Loading...
HomeMy WebLinkAbout06/06/1989, C-12 - SUBMITTAL OF SPECIFICATIONS FOR A HIGH DUMP MECHANICAL STREET SWEEPER I���������IINIIIIIIIIIIII MEETING GATE: Ii���� city o san [ups ogispo June 6, 1989 COUNCIL AGENDA REPORT � u �����►������uIIIN�IIP� �I�I�IU city Or San tuts OBISPO MOGA COUNCIL AGENDA REPORT Street Sweeper Page 2 sweep major arterials twice a week and to sweep the remaining arterials once a week. Residential sweeping remained the same at once every two weeks. This change increased sweeping hours from 48 to 69 hours per week. In order to meet this increased service level with a dependable fleet, a new sweeper needs to be purchased every three years and the fleet needs to have a total of three street sweepers. It is anticipated that the next sweeper will be purchased in FY 1991-92 . Fiscal Impact Estimated Cost $110,000 Funds for this vehicle are available from the Equipment Replacement Reserves. Recommendation By motion, approve specifications for a High Dump Mechanical Street Sweeper; authorize staff to advertise for bids; and authorize the CAO to award a contract. Attachments : Specifications APPROVED : Date : r City Administrative Officer City Attorney F ce Director g:sweepagd CITY OF SAN LUIS OBISPO C ' STATE OF CALIFORNIA NOTICE TO BIDDERS (SPCN ) NOTICE IS HEREBY GIVEN THAT the City Clerk of the City of San Luis Obispo, State of California, will receive sealed bids pursuant to Specification No. at the City Clerk's Office, City Hall, 990 Palm Street, on , at which time they will be publicly opened and read aloud, for the purchase of the following supplies, material, and/or services: One (1) High Dump Mechanical Street Sweeper Bids received after said time will not be considered. Each bid shall be submitted in a sealed envelope plainly marked: "Proposal for Street Sweeper Specification No. " Each bid shall be made out on a bid form as provided. A copy of which may be obtained from the City Clerk. Prices shall include State and local sales taxes separately identified. -- The City of San Luis Obispo reserves the right to accept such bid or bids as may be deemed most advantageous to the City, the right to wave any informality in a bid, and the further right to reject any and all bids. Each bid shall be submitted on an annotated copy of the specifications. Each bid shall specify completely each and every item as set forth in the specifications. Any and all exceptions to the original specification must be clearly stated in the bid. Failure to set forth any exception shall be grounds for rejection of the bid. All supportive pamphlets and brochures are to accompany the bid. Additional information may be obtained by contacting David Pierce at (805) 549-7220. CITY OF SAN LUIS OBISPO Pamela Voges City Clerk C CITY OF SAN LUIS OBISPO STATE OF CALIFORNIA SPECIFICATION NO. TABLE OF CONTENTS Page General Bid Terms and Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1- 3 Special Bid Terms and Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4- 5 BidSpecifications. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6=11 Bid Submission Form. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .12 PurchaseAgreement. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . A-C MailingList. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . D i City of San Luis Obispo �. General Bid Terms and Conditions HIGH DUMP MECHANICAL STREET SWEEPER 1. Requirement to Meet All Bid Terms and Conditions - Each bidder shall meet all of the specifications and bid terms and conditions. By virtue of the bid submission and acceptance of the bid award, the bidder acknowledges agreement with and acceptance of all provisions of the specifications, except as expressly qualified in the bid proposal. Nonsubstantial deviations may be considered provided the bidder submits a full description and explanation of, and justifications for, the proposed deviations. Final determinations of any proposed deviation will be made by the City of San Luis Obispo. 2. Bid Submission - Each bid must be submitted on the form(s) provided in the bid package. Bid documents shall be enclosed in an envelope which shall be sealed and addressed to the City Clerk, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA 93403-8100. In order to guard against premature opening, the bid should be clearly labeled with the bid title, name of bidder, and date and time of bid opening. 3. Bid Retention and Award - The City reserves the right to retain all bids for a period of 30 days for examination and comparison. The City also reserves the right to waive nonsubstantial irregularities in any bid, to reject any and all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that the bids are qualified by specific limitations, and to make award to the lowest responsible bidder as the interest of the City may require. 4. Bid Quotes and Unit Price Extensions - The extensions of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Bid Submission Form(s) . Any lump sum bid shall be stated in figures. The Bid Submission Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder's intention and the total will be corrected to conform to the specified unit price. S. Bid Withdrawal - A bidder may withdraw its proposal, without prejudice prior to the time specified for the bid opening, by submitting a written request to the City Clerk, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than the place stated in the "Notice Inviting Bids" will be considered. All bids will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the bids. 6. Submission of One Bid Only - No individual, or business entity of any kind shall be allowed to make or file, or to be interested in more than one bid, except an alternative bid when specifically requested; however, an individual or business entity which has submitted a sub-proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. City of San Luis Obispo General Bid Terms and Conditions HIGH DUMP MECHANICAL STREET SWEEPER 7. Contract Requirements - The bidder to whom award is made shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The Contract shall be made in the form adopted by the City and incorporated in these specifications. The bidder warrants that he/she possesses, or has arranged through subcontracts, all capital and other equipment, labor and materials to carry out and complete the work hereunder in compliance with all Federal, State, County, City and Special District Laws, Ordinances, and Regulations which are applicable. S. Failure to Accept Contract - If the bidder to whom the award is made fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the Special Bid Terms and be made to the next lowest responsible bidder who shall fulfill every stipulation as if it were the party to whom the first award was made. 9. Contract Assignment - The bidder shall not assign, transfer, convey or other wise dispose of the contract, or its right, title or interest, of its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City of San Luis Obispo. 10. Non-Discrimination - In the performance of the terms of this contract, the bidder agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, or religion of such persons. 11. Work Delays - Should the successful bidder be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to Federal Government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the bidder. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of" the work, waive liquidated damages which may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to.the reasons for such delay, and making a finding as to the causes of same. 12. Labor Actions - In the event that the successful bidder is experiencing a labor action at the time of the award of the bid (or if its suppliers or subcontractors are experiencing such a labor action) , the City reserves the right to declare that said bidder is no longer the lowest responsible bidder. And to select the next lowest responsible bidder that is not experiencing a labor action, and to declare it to be the lowest responsible bidder. 13. Sales Tax Allocation - For sales occurring within the City of San Luis Obispo, the City is reimbursed one-sixth of the 6% sales tax paid• 'therefore, for bids from retail firms located in the City of San Luis Obispo at the time 2 I City of San Luis Obispo General Bid Terms and Conditions HIGH DUMP MECHANICAL STREET SWEEPER of bid closing for which sales tax is allocated to the City of San Luis Obispo, 1% of the taxable amount of the bid will be deducted from the bid by the City in the calculation and determination of the lowest responsible bid. 14. Communications Regarding Bid - All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. 15. Business Tax - All bidders should be aware of the City's Business Tax Ordinance which requires that a Business Tax Receipt be obtained before any business, trade, profession, enterprise, establishment, occupation, or calling is conducted with the City. The amount of the tax is based on gross receipts resulting from business conducted in the City of San Luis Obispo, and is required to be paid when business is conducted in the City even though the principal location of the business may be outside of the City. Issuance of a Business Tag Receipt is only evidence of the fact that the tax has been paid; it does not sanction or approve any operation not otherwise permitted. Verification that the bidder has a valid City of San Luis Obispo Business Tax Receipt will be obtained by the City prior to the execution of the contract. Additional information regarding the City's Business Tax program may be obtained by calling (805) 549-7134. 18. Payment Terms - The City's payment terms are 30 days from the receipt of an original invoice referencing the City's Purchase Order number and acceptance of the materials, supplies, equipment, or services (Net 30) . Payment will only be released upon authorization from the receiving Department. 3 CITY OF SAN LUIS OBISPO SPECIAL BID TERMS AND CONDITIONS FOR A HIGH DUMP MECHANICAL STREET SWEEPER. 1. COMPLETE OPERATIONAL VEHICLE - The vehicle shall be complete with all equipment and accessories necessary for satisfactory operation. All equipment advertised as standard shall be furnished without exception and included within the purchase price of the unit. A copy of the manufacturer's standard specifications for the unit bid shall be included with the bid. 2. COMPLIANCE WITH CODES AND REGULATIONS - The vehicle must be delivered with all the equipment necessary to comply with current requirements established by Cal/OSHA regulations, the California Motor Vehicle Code, and Federal Motor Vehicle Safety Standards and ANSI safety regulations. 3. DEMONSTRATION PRIOR TO PURCHASE - The low bidder WILL BE required to demonstrate a unit identical to the unit bid before an order is placed. The demonstration will take place in the City of San Luis Obispo and will include operation with a full load on a 17% grade. The demonstration will be to assure that the unit will perform as required. 4. KEYS - Vendor shall supply three (3) complete sets of keys for the unit and tool boxes. S. MANUALS - The vendor shall provide: two (2) complete sets of shop repair and parts manuals that include all component and unit rebuilding information, and three (3) sets of operator and service manuals. All manuals shall be furnished at time of acceptance of the vehicle. THE CITY WILL WITHHOLD 20% OF PAYMENT UNTIL MANUALS ARE RECEIVED. 6. TRAINING - Vendor shall provide a minimum of 8 hours of training for City personnel in the operation and maintenance of the vehicle and all attached equipment. The. individual conducting the training shall be factory trained in the operation and maintenance of the unit. The training shall take place at the City Corporation Yard, 25 Prado Road, San Luis Obispo, CA . 7. REGISTRATION DOCUMENTS - All documents required for vehicle registration including Smog Control Inspection and Weight Certificate must accompany the registration slip. S. PRE-DELIVERY SERVICE - All pre-delivery and warranty service shall be provided prior to delivery of the unit to the City.. 9. PARTS SUPPLY - The manufacturer/dealer shall maintain an adequate stock of all continuing service and repair parts within the State of California for a minimum of ten years, to be available to the City of San Luis Obispo without undue delay. 10. WARRANTIES - The vehicle and equipment shall be covered by all the manufacturers' standard warranties, copies of which shall be provided. However, the warranty shall not be for less than one year from the date of acceptance by the City of San Luis Obispo, nor shall it expire prior to the accumulation of 12,000 miles, whichever occurs later. - 4 - CITY OF SAN LUIS OBISPO SPECIAL BID TERMS AND CONDITIONS FOR A �. HIGH DUMP MECHANICAL STREET SWEEPER 11. WARRANTY WORK - All warranty work shall be accomplished in the City of San Luis Obispo. Should the accomplishment of warranty work require transportation to a facility outside of the City of San Luis Obispo, the vendor or manufacturer shall be responsible for said transportation. Should the Unit be out of service for more than 72 hours because of warranty work, the vendor will provide a replacement unit at no cost to the City until the City's unit is repaired and returned to service. 12. MINOR WARRANTY REPAIRS - When it is of mutual benifit the Streets Division Manager may authorize the City shop to perform minor warranty repairs. When such work is accomplished, the vendor shall reimburse the City for both parts and labor and shall be responsible for continued warrantee of the entire unit. 13. DELIVERY - The price includes delivery to the City Corporation Yard, 25 Prado Road, San Luis Obispo, CA, 93401. 14. TRADE-IN - The City proposes to trade in a 1944 Mobile Sweeper Madel 2TE4, Serial Number 422061. The trade-in will be available at the time that the City accepts the new sweeper. The vendor will take possession of the trade-in at the City Corporation Yard, 25 Prado Road, San Luis Obispo, CA 93401. j l 5 CITY OF SAN LUIS OBISPO SPECIFICATIONS FOR HIGH DUMP MECHANICAL STREET SWEEPER Bidders shall complete every space in the "Bidders Proposal" column with a check, indicating that the item bid is exactly as specified or with a description to indicate any deviation from the specification MINIMUM SPECIFICATIONS REQUIRED BIDDERS PROPOSAL GENERAL: One High Dump Mechanical Street Sweeper to be current year model and production. The sweeper shall have single or twin engine(s) . dual controls, and four wheels such as the I MFG. : Mobil Sweeper Model AHL or the Elgin Eagle. Series F. The unit shall be powered and geared to permit I MODEL: a fully loaded sweeper to climb a 17% grade at 6 mph while sweeping The sweeper shall be able to travel at 55mph I DRIVE ENGINE OR SINGLE ENGINE: Diesel I MFG. : 170 NET Horsepower Minimum ® 2200 RPM I MODEL: California Approved. I Cu.In: HP: lb.ft• Fuel filters: Primary and Secondary. I I Cooling system - Heaviest increased capacity system available for size of truck, engine/transmission combination. I Air filter - to be dry type with replaceable paper element. I Electrical system - 12 volt negative ground. I Batteries - 1250 C.C.A. Minimum I Alternator - 100 amp Minimum I All electrical system components shall have circuit protection devices. I TRANSMISSION: Automatic - Allison AT 545 4 forward speeds. i i equipped with "Hayden" heavy duty external cooler sized 50% above GVWR and located so as not to restrict radiator air flow I i - 6 - CITY OF SAN LUIS OBISPO SPECIFICATIONS FOR C HIGH DUMP MECHANICAL STREET SWEEPER. MINIMUM SPECIFICATIONS REQUIRED BIDDER'S PROPOSAL CHASSIS: 27,000 LB GVWR GVWR: Wheel Base 125 inches maximum. WB: 9,000 LB load capacity minimum. Load. Capacity: I FRAME: I Front Bumper - Heavy duty with two (2) frame mounted tow hooks I SUSPENSION: Front - parallel leaf 8,000 LB Minimum Rear - suspension preferred at highway speeds. No suspension while sweeping. Shock absorbers: Heavy Duty Double Acting _ _ I STEERING: Dual operator controls. I Full power. I I 18 inch minimum steering wheel diameter. Turning radius 18' 6" maximum. FRONT AXLE: Forged steel I-beam 8,000 LB GAWR GAWR: I REAR AXLE: I 19,000 LB GAWR I GAWK: I -- Dual Speed with gear ratio to provide maximum I. speed of 58 to 62 MPH in direct transmission drive and at the engine manufacturer's Governed RPM - i Ratios: 6.5 to 1 and 9.05 to 1 I Travel Speed - 60 mph Maximum Splash Guards Front and Back of Rear Axle .BRAKES: Full air, "S" cam I Front: 16.5" x 5" Rear: 16.5" x 7" I CITY OF SAN LUIS OBISPO SPECIFICATIONS FOR HIGH_DUMP MECHANICAL STREET SWEEPER MINIMUM SPECIFICATIONS REQUIRED BIDDER'S PROPOSAL BRAKES (cont) : Bendix automatic slack adjusters front and rear. I Compressor: 12 CFM, water cooled, engine oil lubricated. Bendix 501 I Air Dryer: Bendix AD-4 I Parking Brake - spring actuated, air released, dual diaphragm chambers mounted on rear axle. I TIRES AND WHEELS All tires to be tubeless radials with. five steel plys. Prefer all wheels and tires to be the same. If different size wheels or tires are provided a mounted spare of each combination will be provided. Front Tires: two (2) each11.06R U AH i Rear Tires: five (5) each 11.00R 22.5H Wheels: seven (7) each disk wheels, 10 hole ( /� Budd, 6,000 lb capacity minimum. I CAB: I Cab-over with tilt cab preferred. I full noise and heat insulation, floor mat and all other factory advertised standard equipment. I Noise level in the cab at driver's ear level shall be under 65 DBA I Right Seat: Bostrum West Coaster II adjustable seat. I Left Seat: Same as right or Manufactures standard bucket seat. I Seat belts with retractors for both seats. I ' Fresh air heater with integral defroster on left and right windshield sections. I Air conditioning. Positive Pressure in cab to keep out dust. I - I - 8 CITY OF SAN LUIS OBISPO SPECIFICATIONS FOR HIGH DUMP MECHANICAL STREET SWEEPER MINIMUM SPECIFICATIONS REQUIRED BIDDER'S PROPOSAL CAB (cont) : Sunvisors on left and right sides. l Tinted windshield. I Arm rests on left and right doors. i Cab handles on left and right doors. I Grab Handles on exterior of cab on both sides to assist entry. I AM-FM radio with dual speakers Cigarette lighter I External rear view mirrors: 8" s 16" heads, western style. plus left and right convex mirrors. I ACCESSORIES: Wheel chocks, two (2) each metal, adequate-for wheel size. Chock cornering brackets, two (2) each. I INSTRUMENTS AND CONTROLS: The following shall be provided as a minimum. I Car Vision by Intec. I Speedometer with odometer. I Air pressure gauge. I Low air warning buzzer & indicator light. I Fuel gauge. I Water tank level. I - Transmission oil Temperature. I Low hydraulic oil alarm and light. I Standard horn(s) . I - Backup Alarm - PRECO LDA-50. I Yellow flashing light (Astro Flash LL80O) with dash mounted switch. I I / 9 CITY OF SAN LUIS OBISPO SPECIFICATIONS FOR HIGH DUMP MECHANICAL STREET SWEEPER MINIMUM SPECIFICATIONS REQUIRED __ BIDDER'S PROPOSAL INSTRUMENTS AND CONTROLS (cont. ) : Drive Engine: oil pressure gauge mater temperature gauges. I Tachometer. Hour meter. I Amp or volt meter gauge. I Kysor automatic engine shutdown system for low oil pressure, high water temperature, low water level with automatic override, buzzer and lights. I Sweeper Engine: oil pressure gauge water temperature gauges. I Tachometer. Hour meter. I Amp or volt meter gauge. I Kysor automatic engine shutdown system for low oil pressure, high water temperature, low water level with automatic override, buzzer and lights. I Electronic 12 hour tachograph recording Drive engine operating time, Speed, and Main Broom in sweeping position. I SWEEPER ENGINE: I MFG. : Diesel I MODEL: 50 Horsepower I Cu.In: HP: lb.ft• I HYDRAULIC SYSTEM: Pump drive off sweeper engine system sized to operate all functions. I MAIN BROOM: Hydraulic Drive Hydraulic Lift Maintains constant speed as set from cab. - 10 i CITY OF SAN LUIS OBISPO SPECIFICATIONS FOR HIGH DUMP MECHANICAL STREET SWEEPER MINIMUM SPECIFICATIONS REQUIRED BIDDER'S PROPOSAL GUTTER BROOMS: Right and Left sides 42" with disposable segments hydraulic drive adjustable for tilt, pressure and wear.. CONVEYOR: - I Fabric reinforced rubber belt. Speed controlled from cab. I Hydraulic Direct drive. I I DIRT HOPPER: I Capacity volumetric 4 cubic yards. Material volume 3 cubic yards. Dump height - bottom of discharge door - 9' 6" minimum. I Dump to right side of vehicle. I. lift capacity 9,000 LB NET. WATER SPRAY SYSTEM: I Tank - removable polyethelene or epoxy coated inside and .manhole for easy access. - capacity - 280 gallons minimum. Spray nozzles for Gutter Brooms, Main Broom I Spray on and off control from cab. separate control for each broom. adjustable spray volume. I Pump. I I Filter - Non-corrosive housing and mesh with mesh 100 micron or finer screen. Filler Hose: 12 foot hose with 2-1/2" NST bronze female coupling with hydrant wrench Water meter: 2 inch Rockwell reading in cubic feet mounted between fill hose and tank. City will provide meter for vendor to install. I 25 feet of 3/4" hose to be attached for high pressure wash down I I PAINT REQUIREMENTS: Color —white, inside and out paint type - acrylic urethane, two coats (base-coat/clearcoat) . I I 11 BID SHEET City of San Luis Obispo _. HIGH DUMP MECHANICAL STREET SWEEPER (SPCN ) BID - OPENING: NOTICE TO BIDDERS: The bidder is required to fill out this sheet. Failure to do so may be cause for the bid being rejected. DEVIATIONS: List any and all deviations from the specifications, including delivery date. All deviations will be considered part of the bidder's specifications. Attach extra sheets if necessary. Deviations that are completely explained in the BIDDER'S PROPOSAL portion of the Specifications need not be repeated. DELIVERY DATE: BID PRICES: F.O.B. San Luis Obispo; include state and local sales taxes. ITEM No. UNIT PRICE TOTAL PRICE Mechanical High Dump Street Sweeper 1 $ $ /1 Sales Tax 1 $ $ TOTAL PRICE 1 $ $ TRADE-IN CREDIT 1 $ $ TO: City Clerk, City of San Luis Obispo In compliance with the above instructions and the bid terms and conditions, the undersigned agrees, if this offer is accepted within thirty days from the bid opening date, to furnish any and all items upon which prices are offered, at the price set oposite each item, delivered at the designated points within the time specified. Signature and Title of Authorized Agent Date Name of Firm Address Telephone No• - 12 AGREEMENT C TRIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of 1989 , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as CITY, and the , hereinafter referred to as SUPPLIER. WITNESSETH WHEREAS, on 1989, CITY invited bids for the procurement of per Specification No. WHEREAS, pursuant to said invitation, SUPPLIER submitted a bid which was accepted by CITY for said equipment NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1 . TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance of said equipment. 2 . INCORPORATION BY REFERENCE. The Notice Inviting Bids, the General Bid Terms and Conditions, the Special Bid Terms and Conditions, Bid Submission Form(s) , and the Bid Specifications, are hereby incorporated in and made a part of this Agreement. 3 . CITY'S OBLIGATIONS. For furnishing equipment as specified in this Agreement, City will pay and Supplier shall receive therefor compensation in a total sum not to exceed $ Payment to the Supplier shall be made within 30 days after receiptof an original invoice from the Supplier and acceptance of the equipment by City. 4. SUPPLIER'S OBLIGATIONS. For and in consideration of the payments and agreements hereinafter mentioned to be made' and performed by CITY. SUPPLIER agrees with CITY to furnish the equipment and to do everything required by this Agreement and the said specifications. Without limiting the generality of the foregoing, SUPPLIER wArrants on behalf of itself and all subcontractors engaged for the performance of this Agreement that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 5. HOLD HARMLESS AND INDEMNIFICATION. SUPPLIER agrees to defend, indemnify, and hold harmless CITY, its officials, officers, employees, representatives, and agents, from and against all claims, Clawsuits, liabilities or damages of whatsoever dature arising out of or in connection with, or relating in any manner to any act or omission of SUPPLIER, its agents, employees, and subcontractors of A C: C any tier and employees thereof in connection with the performance or non- performance of this Agreement. The SUPPLIER shall thoroughly investigate any and all claims and indemnify the CITY and do whatever is necessary to protect the CITY, its officials, officers, employees, agents, and representatives, as to any such claims, lawsuits, liabilities, expenses, or damages. 6. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Director of Finance. 7. TERMINATION. If during the term of this Agreement, CITY determines that SUPPLIER is not faithfully abiding by any term or condition contained herein, CITY may notify SUPPLIER in writing of such defect of failure to perform; which notice must give SUPPLIER in. writing of such defect or failure to per form; which notice must give SUPPLIER a 10-day notice of time thereafter in which to perform said work or cure the deficiency. If SUPPLIER has not per formed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of this Agreement and CITY may terminate this Agreement immediately by written notice to supplier /to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under this Agreement except, however, any and all obligations of SUPPLIER'S surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination hereof. In said event, SUPPLIER shall be entitled to the reasonable value of its ------ services --services per formed from the beginning of the period in which the breach occurs up to the day it received CITY'S Notice of Termination, minus any offset from such payment representing the CITY'S damages from such breach. CITY reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the CITY' S sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall SUPPLIER be entitled to receive in excess of the compensation quoted in its bid. 8. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference., shall constitute the complete agreement between the parties hereto.. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 9. ANTI-DISCRIMINATION. In the performance of the terms of this Agreement, SUPPLIER, agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, or religion of such persons. Violation of this provision may result in the imposition of penalties referred to in Labor Code Section 1735. 10. AUDIT. CITY shall have the option of inspecting and/or auditing LCA all records and other written materials used by SUPPLIER in preparing B f -l '? its statements to CITY as condition precedent to any payment to �! SUPPLIER. 11 . NOTICE. All written notices to the parties hereto shall be sent by United States mail; postage prepaid by registered or certified mail addressed as follows: CITY: SUPPLIER: 12 . AUTHORITY TO EXECUTE AGREEMENT. Both CITY and SUPPLIER do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: SUPPLIER: By: APPROVED AS TO FORM: By: City Attorney APPROVED AS TO CONTENT: John Duan, City Administrator William C. Statler Director of Finance C City of San Luis Obispo HIGH DUMP MECHANICAL STREET SWEEPER - MAILING LIST Nixon Egli Equipment Co. 12030 Clark Street Santa Fe Springs, CA 90670 Haaker Equipment Co. 3505 Pomona Boulevard Pamona, CA 91768 P B Loader Manufacturing Co. P.O. Box 341 Fresno, CA 93708 e 1 1 D