase must be submitted by Contractor to the Livingston County Purchasing Department not less than sixty (60) days prior to commencement of the renewal period. The County reserves the right to accept or reject the request of a price increase for the renewal period. If a price increase is approved, the new price will remain firm for that entire renewal period.

    5. TAX EXEMPT STATUS.

    The County is exempt from Federal Excise and State Sales Tax. The County shall not pay any tax from which it is exempt.

    6. SECURITY AND SAFETY. The Contractor shall provide security for the serviced vehicles

    in such a manner and geographic location that will preclude their exposure to any incidents of theft, vandalism, conversion, etc. Further, all vehicles must, at a minimum, be stored in a lighted enclosed area that will preclude exposure of County vehicles to any incidents of theft, vandalism, burglary, conversion, etc.

    7. REPORTS. Contractor shall, upon request, furnish the County‘s Purchasing Department

    with a written report of the total dollar volume of business provided under this Agreement. Such reports are to be submitted within fifteen (15) days of request. Contractor, and all of the Contractor’s personnel shall promptly respond orally or in writing, as fits the circumstances, to all inquiries regarding service bills and performance of work under this Agreement. All information, reports and listings requested shall be provided free of charge.

    8. COMPLIANCE WITH THE LAW AND EQUAL EMPLOYMENT OPPORTUNITY.

    A. In performing its responsibilities under this Agreement, the Contractor shall comply with all applicable Federal, State and local laws, ordinances, rules and regulations, including, but not limited to, all applicable OSHA/MIOSHA requirements, the Americans with Disabilities Act, Federal and/or State licensing and/or certification requirements of persons to provide services under this Agreement.

    B. The Contractor and its subcontractors, as required by law, shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges

  • LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~3~ [with a 2-Year Option] BOB MAXEY FORD RES: #2017-04-070

    of employment, or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, disability that is unrelated to the individual‘s ability to perform the duties of a particular job or position, height, weight, or marital status. Breach of this subsection shall be regarded as a material breach of this Agreement.

    The Contractor shall post notices containing this policy against discrimination in conspicuous places available to applicants for employment and employees. All solicitations or advertisements for employees, placed by or on behalf of the Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, sex, national origin, disability, age, height, weight, marital status and religion.

    9. APPLICABLE LAW AND VENUE. This Agreement shall be subject to and construed

    according to the laws of the State of Michigan. The County and the Contractor agree that any legal or equitable action arising out of or under this Agreement shall be in Michigan Courts whose jurisdiction and venue is established in accordance with the statutes of the State of Michigan and/or Michigan Court Rules. In the event that any action is brought under this Agreement in or is moved to Federal Court, the venue for such action shall be the Federal Judicial District of Michigan, Eastern District, Southern Division.

    10. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that the

    Contractor is an independent contractor. The employees, servants, agents and assigns of the Contractor shall in no way be deemed to be and shall not hold themselves out as employees, servants or agents of the County and shall not be entitled to any fringe benefits of the County, such as, but not limited to, health and accident insurance, life insurance, paid vacation or sick leave, or longevity.

    The Contractor shall be responsible for paying all salaries, wages and other compensation which may be due its employees or agents for performing services under this Agreement and for the withholding and payment of all applicable taxes, including, but not limited to, income and social security taxes, to the proper Federal, State and local governments. To the extent permitted by law, the Contractor retains all rights as an employer to hire, promote, demote, transfer, or terminate any of its employees. If Contractor transfers or terminates any of the employees assigned to perform the services required by this Agreement, the Contractor shall replace that employee with another qualified employee.

    11. INDEMNIFICATION AND HOLD HARMLESS. The Contractor shall, at its own expense,

    protect, defend, indemnify, save and hold harmless the County, and the County ‘s elected and appointed officers, employees, and agents from all claims, damages (including but not limited to direct, indirect, incidental, consequential, special and punitive damages), costs, lawsuits and expenses, including, but not limited to, all costs from administrative proceedings, court costs and attorney fees, that they may incur as a result of any acts, omissions or negligence on behalf of the Contractor, or any of the Contractor‘s officers, employees, or agents or its subcontractors or sub-subcontractors, or any of their officers, employees or agents, that may arise out of this Agreement.

    The Contractor ‘s indemnification responsibilities under this section shall include the sum of damages, costs and expenses which are in excess of the sum of damages, costs and expenses which are paid out on behalf of or reimbursed to the County, the County ‘s officers, employees, and agents by the insurance coverage obtained and/or maintained by the Contractor.

    12. LIABILITY INSURANCE. The Contractor, or any of its subcontractors, shall not

    commence work under this Agreement until it has obtained the insurance required in this Section 17, and shall keep such insurance in force during the entire life of this Agreement. All coverage shall be with insurance companies licensed and admitted to do business in the State of Michigan and acceptable to the County. The requirements below should not be interpreted to limit the liability of the Contractor. All deductibles and SIR’s are the responsibility of the Contractor. The Contractor shall procure and maintain the following insurance coverage:

  • LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~4~ [with a 2-Year Option] BOB MAXEY FORD RES: #2017-04-070

    A. Commercial General/Garage Liability Insurance on an "Occurrence Basis" with limits of liability not less than $1,000,000 per occurrence and aggregate. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent, if not already included; (E) Deletion of all Explosion, Collapse, and Underground (XCU) exclusion, if applicable. If the General Liability policy does not include the Garage Liability exposures, these coverages shall be written on a separate Garage Liability policy with the same minimum limit of liability of $1,000,000 per occurrence.

    B. Worker’s Compensation Insurance including Employers’ Liability Coverage, in accordance with all applicable statutes of the State of Michigan.

    C. Automobile Liability insurance including Michigan No-Fault Coverage, with limits of liability not less than $1,000,000 per occurrence, combined single limit for Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles.

    D. Garage Keepers Legal Liability Insurance: The Contractor shall procure and maintain during the life of this contract Garage Keepers Legal Liability Insurance, including "On-Hook" coverage, to protect vehicles in their care, custody and control, with limits of liability not less than $130,000 per vehicle.

    E. Additional Insured: Commercial General Liability and Automobile Liability, as described above, shall include an endorsement stating the following shall be Additional Insured’s. Livingston County, all Livingston County elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof. It is understood and agreed by naming Livingston County as additional insured, coverage afforded is considered to be primary and any other insurance Livingston County may have in effect shall be considered secondary and/or excess.

    F. Cancellation Notice: All policies, as described above, shall include an endorsement stating that is it understood and agreed Thirty (30) days, Ten (10) days for non-payment of premium, Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: Livingston County, ATTN: Purchasing 304 E. Grand River Ave., Suite 204 Howell, MI 48843.

    G. Proof of Insurance Coverage: The Contractor shall provide the County, at the time that the Agreement copies are returned by him/her for execution, a Certificate of Insurance as well as the required endorsements. In lieu of required endorsements, if applicable, a copy of the policy sections where coverage is provided for additional insured and cancellation notice would be acceptable. Copies or certified copies of all policies mentioned above shall be furnished, if so requested.

    If any of the above coverages expire during the term of this Agreement, the Contractor shall deliver renewal certificates and endorsements to the County at least ten (10) days prior to the expiration date.

    The required Certificate of Liability Insurance and endorsements must be submitted to the Livingston County Purchasing Office when this Agreement is fully executed by the representatives of both parties. The Insurance Certificate and endorsements may be faxed or emailed to: (517) 546-7266 or [email protected].

    13. WAIVERS. No failure or delay on the part of either of the parties to this Agreement in

    exercising any right, power or privilege hereunder shall operate as a waiver thereof, nor shall a single or partial exercise of any right, power or privilege preclude any other or further exercise of any other right, power or privilege.

    In no event shall the making by the County of any payment due to the Contractor constitute or be construed as a waiver by the County of any breach of a provision of this Agreement, or any default which

  • LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~5~ [with a 2-Year Option] BOB MAXEY FORD RES: #2017-04-070

    may then exist, on the part of the Contractor, and the making of any such payment while any such breach or default shall exist shall in no way impair or prejudice any right or remedy available to the County in respect to such breach or default.

    14. INTEREST OF CONTRACTOR AND COUNTY. The Contractor by its entry into this

    Agreement gives the County its assurances that Contractor has no interests that would conflict with the performance of services required by this Agreement. The Contractor also assures that, in the performance of this Agreement, no officer, agents, employee of the County of Livingston, or member of its governing bodies, may participate in any decision relating to this Agreement which effects his/her personal interest or the interest of any corporation, partnership or association in which he/she is directly or indirectly interested or has any personal or pecuniary interest. However, this section does not apply where specifically exempt under Michigan Law.

    15. IRAN LINKED BUSINESS. The Contractor has certified to the County that neither it nor

    any of its successors, parent companies, subsidiaries, or companies under common ownership or control of the Contractor, are an “Iran Linked Business” engaged in investment activities of $20,000,000.00 or more with the energy sector of Iran, within the meaning of Michigan Public Act 517 of 2012. It is expressly understood and agreed that the Contractor shall not become an “Iran linked business” during the term of this Agreement.

    NOTE: IF A PERSON OR ENTITY FALSELY CERTIFIES THAT IT IS NOT AN IRAN LINKED BUSINESS AS DEFINED BY PUBLIC ACT 517 OF 2012, IT WILL BE RESPONSIBLE FOR CIVIL PENALTIES OF NOT MORE THAN $250,000.00 OR TWO TIMES THE AMOUNT OF THE CONTRACT FOR WHICH THE FALSE CERTIFICATION WAS MADE, WHICHEVER IS GREATER, PLUS COSTS OF INVESTIGATION AND REASONABLE ATTORNEY FEES INCURRED, AS MORE FULLY SET FORTH IN SECTION 5 OF ACT NO. 517, PUBLIC ACTS OF 2012.

    16. AMENDMENTS. Modifications, amendments or waivers of any provision of this

    Agreement may be made only by the written mutual consent of the parties hereto.

    17. SUBCONTRACTING OR ASSIGNMENT. This Agreement shall not be subcontracted or

    any part thereof assigned without the express written approval of the County’s Purchasing Agent. In no case; however, shall such approval relieve the Contractor from its obligations or change the terms of this Agreement. The Contractor shall not transfer or assign any Agreement funds or claims due or to become due without the advance written approval of the Purchasing Agent. The unauthorized subcontracting or assignment of this Agreement, in whole or in part, or the unauthorized transfer or assignment of any Agreement funds, either in whole or in part, or any interest therein, which shall be due or are to become due the Contractor shall have no effect on the County and are null and void.

    The Contractor shall identify any and all contractors and subcontractors it intends to use in the performance of this Agreement. All such persons shall be subject to the prior approval of the County.

    18. CONTRACTING WITH OTHERS. It is expressly understood and agreed that either the

    County or the Contractor shall be free to contract with others to receive or to perform services similar to those to be provided under this Agreement.

    19. SECTION TITLES. The titles of the sections set forth in this Agreement are inserted for

    the convenience of reference only and shall be disregarded when construing or interpreting any of the provisions of this Agreement.

    20. COMPLETE AGREEMENT. This Agreement, the attached Exhibits and any additional or

    supplementary documents incorporated herein by specific reference contain all the terms and conditions

  • LIVINGSTON COUNTY TERM: 5/1/2017 - 5/1/2020 & ~6~ [with a 2-Year Option] BOB MAXEY FORD RES: #2017-04-070

    agreed upon by the parties hereto, and no other agreements, oral or otherwise, regarding the subject matter of this Agreement or any part thereof shall have any validity or bind any of the parties hereto.

    21. BINDING EFFECT OF THE AGREEMENT. The covenants and conditions of this

    Agreement shall be binding upon and for the benefit of the heirs, administrators, executors, successors and assigns of the parties hereto.

    22. THIRD-PARTY BENEFICIARIES. This Agreement is enforceable only by the County and

    Contractor and their successors in interest by virtue of an assignment that is not prohibited under the terms of this Agreement. No other person may enforce any of the terms contained in this Agreement, nor is this Agreement intended to confer third-party beneficiary status on any third person.

    23. SURVIVAL CLAUSE. All rights, duties and responsibilities of any party that either

    expressly or by their nature extend into the future, including warranties and indemnification, shall extend beyond and survive the end of the Agreement ‘s term or the termination of this Agreement.

    24. INVALID/UNENFORCEABLE PROVISIONS. If any clause or provision of this Agreement

    is rendered invalid or unenforceable because of any State or Federal statute or regulation or ruling by any tribunal of competent jurisdiction, that clause or provision shall be null and void, and any such invalidity or unenforceability shall not affect the validity or enforceability of the remainder of this Agreement. Where the deletion of the invalid or unenforceable clause or provision would result in the illegality and/or unenforceability of this Agreement, this Agreement shall be considered to have terminated as of the date in which the provision was rendered invalid or unenforceable.

    25. CERTIFICATION OF AUTHORITY TO SIGN AGREEMENT. The people signing on

    behalf of the parties hereto certify by their signatures that they are duly authorized to sign this Agreement on behalf of said parties and that this Agreement has been authorized by said parties.

    THE AUTHORIZED REPRESENTATIVES OF THE PARTIES TO THIS REPAIR AND

    MAINTENANCE SERVICE AGREEMENT HAVE SIGNED THIS AGREEMENT ON THE DATE APPEARING BELOW THEIR SIGNATURE AND THIS AGREEMENT HAS BEEN FULLY EXECUTED ON THE DAY AND YEAR FIRST ABOVE WRITTEN.

    N:\Client\Livingston\LETS\Bob Maxey Ford of Howell\Agr w Bob Maxey Ford of Howell for Transit Vehicle Maintenance.doc Liv/LETS #17-002

    S:\WP\Contracts\Agreements\WORD Agts\LETS - 17-04-070 - BOB MAXEY - Repair and Maintenance for County Transit Vehicles - AGT.docx

    COUNTY OF LIVINGSTON BY: KATE LAWRENCE - CHAIRWOMAN COUNTY BOARD OF COMMISSIONERS

    Dated:

    BOB MAXEY FORD OF HOWELL, INC.

    BY: (Signature)

    Name: (Print or Type)

    Title: (Print or Type) Dated:

    APPROVED AS TO FORM FOR COUNTY OF LIVINGSTON:

    COHL, STOKER & TOSKEY, P.C.

    By: GORDON J. LOVE - 5/9/17

    5/19/17

  • RFP-LC-17-03 DUE: March 23, 2017

    REPAIR & MAINTENANCE SERVICES FOR TRANSIT VEHICLES Page 12 of 31

    Fleet Summary for Diesel Powered Transit Vehicles

    Model Year Engine Type Weight Class Length Quantity

    International 2010 3200 19,500 33’ 1 Ford Bus 2010 6.0L V8 14,500 24’ 5 Ford Bus 2016-17 6.7L V8 19,500 32’ 3

    GAS TRANSIT VEHICLES FLEET SUMMARY Due to the occasional transfer, purchase and disposal of vehicles, the list of vehicles provided below is subject to change to meet Livingston County operational needs. Livingston County may delete and substitute similar vehicles in a quantity equal to those deleted. Vehicles added shall be subject to the exact price, terms and conditions as the vehicles for which they were substituted. Fleet Summary for Gas Powered Transit Vehicles

    Model Year Engine Type GVWR Length Quantity Dodge

    Caravan 2010 3.3L V6 6,000 2

    Ford Explorer 2012 3.5L V6 6,000 1 Ford Bus 2015 6.8L V10 19,500 32’ 2 Ford Bus 2016 5.4L V8 12,500 22’ 2

    PROPANE TRANSIT VEHICLES FLEET SUMMARY Livingston County propane powered transit vehicles are Roush converted propane vehicles. Due to the occasional transfer, purchase and disposal of vehicles, the list of vehicles provided below is subject to change to meet Livingston County operational needs. Livingston County may delete and substitute similar vehicles in a quantity equal to those deleted. Vehicles added shall be subject to the exact price, terms and conditions as the vehicles for which they were substituted. Fleet Summary for Propane Powered Transit Vehicles

    Model Year Engine Type GVWR Length Quantity Ford Bus 2015-16 6.8L V10 14,500 25’ 9 Ford Bus 2017 6.8L V10 19,500 32’ 1

    SCOPE OF WORK: PREVENTATIVE MAINTENANCE This specification describes the preventative maintenance (PM) inspections, oil change, lube, radiator service, and fuel filter replacement for transit vehicles. The apparent silence of the specification as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the Specifications shall be made on the basis of this statement. Any additional work found necessary that is not specified in this bid specification should be listed on a separate sheet entitled "Additional Materials/Labor Required". 1. PREVENTATIVE MAINTENANCE & INSPECTIONS

    Vendor shall:

  • RFP-LC-17-03 DUE: March 23, 2017

    REPAIR & MAINTENANCE SERVICES FOR TRANSIT VEHICLES Page 13 of 31

    A. Change the oil and filter and complete inspection checklist B. Oil filter shall be nationally recognized brand name or approved equivalent; the oil

    must be of manufacturer specification and viscosity. C. Check and replenish all fluids to include, but not be limited to: brake, power steering,

    radiator, automatic transmission, rear axle oil, battery water level, windshield washer fluid and antifreeze.

    D. Check tires and spare tire; fill with air to the manufacturers’ recommended psi level. E. Check battery cables and posts for loose connections. F. Tighten any loose battery cable and clean connection(s). G. Visually inspect all hoses. H. Visually inspect all belts. I. Visually inspect the exhaust system. J. Check for leaks, worn or damaged parts; note any problems on the inspection

    checklist form, and make a recommendation for repair to the designee(s). Prepare written quotation for repair. Vendor shall perform service only with prior authorization by the L.E.T.S. Director or designee(s).

    K. Check and maintain PM on vehicle wheelchair lift and document lift cycle counts (if applicable) per manufacturer’s recommendations.

    L. Check seasonally utilized equipment (i.e. A/C units, Espar Auxiliary units).

    2. PERFORM RADIATOR SERVICE Vendor shall: A. Service shall be performed when requested B. Drain and replace antifreeze C. Tighten all hoses D. Check for leaks, worn or damaged parts; note any problems on the authorized

    checklist, and make a recommendation for repair to the L.E.T.S. Director or designee. Prepare quotation for repair. Vendor shall perform service only with prior authorization by the L.E.T.S. Director or designee(s).

    3. PERFORM FUEL FILTER SERVICE Vendor shall: A. Service shall be performed when requested. B. Vendor shall provide fuel filter(s) and shall be nationally recognized brand name or

    approved equivalent. C. Tighten all hoses and fittings. D. Check for leaks, worn or damage parts, note any problems on the authorized

    checklist, and make a recommendation for repair to the L.E.T.S. Director or designee. Prepare quotation for repair. Vendor shall service upon authorization by the L.E.T.S. Director or designee.

    4. DOT INSPECTIONS Inspections shall be performed by licensed mechanic and a sample inspection checklist is referenced in this bid. Visit http://www.michigan.gov/documents/businspection_81255_7.pdf for Michigan Department of Transportation Commercial Bus Inspection Procedure, January 2004 which outlines the procedure used to inspect all commercial buses on a bi-annual basis. The vendor shall complete all required bi-annual DOT checklists and forward the original inspection checklist reports to L.E.T.S. Director. 5. SERVICE SCHEDULE The service schedule shall be based on the following: mileage and/or a set period of time.

  • RFP-LC-17-03 DUE: March 23, 2017

    REPAIR & MAINTENANCE SERVICES FOR TRANSIT VEHICLES Page 14 of 31

    6. AUTHORIZATION

    1. Livingston County Designee(s) shall notify the vendor by telephone to request service under the contract and follow-up with a written service work order request listing all vehicle information with the type of service required (i.e. LOF, tire service, brake service, et. al.).

    2. Livingston County Designee(s): L.E.T.S. will provide a written list of authorized personnel who may authorize service repairs to the awarded vendor. NO SERVICE shall be completed without the proper approval.

    3. The vendor shall not service a vehicle without providing a written estimate if repairs are over $150.00 and shall receive an authorized approval from a Livingston County designee(s). The authorized estimate of repair will detail the type of repair to be performed. The vendor shall only perform the repair on the authorized written estimate.

    ESTIMATES The vendor shall not charge for work done or parts supplied which are not a part of the written cost estimate and may not charge the customer more than $150.00 of the total price shown on the written cost estimate without obtaining prior written authorization from a Livingston County Designee(s) to exceed the original estimate. Incidental charges for such things as shop supplies, rags, miscellaneous nuts, bolts, charges for making out the work orders or estimates are not authorized. Invoices must show the exact number of hours used to perform each operation, show net prices, and indicate the work order number provided by the County. Failure to abide by any of the above may be cause for cancellation of the contract. EQUAL OR APPROVED EQUALS An approved equal indicates that an item with alternative make, model or trade name has been given consideration; determined to be able to fulfill the same performance requirements as the specified make, model or trade name and authorized by Livingston County as an equal substitution. The specifications within this RFP are intended to be precise when a specific make, model or trade name is provided. Whenever a make, model or trade name is used, it shall be that or an approved equal. Each vendor must clearly identify make, model or trade name of any proposed alternative equipment on the face of their estimates. In the event an alternative is proposed for use, the vendor must provide data to support the claim that the performance requirements are met by the proposed alternative. Livingston County reserves the right to make the decision on acceptability of any proposed alternative. STANDARDS All services shall be performed in accordance with the best industry practices and all parts installed must be genuine, original manufacturer, or approved equal. If any used, rebuilt or reconditioned parts are supplied, the invoice must clearly state this fact and prior approval. Vendor upon request shall return or provide the opportunity for inspection of all replaced parts. PREVENTATIVE MAINTENANCE (PM) RESPONSE TIME The bidder shall include the standard time required to provide for the following preventative maintenance services:

    • Lube, Oil and Filter Changes (L.O.F.) • MDOT Vehicle Inspection

  • RFP-LC-17-03 DUE: March 23, 2017

    REPAIR & MAINTENANCE SERVICES FOR TRANSIT VEHICLES Page 11 of 31

    PO Box 30016 Lansing, MI 48909 (517) 322-1195 Once you have a WC-337 form on file with the State of Michigan, a copy may be faxed or emailed to: 517.546.7266 or [email protected]. QUALIFICATION OF BIDDERS To be considered for award of this contract, the bidder must be able to meet the following minimum requirements:

    1. The bidder shall have a minimum of five (5) years of experience in providing, gasoline, diesel, and propane repair and preventative maintenance services for transit vehicles.

    2. The bidder must be able to meet all insurance requirements in regards to Workers’ Compensation Insurance, Commercial General Liability Insurance and Motor Vehicle Insurance as outlined in this RFP.

    3. The bidder shall be able to perform bi-annual M-DOT inspections by a licensed mechanic as required by law.

    4. Licensed and Certified: Bidders, both corporate and individual, must be fully licensed and certified for the type of work to be performed in the State of Michigan at the time of submittal and throughout the contract term. A copy of each mechanic’s license and all certificates or endorsements, such as I-CAR, ASE, EVT, et.al. for each mechanic to be assigned to do work under this contract shall be submitted with proposal.

    All interested bidders are to warrant that services shall be performed by skilled and competent personnel to the highest professional standards in this scope of work. INTRODUCTION/FLEET SUMMARY L.E.T.S. vehicles include light and medium duty buses, vans, and SUV’s. Buses are anticipated to last 7 years/200,000 miles. The historical monthly expenditure for LETS vehicle repair and maintenance is approximately $10,000 to $12,000 per month.

    • In summary, repair activities for 2016 included: o Oil changes/inspections o Air filters o Fuel filters o Transmission filters o Front brake jobs o Rear brake jobs o Rotations o Set of (2) front tires (mounting and balancing only) o Set of (4) rear tires (mounting and balancing only)

    • Height of bus is 11’7” • L.E.T.S. vehicles that require DOT inspections will be noted on the service work order.

    DIESEL TRANSIT VEHICLES FLEET SUMMARY Due to the occasional transfer, purchase and disposal of vehicles, the list of vehicles provided below is subject to change to meet Livingston County operational needs. Livingston County may delete and substitute similar vehicles in a quantity equal to those deleted. Vehicles added shall be subject to the exact price, terms and conditions as the vehicles for which they were substituted.

  • RFP-LC-17-03 DUE: March 23, 2017

    REPAIR & MAINTENANCE SERVICES FOR TRANSIT VEHICLES Page 12 of 31

    Fleet Summary for Diesel Powered Transit Vehicles

    Model Year Engine Type Weight Class Length Quantity

    International 2010 3200 19,500 33’ 1 Ford Bus 2010 6.0L V8 14,500 24’ 5 Ford Bus 2016-17 6.7L V8 19,500 32’ 3

    GAS TRANSIT VEHICLES FLEET SUMMARY Due to the occasional transfer, purchase and disposal of vehicles, the list of vehicles provided below is subject to change to meet Livingston County operational needs. Livingston County may delete and substitute similar vehicles in a quantity equal to those deleted. Vehicles added shall be subject to the exact price, terms and conditions as the vehicles for which they were substituted. Fleet Summary for Gas Powered Transit Vehicles

    Model Year Engine Type GVWR Length Quantity Dodge

    Caravan 2010 3.3L V6 6,000 2

    Ford Explorer 2012 3.5L V6 6,000 1 Ford Bus 2015 6.8L V10 19,500 32’ 2 Ford Bus 2016 5.4L V8 12,500 22’ 2

    PROPANE TRANSIT VEHICLES FLEET SUMMARY Livingston County propane powered transit vehicles are Roush converted propane vehicles. Due to the occasional transfer, purchase and disposal of vehicles, the list of vehicles provided below is subject to change to meet Livingston County operational needs. Livingston County may delete and substitute similar vehicles in a quantity equal to those deleted. Vehicles added shall be subject to the exact price, terms and conditions as the vehicles for which they were substituted. Fleet Summary for Propane Powered Transit Vehicles

    Model Year Engine Type GVWR Length Quantity Ford Bus 2015-16 6.8L V10 14,500 25’ 9 Ford Bus 2017 6.8L V10 19,500 32’ 1

    SCOPE OF WORK: PREVENTATIVE MAINTENANCE This specification describes the preventative maintenance (PM) inspections, oil change, lube, radiator service, and fuel filter replacement for transit vehicles. The apparent silence of the specification as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the Specifications shall be made on the basis of this statement. Any additional work found necessary that is not specified in this bid specification should be listed on a separate sheet entitled "Additional Materials/Labor Required". 1. PREVENTATIVE MAINTENANCE & INSPECTIONS

    Vendor shall:

  • APPENDIX G: PRICING PROPOSAL FOR DIESEL TRANSIT VEHICLES

    VENDOR NAME: 811 b drt!"7 6~1 Please complete and return the following Pricing Proposal for diesel transit vehicles.

    Description of Hourly labor Rate Standard Discount

    Labor Rate Per. Hour !/1/t?Y 8?c (tt z z /.~Q../) Please indicate if this is a service provided by your firm for each of the described services below.

    Service Description YES NO

    Lube, Oil and Filter Changes (L.O.F.) >--MOOT Vehicle Inspection ).-

    Provide Radiator Service and Repairs y Transmission Service and Repairs y

    Please provide pricing for each of the below described services and if the rate offered is per hour

    or a flat rate .

    . Service Description PER HOUR FLAT RATE

    Lube, Oil and Filter Changes (L.O.F.) d I f. t~{J MOOT Vehicle Inspection -¥ ?Z tJU -Provide Radiator Service and Repairs iJ f z t?J:. Transmission Service and Repairs -'?2 ~

    Please select one hl of the following methods of calculating the discount on Parts Costs. Parts Cost Method Description YES or NO

    If YES, please Indicate

    Cost Plus Percentage Y

  • APPENDIX G: PRICING PROPOSAL FOR GAS TRANSIT VEHICLES

    VENDORNAME: __ ~~-c_t~· ~·~a~/~~~/_:_~~-~--------------------------Piease complete and return the folio mg Pricing Proposal for gas transit vehicles.

    Description of Hourly Labor Rate Standard Discount

    Labor Rate Per Hour 1 / ttY 11fZ {izz~u-1)

    Please indicate if this is a service provided by your firm for each of the described services below.

    Service Description YES NO

    Lube, Oil and Filter Changes (L.O.F.) X MDOT Vehicle Inspection y

    Provide Radiator Service and Repairs )<

    Transmission Service and Repairs X

    Please provide pricing for each of the below described services and if the rate offered is per hour or a flat rate.

    Service Description PER HOUR FLAT RATE

    Lube, Oil and Filter Changes (L.O.F.) II f ~ MDOT Vehicle Inspection .,t/? z. ~ Provide Radiator Service and Repairs .1/ f' z ~.!· Transmission Service and Repairs # n c;

    Please select one (1) of the following methods of calculating the discount on Parts Costs.

    Parts Cost Method Description YES or NO If YES, please Indicate

    Cost Plus Percentage ~s List Price Minus Percentage Other:

    Statement

    The vendor offers and agrees to provide preventative maintenance {PM) services for Livingston County LETS owned Medium Duty Buses at the labor rate and parts discount detailed above.

    All services will be performed in accordance with the terms and conditions of the contract.

    RFP-LC-17 -03 DUE: March 23, 2017

    REPAIR & MAINTENANCE SERVICES FOR TRANSIT VEHICLES

    % Offered /IJ ~

    YES or NO

    r:J

    ~)

    Page 26 of 31

  • APPENDIX G: PRICING PROPOSAL FOR PROPANE TRANSIT VEHICLES

    VENDORNAME: ________ ~-~--6~.~~-~-n~.z~;L_;_A_~-----------------------Please complete and return the following Pricing Proposal for propane transit vehicles.

    Description of Hourly Labor Rate Standard Discount

    Labor Rate Per Hour :II I t t Jt r 2 fz 2 /sre.J) Please indicate if this is a service provided by your firm for each of the described services below.

    Service Description YES NO

    Lube, Oil and Filter Changes (L.O.F.) y

    MDOT Vehicle Inspection >-Provide Radiator Service and Repairs y

    Transmission Service and Repairs x Please provide pricing for each of the below described services and if the rate offered is per hour or a flat rate.

    Service Description PER HOUR FLAT RATE

    Lube, Oil and Filter Changes (L.O.F.) if ? .'!!!-MDOT Vehicle Inspection :tl ?Z