Loading...
HomeMy WebLinkAboutAgenda Report - August 5, 1992 (75)CITY OF LODI AGENDA TI.TI..E: Specifications and Advertisement for Bids for Uihl-ll-Ride Stilt ion Wagon MEETING DATE: August 5, 1991% PREPARED BY: Public Works Director RE:COMMF.NDED ACTION: That the City Council approve the speci f ir_ht. ions for one (1 ) Chevrolet Station Wagon and authorize advel-tisinq for bid:: to' to received Tuesday, August. 18, 1` 92. BACKGROUND INFORRAT10N: Funds to purchase one (I) Chevrolet Station Wzsgon for Dial- A - Hide were approved in the 1991-93 Budget. The unit will replace wagon 0.16 which has 131,000 miles on it, .and has a life -to -date cost for and repairs totaliinq $B,540, Rec:entl.y it has been involved in two accide=nts for which repair costa are estimated to be $1920. The vehicle should be replaced now rather than repaired as it is due for replacement and the cost of repairs would not likely be recovered when sold. It is also recommended that the City Council authorize the sales of the old station wagon, after salvageable parts are removed from it, through public auc:t..icrt (rather than Ve sealed bid procedure) as approved at the March 18, 1392 meeting for the sale of surplus vehicles and equipment, by consignment to the Modesto auctioneering company of Roger Errist. and Associates. FUNULNG : OriginaL ly Budgeted : $20,000 Budgeted Fund: T.D.A. Claim Total Project Estimate: $20,000 Hid Opening Date; 8/18/92 —"' 4 ack . Ronsko h f ' _ works Director JLR/!)C/sh Prepared by Dennis Callahan, b Idq h Equip Maintenance Superintendent cc: Assistant. City Mannger Purchap irig Officer Ray Neel, Dial -A -Hide Bldg 6 Equip Maintenance Superintendent ,APPPOVED THOMAS A. PETERSON City Manager cc t 07ti?Gk.01 .Iuly 1b, 144? RESOLUTION NO. 92-127 A RESOLUTION OF THE LODI CITY COUNCIL Lu PR,OViNG SPECIFICATIONS AND AUTHORIZING AD1"FR,TISEMEitT FOR BIDS FOR ONE CHEVROLET DIAL -A -RIDE STATION WAGON AND AUTHORIZING THE SALE OF SURPLUS EQUIPMENT stxnssex==sss=mx=sn=a=csssaaamnccssaaarr=sarxxrasssssraxxxxxxx�m_____-ss BE IT RESOLVED, that r.he Lodi City Council does hereby approve the bid specifications (Exhibit A) for one Chevrolet Dial -A -Ride station wagon; and BE IT RESOLVED, that the Council hereby authorizes the advertisement for bids for said equipment, to be received Tuesday. August 18, 1992: and BE IT FURTHER RESOLVED, that the Council hereby authorizes the sale of surplus equipment, station wagon N.16, after salvageable parts have been removed, through public auction by consignment to the Modesto auctioneering firm, Roger Ernst and Asoociates. Dated: August 5, 1992 I hereby certify that Resat,-ition No. 92-127 was passed and adopted by the Lodi City Council in a regular mee[irg held August S, 1992 by the following vote: Ayes: Council Members Noes: Council Member6 Absent: Council Members - Alice M. Reimche City Clerk 92-127 P.ES9 2127/TXTA .01V DIAL-A-RIDE WAGON SECTION 1 NOTICE INVITING BIDS SECTION 2 INFORMATION TO BIDDERS SECTION 3 BID PROPOSAL SECTION 4 SPECIFICATIONS TABLE OF CONTENTS DIAL -A -RIDE WAGON CITY OF LODI, CALIFORNIA SECTION 1 NOTICE INVITING BIDS The City of Lodi hereby invites sealed proposals for furnishing and delivering one Oial-A-Ride wagon in accordance with this notice and specifications on file and available from the City of Lodi, Public Works Department, Municipal Service Center, 1331 South Ham Lane, Lodi, CA 95242. No bid will be considered unless it is submitted on a proposal form provided by the City of Lodi. Said sealed proposals shall be delivered to the Purchasing Officer, City of Lodi, 221 West Pine Street, Post Office Box 3006, Lodi, CA 95241, at or before 11:00 a.m., Tuesday, August 18, 1992 and will be publicly opened and read at th,�' time in the Public Works Conference Room, City Hall, 221 West Pine Street, Lodi, California. The City of Lodi reserves the right to reject any or all bids, to waive any informality in any bid, to accept other than the lowest bid, or not to award the bid. Re f ezAnce is hereby made to said sic t f ications for further details, which specifications and this notice shall be considered part of any contract made pursuant thereto. CITY OF LODI Joel E. Harris Purchasing Officer 0792GR.02 1.1 DIAL -A -RIDE WAGON BID OPENING SECTION 2 I14FOR!"LkTION TO BIDDERS A. The Officer will receive sealed bids at Lodi City Hall, 221 West Pine Street, Lodi, California, 95240, until the time for opening bids as noted in the "Notice Inviting Bids". Bidders or their authorized representatives are ir,iited to be present. B. The proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover, plainly marked as a proposal and identifying the equipment to which the proposal relates and the date of the bid opening therefor. Proposals which are not properly marked may be disregarded. Only proposals actually received by the Purchasing Officer by the time set for the bid opening will be accepted. PROPOSAL FORM A. Prospective bidders are furnished with one pro�osaI form included in the specifications. B. The proposal must be signed with the full name and address of the bidder, by an authorized representative of the company. C. The purchaser reserves the right to accept other than the lowest bid or to reject any or all bids. BIDDERS RESPONSIBILITY FOR SUBCONTRACTORS Bidder shall be fully responsible for all work of subcontractors, and shall be liable for any failure or omissions to comply with the specifications for this equipment. 0792GR . 02 2.: REJECTION OF PROPOSALS Bids may be rejected if they show any alterations of proposal form, additions not called for, or alternative bids not properly documented. Bids proposing equipment with which the City has no prior in-service experience may be rejected. Erasures or irregularities of any kind may also be cause for rejection. AWARD OF BID A. The award of the bid, if it be awarded, will be to the lowest responsible bidder whose bid proposal complies with all the requirements described herein. B. Where alternate bids are received, the city Council reserves the right to select the bid most advantageous to the City. The award, if made, will be made within thirty days after the opening of the bids. C. In case of tie bids, th,, will be broken by a coin toss, conducted by th� city Purchasing Officer. The bidders will be notil" may be present. Delivery time will be part c.11 the bid evaluation, anh delivery time shall be clearly indicated (-n the proposal. Delivery is required not more than thirty {30) calendar days following award of bid to the Municipal Service Center, 1331 South Ham Lane, Lodi, California 95242. Truck delivery shall be made only during normal working hours, 8;00 a.m. - 4,40 p.m., Monday through Friday. PRICES All quoted prices shall be current and firm for at least thirty days after date of bid opening. Prices to be F.O.B. kali z. California. SALES AND USE TAXES All quotations submitted shall include 7.75% Ca3iforhia sales tax_ PAYMENTS A. Invoices shall indicate sales tax as a separate item apart from the cost of F.O.B. point of delivery. Purchaser's item description and order number shall appear on all invoices. All invoices shall be rendered in duplicate. B. Full payment by the purchaser shall not release supplier of his responsibility to fully carry out his bid obligations nor be construed by supplier as acceptance of the work hereunder by purchaser. 0792GR_02 i.2 Cfia'Kv; .NZ -10 A. In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace entirely at his own expense, including freight, any faulty equipment, within a period of at least one year after the equipment has been accepted by the purchaser. PURCHASES A. This transaction will be cwered by the City of Lodi purchase order, and all termz included in Information to Bidders, Proposal and Specifications will be binding. 0792GR.02 2.3 SECTION 3 DIAL -A -RIDE WA(30t1 BID PROPOSAL. CITY OF LODI, CALIFORNIA Date: July, 1992 To: The Lodi City Council Lodi City Hall 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 The undersigned, as bidder, declares to have carefulhy examined the Notice Inviting Bids, Information to Bidders and Specifications filed for furnishing and delivering this equipment, and agrees to be fully informed regarding all of the, conditions affecting the equipment to be furnished for the completion of the order, and that the information was secured by personal investigation and research and not from any estimate of a City engineer; and that no claim will be made against the City by reason of estimates, test or representations of any officer or agent of the City; and proposes and agrees if the proposal be accepted, to furnish the City of Lodi the necessary equipment specified in the bid, in the manner and time therein set forth. It has been noted the City of Lodi reserves the right to accept all or part of this bid, to reject any or all bids, or to accept other than the lowest bid. The item listed below is to be in accordance with the City of Lodi specifications attached hereto. The bidder will submit a detailed list of any and all exceptions taken to these specifications by either listing those exceptions in the space provided on the said specifications attached or, when such space is inadequate, by listing those exceptions on a separate paper by item in the same order of the City `sspecifications. In the absence :-)f such a list, it 'All be understood that the bidder's proposal is based on strict conformance to the spccifications in all respects. All exceptions talo+,i will be evaluated and d�vt,�rmination made on accepta-bil}.'cY before the award is made. If awarded the bid, the undersigned agrees to furnish and deliver the equipment described in the specifications and to take in full payment therefor the following unit :1 -ad total prices, to -wit: 0792GR.02 3.1 The undersigned declares that the specifications have been carefully examined for the Dial -A -Ride Wagon, and submits this schedule of prices for its bid. The undersigned further agrees to be responsible for the work of its subcontractors. 1992 New Che,rrolet Caprice Station Wagon 7,754 Sales Tax TOTAL AMOUNT OF BID Estimated delivery date State period of full warranty (calendar days) Additional warranties S S U Total amount of bid w/additional warranties NAME OF BIDDER T_ DATE BY ADDRESS OF BIDDER TELEPHONE It is understood and agreed that if this Proposal is accepted the price quoted above is inclusive of sales tax, or similar tax now imposed by Federal, State, or other governmental agency upon the equipment specified. The undersigned has checked carefully all the above figures and understands that the CitY and its officers and employees will not be responsible for any errors or omissions on the part of cine undersigned in completing this bid. The undersigned, as bidder. hereby declares that the only persons or firms interested in the proposal as principal or principals is or are named herein and that no persons or firms other than herein mentioned have any interest in this proposal, that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. This bid may be withdrawn by the writ* -en request of an authorized representative of the bidding company at any time prior to the scheduled time for the opening of bids or prior to any authorized postponement thereof. 0792GR.02 3.2 The undersigned hereby designates as the office to which such notice of acceptance may be mailed or delivered: NAME OF COMPANY ADDRESS CITY, STATE, ZIP PHONE NUMBER ( 1 AUTHORIZED SIGNATURE TITLE DATED 0792GR.02 3.3 SECTION 4 DIAL -A -RIDE WAGON SPECIFICATIONS GENERAL INSTRUCT10(4S All equipment listed as standard by the manufacturer for the model quoted shall be furnished whether or not such equipment is detailed herein. Exception: vendor shall not furnish standard items replaced by specified optional equipment. Only models of latest design and in current production will be accepted. The Dial -A -Ride wagon and all equipment furnished therewith shall be in compliance with all applicable provisions of the California Vehicle Code. The Dial -A -Ride wagon and all equipment furnished therewith shall be in compliance with all provisions of the State of California, Division of Industrial Safety and Cal/OSKA. The unit shall be delivered completely assembled and ready to operate. upon delivery, it shall be the supplier's responsibility to provide any evidence necessary that the product fully meets the requirements of this specification. The component parts of the Dial -A -Ride wagon shall be of proper size and design to safely withstand maximum stresses imposed by a capacity load, and the manufacturer's rated loads for axles and bearings must not be exceeded when the Dial -A -Ride wagon is loaded with such capacity loads. Prior to delivery, the Dial -A - Ride wagon must be completely seryiced with factory prescribed pre -delivery service. The crankcase, transmission and differential must be filled to factory recommended capacities and have at least five gallons of fuel in the fuel tank. The Dia.l-A- Ride wagon and all components shall operate conforming to factory intent and in good factory -dealer practice. The Dial -A -Ride wagon is to be covered by factory 12 month pa.—ts and labor warranty. All defects shall re corrected by successful bidder or any factory authorized dealer for that Dial -A -Ride wagon under standard factory warranty. During the warranty period the successful bidder shall bear responsibility and costs for transporting to and from any service or repair facilities. Eids will be considered only on equipment represented by a reliable California firm, carrying adequate supply of replacement parts in the State. Successful bidder shall furnish, at no charge, one Operator Manual, one Replacement Parts Catalog, and one Shop Repair Overhaul Manual for the Dial -A -Ride wagon that is furnished. Original Dealer's Report of Sale, or Manufacturer's State of Origin. or Bill of Sale and Weight Certificate and Factory Warranty Guarantee must be furnished to the City at the time the Dial -A -Ride wagon is delivered. Final acceptance of the unit for conformance with the specifications will be made only at the Municipal Service Center yard. The apparent silence of this specification or supplemental specification as to any detail, or the apparent omission from it of a detailed description concerni,:j any point, shall be regarded 3s meaning that only the best comr�erclal practice is to prevail, and that only materials and workmansh-1p of first quality are to be used. Any and all C�792GR.014. deviations to any of the requirements of this specification shall be stated on the returned bid. Unless so stated by the bidder, the City may, at its discretion, assume that all requirements have been met and may hold the bidder to each and every part of the specification. The manufacturer's nar.a and model number must be shown on the bid in the designated place, however, that information is not sufficient evidence that the bidder is making an exception. If no exception or deviations are shown the Dial - A -Ride wagon will be furnished as specified herein. Bidder shall submit current literature and specifications of equipment bid. 0792GR.02 4.2 D=AL—A—RIDE WAGON SPECIF=CATMOMS =TEM SPECIF=CAT=ONS EXCEPT=ONS DESCRIPTION 1992 New Chevrolet Caprice Classic 4 - door wagon CO L�OR Exterior: White only. Interior/Trim: Blue, grey, or tan cloth 55/45 with passenger and driver recliners. ENGINE/POWER Gas powered 5.0 liter 4 -BBL v-8 (3M TRAIN EFI engine a reduced in U.S. or Canada with California emission requirements. Four speed automatic transmission with overdrive. ACCESSORIES Preferred equipment group #2 includinq: rear vinyl (3rd) seat, power windows, power door locks, power tailgate lock, electric speed control with resume, tilt steering wheel, roof rack, deluxe carpeting, body side moldings, intermittent windshield wipers, au:�i liar -j lighting, front and rear carpeted floor mats, twin remote sport mirrors, heavy duty battery, AM/FM stereo radio with cassette, digital clock, power antenna and dual iear speakers. OTHER Electrical rear window defogger; body OPTIONS pin striping; limited slip REQUIRED differential: performance axle; custom wheel covers; 75 fit -).5 radial white sidewall tires; heavy duty cooling package. WARRANTY Standard 3 year/50,000 mile GM warranty. 0792GR.02 4.3 RESOLUTION NO. 92-127 mststatt�uaaaaa=zaaasaamm A RESOLUTION OF THE LODI CITY COUNCIL APPROVING SPECIFICATIONS AND AUTHORIZING ADVERTISEMIsNT FOR BIDS FOR ONE CHEVROLET DIAL -A -RIDS STATION WAGON AND AUTHORIZING THE SAT OF SURPLUS EQUIPMENT sa:asesa:aaasaaasas:Qac:saaasaazaa:aaaaas:sssaaaa:arc tieasassaaa xammamassaau BE IT RESOLVED, that the Lodi City Council does hereby approve the bid specifications (Exhibit A) for one Chevrolet Dial -A -Ride station wagon; and BE IT RESOLVED, that the Council hereby authorizes the advertisement for bids for said equipment, to be received Tuesday, August 18, 1992: and BE IT FURTHER RESOLVED, that the Council hereby authorizes the sale of surplus equipment, station wagon #16, after salvageable parts have been removed, through public auction by consignment to lie Modesto auctioneering firm, Roger Ernst and Associates. Dated: August 5, 1992 sat seaaasa�a ass st�asoxxmsaa�asaetmaasaaa adtaaa�za=asaaxaaacaaaRtasc a�ca asaat xt�=rias I hereby certify that Resolution No. 92-127 Was passed and adopted by the Lodi City Council in a regular meeting held August 5. 1992 by the following vote: Ayes= Council Members - Hinchman, Pennino, Sieglock, Snider and Pinkerton (Mayor) Noes: Council Members - None Absent: Council Members - None Alice M. Rei.mche City Cle-k 92-127 RES92127/TXTA.02J DIAL -A -RID€ WAGON TABLE OF CONTENTS SECTION 1 NOTICE INVITING BIDS 1.1 SECTION 2 INFORMATION TO BIDDERS 2.1 SECTION 3 BID PROWSAL 3.1 SECTION 4 SPECIFICATIONS 4.1 r, f DIAL -A -RIDE WAGON CITY OF LODI, CALIFORNIA SECTION 1 NOTICE INVITING BIDS The City of Lodi hereby invites sealed proposals for furnishing and delivering one Dial -A -Ride wagon in accordance with this notice and specifications on file and available from the City of Lodi, Public Works Department, Municipal Service Center, 1331 South Ham Lane, Lodi, CA 95242. No bid will be considered unless it is submitted on a proposal form provided by the City of Lodi. Said sealed proposals shall be delivered to the Purchasing Officer, City of Lcdi, 221 West Pine Street, Post Office Box 3006, Lodi, CA 95241, at or before 11:00 a.m., Tuesday, August 18, 1992 am oe publicly opened and read at that time in the Public Wozgs Conference Room, City Hall, 221 West Pine Street, Lodi, California. The City of Lodi reserves the right to reject any or all bids, to waive any informality in any bid, to accept other than the lowest bid, or not to award the bi3. Reference is hereby made to said specifications for further details, which specifications and this notice shall be considered part of any contract made pursuant thereto. CITY OF LODI Joel E. Harris Purchasing Officer 0792GR.02 1.1 SECTION 2 DIAL -A -RIDE WAGON XNFORMTiON TO BIDDERS BID OPENING A. The Purchasing Officer will receive sealed bids at Lcdi, City Hall, 221 West Pine Street, Lcdl, California. 95240, until the time for opening bids as noted in the "Notice Inviting Bids". Bidders or their authorized representatives are invited to be present. B. The proposal shall be submitted as directed ;In the 11 NQ t i,: e Inviting Bids" under sealed cover, plainly marked as a proposal and identifying the equipment to ghich the proposal relates and the date of the bid opening therefor. Proposals which are not properly marked may be disregarded. Only proposals actually received by ':�ie Purchasing Officer by the time set for the bid opening will be accepted. PROPOSAL FORK A. Prospective bidders are furnished with one proposa]. form included in the specifications. B. The proposal must be signed with the full name and address of the bidder, by an authorized representative of the company. C. The purchaser reserves the right to accept other than the lowest bid or to reject any or all bids. BIDDERS RESPONSIBILITY FOR SU3MtfiR.ACTORS Bidder shall be fully responsible for all. work of subcontractors, and shall be liable for any failure or omissions to comply with the specifications for this equipment, 07g2GR.02 2.1 REJECTION OF PROPOSALS Bids may be rejected if they show any alterations of proposal form, additions not called for, or alternative bids not properly documented. Bids proposing equipment with which the City has no prior in-service experience may be rejected. Erasures or irregularities of any kind may also be cause for rejection. FAN 10IN1 X61 =0 I K A. The award of the bid, if it be awarded, will be to the lowest responsible bidder whose bid proposal complies with all the requirements described herein. B. Where alternate bids are received, the City Council reserves the right tothe bid most advantageous to the City. The award, if made, will be made witnin thirty days after the opening of the bids. C. In case of tie bids, the tie will be broken ty a coin toss, conductel by the City Purchasing Officer. The bidders will b,�- notified and may be present. DELIVERY Delivery time will be part of the bid evaluation, and delivery time shall be clearly indicated on the proposal. Delivery is required not 7toze than thirty (30) calendar days following award of bid to the Muni.~ip21 Service Center, 1331 South Ham Lane, Lcd.i , California 95242. Truck delivery shall be made only during normal working hours, 8;03 a.m. - 4:00 p,m., Monday through Friday. PRICES All quoted p -,-ices shall be current and firm for at least thirty days after date of bid opening. Prices to be F.O.B. Lodi, California. SALES AND USE TAXES All quotations submitted shall include 7.75% California sales tax. UTV4_V9_54�*1 A. Invoices shall indicate sales tax as a separate item apart from the cost of F.O.B. point of delivery. Purchaser's item description and order number shall appear on all invoices. All invoices shall be rr_ndered in duplicate. Full payment by the purchaser shall not release supplier of his responsibility to fully carry out his bid obligations nor be construed by supplier as acceptance of the work hereunder by purchaser. 0792GR. 02 2.2 rGUARANTEES A. In addition to any or all guarantees mentions-? elsewhere herein, the supplier shall replace enti=ely at his own expense, including freight, any faulty equipment. within a period of at least one year after the equipment has been accepted by the purchaser. PURCHASES A. This transaction will be covered by the City of Lodi purchase order, and all terms included in Information to Bidders, Proposal and Specifications will be binding. SECTION 3 DIAL -A -RIDE `igAGCtl BID PROcOS.kL CITY OF LODI, CALIFORNIA Date: July, 1992 TO: The Lodi City Council Lodi City Hall 221 West Fine Street P.O. Box 3006 Lodi, CA 95241-1910 The undersigned, as bidder, declares to have carefully examined. the Notice Inviting Bids, Information xo Bidders and Specifications filed for furnishing and delivering this equipment, and agrees to be fully in or-med re,arding all of the conditions affecting the equipment to be furnished for the completion of the order, and that the information was secured by personal investigation and research and not from any estimate of a City engineer; and that no claim will be made against the City by reason of estimates, test or representations of any officer or agent of the City; and proposes and agrees if the proposal be accepted, to furnish the City of Lodi the necessary equipment specified in the bid. in the manner and time therein set forth. It has been noted the City of Lodi reserves the right to accept all or part of this bid, to reject any or all bids, or to accept other than the lowest bid. The item listed below is to be in accordance with the City of Lodi specifications attached hereto. The bidder will submit a detailed list of any and all exceptions talon to these specifications L�y either listing those exceptions in the space provided on the said specifications attached or, when such space is inadequate, by listing those exceptions on a separate paper by item'inthe same order of the City's specifications. In the absence of such a list, it will be understood that the bidder's proposal is based on strict conformance to the specifications In all respects. All exceptions taken will be evaluated and determination made on acceptability before the award is mads:. If awarded the bid, the undersigned agrees to furnish and deliver the eTiipment described it the specifications and to take in full p,-�yment therefor the following unit and total prices, to -wit: 0792GR_02 3.; Th2 undersigned declares that the specifications have been carefully examined for the Dial -A -Ride Wagon, and submits this schedule of prices for its bid. The undersigned further agrees to be responsible for the work of its subcontractors. 1992 New Chevrolet Caprice Station wagon 7.75% Sales Ia.� TO T XL, AMOUNT OF B I D Estimated delivery date State period of full warranty (calendar days) Additional warranties Total amount of bid w/additio,aal warranties NAME OF B IDD EY, DAT7 BY ADDRESS OF BIDDER TELEPHONE It is understood and agreed that if this Proposal is accepted the price quoted above is inclusive of sales tax, a similar tax now unposed by Federal, State, or other governmental agency upon the equipment specified. The undersigned has checked carefully all the above figures and understands that the City and its officers and employeeskiill not be responsible for any errors or omissions on the part of the undersigned in completing this bid. The undersigned. as bidder, hereby declares that the only persons or firms interested in the proposal as principal or principals is or are named herein and that no persons or firms other than herein mentioned have any interest in this proposal, that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or frai;d. This bid may be withdrawn by the written request of an authorized l representative of the bi�-dinq company at any time prior to the scheduled time for the opening of bids or prior to any authorized postponement thereof. 0792GR.02 3. 2 3 The undersigned hereby designates as the office to which Such notice of acceptance may be mailed or delivered: MANZ OF COMPANY ADDRESS CITY, STATE, ZIP PHCM NUMBER ) AUTHORIZED SIGNATURE TITLE DATED 0792GR.02 3.3 SECTION 4 DIAL -A -RIDE FLAGON SPECIFICATIONS GENERAL INSTRUCTIONS All equipment listed as standard by the manufacturer Cor the model quoted shall be furnished whether or not such equipment is detailed herein. Exception: vendor shall not furnish standard items replaced by specified optional equipment. Only models of latest design and in current production will be accepted. The Dial -A -Ride wagon and all equipment furnished therewith shall be in compliance with all applicable provisions of the California Vehicle Code. The Dial -A -Ride wagon and all equipment furnished therewith shall be in compliance with all provisions of the State of California, Division of Industrial Safety and Cal/OSHA, The unit shall be deiivered completely assembled and ready to operate. Upon delivery, it shall be the supplier's responsibility to provide any evidence necessary that the product fully meets the requirements of this specification. The component parts of the Dial -A -Ride wagon shall be of proper size and design to safely withstand maximum stresses imposed by a capacity load, and the manufactl.irer's rated loads for axles and bearings must not be exceeded when the Dial -A -Ride wagon is loaded with such capacity loads. Prior to delivery, the Diad. -A - Ride wagon must be completely serviced with factory prescribed pre -delivery service. The crankcase, transmission and differential must be filled to factory recommimded capacities and have at least five Qallons of fuel in the fuel tank. The Dial -A - Ride wagot, and all components shall operate conforming to factory intent and in good factory -dealer practice. The Dial -A -Ride wagon is to be c,i%lered by factory 12 month parts and labor warranty. All defects shall be corrected by successful bidder or any factory authorized dealer for that Dial -A -Ride wagon under standard factory warranty. During the warranty period the successful bidder shall bear responsibility and costs for transporting to and from any service or repair facilities. Bids will be considered only on equipment represented by a reliable California firm, carrying adequate supply of replacement parts in the State. Successful bidder shall furnish, at no charge, one Operatcr Manual, one Replacement Parts catalog, an(; one Shop Repair Overhaul Manual for the Dial -A -Ride wagon that is furnished. Original Dealer's 5-aport of Sale, or Manufacturer's State of Origin, or Bill of Sale and Weight Certificate and Factory Warranty Guarantee must be furnished to the City at the time the Dial -A -Ride ,wagon is delivered. Final acceptance of thy: unit for conformancewi1,� the specifications will be made only at the Municipal Service Center yard. The apparent silence oL this specification or supplemental specification as to any detail, or the apparent omission from it of a detailed description concernir.3 any point, shall be regarded as meaning that only the best comae r c i s l practice is ro pr e,/a i i, and that only and workmanshiY of first quality are to be used. Any and all 07921GR.02 4_: deviations to any of the requirements of this specification shall be stated on the returned bid. Unless so stated by the bidder, the city may, at its discretion, assume that all requirements have been met and may hold the bidder to each and every part of the specification. The manufacturer's name and model number must be shown on the bid in the designated place, however, that information is not sufficient evidence that the bidder is making an exception. If no exception or deviations are shown the Dial - A -Ride wagon will be furnished as specified herein. Bidder shall submit current literature acid specifications of equipment bid. 0792G2.02 4.2 D=AI..—A—RIDE WAGON S PEC = F = CAT S ON S TTy-M SPECTFTCATTONS EXCEPTTONS DESCRIPTION 1992 New Chevrolet Caprice Classic 4 - door wagon COLOR Exterior: White only. Interior/Trim.- Blue, grey, or tan cloth 55/45 with passenger and driver recliners. ENGINE/POWER Gas powered 5.0 liter 4 -BBL V-8 GM TRAIN EFI engine produced in U.S. or Canada with California emission requirements. Four speed automatic transmission with overdrive. ACCESSORIES Preferred equipment group R2 including: rear vinyl (3rd) seat, power windows, power door locks, power tailgate lock, electric speed control with resume, tilt steering C wheel, roof rack, deluxe carpeting, body side moldings, intermittent windshield wipers, auxiliary lighting, front and rear carpeted floor mats, twin remote sport mirrors, heavy duty battery, AM/FM stereo radio with cassette, digital clock, power antenna and dual rear speakers. 0TH Electrical rear window defogger; body OPTIONS pin striping: limited slip REQUIRED differential; performance axle; custom wheel covers; 15 R-15 radial white sidewall tires; heavy duty cooling package. WARRANTY Standard 3 year/50,000 mile GM warranty. 0792GR.02 4.3 August 4, 1992 General0itices: 141 N(x1h Civic Drive, PO. Box 5222, Wahut Creek, California94596, (510)937.1170 James W. Pinkerton and City Council City of Lodi 221 West Pine Street Lodi, California 95241-1910 RE: Loop Drug Stora X48 Chard Strad arar* L" QIaia Dear Mayor Pinkerton and Council: We have been advised that on Wednesday. August 5, 1992, you wiU be considering on your consent calendar the above -referenced project. We were first advised of this matter on June 24, 1992, in a letter to our store manager. Since then, we have been working with your staff in an attempt to understand the reasons for eliminating a convenient access to our store. We recently have been provided with the accident statistics that we requested and have reviewed same. We were surprised to discover that the'exccssive' accident rate happens to be only 12 accidents in a period of 48 months. Further, the number of accidents that the proposed median will eliminate is only 7 of the 12 accidents. It is our opinion that 7 accidents in 4R months does not equate to an excessive safety problem which would constitute eliminating a vital access point to our store. While Longs is not in favor of this project, we will make no other,)t jection's to this project other t,ian those contained in this letter. In the.. days cEever-dwindling margins, we would hope that you consider aN aspects of this issue. including the effect on the succe-ss cf our existing store. Our decision to state our objections only in writing stet-s)s from the understanding that we have regarding the other frontage streets for our store. Based on a discussion I had with Jack Ronsko, your Public Works Director, there are absolutely no other changes procrosed, in planning. or required of any long-term traffic policies. which would effect a closure or elimination of access on Chestnut Street. School Street or Lodi Avenue. 1 trust that you will fully consider all aspects of this issue in your decision including the actual attributable zxidents that this proposal would eliminate and the overall effect on the viability of a longstanding commercial establishment in the City of Loci. 1 thank you in advance for your consideration of this matter. Very truly yours, LP1JGS DRW STORES C.,AUFORNLk, INC Gary W. V sy I as n Coordinator GWV/ksg CC Orio Jones George Killam Ken Cantrell, Mgr. 14 8 Jim Sweeney, Dist. Mgr. #802 CITY CCUNCIL JAMES W. PINKERTON, Mayor PHILLIP A. PENNTNO Mayer Pro Unpare DAnD M HINCHMAN JACK A SIECLOCK JOHN R ERMJW SNIDER Mr. Ray Neel Dial-A-Ridelcity Cab Co. 510 E. Lodi Ave. Lodi. CA 95240 GIIN 4F LDDC � I_ _ : --, : CITY HALL 221 WEST PINE STREET l P.O. BOX 3006 LODI. CALIFORNIA 95241-191Q (209) 334-5634 FAX (201333-&7% July 29, 1992 SUBJECT: Specifications and Advertisement for Bids for Dial -A -Ride Station Wagon THOMAS A. PETERSON City Mana4110 ALICE M. REIMCHE Oily Clerk BOB MCNATT Cdy ANorney Enclosed i s a copy of background information on an item that w i I I be discussed at the City Council meeting on Wednesday, August 5, 1992. a t 7:30 p.m. The meeting w i l l�e held i n the City Council Chamber, Carnegie Forum, 305 West Pine Street. You are welcome to attend. If you wish to communicate with the City Council, please contact Alice Reimche, City Clerk, at (209) 333-6702. If you have any questions about the item. please call Dennis Callahan or me at (209) 333-6706. A to cir Ronsko Works Director JLR/lm Enclosure cc: City Clerk L01ALARI.NCC/TXTW.02M M CIN OF LOUT 'COUNCIL COMMUNICATION I� ,GENDA =TLE: Specifications and Advertisemanc for Bids for Dial -&-Ride Station Wagon EETING DATE: August 5, 1992 'REPPRED B'': public Works Director XCOMMMED ACT;ON : That the City Council approve the specifications ;or one (1) Chevrolet Station Wagon and authorize advertising for bids to be received Tuesday, August 18, 1992. LUXGROUND INFORMATION: Funds to purchase one (1)Chevmlet Station Wagon for Dial -A - Ride were approved in the 1992-93 Budget. The unit w i 11 replace wagon f16 which has 81,000 miles on it- and has a Life -to -date cost for maintenance and repairs totalling $8,540. Recently it has been :nvolv4d in two accidents for which repair costs are estimated to be $1920. The 7ehicle should be replaced new rather than repaired as it is due for replacement and _he cast of repairs would not likely be recovered when sold. it is also recomrmendod that the City Council authorize the sale of 60 old station wagon, after salvageable parts are removed from it, through public auction (rather than the sealed bid procedure) as approved at the March 18, 1992 meeting for the sale :)f surplus vehicles and equipment, by consignment to the modesto auctioneering company of Roger 'Ernst and Associates. FUNDING: Originally Budqeted: $20,000 Budgeted Fund: T.D.A. Claim Total Project Estimate: 520.000 Bid Opening Date: 8/18/92 ke'l e., onsko orks Director JLR/DC/sh Prepared by Dennis CalLahan, BLdq & Equip Sup+,rintendeni cc: Assistant City Manager Purchasing Officer Ray Neel, Dial -A -Ride Bldg & Equip Maintenance SuperintQndent APPROVED M O W A PETERSON city manlQw J cc