HomeMy WebLinkAbout04-19-2016 Item 09 Parks Maintenance Dump Truck Replacement Specification No. 91408
Meeting Date: 4/19/2016
FROM: Daryl R. Grigsby, Director of Public Works
Prepared By: Timothy S. Bochum, Deputy Director of Public Works
Isaac Shuck, Fleet Maintenance Supervisor
SUBJECT: PARKS MAINTENANCE DUMP TRUCK REPLACEMENT,
SPECIFICATION NO. 91408
RECOMMENDATION
1. Authorize the Finance Director to purchase a dump trailer and aerator tractor attachment with
funding originally approved to purchase a dump truck for use by the Parks Maintenance
program.
2. Authorize the solicitation of bids for an aerator tractor attachment and execute an agreement
if the lowest responsible bid is within the Fleet Manager’s maximum cost estimate of
$35,000.00.
3. Authorize the surplus designation of Fleet Asset No. 9104 Dump Truck and 0131-A4 aerator
tractor attachment, by sale, auction, trade-in or other method in accordance with the City’s
policies and procedures as prescribed in the Financial Management Manual Section 405-L
and 480.
DISCUSSION
Background
The replacement of a 1991 GMC dump truck, asset number 9104, used by Parks Maintenance,
was approved as part of the 2015-17 Financial Capital Improvement Plan (CIP). In September of
2014, the Fleet Maintenance Supervisor determined that the truck no longer met California Air
Resource Board (CARB) regulations for operation. The truck was taken out of service, proposed
for replacement, and funding was approved for replacement in FY 2015-16.
Recommendation
Instead of purchasing the intended replacement dump truck designated in the CIP, staff is
proposing to purchase a much less expensive dump trailer and use some of the savings to replace
an aerator tractor attachment. Although a replacement full size dump truck would fulfill Parks
Maintenance needs, further evaluation by the Fleet and Parks maintenance supervisors
determined that a full size dump truck was “oversized” for daily needs and additional options
were looked into. A dump trailer was concluded as the better solution for the following reasons:
9
Packet Pg. 204
1. A full size dump truck is very heavy and easily damages manicured grass and
landscaping within the City parks maintained. A dump trailer is significantly lighter, and
would have less impact on landscaping.
2. The material that the program needs to remove is not heavy and does not require the
capacity of a full size dump truck. The capacity of a dump trailer still exceeds what the
program needs to remove, yet has the capacity to carry larger items if needed.
3. A dump trailer is versatile in that it can be towed by most all light and medium duty City
trucks, and so could be used more readily by other activities as a shared vehicle.
4. A dump trailer can be towed by trucks that use less fuel versus a full size dump truck.
5. A dump trailer requires significantly less maintenance versus a full size dump truck.
6. The purchase of a dump trailer will be approximately $97,000 less than what was
budgeted for a replacement dump truck.
In determining that a dump trailer would better suit Parks Maintenance operations and results in
significant financial savings, the Parks Maintenance Supervisor identified that a tractor aerator
attachment needs to be upgraded and replaced. The aerator tractor attachment is used for turf
aerification in the City parks. Aerification is the most important element related to turf health. It
breaks up compacted soils to allow air and water into the depths of the soil and improves root
depth. Improving root depth is important to create a more durable turf which allows
sustainability through all seasons.
The current aerator attachment has been serving the twelve City parks under the Parks
Maintenance Program. Each park takes a minimum of a week to recondition each year. One of
the City parks, Damon Garcia, requires reconditioning every 6-8 weeks due to compaction from
increased play. Although, the current aerator has fulfilled the need, it is being used beyond its
intended capability. That has resulted in extreme wear and breakage. After further evaluation by
the Fleet Supervisor, it was determined that the current unit needs full refurbishment to remain in
service. This would not be cost effective because the current unit does not provide the desired
end result, and repairs beyond normal maintenance would still occur often. Replacing the
current aerator with a larger unit with improved technology, will allow the Parks Maintenance
program to breakup compaction at greater depths, and increase the soil fracturing capability to
improve turf health and sustainability. This will also reduce breakdowns and repair costs.
Even with replacement of the aerator at this time, the conversion of used equipment from a dump
truck to trailer allows for both apparatus to be replaced and still have a modest savings in the
Fleet Replacement Fund that can be used to help replace other equipment.
9
Packet Pg. 205
Open Market Purchase & Formal Bid
The dump trailer purchase will not exceed $10,000 to purchase. Per City purchasing guidelines
staff has solicited for at least three bids for an Open Market purchase. The aerator tractor
attachment will exceed $25,000. Staff could not find a formal bid under the State of California or
other cooperative purchasing contracts to “piggy back” off of. A formal bid package has been
prepared for the purchase of an aerator that meets City specifications.
CONCURRENCES
Parks Maintenance management concurs with the replacement vehicle and equipment
recommendation made in this report.
FISCAL IMPACT
Approved funding for the CIP project is within budget.
Project Costs (91408)
Dump Trailer Base Cost $6,977.06
Doc Fee $55.00
Sales Tax (8.00%)$562.56
Tire Fee $7.00
Registration Fee $40.00
Freight and Assembly $200.00
Total Dump Trailer Cost $7,841.62
Total Estimated Aerifier Tractor Attachment Cost $35,000.00
Available Project Budget $105,000.00
Estimated Project Balance $62,158.38
ALTERNATIVES
Purchase a dump truck as originally approved. The Council could determine that the regular
dump truck is the preferred purchase. A dump truck would be well used; however, the less
costly equipment recommended and the ability to replace an important Park Maintenance aerator
appears to outweigh staying with the traditional vehicle.
Deny or defer purchase. The City Council could choose to deny or defer the recommended
purchases proposed. Staff does not recommend this option as replacement of the dump truck
was approved as part of the 2015-2017 Financial Plan. Denying or deferring purchase will
continue to hinder Parks Maintenance staff productivity and efficiency due to the lack of
appropriate equipment and will result in increased maintenance and repair costs.
9
Packet Pg. 206
Attachment 1
The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities.
Telecommunications Device for the Deaf (805) 781-7410.
990 Palm Street San Luis Obispo, CA 93401
Notice Inviting Bids for
Aerator Tractor Attachment
Specification Number 91408
The City of San Luis Obispo is inviting sealed bids for one aerator tractor attachment. All bids must be
received by the Finance Division by 3:00 pm, XXXX, XXXX, 2016 when they will be opened publicly
in the Public Works Department Conference Room, 919 Palm Street, San Luis Obispo, CA 93401.
Bids received after said time will not be considered. To guard against premature opening, each bid shall
be submitted to the Finance Division in a sealed envelope plainly marked with the bid title, specification
91408, bidder name, and time and date of the bid opening. Bids shall be submitted using the forms
provided in the specification package.
Specification packages and additional information may be obtained by contacting Isaac Shuck at (805)
781-7046.
9.a
Packet Pg. 207
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
Specification No. 91347
TABLE OF CONTENTS
A. Description of Work 1
B. General Terms and Conditions 3
Bid Requirements
Contract Award and Execution
Contract Performance
C. Special Terms and Conditions 6
Contract Term
Bid Content
Accuracy of Specifications
F. Bid Submittal Forms 8
Bid Submittal Summary
Statement of Disqualification
9.a
Packet Pg. 208
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
Section A
DESCRIPTION OF WORK
The City is requesting bids for the purchase of a one (1) 63” Deep Tine Aerator, which shall include the
following features:
New Deep Tine Aerator
63” Width
PTO Driven
3 Speed Gear Box
2,150-2,200 lbs.
The Aerator must be delivered within [90] days after bid award.
Delivery Address:
25 Prado Road
San Luis Obispo, Ca. 93401
Full Specifications listed on the Bid Submittal Form
9.a
Packet Pg. 209
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
Section B
GENERAL TERMS AND CONDITIONS
BID REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a bid (bidder) shall
meet all of the terms, and conditions of the Invitation for Bids (IFB) specifications package. By
virtue of its bid submittal, the bidder acknowledges agreement with and acceptance of all
provisions of the IFB/RFP specifications.
2. Bid Submittal. Each bid must be submitted on the form(s) provided in the specifications and
accompanied by any other required submittals or supplemental materials. Bid documents shall
be enclosed in an envelope that shall be sealed and addressed to the Department of Finance,
City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. In order to guard
against premature opening, the bid should be clearly labeled with the bid title, specification
number, name of bidder, and date and time of bid opening. No FAX or E-mail submittals will
be accepted.
3. 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 Submittal Form(s). Any lump sum bid shall be stated in figures. The Bid
Submittal 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 bid total will be corrected to conform to the specified unit price.
4. Bid Withdrawal and Opening. A bidder may withdraw its bid, without prejudice prior to the
time specified for the bid opening, by submitting a written request to the Director of Finance for
its withdrawal, in which event the bid will be returned to the bidder unopened. No bid received
after the time specified or at any place other than that stated in the "Notice Inviting
Bids/Requesting 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.
5. Submittal 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 that has submitted a sub -bid to a bidder
submitting a bid, or who has quoted prices on materials to such bidder, is not thereby disqualified
from submitting a sub-bid or from quoting prices to other bidders submitting bids.
6. Cooperative Purchasing. During the term of the contract, the successful bidder will extend al l
terms and conditions to any other local governmental agencies upon their request. These
agencies will issue their own purchase orders, will directly receive goods or services at their
place of business and will be directly billed by the successful bidder.
7. Communications. 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.
9.a
Packet Pg. 210
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
CONTRACT AWARD AND EXECUTION
8. Bid Retention and Award. The City reserves the right to retain all bids for a period of 60 days
for examination and comparison. The City also reserves the right to waive non-substantial
irregularities in any bid, to reject any or all bids, to reject or delete one part of a bid and accept
the other, except to the extent that bids are qualified by specific limitations. See the "special
terms and conditions" in Section C of these specifications for bid evaluation and contract award
criteria.
9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of bidders. Bidders will
provide, in a timely manner, all information that the City deems necessary to make such a
decision.
CONTRACT PERFORMANCE
10. Ability to Perform. The Bidder warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and li censes necessary to carry out
and complete the work hereunder in compliance with any and all federal, state, county, city, and
special district laws, ordinances, and regulations.
11. Laws to be Observed. The Bidder shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances, regulations and adopted codes during its performance of the work.
12. Payment of Taxes. The contract prices shall include full compensation fo r all taxes that the
Bidder is required to pay.
13. Permits and Licenses. The Bidder shall procure all permits and licenses, pay all charges and
fees, and give all notices necessary.
14. Safety Provisions. The Bidder shall conform to the rules and regulations pertaining to safety
established by OSHA and the California Division of Industrial Safety.
15. Public and Employee Safety. Whenever the Bidder's operations create a condition hazardous to
the public or City employees, it shall, at its expense and without cos t to the City, furnish, erect
and maintain such fences, temporary railings, barricades, lights, signs and other devices and take
such other protective measures as are necessary to prevent accidents or damage or injury to the
public and employees.
16. Preservation of City Property. The Bidder shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged resulting from the Bidder's operations, it shall be replaced or restored at the Bidder's
expense. The facilities shall be replaced or restored to a condition as good as when the Bidder
began work.
17. Bidder Non-Discrimination. In the performance of this work, the Bidder agrees that it will not
engage in, nor permit such subcontractors as it may employ, to engage in discrimination in
9.a
Packet Pg. 211
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation, or religion of such persons.
18. Work Delays. Should the 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 that 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.
19. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment or services provided by the
Bidder (Net 30).
20. Inspection. The Bidder shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Bidder are being performed in accordance with the requirements
and intentions of this contract. All work done and all materials furnished, if any, shall be subject
to the City's inspection and approval. The inspection of such work shall not relieve Bidder of
any of its obligations to fulfill its contract requirements.
21. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Bidder in preparing its invoices to City as a condition precedent to any
payment to Bidder.
22. Interests of Bidder. The Bidder covenants that it presently has no interest, and shall not acquire
any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the
performance of the work hereunder. The Bidder further covenants that, in the performance of
this work, no subcontractor or person having such an interest sha ll be employed. The Bidder
certifies that no one who has or will have any financial interest in performing this work is an
officer or employee of the City. It is hereby expressly agreed that, in the performance of the
work hereunder, the Bidder shall at all times be deemed an independent bidder and not an agent
or employee of the City.
23. Hold Harmless and Indemnification. The Bidder agrees to defend, indemnify, protect and
hold the City and its agents, officers and employees harmless from and against any and all
claims asserted or liability established for damages or injuries to any person or property,
including injury to the Bidder's employees, agents or officers that arise from or are connected
with or are caused or claimed to be caused by the acts or om issions of the Bidder, and its
agents, officers or employees, in performing the work or services herein, and all expenses of
investigating and defending against same; provided, however, that the Bidder's duty to
indemnify and hold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or employees.
24. Contract Assignment. The Bidder shall not assign, transfer, convey or otherwise dispose of the
contract, or its right, title or interest, or its power to execute such a contract to any individual or
business entity of any kind without the previous written consent of the City.
9.a
Packet Pg. 212
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
25. Termination. If, during the term of the contract, the City determines that the Bidder is n ot
faithfully abiding by any term or condition contained herein, the City may notify the Bidder in
writing of such defect or failure to perform. This notice must give the Bidder a 10 (ten) calendar
day notice of time thereafter in which to perform said work or cure the deficiency.
If the Bidder has not performed the work or cured the deficiency within the ten days specified in
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to the Bidder to said effect. Thereafter, neither party shall have
any further duties, obligations, responsibilities, or rights under the contract except, however, any
and all obligations of the Bidder's surety shall remain in full force and effect, and shall not be
extinguished, reduced, or in any manner waived by the termination thereof.
In said event, the Bidder shall be entitled to the reasonable value of its services performed from
the beginning date in which the breach occurs up to the day it rec eived the City's Notice of
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by the Bidder as may be set forth in the
Agreement payment schedule; compensation for any other work, services or goods performed or
provided by the Bidder shall be based solely on the City's assessment of the value of the work-in-
progress in completing the overall workscope.
The 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 the Bidder be entitled to
receive in excess of the compensation quoted in its bid.
9.a
Packet Pg. 213
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
Section C
SPECIAL TERMS AND CONDITIONS
1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General
Terms and Conditions) of these specifications, the contract will be awarded to the lowest
responsible, responsive bidder via Purchase Order.
2. Labor Actions. In the event that the successful bidder is experiencing a labor action at the time
of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the
City reserves the right to declare said bidder is no longer the lowest responsible, responsive
bidder and to accept the next acceptable low bid from a bidder that is not experiencing a labor
action, and to declare it to be the lowest responsible, responsive bidder.
3. Failure to Accept Contract. The following will occur if the bidder to whom the award is made
(Bidder) fails to enter into the contract: the award will be annulled; any bi d security will be
forfeited in accordance with the special terms and conditions if a bidder's bond or security is
required; and an award may be made to the next lowest responsible, responsive bidder who shall
fulfill every stipulation as if it were the party to whom the first award was made.
4. Statement of Contract Disqualifications. Each bidder shall submit a statement regarding any
past governmental agency bidding or contract disqualifications on the form provided in the IFB
package.
5. State Cooperative Purchasing Program. The City of San Luis Obispo participates in the State
Cooperative Purchasing Program. As such, the City can purchase the items described in Section
A through this program. Accordingly, the City will purchase from the State or the lowes t
responsible, responsive bidder, after allowing adjustments for the cost of pickup and/or delivery
from the State, adjustments for after-market modifications, and adjustments for sales tax from
local dealers, as it determines to be in its best interest.
6. Alternative Bids. The proposer may submit an alternative bid (or bids) that it believes will also
meet the City's project objectives but in a different way. In this case, the proposer must provide
an analysis of the advantages and disadvantages of each of the alternatives, and discuss under
what circumstances the City would prefer one alternative to the other(s). If an alternative bid is
submitted, the maximum length of the bid may be expanded proportionately by the number of
alternatives submitted.
7. Accuracy of Specifications. The specifications for this project are believed by the City to be
accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are
cautioned to undertake an independent analysis of any test results in the specifications, as City
does not guaranty the accuracy of its interpretation of test results contained in the specifications
package. In preparing its bid, the bidder and all subcontractors named in its bid shall bear sole
responsibility for bid preparation errors resulting from any misstatements or omissions in the
plans and specifications that could easily have been ascertained by examining either the project
site or accurate test data in the City's possession. Although the effect of ambiguitie s or defects in
the plans and specifications will be as determined by law, any patent ambiguity or defect shall
give rise to a duty of bidder to inquire prior to bid submittal. Failure to so inquire shall cause any
such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be
considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and
9.a
Packet Pg. 214
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
diligence on its part, knew or should have known of the existence of the ambiguity or defect.
Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or
plan defects or ambiguities prior to bid submittal shall waive any right to assert said defects or
ambiguities subsequent to submittal of the bid.
To the extent that these specifications constitute performance specifications, the City shall not be
liable for costs incurred by the successful bidder to achieve the project’s objective or standard
beyond the amounts provided there for in the bid.
In the event that, after awarding the contract, any dispute arises as a result of any actual or
alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever,
Bidder shall immediately notify the City in writing, and the Bidder and all subcontra ctors shall
continue to perform, irrespective of whether or not the ambiguity or defect is major, material,
minor or trivial, and irrespective of whether or not a change order, time extension, or additional
compensation has been granted by City. Failure to provide the hereinbefore described written
notice within one (1) working day of bidder's becoming aware of the facts giving rise to the
dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity
in the plans or specifications concerning the dispute.
8. Equipment. The vehicles shall be supplied with all new equipment and accessories indicated
as standard equipment in the manufacturer's published literature. All equipment/options are to be
factory installed. If some equipment/options are not available from the factory, dealer
installation may be acceptable if specified as dealer installed in the bid response and accepted by
the City.
9. Deviations. The specifications describe minimum or average requirements. Minor deviations
from specifications may be acceptable provided that the operating capacities or characteristics of
the vehicles are not adversely affected. Such deviations are to be submitted in writing with the
bid submission and the City reserves the right to make the final determination as to whether or
not any deviations are acceptable.
10. Regulations. All equipment and accessories shall meet OSHA, Department of Industrial Safety
and California Highway Patrol regulations.
11. Shipping Terms. All prices quoted are to be FOB Destination, no additional Freight charges.
Bids quoting otherwise may be rejected.
12. Weight Certificates. If required by DMV to register the vehicle, weight certificates must be
submitted by the bidder upon final delivery of the vehicle.
13. Licensing and Registration. The City may elect to register vehicles supplies under this bid. In
this case, the seller shall provide ownership documents, free and clear. In the event that the City
elects to have the seller provide vehicle registration ser vice, the seller will provide this service
with no additional fees. In this case, the City will provide an exact registration address on the
Purchase Order.
14. Warranty. Standard manufacturer's warranties are to be provided and listed for each vehicle.
The City's established preventive maintenance procedures and practices shall be accepted in lieu
of the manufacturer/dealer's prescribed procedures. This provision shall also apply to any
extended warranties.
9.a
Packet Pg. 215
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
Special body and equipment warranties shall be a minimum of one year from date of acceptance
and include all parts and labor.
All of the above mentioned warranty literature shall be included with the vehicle at the time of
delivery. Warranty offers are important and may be considered in the evaluation of the bids.
15. Manufacturer’s Literature. One copy of the vehicle owners/operators manual, any other
instructions for operation and any other supporting literature is required for each vehicle.
One copy of equipment operating instructions, a complete and current parts list and all other
supporting literature is required for all equipment added to a vehicle.
All of the above mentioned manufacturers’ literature shall be included with the vehicle at the
time of delivery.
16. Delivery. All units are to be delivered F.O.B. Destination to the City Corporation Yard, c/o
Fleet Services, 25 Prado Road, San Luis Obispo, CA 93401. Final acceptance of vehicles for
conformance with the specifications will be made only by the Fleet Manager. Final acceptance
will be made within 20 days of receipt of the vehicles.
17. Keys. Three sets of keys shall be furnished with each vehicle. A warranty and Owner’s
instruction manual shall be furnished with each model group.
BID SUBMITTAL FORM
Specifications Check Mark or note Deviation
Working Width 63”
Working Depth Variable to 16”
Weight 2,150-2,250 lbs.
Hole Spacing (side to side) 21/2”-5”, depending on tine size
Hole Spacing (forward) @
540 rpm
5” spacing @ .95 mph
21/2” spacing @ .47 mph
PTO Variable to 540 rpm
Tractor Required 35 hp. To 80 hp.
PTO Speed Up to 540 rpm
Productivity
Forward Hole Spacing 21/2” –
12,917 sq.ft/hr
Forward Hole Spacing 5” – 25,833
sq.ft/hr
Tines
Comprehensive range of
coring/solid tines 3/8” to 1”
coring; 3/16” to ¾” solid
Drive PTO 3 Speed Gear Box
Power Pack
Central Power Pack protects the
linkage.
Vibra Stop Absorbs vibrations from extreme
9.a
Packet Pg. 216
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
compaction or stones.
Central Depth Adjustment One central lever to adjust depth.
Tine Angle Adjustment
One central lever to adjust angle
of entry.
Rollers
Front and rear rollers with
scrapers.
Safety Guards Integrated in machine
Spare Tines (Include 4 sets) ¾” x 8” Core, Carbide Tip
Warranty 24 Months
The undersigned declares that she or he has carefully examined the specifications, which is hereby made
a part of this bid; is thoroughly familiar with its contents; is authorized to represent the proposing firm;
and agrees to perform the specified work for the following cost quoted in full:
Description Quantity Unit Price Total
Aerator Tractor Attachment 1
TOTAL BASE PRICE
Spare Tines x 4 sets (See specifications)
Sales tax @ 8.0%
All Other Fees (provide detail below)
TOTAL $
Delivery of equipment to the City to be within 90 calendar days after bid award and written authorization
to proceed.
Firm Name and Address
Contact Phone
Signature of Authorized Representative
Date
9.a
Packet Pg. 217
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Attachment 1
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder shall state whether it or any of its officers or employees who have a proprietary interest in it,
has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or f or any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
Do you have any disqualification as described in the above paragraph to declare?
Yes No
If yes, explain the circumstances.
Executed on at _______________________________________ under penalty
of perjury of the laws of the State of California, that the f oregoing is true and correct.
______________________________________
Signature of Authorized Bidder Representative
9.a
Packet Pg. 218
At
t
a
c
h
m
e
n
t
:
a
-
I
F
B
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
A
e
r
a
t
o
r
T
r
a
c
t
o
r
9
1
4
0
8
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
9.b
Packet Pg. 219
At
t
a
c
h
m
e
n
t
:
b
-
B
i
g
T
e
x
1
0
L
X
-
1
2
D
u
m
p
T
r
a
i
l
e
r
S
p
e
c
s
&
P
i
c
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
9.b
Packet Pg. 220
At
t
a
c
h
m
e
n
t
:
b
-
B
i
g
T
e
x
1
0
L
X
-
1
2
D
u
m
p
T
r
a
i
l
e
r
S
p
e
c
s
&
P
i
c
(
1
2
9
6
:
P
a
r
k
s
M
a
i
n
t
e
n
a
n
c
e
D
u
m
p
T
r
u
c
k
R
e
p
l
a
c
e
m
e
n
t
)
Page intentionally left
blank.