HomeMy WebLinkAboutR-2022-027 Resolution authorizing award of BID 12135 and execution of an agreement with LP Body Shop Inc., to purchase services for Painting of New Police Vehicle DoorsA RESOLUTION
RESOLUTION NO. R-2022-027
authorizing award of BID 12135 and execution of an agreement with LP
Body Shop Inc., to purchase services for Painting of New Police Vehicle
Doors.
WHEREAS, the City posted and published notice on December 20 and 21, 2021 in the
Yakima Herald Republic and on the city's webpage that BID No. 12135 was available for
competitive bid; and
WHEREAS, Bids were due January 3, 2022 at 11:00 a.m.; bids that were timely
received were publicly opened in City Council Chambers in Yakima, Washington; and
WHEREAS, the following Bids were received, as evidenced by the attached Bid
Tabulation Form; and
WHEREAS, all responsive Bids were sent to the Yakima Police Department for
Recommendation of Award; and
WHEREAS, LP Bod Shop Inc., was the only responsive Bid received, by a responsible
bidder; the Yakima Police Department recommends Contract Award be issued to LP Body
Shop, Inc., and that the City Manager execute the Contract; and
WHEREAS, the Scope of Work and available budget meet the needs and requirements
of the City of Yakima for this procurement, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The Bid 12135 is hereby awarded and the City Manager is hereby authorized to execute
a Contract with LP Body Shop, Inc., attached hereto and incorporated herein by this reference,
in the total amount of $98,225.50 for the procurement of Services to Paint New Police Vehicle
Doors.
ADOPTED BY THE CITY COUNCIL this 15th day of February, 2022.
Janice Deccio, Mayor
ATTEST:
Sony:: C aar Tee, City Clerk
AGREEMENT
CITY OF YAKIMA
Bid 12135
Painting of New Police Vehicle Doors for Yakima Police Department
THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal
corporation ("City"), and L.P. Body Shop Inc., ("Contractor").
WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as
follows:
1. Statement of Work
The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively
referred to as "Services") according to the procedure outlined in Bid #12135 Painting of New Police Vehicle Doors
Specifications which are attached as Exhibit A, and the most recent edition of the ANSI/TIA/EIA and NEC Standards,
all of which are incorporated herein by this reference, and shall perform any alterations in or additions to the work
provided under this Contract and every part thereof.
The Contractor shalt provide and bear the expense of all equipment; work and labor of any sort whatsoever that may
be required for the transfer of materials and completing the work provided for in this Contract and every part thereof,
except such as are mentioned in the specifications to be furnished by the City of Yakima,
2. Compensation
The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit
includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the
time and in the manner and upon the conditions provided for the Contract.
3. Contract Term
The period of this Contract shall be for a period of one year from its effective date. The City may, at its option, extend
the Contract on a year to year basis for up to four (4) additional years. Contract extensions shall be automatic, and
shall go into effect without written confirmation, unless the Cily provides advance notice of the intention to not renew,
or unless the Services have been completed to the City's satisfaction prior 10 any automatic renewal.
4. Agency Relationship between City and Contractor
Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to
performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of
City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City.
5. Successors and Assigns
Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from
this Contract without the prior written consent of the other.
The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree
to the full performance of all the covenants herein contained upon the part of the Contractor.
6. Property Rights
All records or papers of any sort relating to the City and to the project will at ail times be the property of the City and
shall be surrendered to the City upon demand. All information concerning the City and said project which is not
otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in
whole or part, now or at any time disclose that information without the express written consent of the City.
Agreement 12135 Painting of New Police Vehicle Doors
Page 1 of 8
7. Inspection and Production of Records
The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but
the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility
for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or
non -complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient,
safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to
the Services will be provided to the City upon the City's request.
Contractor shall promptly furnish the City with such information and records which are related to the Services of this
Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation
payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record
retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine,
audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed
by Contractor under this Contract.
All records relating to Contractor's services under this Contract must be made available to the City, and the records
relating to the Services are City of Yakima /Yakima County records. They must be produced to third parties, if required
pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to
Contractor's services under this Contract must be retained by Contractor for the minimum period of lime required
pursuant to the Washington Secretary of State's records retention schedule.
The terms of this section shall survive any expiration or termination of this Contract.
8. Work Made for Hire
All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property
of the City, The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any
other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract,
the Contractor shall deliver these materials to the City,
9. Guarantee
Contractor warrants the Services will be free from defects in material and workmanship for a period of one year
following the date of completion and acceptance of the Services.
10. Compliance with Law
Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all
applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body,
whether federal, state, local, or otherwise, including policies adopted by the City, as those laws, ordinances, rules,
regulations,, and policies now exist or may hereafter be amended or enacted. Contractor shall procure and have all
applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental
authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful
execution of the work.
a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License
and pay all charges, fees, and taxes associated with said license.
b. Contractor must provide proof of a valid Washington State Contractor Registration number.
c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration
number, as required in Title 85 RCW,
d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number.
Agreement 12135 Painting of New Police Vehicle Doors Page 2 of 8
Contractor must have a current UBI number and not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065(3),
e. Contractor must provide proof of a valid Washington Employment Security Department number as
required by Title 50 RCW.
f. Foreign (Non -Washington) Corporations: Although the City does not require foreign corporate proposers
to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and
agreed that any such corporation will promptly take all necessary measures to become authorizedto
conduct business in the City of Yakima at their own expense, without regard to whether such corporation
is actually awarded the contract, and in the event that the award is made, prior to conducting any business
in the City.
11. Nondiscrimination
During the performance of this Contract, the Contractor agrees as follows:
The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin,
sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or
the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against
Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act (42 USC 12101 et seq.).
This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment,
advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision
of Services under this Agreement.
In the event of the Contractors noncompliance with the non-discrimination clause of this contract or with any such
rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the
Contractor may be declared ineligible for any future City contracts.
12. Pay Transparency Nondiscrimination Provision:
The Contractor will not discharge or in any other manner discriminate against employees or applicants because they
have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However,
employees who have access to the compensation information of other employees or applicants as a part of their
essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise
have access to compensation information, unless the disclosure is (a) in response to a formal complaint or charge, (b)
in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer,
or (c) consistent with the contractor's legal duty to furnish information.
13. Indemnification and Hold Harmless
a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or
properly, The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected
and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers
from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions,
investigations, and regulatory or other governmental proceedings arising from or in connection with this
Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or
subcontractor, in performance of this Agreement, except for claims caused by the City's sole negligence.
The City's right to indemnification includes attorney's fees costs associated with establishing the right to
indemnification hereunder in favor of the City.
b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent
acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers,
employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its
Agreement 12135 Painting of New Police Vehicle Doors Page 3 of 8
proportionate ohom nfnegligence for any resulting suit, judgment, actinn, daim, dumand, damages or
costs and expenses, including reasonable uttnmoyu'fee.
o. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives
any immunity that may be granted to it under the Washington State industrial insurance act, Title 51
RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in
any way byany limitation nnthe amount ofdamages, compensation orbenefits payable toorbvany third
padyunder wmrkem'uompenueUunan�.dioabiUtybenn(Ua�nnrany other ben��sadVor'programs.
Contractor shall require that its subcontractors, and anyone directly orindirectly employed hired by
Contrauk/r.and anyone for whose ac�Contractor may holiable inconnondnnwiNits pm�—mmnoon|
this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51
RCW, and assume all potential liability for actions brought by their respective employees, The Parties
acknowledge that they have mutually negotiated this waiver.
d. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then,
in the event of liability for damages arising out of bodily injury to persons or damages to property caused
byorresulting from the concurrent negligence cdthe Contractor and the City, the Contractor's |imbNty
indud|ngthe duty and cost \odefend, shall bmonly tnthe extent ofthe CnnUa�nr�negligence,
'
o. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of
indemnification |nany third party,
t The terms of this Section shall survive any expiration or termination of this Contract.
14. Contractor's Liability Insurance
A1all times during performance of the Sanimm and this Contmct. Contractor shall secure and maintain in offem1
insurance to protect the City and Contractor from and against any and all claims, Uamogwo. |nsnon and expenses
aduinQout ufnrpouohinghnmthe podormanoeofthis Contrad.Contna�orshall pmviUeand nnaintoinin'force insurance
inlimits nuless than that stated below, asapplicable. The City reserves the right torequire higher limits should |tdeem
itnecessary inthe best interest ofthe public.
Contractor will pmw/do a Certificate of Insurance to the City as evidence of coverage for each of the pu||ni*o and
outlined herein. A copy nfthe additional insured endorsement attached tothe policy will baincluded with the oort0ca\o
This Cedifin�oofinsumncoohaHboprovided bothe Qty.phnrtocommencement ofwork.
'
Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify
a deficiency from the insurance documentation provided shall not be construed as a waiver ofContractor's obligation
homaintain such |nxo/ance.
The following insurance is required:
a. Commercial Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of
insurance as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars
($2`O0lOOOJ)O)per occurrence, combined single injury and property damage,
Dollars ($2.00O.000.00)general aggregate. |fContractor carries higher coverage limits, such limits shall
be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed
officials, emp|nyeen, agonts, attorneys and volunteers shall be named as additional insureds for such
higher limits. The certificate oh8|| n|mmdy state who the provider is, the coverage amount, the policy
number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the
duration of this Contract. The policy shall name the City of Yakima, its elected and appointed offioio|u,
nmp|oyeoo, agonb, attorneys and volunteers as additional insureds, and shall contain nclause that the
insurer will not cancel or change the insurance without first giving the City prior written notice. The
|nuumnoa shall bnwith an insurance company mcompanies mtedA41/ nrhigher in Best'n Guide and
Agreement 1zz3*Painting ofNew Police Vehicle Doors
Page 4mu
admitted in the State of Washington, The requirements contained harein, as well as City of Yakima'o
review or acceptance of insurance maintained by Contractor is not intended to and oh | not in any
manner limit nrquo|ky�a|iobUiUuuurobligations assumed bvConran�runder Niucontract.
--
h. Automobile Liability Insurance
Before this Conlrac\is fully executed by1he���`Cont��rshaU
�provide
the City with ooR0ificate of
insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars
($28O0^0O0.v"/p�/v��w^�/�MContr8dorcanieS higher �0olimits, such limits shall hoshown
nnthe Certificate ofInsurance and Endorsements and the C8y, its elected and appointed Nffidalu
employees, a8en�,attorneys and vo/untwomshmUbanamed eooddihona|/nnumdo�rsuch higher ||m|�'
The mn�i�tmteshaUn!nadyn�towho the pmvidoris, the c$vnmUoamount, the poDcynumbnr and when
-
the policy and provisions provided ma in effect. Said policy shall be in effect for the duration of this
Contract. The policy shall name (he City of Yakima, its elected and appointed officials, —^
employees,
agents, attorneys m
eyuondvo|un�aeoomddKU
|mno|in�unadn.ondwhaonntuioac|aunathot tho�will
insurer--��^~
not cancel or change the insurance without first giving the City prior wiritten notice. The insurance
shall
be an insurance company orcompanies rated A4/| or higher in 8eoyu Guide and admitted in the of Washington. The requirements contained herein, as well as City of Yakima'- review
acceptance cJinsurance maintained bvContractor isnot intended bo and shallnot inany manner limit n~r
or
qualify the liabilities orobligations assumed bvContractor under this contract. 'The Lu�nesmauto liability
shall include Hired and Non -Owned coverageKnnues o�. -
o. Employer's Liability (Stop Gap)
Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation,nonupmUuna|dioomoa.andnocup8iona}hoaUbandnafe|y|awo^s(aiu<em'andwQu|ehnnnbnVhe(bUnxtan^applicable, and shall maintain Employer's Liability insurance with a limit of no ieno the~$1.008,OOO.00.The City shall not be held responsible in any way for claims filed by Contractor or it~enployeeoAnoamicoopenfonnedundo,Nmhennoo/MisConrao. Contractor agrees to assume full
liability for all claims arising from this Contract including claims resultingfrom negligent acts ofall
ouhoon`nmtor(o). Contractor is responsible Nensure: uubcvn/nsutor()hBvemouran000xnmodod Failure
of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or
Commercial General Liability: Combined Single Limit:
Automobile Liability
Garage Liability:
Garage Keepers Liability:
$lOOOU0OPer Occurrence
$2.N0,00Annual Aggregate
$2.U0O.OWOPer Occurrence
$1.00O.00OMinimum Limit
$200.000Min|mum Limit
Contractor's insurance coverage shall bn primary insurance with respect hothose who are Additional Insureds
this Contract. Any insurance, s��inoUmnmorinsurance pool coverage maintained by the City shall be boIn mxonxn under
thoConhoo��uinoumnooandnniUhor�oCi�nori�inaumnoapmvidm�ohuUconhib�atoa|ua0emnnb d��n
coo�.or�borpayme�smade byCont�n��ainsurance. ' ' ~`
If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full
tome and offect, all work under the contract shall be discontinued immediately. Any failure to maintain the required
insurance may bosufficient cause for the City toterminate (he Contract,
15. Sovorobi|ib/
If any konn or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid,
such Invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term
condition or application, To this and, the terms and conditions of this Contract are declared sevmmab|e�. '
Agreememza135 Painting mNew Police vehiuo�o - Page su,u
16. Contract Documents
This Contract, the Invitation to Bid 12135 Scope of Work, conditions, addenda, and modifications and Contractor's
proposal (to the extent consistent with City of Yakima documents) constitute the Contract Documents and are
complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede
other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No,
2110 St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract.
17. Termination
| the event the Contractor breaches this Contract, the City may terminate the Contractat its
sole discretion |nsuch event that it provides the Contractor with written notice of Contractor's breach and the Contractor
fails 0ocure its breach within 3Odays o[this notice.
In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such
event that it provides the C|h/ with written notice of City'o breach and the City hai|oo to ounu its breach of the Contract
within hOdays nfthis notice.
The following represents u-nun-oxcluuive.illustrative Vst of instances that ohoU-e- ^considered a breach by the
u. Dn�u8unnon under �e
' '
'b. Fails buperform any material obligation required undethe ' --
-c. Files opetition in bankruptcy, becomes insolvent, motherwise takes action to dissolve asolegal entity;
'd. ' Allows any final judgment not hu be satisfied or lien not to be disputed after legally -imposed. 30-day
notice;
''
' e. Makes amassignment for the benefit Vfcreditors;
~ t -`Fails to follow the sales and use tax certification requirements ofthe State of ---��� Washington;
_ �O. Incurs adelinquent Washington tax liability;
_ h.-^Becomes aState urFederally debarred Contractor;
i Is excluded from fpdpral
' pmmrnmowtand non -procurement Contracts; '
LFails to maintain and keep in force all required insurance, permits and licenses as provided |nthe
Contract;
^- k. Fails lumaintain the confidentiality of the City information that io(on---~ be Confidential
Information, proprietary, or containing Personally Identifiable Information;1. Contractor performance threatens the health or safety of a City, County or municipal employee; or
Termination for Convenience: The City may terminate the Contract, without cause, by providing 30 days written
notice of termination, In the event of termination for convenience, the Contractor shall be entitled to receive
compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed
services. In this event, compensation for such partially completed services shall be no more than the percentage of
completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for
completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City, the Contractor
may be compensated for the actual service hours provided, The City shall be entitled to a refund for goods or services
paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor
requesting the refund.
—`-theCKyreUedkzeatabis
this Contract are withdrawn, reduced, wlimited, o/nadditional urmodified conditions are placed onsuch funding, the
Agreement 12135Painting ufNew Police Vehicle Doors
Page oofx
City may terminate this Contract by providing at least five business days written notice to the Contractor, The
banninoUonshall bneffective onthe date specified i`th=mrmiceofbumninuUon.
10L Force M' nm
Contractor Will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war,
riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of
such pending or actual delay, Normally, in the event or any such delays �acts or God, etc,) the date of delivery will be
extended for a period equal to the time lost due to the reason for delay,
19. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington.
20. Venue
The venue for any judicial action 0oenforce urinterpret this Contract shall lie |nocourt ufcompetent jurisdiction in
Yakima County, Washington.
'
21Authority
/ mm Conhac�onbeho���Contractor,
. executing mpmoonto and warrants that ehas been `-u-
NW|���oizad
by Contractor this Con�ononibbmhoK�nd&o|egu|�bind toewthe `-�� n�- authorized
provisions of this Contract.
22.Notice
Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and
signed by both responsible parties; no changes without such signed documentation shall be valid, No alterations
outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted
price changes shall be made,
In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any
properly executed amendment,
Notice nfBusiness : Contractor shall notify the City in writing within three (3) business days of any change in
ownership of the facilities of the Contractor or of the facilities of anyeUbcantractor. The Contractor shall notify the City
in writing as soon as possible, an business days, after any decision bythe Contractor
to change "vdiscontinue service that will `affect /services provided huthe City under this Contract.
The City ohoU have the right to renegotiate the terms and conditions of this Contract to the extent required to
accommodate a change in governing law or policy that, in the oo|a discretion of the C|ty, either substantially and
unreasonably enlarges the Contractor's duties hereunder, or renders pndonnonoe, enforcement orcompliance with
the totality ufthe Contract impossible, patently unreasonable, orunnecessary, Notices and demands under and related
to this Contract shall be in writing and sent to the parties at their addresses as follows:
TO CITY:
City Manager, Bob Harrison
City of Yakima
120North Second Street
Yakima, WA 98001
COPY TO: City of Yakima Purchasing
Christina Payer, Buyer U
12ONorth Second Street
Yakima, WA 98801
TO CONTRACTOR: LPBody Shop Inc
Rich Poulson
41OEArlington Street
Yakima, WA 98901
Agmemento135 Painting of New Police Vehicle
^ Page 7n,x
23. Survival
The foregoing sections of this Contract, 1-23 inclusive, shall survive the expiration or termination of this Contract in
accordance with their terms.
IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written,
CITY OF YKIMA
City Manager
Date: 9-
CITY CONTRACT NO
RESOLUTION NO:
ttest:
City Clerk
L.P. BODY SHO INC
By.
Date: — 24°-2 rn
name)
SEAL
,
1St/ MG
Agreement 12135 Painting of New Police Vehicle Doors
Page 8 of 8
(Specifications)
129 North 2nd Street • Yakima, Washington • 98901 • (509) 575-6093
December 28, 2021
Dear Sir or Madam:
Subject: Bid No. 12135 Painting of New Police Vehicle Doors (Rebid) YPD
Addendum No. 1 — Additional Information
Additional Information:
VIN Number Information:
1FM5K8AC3LGC94153
This is the VIN number for a 2020 vehicle that is currently in the Yakima Police Department's
fleet. This is the newest vehicle and is the same as the 2022 models that will be coming in.
This VIN number can be used as reference when completing your bid.
Please acknowledge receipt of this addendum on the Cover Sheet, page two (2), of the BID
document.
If you have any questions please contact me at (509) 576-6696.
Sincerely,
eAVIA.
Christina Payer, CPPB
Buyer II — City of Yakima Purchasing
CC: Lt. Ira Cavin, YPD
File
M (509) 575-6093 D (509) 576-6696 F (509) 576-6394 E christina.payer@yakimawa.gov W www.yakimawa.gov/services/purchasing
City m0Yakima
NOTICE T0BIDDERS
B|012135
Notice is hereby given by the undersigned that sealed Bids will be accepted in
the office of the Yakima City Clerk, Yakima City Hall, 129 N 2"« Street, Yakima,
WA, 9Q9O1,until the hour of11:OOouAK8PST onJanuary 3,2O22. Atsuch time,
Bids will bepublicly opened and read for: Painting mfNew Police Vehicle Doors
The City of Yakima reserves the right to reject any & all BiDs.The City hereby
notifies all Bidders that it will affirmatively ensure compliance with VVAState
Law Against Discrimination (RCVV chapter 49.60) & the Americans with
Disabilities Act (42 USC 12101 et set.)
Dated December15, 2021Publish on December20 &21, 2021
Christina Payer, CPP8
BuyerU
12135 Painting of New Police Vehicle Doors YPD(Rebid) Page 1of 28
CITY OF YAKIMA INVITATION TO BID 12135
COVER SHEET
THIS IS NOT AN ORDER
BID Release Date: December 20, 2021
Bid Receipt: Bids shall be submitted to and time/date stamped by the City Clerk's Office. Yakima City Hall, 129 N 2nd Street,
Yakima, WA 98901, by 11:00:00 AM PST, on January 3, 2022, in a sealed envelope labeled Bid No. 12135, with the date and
time of bid opening written on the face of it. If you are attending the bid opening, DO NOT BRING YOUR BID WITH YOU INTO
THE OPENING ROOM. It must be received and time/date stamped by the Clerk's Office.
Late Bids will not be accepted or evaluated. Bid openings are public. Bids shall be firm for acceptance for ninety (90) days from
date of Bid opening, unless otherwise noted
Purchasing For:
City of Yakima Police Department
200 S 3rd Street
Yakima, WA 98901
Bids Must be received by:
January 3, 2022 at 11:00:oo AM PST
Public Opening El
Buyer in charge of this procurement (Contact for further information):
Christina Payer, CPPB
Buyer II
Phone
(509) 576-6696
PROJECT DESCRIPTION SUMMARY
E-Mail Address
cristitla.payer .akirnara +ov
REBID -Painting of New Police Vehicle Doors
Driver and Passenger, side front and rear doors
(56) 2022 Ford Police Interceptors & (1) 2022 Ford F150 Supercrew
Enter Prompt Payment Discount: % net days
We/I will complete project within days after receipt of
order.
❑ I hereby acknowledge receiving addendum(a)
(use as many spaces as addenda received)
In signing this Bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken
any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a Bid; that this Bid has
been independently arrived at without collusion with any other Bidder, competitor or potential competitor; that this Bid has not been knowingly disclosed prior to
the opening of Bids to any other Bidder or competitor; that the above statement is accurate under penalty of perjury.
Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may purchase goods or
services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree. The City does not accept any
responsibility or involvement in the purchase orders or contracts issued by other public agencies.
We will comply with all terms, conditions and specifications required by theCity of Yakima in this Invitation to Bid and all terms of our Bid.
Company Name Company Address
Name of Authorized Company Representative (Type or Print)
Signature of Above
Date
Title
Email Address
Phone
Fax
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 2 of 28
1. Contents
1. Contents
11,
Invitation toBid #1213G
1.
2° Scope and Objectives '�_�^ ......._5
3. Contracting Agency and Point ofContact ._____'-_-,...... ...... _,_~~_,_......... .,,'.~^^_~,__...... ~'5
4. New and Unused ............................................ ....... ............... __........ 5
6. Best Modern Practices 5
G. EquoKApproxodEque| ~__,~...~+"~~..,_°=~�m~°_..^~~___~~~..__^_~-_._~6�
7. Exceptions ......
8. More orLess _,__
S. Published List Prices ...................
10. Delivery/Completion ...................................... --....... ....... _.e-_-__- -
11. Contract Term `~~,`',.=_-~^_ ......~__.6�
13. Pricing and Discount ._�_ *_�.~_�_
14. PriceC|ahficationo-------------_......... __~~~_,_~-~__,-__-_-_....... .°._`6�
15. Price Increases ......___7'
16. PriceDeoreoaea--------------._........... °,,........ _.,__8�
17. Expansion Clause .-�^"v���' _~-°~^^°^^~°_--^~`~�~
18. Warranty
19. Warranty Coverage .°_~~~^~_~^~^-_~-`_-,-~'----��
20. Permits ......... -p_...... 8�
21. RegulationmandCodea----------_- .....
22. Prompt Payment ~,°~^~~~-.~_~.~~,,~~.~~^,,_~_-...~~_~~.~-~°~_._~°,^8
23. Payments ___~"___ �_-9
24. Payment Method - Credit Card Acceptance ... ........ =,_,=~_~~°~"=_=,'=,_`9
25. Acceptance ofTerms _.,-^°~-°-°`..~~.~_-°9
26. Sales Tax ____._,~-_=,,._5&
27. Tax Revenues ................................................ ,_.._r.=__~,_°~~~_,=....... ,~~~~~_._°^=_°~-_'^^_._^^^-9
28. Clarifications and/or Revisions toSpecification and Requinamanta."_r.`�,^��_�_=_°��^�9
28. Incurring Costs '=... =_~"=,".......... .~.~___~_^J@
30. NmObligation to Contract
31. Retention ofRights ...... -.10
32. Points Not Addressed ~=~`. .---~���,."~-_.~~°~-_~=i0k
33. Other City Items Added . iO
34. Services Bought from Different Supplier ..........___^___~~iO
35. Re -Award
36. Errors and Omissions .................................
37. Changes ..................................................... . ,
38. Deviations
39. Inspection of Bidder's Facility
10
11
11
11
11
III. PREPARING AND SUBMITTING A BID ............. ..<.,,., ,..,........, ,.....,,......... ,.,,. ,.....,,. ....,,.... .......,......,,..11
1. General Instructions
2. Submitting a Bid
3. Prohibition of Bidder Terms & Conditions ..,,,
4. Multiple Bids
5. Withdrawal of Bids
IV. BIDDERS CHECKLIST
V. EVALUATION AND CONTRACT AWARD
1. Bid Evaluation..............................................s
2. Offer in Effect for Ninety (90) Days :
3. Protest Procedure
11
11
12
12
12
12
12
VI. BID FORM ; ,..,., 14
VII. CONTRACTOR QUESTIONNAIRE .................... .........
VIII. CONTRACTOR REFERENCES
IX. SAMPLE CONTRACT
X. SAMPLE CERTIFICATE OF INSURANCE
ATTACHMENT A — PICTURE/PAINTED DOORS .......
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 4 of 28
5
17`
18
26
28
INVITATION TO BID #12135
Painting of New Police Vehicle Doors for
Yakima Police Department (Rebid)
II. GE ERAL I F+ R ATI
1. Purpose
It is the intent and purpose of these specifications to describe Painting of New Police Vehicle Doors in sufficient
detail to secure bids on comparable units, equipment parts and material. All parts, which are necessary in order
to provide a complete unit, ready for operation, shall be included in the bid and shall conform in strength,
quality of workmanship and material to that which is usually provided the trade in general. Any variance from
the specifications or standards of quality must be clearly pointed out in writing by the Bidder.
2. Scope and Objectives
The city of Yakima Police Department, through the Purchasing Division, is soliciting bids for painting of new
vehicle doors on 57 newly purchased police vehicles. The work will include the re -painting of both driver and
passenger side front and rear doors Oxford White (YZ) from the factory black, consistent with the photo
included in Attachment A. There will be (56) 2022 Ford Police Interceptor Utility vehicles and (1) 2022 Ford F-
150 Supercrew vehicle. The bidder must be an appropriately licensed auto body shop within the city limits of
Yakima, and must have been doing business as such for a minimum of 5 years. The bidder will be expected to
use PPG paint products or equivalent materials. Work will include appropriate preparation of surfaces to be
painted, and shall include removal and installation of body trim and parts not painted. The work must be
guaranteed for 5 years or 60,000 miles from defects in materials or workmanship. Work is expected to begin
around January 1, 2022 and conclude within 45 days of the start of work. The final dates will depend on delivery
of vehicles from manufacturer. Bidder should include how many vehicles they would be able to complete within
the 45-day time line.
Due to the volume of vehicles and to help expedite completion, the city intends to make a multiple award. As
new vehicles are delivered, they will be routed equally between all awarded contractors.
3. Contracting Agency and Point of Contact
This BID is issued by the City of Yakima Purchasing Division. The person responsible for managing this BID
process from beginning to end is the Buyer listed on page 2 of this solicitation. From the date of release of this
BID until a Contract is issued, all contacts (pertaining to this solicitation) with City's employees, and other
personnel performing official business for the City regarding this BID shall be made through the Buyer listed on
page 2. Contact with other City personnel regarding this BID is not permitted during the procurement process
and violation of these conditions may be considered sufficient cause for rejection of a Bid and disqualification of
the Bidder.
4. New and Unused
All units, equipment, parts and material shall be new, unused, manufacturer's current model year and in current
production. All materials shall have physical and chemical properties to withstand the intended purpose.
Equipment design shall have sufficient excess capacity for durability and safety.
5. Best Modern Practices
All work, including design, shall be performed and completed in accordance with the best modern practices,
further, no detail necessary for safe and regular operation shall be omitted, although specific mention thereof
may not be made in these specifications.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 5 of 28
6. Equal/Approved Equal
These specifications are intended to be precise where a specific make, model or trade name is requested.
Whenever a make, model or trade name is used, it shall be that or equal, or approved equal. Equal or approved
equal means that the make, model or trade name will be given consideration if they fulfill the same
performance requirements. The City reserves the right to make the decision on acceptability. Each bidder shall
clearly identify make, model or trade name of equipment bid on the bid form. Any equipment proposed as an
equal to that herein specified must be substantiated with supporting data to justify such request for
substitution.
Exceptions
Specifications of the equipment bid shall be equal to or better than the specifications stated herein and all
exceptions to these specifications shall be so listed on a separate sheet headed "EXCEPTIONS TO THE
SPECIFICATIONS". Any Bid submitted without exceptions will be required to meet every detail of these
specifications regardless of cost to the successful bidder.
Where "NO EXCEPTIONS" are shown, none will be allowed. No exceptions will be considered that may tend to
devalue the equipment or give an individual bidder who is offering a lesser item a distinct advantage.
More or Less
Quantities are estimated only and shall be bid on a MORE OR LESS basis. For the purpose of comparison, bids
shall be made in the quantities listed in this specification. Listed quantities shall not be considered firm
estimates of requirements for the year, nor shall the City be bound or limited to quantities listed. Payment will
be made only for quantities actually ordered, delivered, and accepted, whether greater or less than the stated
amounts.
Published List Prices
If applicable, a copy of your published list prices shall be included in the Bid package. Each Bidder shall bid a
percentage discount based on this published list in the space provided on the Price /Cost Sheet.
It is understood that the discount quoted on this Bid shall be based on the attached published list price and
these shall be the prices paid during the lite of the contract.
10. Delivery/Completion
Each bidder is required to list on the Bid form the number of calendar days he/she expects delivery to be made
at the destination, in terms of time interval, following placement of order. Time of delivery/completion is
important and will be considered in the evaluation of the Bids. Failure to include a specific number of calendar
days may be sufficient grounds for rejection of Bid.
11. Contract Term
See Section 3 of Contract
12. Pricing and Discount
The City qualifies for governmental discounts. Unit prices shall reflect these discounts.
14. Price Clarifications
The City reserves the right to clarify any pricing discrepancies related to assumptions on the part of Bidders.
Such clarifications will be solely to provide consistent assumptions from which an accurate cost comparison can
be achieved.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 6 of 28
Unit prices shown on the Bid or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on
the bid form. For any given item, the quantity multiplied by the unit price shall establish the extended price, the
unit price shall govern in the Bid evaluation and contract administration.
Any increase proposed shall be submitted to the Buyer listed on page 2, thirty (30) calendar days before the
proposed effective date of the price increase, and shall be limited to fully documented cost increases to the
Contractor which are demonstrated to be industry -wide. The conditions under which price increases may be
granted shall be expressed in Bid documents and contracts or agreements.
15. Price Increases
Pricing shall be prepared with the following terms. The Purchasing Manager may exempt these requirements
for extraordinary conditions that could not have been known by either party at the time of bid or other
circumstances beyond the control of both parties, as determined in the opinion of the Purchasing Manager.
Prices shall remain firm for the first twelve-month period of the contract.
Requests for Rate Increases must be delivered to the Buyer listed on Page 2, in accordance with the rules below.
No other employee may accept a rate increase request on behalf of the City. Any invoice that is sent to the City
with pricing above that specified by the City in writing within this Contract or specified within an official written
change issued by Purchasing to this contract, shall be invalid. Payment of an erroneous invoice does not
constitute acceptance of the erroneous pricing, and the City would seek reimbursement of the overpayment or
would withhold such overpayment from future invoices.
A. Discount from Manufacturer List Pricing: For all contract items that are priced as a discount below
Manufacturer List prices, there shall be no changes to the discount rate throughout the life of the
contract. As manufacturer list prices change, the net price to the City will automatically change in
the same percentage as the discount rate to the City.
B. Fixed Product Pricing: For product and supply contracts that provide on -going, multiple year supply.
Original pricing shall be fixed and firm for the first year of the contract.
Price requests are at the discretion of the Purchasing Manager; and must also be:
a. The direct result of increases at the manufacturer's level (or if Bidder is a supplier of a
raw material delivered directly to the City such as brass, the increase must be verified
at the supplier level).
b. Incurred after contract commencement date.
c. Not produce a higher profit margin than that on the original contract.
d. Clearly identify the items impacted by the increase.
e. Be filed with Purchasing Manager a minimum of thirty (30) calendar days before the
effective date of proposed increase.
f. Be accompanied by detailed documentation acceptable to the Purchasing Manager
sufficient to warrant the increase.
g. Should not deviate from the original contract pricing scheme/methodology.
The United States published indices such as the Producer Price Index or other government data may be
referenced to help substantiate the Contractor's documentation. A link to the PPI Commodity Data is available
at http://data.b1s.gov/PDWoutside.isp?survev=wp.
The adjustment (if any) shall remain firm and fixed for at least 365 days after the effective date of the
adjustment.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 7 of 28
16. Price Decreases
During the contract period and any renewals thereof, any price declines at manufacturer's level shall be
reflected in a reduction of the contract price to the City, retroactive to the date they were effective to the
bidder.
17. Expansion Clause
Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item
normally offered by the bidder, as long as the price of such additional products is based on the same cost/profit
formula as the listed item(s). At any time during the term of this contract, other City departments may be added,
if both parties agree.
18. Warranty
Unless otherwise specifically stated by the Bidder, all goods and services furnished shall be warranted against
defects or faulty workmanship and materials by the Contractor for five (5) years or 60,000 miles following
inspection and acceptance by the City. Warranty shall include all costs incurred, including shipping, for repair or
replacement except that which is damaged by misuse or abuse. This five (5) year or 60,000 miles warranty shall
in no way affect normal extended or manufacturer's warranty exceeding this five (5) year or 60,000 miles
period. Contractor warrants that all goods and services furnished under this Agreement are new, conform
strictly to the specifications herein, are merchantable, good workmanship, free from defect, comply with all
applicable safety and health standards established for such products, all goods are properly packaged, and all
appropriate instructions or warnings are supplied. If a defect is found, a component failure occurs, or
workmanship is found to cause failure, the Contractor shall replace the product at their own expense, including
shipping charges. Any replacement product will be warrantied for five (5) years or 60,000 miles from the date it
is delivered. All implied and expressed warranty provisions of the Uniform Commercial Code are incorporated
into this Agreement. Contractor further warrants that no violation of any federal, state or local law, statute,
rule, regulation, ordinance or order will result from the manufacturer, production, sale, shipment, installation or
use of any other goods. Contractor's warranties (and any more favorable warranties, service policies, or similar
undertaking of Contractor) shall survive delivery, inspection, and acceptance of the goods or services.
19. Warranty Coverage
Warranty coverage will not commence until the date the completed unit is put into service as reported by the
City; or thirty (30) days after final payment for the unit(s); whichever occurs first.
20. Permits
All necessary permits required to perform work are to be supplied by the Contractor at no addition cost to the
City.
21. Regulations and Codes
To the extent applicable, all equipment or materials shall comply with Washington State vehicle regulations,
Federal regulations, OSHA and WISHA requirements, to include EPA standards and City safety codes.
22. Prompt Payment
Bidders are encouraged to offer a discount for prompt payment of invoice. Please indicate your discount
proposal on page 2 of this document. If awarded by the City, period of entitlement begins only after:
Receipt of a properly completed invoice
Receipt of all supplies, equipment or services ordered
Satisfactory completion of all contractual requirements
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 8 of 28
23. Payments
Contractor is to submit properly completed invoice(s) to:
City of Yakima, Accounts Payable, 129 N. 2nd Street, Yakima, WA 98901.
To insure prompt payment each invoice should cite purchase order number, bid number, description of item
purchased, unit and total price, discount terms and include the Contractor's name and return remittance
address. Payment will be mailed within thirty (30) days of (a) the receipt and acceptance of the equipment, (b)
properly completed invoice, and (c) all papers required to be delivered with equipment.
24. Payment Method — Credit Card Acceptance
The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this
agreement. The City's preferred method of payment is by procurement (credit) card. Respondents may be
required to have the capability of accepting the City's authorized procurement card as a method of payment.
No price changes or additional fee(s) may be assessed when accepting the procurement card as a form of
payment.
25. Acceptance of Terms
Acceptance of a City Purchase Order (PO) for any units affiliated with this purchase constitutes acceptance of,
and agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, and
in the attached equipment specification(s); including all penalties mentioned.
26. Sales Tax
The City of Yakima's Sales Tax rate is currently 8.3%. However, the amount of sales tax will not be considered in
determining which bid is the lowest and best bid.
27. Tax Revenues
RCW 39.30.040 allows the City to consider the tax revenue that is generated by a purchase of supplies,
materials, and equipment, including those from a local sales tax or from a gross receipts business and
occupation tax, it determining which bid in the lowest bid, after the tax revenue has been considered.
28. Clarifications and/or Revisions to Specification and Requirements
If a Bidder discovers any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this
solicitation, the Bidder has a duty to immediately notify the Buyer of such concern and request modification or
clarification of the BID document.
Unless instructions are specifically provided elsewhere in this document, any questions, exceptions, or additions
concerning the subject matter of the BID document(s) shall not be considered unless submitted via e-mail (no
phone calls) to the Buyer listed on page 2, a minimum of five (5) business days prior to the submittal due date.
In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part
of this BID, supplements or revisions will be provided to all known Bidders in the form of an Addendum. All
Addenda are posted on www.yakimawa.gov/services/purchasing and sent directly to interested parties who
have registered (per instructions on website) for updates to this BID.
If any requirements of the BID are unacceptable to any prospective Bidder, they may choose not to submit a Bid.
29. Incurring Costs
The City is not liable for any cost incurred by a Bidder in the process of responding to this BID, including but not
limited to the cost of preparing and submitting a response, in the conduct of a presentation, in facilitating site
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 9 of 28
visits or any other activities related to responding to this BID.
30. No Obligation to Contract
This BID does not obligate the City to contract for service(s), or product(s) specified herein. City reserves the
right to cancel or reissue this BID in whole or in part, for any reason prior to the issuance of a Notice of Intent to
Award. The City does not guarantee to purchase any specific quantity or dollar amount. Bids that stipulate that
the City shall guarantee a specific quantity or dollar amount will be disqualified (e.g. "all -or -none".)
Retention of Rights
The City retains the right to accept or reject any or all Bids or accept any presented which meet or exceeds these
specifications, and which would be in the best interest of the City and will not necessarily be bound to accept
the low bid.
All Bids become the property of City upon receipt. All rights, title and interest in all materials and ideas prepared
by the Bidder for the Bid to City shall be the exclusive property of City and may be used by the City at its option.
32. Points Not Addressed
Bidders are encouraged to list any points not addressed in these specifications that they feel improve or
enhance the operation of their units.
33. Other City Departments/Like Items Added
At any time during the term of this contract, or any extension thereof, other City departments may be served
under these same terms and conditions. Additional like items may be added at the request of the Purchasing
Manager.
34. Services Bought from Different Supplier
Should the Contractor be unable to or refuse to supply materials, on any given day, against this predetermined
delivery schedule to which the supplier has agreed and the City is forced to do the work with materials bought
from a different supplier, the difference in the Bid price of the materials and that paid the new supplier, in order
to do the work, shall be charged to and paid for by the Contractor holding the Bid award for these products.
Contractor shall not, however, be responsible for delays in delivery due to:
Unavoidable mechanical breakdowns
• Strikes
• Inability to secure component materials
• Acts of God
Fire
Provided the Buyer listed on Page 2 is notified in writing by the Contractor of such pending or actual delay. In
the event of any delay, the date of delivery shall be extended for a period equal to the time lost due to the
reason for the delay.
35. Re -Award
When the contract is terminated by the City or the Contractor upon providing the written notice as herein
required, the City, may re -award the contract to the next most responsible bidder within 120 days from original
award.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 10 of 28
36. Errors and Omissions
The City reserves the right to correct obvious ambiguities and errors in the Bidder's proposal and to waive non-
material irregularities and/or omissions. In this regard, if the unit price does not compute to the extended total
price, the unit price shall govern.
37.> Changes
Any proposed change in this contract shall be submitted in writing to the Buyer listed on Page 2 for prior
approval. If approved, she will make the change by a contract modification that will become effective upon
execution by the parties hereto. Any oral statement or representation changing any of these terms or
conditions is specifically unauthorized and is not valid.
38. Deviations
After a purchase order is awarded to a successful bidder, there shall be no deviations from any requirements
stated in the published equipment specification(s) during the manufacturing or assembly process of the units
offered, without prior approval from the Purchasing Manager, and an official revised purchase order issued by
the Purchasing Division. Failure to comply with this requirement constitutes breach of contract; and may be
grounds for order cancellation, without re -stocking fees or damages to the City; or suspension from the City's
bidders list.
39. Inspection of Bidder's Facility
Prior to awarding the contract, the City and/or its representative(s) may inspect the manufacturing and/or
service facility of the apparent low bidder to verify that the apparent low bidder has the facility, equipment,
personnel, and experience to repair, service and support the equipment offered.
III. PREPARI G AND SUB I G A BID
1. General lnstructions
Failure to conform to the BID specifications and respond to each of the submittal requirements may be the basis
for rejection of a bid. Refer to Section IV Bidder's Checklist to ensure your Bid is responsive.
2. Submitting a Bid
Bids shall be completely uploaded into Public Purchase.com no later than the date and time listed on Page 2 of
this BID. Late Bids will not be accepted or evaluated. If you try to submit a Bid Late, the electronic system will
not receive it.
If City Hall is closed for business at the time scheduled for opening, for whatever reasons, Bidder's response will
be opened on the next business day of the City, at the originally scheduled hour.
Bidders must submit their bid electronically through PublicPurchase.com where they will be kept in an electronic
lockbox until date and time of opening. To register as a Vendor/Bidder with Public Purchase, go to
www.publicpurchase.com or the City of Yakima website at vwww.YakimaW'A.Gov/Services/Purchasing. The City
is not responsible for late bids due to operator error, electronic malfunction, system errors or interruptions
affecting the Public Purchase site and the processing of any bids. The Purchasing Manager reserves the right to
make exceptions for extenuating circumstances.
Bids are not considered to be confidential per Washington State Public Records Act (RCW 42.56 et seq.) All
sections of the response shall be made available to the public immediately after contract opening.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 11 of 28
3. Prohibition of Bidder Terms & Conditions
A Bidder may not submit the Bidder's own contract terms and conditions in a response to this Invitation to Bid.
If a Bid contains such terms and conditions, the City, at its sole discretion, may determine the Bid to be a
nonresponsive counteroffer, and the Bid may be rejected.
4. Multiple Bids
Multiple Bids from a Bidder will be permissible; however, each Bid must conform fully to the requirements for
Bid submission. Each such Bid must be submitted separately and labeled as Bid #1, Bid #2, etc. on the first page
of their response.
5. Withdrawal of Bids
Bidders may withdraw or supplement their Bid at any time up to the bid closing date and time. If a previously
submitted bid is withdrawn before the bid due date and time, the Bidder may submit another Bid at any time up
to the bid closing date and time. After bid closing date and time, all submitted Bids shall be irrevocable until
contract award.
IV.
E S C ECKLIST
1. Bidder must complete and upload, as part of their Bid submittal, all required forms listed below in accordance
with Section III - Preparing and Submitting a Bid.
Cover Sheet/Signature Page
Warranty Information
Bid Form
Contractor Questionnaire
Contractor References
Page 2
Page 8
Page 19
Pages 15-18
Page 19
1. Bid Evaluation
The evaluation and selection of a Bidder will be based on the information submitted in the Bid. Award will be
made to a responsible Bidder with the lowest responsive Bid. Evaluation of Bids and determination of Bidder
responsibility shall be based on past experience with Bidder, proposed manufacturer's service availability, parts
availability, equipment design and functionalism, effect on productivity, and Bidder's supporting
documentation.
2. Offer in Effect for Ninety (90) Days
A Bid may not be modified, withdrawn or canceled by the Bidder for a ninety (90) day period following the
deadline for Bid due date, or receipt of best and final offer, if required, and Bidder so agrees by submittal of a
bid.
3. Protest Procedure
Any protest must be made in writing, signed by the protestor, and state that the Bidder is submitting a formal
protest. The protest shall be filed with the City of Yakima's Purchasing Manager at 129 No. 2nd St., Yakima, WA
98901, or by fax: 509-576-6394 or email to: maria.mayhue@yakimawa.gov. The protest shall clearly state the
specific factual and legal ground(s) for the protest, and a description of the relief or corrective action being
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 12 of 28
requested. Protests based on specifications/scope of work, or other terms in the BID shall be filed at least five
(5) calendar days before the solicitations due date, and protests based on award or after the award shall be filed
no more than five calendar (5) days after Award Announcement (see below for details). The following steps shall
be taken in an attempt to resolve the protest with the Bidder:
Step I. Purchasing Manager and Division Manager of solicitation try resolving matter with protester. All
available facts will be considered and the Purchasing Manager shall issue a written decision.
Step II. If unresolved, within three (3) business days after receipt of written decision, the protest may be
appealed to the Department Head by the Purchasing Manager.
Step III. If still unresolved, within three (3) business days after receipt of appeal response, the protest
may be appealed to the Executive. The Executive shall make a final determination in writing to the
Protester.
Award Announcement
Purchasing shall announce the successful Bidder via Website, e-mail, fax, regular mail, or by any other
appropriate means. Once the Award is released by Purchasing, the protest time frame begins. The timeframe is
not based upon when the bidder received the information, but rather when the announcement is issued by
Purchasing.
Award Regardless of Protest
When a written protest against making an award is received, the award shall not be made until the matter is
resolved, unless the City determines that one of the following applies:
• The supplies or services to be contracted for are urgently required;
• Delivery or performance will be unduly delayed by failure to make award promptly;
• A prompt award will otherwise be advantageous to the City.
If the award is made, regardless of a protest, the award must be documented in the file, explaining the basis for
the award. Written notice of the decision to proceed shall be sent to the protester and others who may be
concerned.
The City retains the right to enter into any contract and nothing herein shall be construed to limit that authority
in any manner.
4. Sample Contract and Terms and Conditions
The Sample Contract provided with this Bid Specification represents the terms and conditions which the Owner
expects to execute in a contract with the successful Bidder. Bidders must accept or submit point -by -point
exceptions along with proposed alternative or additional language for each point. The Owner may or may not
consider any of the Bidder's suggested revisions. Any changes or amendment to any of the Contract Terms and
Conditions will occur only if the change is in the best interest of the Owner.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 13 of 28
VI. BID FORM
INVITATION TO BID NO. 12135
Contractor Name
TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE
FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITEMS AT THE
PRICE BID. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN NINETY (90) CALENDAR DAYS.
Quote your lowest price for the following:
Item
No.
SCHEDULE 1— 2022 Ford Police Interceptor Utility Vehicles
Description
Qty.
Price
Per Unit
Total Price
(without tax
Paint the doors, Oxford White (YZ),
on 2022 Ford Police Interceptor
Utility Vehicles.
Indicate if PPG paint or Equivalent:
56
SCHEDULE 2 — 2022 Ford F-150 Supercrew Vehicle
Paint the doors, Oxford White (YZ),
on 2022 Ford F-150 Supercrew
Vehicle.
Indicate if PPG paint or Equivalent:
1
Sub Total — Schedules 1 & 2:
WA State Sales Tax — Destination Based @ 8.3%:
Grand Total — Schedules 1 & 2:
Number of Vehicles that can be completed in a 45-day time frame:
List discount offered off of any other items or services not specifically listed: %
Check one: Discount ❑ or Markup ❑
Work will be guaranteed for years or miles from defects in materials or workmanship.
(5 years or 60,000 miles is required).
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 14 of 28
VII. CONTRACTOR QUESTIONNAIRE
INSTRUCTIONS: Provide the requested information, sign and date. If the Owner requires further description, the Owner
may request Vendor to provide such information within a mandatory due date. You must submit this completed form to
the Owner with your Quote. Failure to submit this form fully complete, may result in disqualification of Submittal.
Contractor's Legal Name:
Company's dba: (if applicable)
CEO/President
Name:
Business
License No.
Number of Years Experience
(Minimum of 5 Years Required)
Phone (
UBI No.
Federal
EIN No.
Toll Free Phone
FAX ( ) E-Mail Address
Mailing Address
City State Zip + 4
Physical Address
City State Zip + 4
Name the person to contact for questions concerning this proposal.
Name Title
Phone ( ) Toll Free Phone (
FAX ( ) E-Mail Address
Mailing Address
City State Zip + 4
Physical Address
City State Zip + 4
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 15 of 28
CONT CTOR: CONT CTOR QUESTIONNAIRE
ERSHIP
Is your firm a subsidiary, parent, holding company, or affiliate of another firm?
Please explain:
Yes:
No:
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 16 of 28
VIII. C
T
ACT
1) Company Name
•
EFE
E CES
Address (include Zip + 4)
Contact Person Phone No.
Briefly describe experience/dates:
2) Company Name
Address (include Zip + 4)
Contact Person Phone No.
Briefly describe experience/dates:
3) Company Name
Address (include Zip + 4)
Contact Person Phone No.
Briefly describe experience/dates:
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 17 of 28
IX. SA PLE C s TRACT
AGREEMENT
CITY OF YAKIMA
Bid 12135
Painting of New Police Vehicle Doors for Yakima Police Department
THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation
("City"), and , ("Contractor").
WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows:
1. Statement of Work
The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as
"Services") according to the procedure outlined in Bid #12135 Painting of New Police Vehicle Doors Specifications which are attached
as Exhibit A, and the most recent edition of the ANSI/TIA/EIA and NEC Standards, all of which are incorporated herein by this
reference, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof.
Work shall begin within [XX] business days after Notice to Proceed and be complete within[XX] business days.
The Contractor shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for
the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in
the specifications to be furnished by the City of Yakima.
2. Compensation
The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the
specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and
upon the conditions provided for the Contract.
3. Contract Term
The period of this Contract shall be for a period of one year from its effective date. The City may, at its option, extend the Contract on a
year to year basis for up to four (4) additional years. Contract extensions shall be automatic, and shall go into effect without written
confirmation, unless the City provides advance notice of the intention to not renew, or unless the Services have been completed to the
City's satisfaction prior to any automatic renewal.
4. Agency Relationship between City and Contractor
Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the
Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be
authorized to enter into any agreement or undertaking for, or on, behalf of City.
5. Successors and Assigns
Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract
without the prior written consent of the other.
The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full
performance of all the covenants herein contained upon the part of the Contractor.
6. Property Rights
All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be
surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public
record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose
that information without the express written consent of the City.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 18 of 28
7. Inspection and Production of Records
The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of
(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services
in accordance with this Contract, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or
the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested
documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request.
Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may
be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for
a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and
provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers
and records which are related to the Services performed by Contractor under this Contract.
All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the
Services are City of Yakima /Yakima County records. They must be produced to third parties, if required pursuant to the Washington
State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be
retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention
schedule.
The terms of this section shall survive any expiration or termination of this Contract.
8. Work Made for Hire
All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The
City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor
produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to
the City.
9. Guarantee
Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of
completion and acceptance of the Services.
10. Compliance with Law
Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules,
and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise,
including policies adopted by the City, as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be
amended or enacted. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal,
state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and
incidental to the due and lawful execution of the work.
a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all
charges, fees, and taxes associated with said license.
b. Contractor must provide proof of a valid Washington State Contractor Registration number,
c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as
required in Title 85 RCW.
d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have
a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065(3).
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 19 of 28
e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50
RCW.
f. Foreign (Non -Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the
City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will
promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own
expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is
made, prior to conducting any business in the City.
11. Nondiscrimination
During the performance of this Contract, the Contractor agrees as follows:
The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital
status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory,
mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans
with Disabilities Act (42 USC 12101 et seq.).
This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising,
layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this
Agreement.
In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or
orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for
any future City contracts.
12. Pay Transparency Nondiscrimination Provision:
The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired
about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the
compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other
employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is (a) in
response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an
investigation conducted by the employer, or (c) consistent with the contractor's legal duty to furnish information.
13. Indemnification and Hold Harmless
a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The
Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers,
employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and
expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings
arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any
Contractor's agent or subcontractor, in performance of this Agreement, except for claims caused by the City's sole
negligence. The City's right to indemnification includes attorney's fees costs associated with establishing the right to
indemnification hereunder in favor of the City.
b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent acts and/or
omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents,
attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for
any resulting suit, judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys'
fees.
c. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity
that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of
this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 20 of 28
damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit
acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or
indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its
performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51
RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that
they have mutually negotiated this waiver.
d. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of
liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the
concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall
be only to the extent of the Contractor's negligence.
e. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any
third party.
f. The terms of this Section shall survive any expiration or termination of this Contract.
14. Contractor's Liability Insurance
At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect
the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the
performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as
applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public.
Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A
copy of the additional insured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall
be provided to the City, prior to commencement of work.
Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from
the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance.
The following insurance is required:
a. Commercial Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as
proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence,
combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If
Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements
and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as
additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the
policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of
this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys
and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance
without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-
VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City
of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner
limit or qualify the liabilities or obligations assumed by Contractor under this contract.
b. Automobile Liability Insurance
Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as
proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence.
If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements
and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 21 of 28
additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the
policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of
this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys
and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance
without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-
VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City
of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner
limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall
include Hired and Non -Owned coverage if necessary.
c. Employer's Liability (Stop Gap)
Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational
disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall
maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible
in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract.
Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent
acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of
subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility.
Commercial General Liability: Combined Single Limit:
Automobile Liability
Garage Liability:
Garage Keepers Liability:
$2,000,000 Per Occurrence
$2,000,000 Annual Aggregate
$2,000,000 Per Occurrence
$1,000,000 Minimum Limit
$200,000 Minimum Limit
Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any
insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and
neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractor's
insurance.
If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, - all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for
the City to terminate the Contract.
15. Severability
If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall
not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end,
the terms and conditions of this Contract are declared severable.
16. Contract Documents
This Contract, the Invitation to Bid 12135, Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the
extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and
State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract
Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by
reference into this Contract,
17. Termination
Termination for Cause: In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion
in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within
30 days of this notice.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 22 of 28
In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it
provides the City with written notice of City's breach and the City failes to cure its breach of the Contract within 60 days of this notice.
The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor:
a. Defaults on an obligation under the Contract;
b. Fails to perform any material obligation required under the Contract;
c. Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal entity;
d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally -imposed, 30-day notice;
e. Makes an assignment for the benefit of creditors;
f. Fails to follow the sales and use tax certification requirements of the State of Washington;
g. Incurs a delinquent Washington tax liability;
h. Becomes a State or Federally debarred Contractor;
i. Is excluded from federal procurement and non -procurement Contracts;
j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract;
k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or
containing Personally Identifiable Information;
I. Contractor performance threatens the health or safety of a City, County or municipal employee; or
Termination for Convenience: The City may terminate the Contract, without cause, by providing 30 days written notice of
termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed
under the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such
partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the
City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole
discretion of the City, the Contractor may be compensated for the actual service hours provided. The City shall be entitled to a refund
for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor
requesting the refund.
Change in Funding: In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract
are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this
Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date
specified in the notice of termination,
18. Force Majeure
Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in
transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual
delay. Normally, in the event or any such delays (acts or God, etc.) the date of delivery will be extended for a period equal to the time
lost due to the reason for delay.
19. Governing Law
This Contract shall be governed by and construed in accordance with the laws of the State of Washington,
20. Venue
The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County,
Washington.
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 23 of 28
21. Authority
The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor
to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract.
22. Notice
Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both
responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and
intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made.
In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed
amendment.
Notice of Business Changes: Contractor shall notify the City in writing within three (3) business days of any change in ownership of the
facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible,
and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue service that will affect
services provided to the City under this Contract.
The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in
governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties
hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible, patently unreasonable, or
unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as
follows:
TO CITY:
City Manager, Bob Harrison
City of Yakima
129 North Second Street
Yakima, WA 98901
COPY TO: City of Yakima Purchasing
Christina Payer, Buyer II
129 North Second Street
Yakima, WA 98901
TO CONTRACTOR:
23. Survival
The foregoing sections of this Contract, 1-23 inclusive, shall survive the expiration or termination of this Contract in accordance with their
terms,
IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written.
CITY OF YAKIMA [ENTER CONT ` CTOR NAME]
By:
City Manager
Date: Date:
Attest: (Print name)
City Clerk
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 24 of 28
EXHIBIT A
EXHIBIT B
SPECIFICATIONS
CONTRACTOR'S BID FORM
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 25 of 28
X. SAMPLE CERTIFICATE OF INSURANCE
AC'G►RL
CERTIFICATE OF LIABILITY INSURANCE
CATE soasioYYY 1
ISSUE DATE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTFICATE HOLDER.
IMPORTANT: N the certificate holder is an ADDITIONAL INSURED. the policy(res) must have ADDITIONAL INSURED provisions or be endorsed
N SUBROGATION IS WAIVED, subject 10 the terms and csndidons of the policy, certain policies may require an endorsement A statement on
this certificate does nor confer rights to the cerhficatr holder in lieu of such endorsement's)_
rAornrml
INSURANCE AGENCY RE DING CERTIFICATE
ADDRESS
INSURED
EM MY INSURED
ADDRESS
COVERAGFF= CERTIFICATE NUMF FR
CCNTACT insurance Apt WOO Irnformatlon
I FAX
iNSURDAND amen trio IN FBAae
INSURER A: A -VIE 7 SAW adodNd Gamer
IrSURERB.
SYNDERD:
INSURER F:
RFVISION NU1IBFR
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO AU. THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIARS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAIMS.
TYPE GP NSIJUD E
POUDY NUMBER
LENTS
A
A
A
x COSIMERDIAL. GENERAL LIABILITY
OIAILIBANOE x g CX:CUR
aavt ADDRE USW APPLES Pet
jx FOXY u LAC
CRIER
AUTOMOBILE UARnlrY
ANY AMID
lidrirmos ONLY MI SWIM)
Mit ONLY al
UNENDJA CUB
EWERS LIAR
asp I I RE1EN11ONS
Garage Uatiery
Garage Keene re Liatrin
OCCUR
OLASaLIYIE
rrN
X
iR
NIA
X
POLICY NUMBER
POUCYNUMBER
POLICY NUMBER
Mos GapB OrPf
POLICY NUMBER
START
DATE
START
DATE
START
DATE
START
DATE
STOP
DATE
STOP
DATE
START
DATE
START
DATE
PRODUCTS -
EACArOODLR ENCE
AYiRir INJURY
0Q�Ea1LT� . ,
ADO
MOLE LSAT
POOILYPMNIW PAR IIMINV
B
i AWN*
11100011
i 2.Ai000D
S
Et, EACH k c DENT
e.L. CIO619E • POLn'EM" UNIT
AME
The cglbni. Its agSErlts. amp vye9su dieted 1 nis appaall�p € Pale a Wended a116/01.d Emu mese Is s PPnmaylNon cantrihutary
Additional Insureds. See alfactred AddMoral blared Endorsement
City of Yakma
Purchasing Deparbnent
129 N. 2nd Street
Yakima, WA 98901
CANCELLATION
1• taNk000
1 004000
S 1,,631
$1,000;000
1t00„400
SHOULD ANY OF THE ABOVE DESCEND) POLICIES BE CANCELLED BEFORE
THE DEPIRATTDN DATE THEREOF, NOTICE SILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROM/OHS.
AIITC1RIZEO REPREIBr1A1ME
SIGN/IRE
ACORD2S{Y01G 3)
19011-2015 AOORD CORPORATION. All rights reserved,
The ACORD name and logo me regiisiered marks of ACORD
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 26 of 28
POLICY N
ER.
COMMERCIAL GENERAL LI : LILY
THIS ENDORSEMENT C GES THE POLICY. PLEASE R
CG2010 07 04
IT CAREFULLY.
ADDITIONAL INSURED - 0 NERS, LESSEES OR
CONT CTORS - SCHEDULED P RSON 0
ORGAN! TION
This endorsement modifies insurance p
COMERCIAL GENERAL U
4
wider the following:
UTY COVERAGE PART
SCHEDULE
Name Of Additional insured
Or Ortiallid
NE)
The City of Yakimaisagerts, employees authortred
volunteers, elected and appointed officials are included
as Primary/Non-Contributory addifional insured.
Information required to complete this Sc
Location(a) Of Covered 0
t if aritshciren above vvillbeshalom the Dec oivi,
A. Section II — Who Is An divided is to
inc as an ° I insured dm (8) or
org * n(8) M the , but only
with respect to liability for °bodily inju
damage" or Versonal and
caused, in vitiole or in part by.
I. Your acts or amssions; or
2. The acts or remissions of those
behalf;
MI I
in the• of your ongoing *4 ons for
insured(s) at the location(s) desig-
nated e.
B. With respect to the insizence afforded to these
onal insureds, the following add • al exclu-
sions
This insurance does not apply to 'bodily injury" or
'property damage" occurring often
I. All work, including materials, • * or equip-
ment furnished in connection valh such work
on the p (other than service, rriairitenance
or repairs) to be performed by or on behalf of
the addi rs al insured(s) at the lion of the
covered . • . 'ons has been 4 4; or
2. That portion of ''yotr work" out of which the
injury or arises has been put to Is in -
use by any person or o ion other
than ; -r contractor or tractor en-
d in performing 'ons for a prncipal
as a part of the same project
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 27 of 28
ATTACHMENT A - PICTURE/PAINTED DOORS
Doors shall be painted with PPG paint, or equivalent. In Oxford White (YZ)
12135 Painting of New Police Vehicle Doors YPD (Rebid) Page 28 of 28
(Contractor's Bid Form)
VI. BID FORM
INVITATION TO BID NO. 12131
TO BIDDER: PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE AND PAYMENT DISCOUNT TERMS FOR THE
FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO ACCEPT ANY OR ALL ITEMS AT THE
PRICE BID. THE CITY INTENDS TO AWARD THIS CONTRACT WITHIN NINETY (90) CALENDAR DAYS.
Quote your lowest price for the following:
SCHEDULE 1 — 2022 Ford Police Interceptor Utility Vehicles
Item
No.
1.
Description
Paint the doors, Oxford White (YZ),
on 2022 Ford Police Interceptor
Utility Vehicles.
Indicate if PPG paint or Equivalent:
Qty.
56
Price
Per Unit
Total Price
(without tax)
$
SCHEDULE 2 — 2022 Ford F-150 Supercrew Vehicle
2.
Paint the doors, Oxford White (YZ),
on 2022 Ford F-150 Supercrew
Vehicle.
Indicate if PPG paint or Equivalent:
Sub Total:
WA State Sales Tax — Destination Based @ 8.3%:
Total:
Number of Vehicles that can be completed in a 45-day time frame:
List discount offered off of any other items or services not specifically listed: %
Check one: Discount o or Markup o
Work will be guaranteed for years or miles from defects in materials or workmanship.
:5 years or 60,000 miles is re uired). L . A 0 444 C4 /1-
12131 Painting of Police Vehicle Doors YPD
Page 14 of 27
CITY OF YAKIMA INVITATION TO BID 12135
COVER SHEET
THIS IS NOT AN ORDER
BID Release Date: December 20, 2021
Bid Receipt; Bids shall be submitted to and time/date stamped by the City Clerk s Office. Yakima City Hall,
Yakima, WA 98901, by 11:00:00 AM PST, on January 3, 2022, in a sealed envelope labeled Bid No. 12135,
time of bid opening written on the face of it, if you are attending the bid opening, DO NOT BRING YOUR BID
THE OPENING ROOM, it must be received and time/date stamped by the Clerk's Office.
Late Bids will not be accepted or evaluated. Bid openings are public. Bids shall be firm for acceptance for nin
date of Bid opening, unless otherwise noted
129 N 2nd S reek,
ith the dat and
ITH YOU NTO
ty (90) days
from
Purchasing For:
City of Yakima Police Department
200 S 3rd Street
Yakima, WA 98901
Buyer in charge of this procurement (Contact for further info ation):
Christina Payer, CPPB
Buyer II
Bids Must be received by: Phone
January 3, 2022 at 11:00:oo AM PST (509) 576-6696
Public Opening El
PROJECT DESCRIPTION SUMMARY
E-Mail Address
christina.bayer a
REBID - Painting of New Police Vehicle Doors
Driver and Passenger, side front and rear doors
(56) 2022 Ford Police Interceptors & (1) 2022 Ford F150 Supercrew
Enter Prompt Payment Discount: % net days We/I will complete project within d s after recept of
order.
El I hereby acknowledge receiving addendum(a)
(use as many spaces as addenda rece
In signing this Bid we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken
any action in restraint of free competition: that no attempt has been made to induce any other person or firm to submit or not to submit alBid; that this Bid has
been independently arrived at without collusion with any other Bidder, competitor or potential competitor; that this Bid has not been know i gly disclosed prior to
the opening of Bids to any other Bidder or competitor; that the above statement is accurate under penalty of perjury.
Furthermore, the Washington State Interlocal Cooperative Act (RCW 39.34) provides that other governmental agencies may urchase gools or
services on this solicitation or contract in accordance with the terms and prices indicated therein if all parties agree- The City oes not accept any
responsibility or involvement in the purchase orders or contracts issued by other public agencies.
We will comply with all terms, conditions and specifications required by the City of Yakima in this Invitation to Bid and all terms of our Bid.
Company Name
f- zolc.
Name of Authorized Company Represen
e A Afic c.. fel
Signature
Company Address
Y/0
ve (Type or Print) Title
12 135 Painting of New Police Vehicle Doors YPD (Rebid)
Email Address
Page 2 of 28
s ; 004014 74. a P: e V01414 f • 60- flist
•h.siso,,r. we 1. til / •Y
joi .
1
ITEM TITLE:
SUBMITTED BY:
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEM ENT
Item No. 6.L.
For Meeting of: February 15, 2022
Resolution authorizing award of B I D 12135 and execution of an
agreement with LP Body Shop Inc., to purchase services for
Painting of New Police Vehicle Doors
Maria Mayhue, Purchasing Manager
Christina Payer, Buyer I I
SUMMARY EXPLANATION:
On December 20, 2021, the city of Yakima solicited Bid 12135 titled Painting of New Police
Vehicle Doors. Bids were solicited to provide services to paint the doors on 57 newly purchased
police vehicles for the Yakima Police Department.
Recommendation of award was made to LP Body Shop, Inc., and approved by Lt. Ira Cavin and
Chief of Police Matthew Murray, followed by approval from the City Manager, Bob Harrison.
Work will include appropriate preparation of surfaces to be painted (exterior shell only, inner
jambs are not included), and shall include removal and installation of body trim and parts not
painted. The work must be guaranteed for 5 years or 60,000 miles from defects in materials or
workmanship.
This contract is for one year, with the possibility of four additional automatic annual renewals. The
estimated award amount is $98,225.50.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Public Safety
APPROVED FOR SUBMITTAL BY THE CITY MANAGER
RECOMMENDATION:
Approve Resolution
ATTACHMENTS:
Description Upload Date
ID Resolution Authorizing Award of Bid and Contract 1/14/2022
Type
2
D 12135 Agreement 1/28/2022 Contract
0 12135 Bid Tabulation 1/28/2022 Backup Material