HomeMy WebLinkAboutAgenda Report - October 5, 1994 (62)0/
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Specifications and Advertisement for Bids for One -Ton Dump Truck
MEETING DATE: October 5, 1994
PREPARED BY: Public Works Director
RECOMMENDED ACTION: That the City Council approve the specifications for a one -ton dump truck
and authorize advertising for bids to be received Thursday. October 20,
1994.
BACKGROUND INFORMATION: Funds to purchase a one -ton dump truck for the Streets Division of
the Public Works Department were approved and budgeted in the
1994-95 Equipment Replacement Fund. The unit will replace
unit 54, a fully depreciated, 1980 Chevrolet half -ton pickup with
odometer reading 126,254 miles. Unit 54 was purchased for $7,285 and has accumulated re; )air costs
of $11,245. The engine and transmission are worn to a degree that major repairs could happen at any
time. The Equipment Supervisor has determined that repair would cost approximately $2,500 to $3,000.
We are upgrading from a half -ton to a one -ton dump providing us with greater flexibility for a variety of
maintenance functions including towing rollers.
FUNDING: Originally Budgeter;
Budgeted Fund
Budgeted Amount
Bid Opening Date:
1994-95
Equipment Replacement
$ 28,123
10/20/94
.2
r
,yJack L. Ronsko
Public Wcrks Director
Prepared by George Bradley. Street Superintendent
JLR/GM B/rs
cc: Purchasing Officer
Building and Equipment Maintenance Superintendent
Streets Superintendent
APPROVED — _ —_ — Ai
THOMAS A PETERSON
r*crc194 paper
City Manager
CCAPPRVL DOC 09127194CC'
CITY OF LODI
PUBLIC WORKS DEPARTMENT
SPECIFICATIONS
FOR
ONE -TON DUMP TRUCK
SET NO.
DATE: October, 1994
DUMPTRCK.DOC
ONE TON DUMP TRUCK 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
DUMPTRCK DOC
SECTION 1
ONE TON DUMP TRUCK NOTICE INVITING BIDS
CITY OF LODI, CALIFORNIA
The City of Lodi hereby invites sealed proposal for furnishing and delivering the
One -Ton Dump Truck 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, Lodi, CA 95240 or, Post Office Box 3006, Lodi, CA 95241, at or
before
Thursday. October 20, 1994 at 11:00 a.m.
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 fc� further details, which specifications
and this notice shall be considered part of any contract made pursuant thereto.
CITY OF LODI
Joel E. Hams
Purchasing Officer
OUMPTRCK.DOC 1.1
SECTION 2
ONE TON DUMP TRUCK 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
Prospective bidders are furnished with one proposal form included in the specifications.
A. The proposal must be signed with the full name and address of the bidder, by an
authorized representative of the company.
B. The purchaser reserves the right to accept other than the lowest bid or to reject any
or all bids.
PENALTIES
In the event the successful bidder fails to deliver said equipment on the date promised,
the City of Lodi shall levy a penalty of $100.00 for each working day after promised
delivery date that actual delivery is late. Penalty shall be deducted from invoice amount
at the time final payment is made.
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.
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.
DUMPTRCK DOC 2.1
B. In evaluating the bids and determining lowest total to the City, the city will
consider the Sales Tax Credit in the amount of one percent (11 %) of the purchase
price of the equipment, which is rebated to the City of Lodi when such purchase
is consummated at the retailers place of business and such business:
Is located within the City of Lodi;
2. Is licensed by the California State Board of Equalization to collect sales
tax at the local place of business;
3. Maintains a valid City of Lodi Business License.
C. Where altemative 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 opening of the bids.
D. In case of be bids, consideration will given to bids as described in "Award of Bid",
paragraph B. above. If that section does not apply to resolution of the tie, the tie
will be broken by a coin toss, conducted by the City Purchasing Officer. Tie
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 90 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 delivery 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. Purchasers 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.
DUMPTRCK DOC 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.
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.
OUMPTRCK.000 2.3
SECTION 3
ONE TON DUMP TRUCK BID PROPOSAL
CITY OF LODI, CALIFORNIA
August, 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 carefully examined the Notice Inviting
Bids, Information to Bidders and Specifications Bled 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. If exceptions are taken, they will be
cleared 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:
DUMPTRCK DOC 3
The undersigned declares that the specifications have been carefully examined for
One -Ton Dump Truck, and submits this schedule of prices for its bid.
The undersigned further agrees to be responsible for the work of its subcontractors.
One -Ton Dump Truck. 1995 model
7.75% Sales Tax
TOTAL AMOUNT OF BID
Estimated delivery date
State period of full warranty
(calendar days)
Additional warranties
Total amount of bid wladditional warranties
NAME OF BIDDER
DATE
BY (print name)
ADDRESS OF BIDDER
TELEPHONE
a
a
3
S
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 respect- 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.
DUMPTRCK DOC 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 ( �
AUTHORIZED SIGNATURE
TITLE
DUMPTRCK.DOC 3.3
SECTION 4
ONE TON DUMP TRUCK 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 wig be accepted. The one -ton dump truck and all
equipment furnished therewith shag be in compliance with all applicable provisions of
the California Vehicle Code. The one -ton dump truck and all equipment furnished
therewith shall be in compliance with all provisions of the State of California. Division of
Industrial Safety and CaVOSHA.
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
one -ton dump truck 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 one -ton dump truck is loaded with such capacity
loads. Upon delivery, proof of one -ton dump truck weight (a weigh master's certificate)
must be provided showing total truck GVWR will not be exceeded when loaded with
capacity payload weight. Prior to delivery, the one -ton dump truck 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. One -ton dump truck and all components shat! operate
conforming to factory intent and in good factory -dealer practice.
The one -ton dump truck is to be covered by a minimum of a factory 12 month parts and
labor warranty. All defects shall be corrected by successful bidder or any factory
authorized dealer for that one -ton dump truck 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. The successful bidder may be
required to supply a similar "loaner' vehicle at their expense, if any repair work causes
the vehicle to be out of service more than one week while under warranty.
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 one -ton dump truck 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 when the one -
ton dump truck is delivered. Final acceptance of the unit for conformance with the
specifications will be made only at the Municipal Service Center yard. If the successful
bidder does not supply the vehicle/equipment by the delivery date specified or as set by
the City, a similar "loaner' may be negotiated at the bidders expense, or reimbursement
for the cost of a similar rental unit may be considered, upon the City's approval, in lieu of
or in combination with any per day delivery penalty detailed otherwise in this
DUMPTRCK DOC 4.1
specification. 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
deviations to any of the requirements of this specification shall be stated on the returned
bid. Unless so stated by the bidder, the City shall assume that all requirements have
been met and shall hold the bidder to each and every part of the specification. The
manufacturers 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 one -ton dump truck will be
furnished as specified herein. Bidder shall submit current literature and specifications of
equipment bid.
DUMPTRCK DOC 4.2
DUMP BODY
ITEM SPECIFICATION EXCEPTIONS
CAPACITY 2 to 3 yard Dump Body for 10,000 GVWR truck chassis.
STRUCTURE
Tubular interlocking understructure for floor support.
MATERIAL
12 gauge high strength alloy steel with a minimum yield
of 50,000 PSI. 10 gauge high strength steel floor. One
piece rigid front bulkhead with half cab protector and
window.
TAILGATE
Heavy duty box braced tailgate with V hinge plate and
latch. Full width rear apron with brake, back-up, and
clearance lights recessed. Metal conduit wire
protection. Tailgate shall be even with floor of bed when
hinge pins are pulled and tailgate is lowered.
MISC-
Front and rear full depth comer pillars with a 45 degree
ELLANEOUS
slope, dirt shedding rubrails and braces. Tow hitch
30,000 lbs. towing capacity. Hitch shall be pintle hook
type; height of hitch to be 21" from ground.
Load cover shall be "Pull Tarp" Brand and shall be
installed to proper width and length, with side flaps
included. No substitutions allowed.
Backup alarm to be included.
Strobe light model Tripp ST -1 shall be mounted on
center of cab protector.
Grease zerk lubricated tailgate hinge pins and trip lewir
linkage, side board pocket extensions. 18" x 18" x 24"
lockable tool box mounted on right side.
Mud flaps shall be installed in front of and behind rear
wheels to meet State of California requirements.
HOIST Crysteel LB 500/11.3 ;on hoist or equivalent with easy
CAPACITY mounting subframe, with body prop. Hoist capacity shall
not be less than 6.8 tons and shall be electric pump
operated.
HOIST Cylinder bore and stroke 4" X 15 /a-.
Chrome cylinder shaft shall be I W DIA.
Maximum operating pressure 3500 PSI.
Mounting height 6 '/,". Hoist weight 425 lbs
DUMPTR(:K DOC 4.3
DUMP BODY
ITEM SPECIFICATION EXCEPTIONS
BODY Body length shall be WO'. Front bulk head 35'. Side
height 14% Tailgate height 2iY. Inside width 7W. Body
capacity shall be 2 to 3 cubic yards. Total dump body
weight not to exceed 1.240 lbs.
The combined weight of truck and body. hoist and
maximum load must not exceed the gross vehice weight
rating of the truck (see truck specs ate.
COLOR School Bus Federal Yellow to match truck chassis.
DUMPTRCK DOC 4.4
CAB AND CHASSIS
ITEM SPECIFICATIONS EXCEPTIONS
CHASSIS Chassis shall be a 1995 model Dodge D350, Ford 350,
or GMC 3500 HD with dual rear wheels, wheel base 135
inch minimum. CA 60 inch, OL 216.67 inch. Not less
than 10,000 GVW.
ENGINE Cummins 5.9L. Navistar 7.3L, or GMC 6.51- diesel
engine and all supporting components as required by
manufacturer.
TRANSMISSION 727 four speed automatic with heavy duty cooler or
DUMPTRCK.DOC
4.5
equal.
COOLING
Heavy duty cooling system with AHC tow package
SYSTEM
components included.
BRAKES
Full power, discs front. drum rear.
DIFFERENTIAL
Single speed, heavy duty. 3.54 to 1 ratio.
STEERING
Power full time.
WHEELS &
Size LT215-8511161). Spare tire, wheel, jack, and tools
TIRES
shall be included.
Wheels to be painted white.
FUEL TANK
Not less than 30 gallon capacity.
ELECTRICAL
Alternator shall not be less than 90 amps. Heavy duty
battery and AHC tow package components.
MIRRORS
Two Outside rear view mirrors to accommodate dump
body. Western style with a convex section at the bottom
of each.
WINDSHIELD
Tinted non -glare glass.
AND ALL
WINDOWS
HEATER/
Fresh air type, with O.E.M. air conditioning.
DEFROSTER/AC
SEATS
Full bench type with three sets of seat belts, color beige
or light brown, and right and left arm rests.
WINDSHIELD
Intermittent windshield wiper, three speed.
WIPERS
RADIO
AM/FM Radio.
DUMPTRCK.DOC
4.5
CAB AND CHASSIS
ITEM SPECIFICATIONS EXCEPTIONS
COLOR Lower half of cab shall be school bus Federal Yellow,
and top half of cab shall be Ecology White. Wheels to be
Ecology White. Frame assembly shall be black. interior
to be medium calor blend, i.e., beige or right brown, and
front bumper to be chrome.
TOW PACKAGE Shall include A.H.C. Tow Package, which includes heavy
duty cooling, electrical and brake components. Trailer
light plug - Napa #TC 6206.6 point
DUMPTRCK DOC 4.6