HomeMy WebLinkAboutResolutions - No. 92-127RESOLUTION NO. 92-127
---------------------
---------------------
A RESOLUTION OF THE LODI CITY COUNCIL
APPROVING SPECIFICATIONS AND AUTHORIZING ADVERTISEMENT FOR BIDS
FOR ONE CHEVROLET DIAL -A -RIDE STATION WAGON
AND AUTHORIZING THE SALE OF SURPLUS EQUIPMENT
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 the Modesto
auctioneering firm, Roger Ernst and Associates.
Dated: August 5, 1992
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. Reimche
City Clerk
92-127
RES92127/TXTA.02J
DIAL-A-RIDE WAGON TABLE OF CONTENTS
SECTION 1 NOTICE INVITING BIDS 1.1
SECTION 2 INFORMATION TO BIDDERS 2.1
SECTION 3 BID PROPOSAL 3.1
SECTION 4 SPECIFICATIONS 4.1
F
C
SECTION 1
DIAL -A -RIDE WAGON NOTICE INVITING BIDS
CITY OF LODI, CALIFORNIA
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 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 that 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.
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
C
SECTION 2
DIAL -A -RIDE WAGON INFORMATION TO BIDDERS
BID OPENING
A. The Purchasing 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 invited 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 proposal 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
2.1
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.
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, the tie will be broken by a coin
toss, conducted by the City Purchasing Officer. The
bidders will be 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 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. - 4:00 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. Lodi,
California.
SALES AND USE TAXES
All quotations submitted shall include 7.75% California 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 2.2
GUARANTEES
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.
PTMr-RASFS
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.
0792GR.02 2.3
DIAL -A -RIDE WAGON
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
SECTION 3
BID PROPOSAL
The undersigned, as bidder, declares to have carefully 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'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 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 and 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 Chevrolet Caprice Station Wagon $
7.75% Sales Tax $
TOTAL AMOUNT OF BID $
Estimated delivery date
State period of full warranty
(calendar days)
Additional warranties $
Total amount of bid w/additional warranties $
NAME OF BIDDER
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 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 fraud.
This bid may be withdrawn by the written 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
C
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 ( )
AUTHORIZED SIGNATURE
TITLE
DATED
0792GR.02 3.3
SECTION 4
DIAL -A -RIDE WAGON SPECIFICATIONS
GENERAL INSTRUCTIONS
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/OSHA.
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 serviced 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 Dial -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 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 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
concerning any point, shall be regarded as meaning that only the
best commercial practice is to prevail, and that only materials
and workmanship of first quality are to be used. Any and all
0792GR.02 4.1
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 and specifications of equipment bid.
0792GR.02 4.2
` D SAL — A — R S DE WAGON
j/ SPECS Elm CAT S ON S
STEM S PE C SF S CAT S ON S EXCE P T S ON S
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 #2
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.
OTHER Electrical rear window defogger; body
OPTIONS pin striping; limited slip
REQUIRED differential; performance axle;
custom wheel covers; 75 R-15 radial
white sidewall tires; heavy duty
cooling package.
WARRANTY Standard 3 year/50,000 mile GM
warranty.
0792GR.02 4.3