Loading...
HomeMy WebLinkAboutReso 1970-5772Form No~ 3i2 Rev 8-67 RESOLUTION N0~ 5/72 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA VISTA ACCEPTTNG BIDS AND AWARDING CONTRACT FOR A FOUR WHEEL, THREE YARD STREET SWEEPER The City Council of the City of Chula Vista does hereby resolve as follows: WHEREAS, the following two bids were received and opened at 3:00 p.m. on the 14th day of August , 19 70, in the office of the Purchasing Agent of the City of Chula Vista for a our w ee t ree yar stree sweeper Kemp Yorke Equipment Company Dearth Machinery Company $16,714.46 13,921.00 (does not meet specifications) Alternate - LPG Sweeper Kemp Yorke Equipment Company Dearth Machinery Company $17,486.21 No Bid and WHEREAS, it has been recommended that said contract be awarded to the lowest responsible bidder, Kemp Yorke Equipment Company who has assured the City that he is a licensed vendor v in the State of California and can produce an acceptable performance bond. NOW, THEREFORE, BE IT RESOLVED tha± the City Council of the City of Chula Vista does hereby accept said one bids, and does hereby award the contract for said four wheel, three yard street sweeper to Kemp Yorke Equipment Company to be completed in accordance with the specifications as approved by the Purchasing Agent of the City of Chula Vista- BE IT FURTHER RESOLVED that the Purchasing Agent of the City of Chula Vista be, and he is hereby authorized and directed to execute said contract for and on behalf of the City of Chula Vista Presented by ~ Ap oved as ,}a ~ ~ ~ ~ ~' ~( ((~~~~ ~ ~ ~ n~,/~ T.., f;, ~~ Carl Stanley, Pu phasing Agent Georg D. Lindberg, City Att~lrney -1- ADO~TF~ A""D APPROV?~D by the CIT;r COUNCIL of the CITv ~F C~'L'i~e ~!~ `~ Tom, CAL?FO'?~~IA, this 25 day of August , 1° 70 , h~.~ the ro11~.,-ir~~ ,.~;~~~-~ t o-rai t A'F'" : Councilr~,er. Scott, Hamilton, Hyde, Egdahl '_"AY'_: ~ : Counci liner. None A':~"T; Councilien Hobel _ __ layor of t}~e Civ of C':ul: 'r~.,ta ... ---' Ci tv Clerl~ ;TAT'.-: O? CALL FORD; IA ) C(~J:: ~°' ~'F SA' DI°GO ) ss a CIT" OF CHULA JI~TA ) I, G'1`I'ET'= ?. CA?'`_PBF•LL, City Glerk of the City of Chula Vista„ (,'al ~~,,, -: _~ LSO "LF~F ' CE~'TTFY that the above anal foregoing is a full, true and corr~c ~_ r.o?-; ~., ar_d that the same has rot be~~_^ a:- ~~dcd or r~r~aled. i r",T~I' Cite Cler":~_._~__~___._._. ~---_ . -~ ~~ _r' ~~\~4_._ ~,_~ r ~ZQ,w..,~o Yuntte ~"~ ;.:~~~rnu-.~ C~ ~.~ ~-~,,~,,:...~a i~Z~rd~~~ .. E,id No. 12-1970-i1 NOTICE TO B:~uC~~RS NOTICE IS HEREBY GI';~EFi, that sealed prcposals on a form obtained from the Office of the Purchasing ';gent, 707 "F" Street, Ci,~y of Chula Vista, California, will be re- cei ved at sa i d offi co anti 13: np p _r~.__on thei~~day of Aun.~i- ~ lyJll~ at which time sa~~d proposals will be publicly opened and read for furnishing to the City of Chula Vista: One (1) Four Wheel, Three Yard Street Sweeper RECEIVE D J U ~ ~ ~ 1970 KEMP YORKE EQUIP. Cd. All bidders are hereby referred to the soec~ifications, bidding instructions and re- quiremer~ts on file in i:he office of the rurchasing Agent for full details and descrip- tion of said produci;s or materials required, and procedure in bidding, the same being by this reference inco~,porated herein. The City reserves the right to reject any or all bids or any portion of any bid, or to waive any irregularities or informalities in the bids or in the bidding. For further information and copies of specifications, bidding instructions and require- ments, apply to the City Purchasing Agent. No bidder may withdraw his bid for a period of thirty (30) days after the date set for the opening of bids. A 10~ deposit of amount bid must accompany all bids. DATED: July.28, 1970 CARL STANLEY Purchasing Agent City of Chula Vista ,~. - 1 - _--- ~S. _S Bid i'r'b< 12-1970-71 BID AND 0~ FE k TO CON i'E2ACT CI~fY OP CHULA VISTA, CAi.IBOrNIA Purchasing Department 707 F Street Tetepi~one: 427-3.100 Ext• #265 The bidder, hereinafter sometimes called Contractor, enters his~'its bid and offers• to enter into this contract-with the CITY 0~' CHU~A~ViSTA, hereinafter called City, this 14th Day of August ,1970, as fol l o~~~s This bid, and offer, when duly accepted by the City, shaft constitute the contract be t~,~een the parties in consideration of the payments and agreements herein mentioned to be performed by said City, and under the conditions expressed herein and in the "Pronosa~! Require- ments", "Bid Porrns" and the "Specirications°' hereunto annexed and by this reference incorporated herein, Contractor agrees with the said City, at his Otivn proper cost and expense, to furnish.. _ One_jl,~ Foul..~fh~~.1...,~,~~...~Y.~,.~S:~r~~.~.~Swee~er~~~.vza:~ ---- ,-.~~__. --.::mac-a lv.~v ~-~+ti~.:.u~~~ ~~+..~Y - ~z~..eaa-.+. rr~- ~~~>.~.r.,.~..x.•~wrx~.s--+r-rr-~.x~-:--.-..s-a-..z.-:....mar. --_.-~~i. ~....._~ described here~~~ as d~,,a~~d in sai Specifications" to the City or Chuia Vista. -2- `~~~~ -r-` 7,7~ Bid No 12-1970-71 PROPOSAL RE~ UIREP^~N~~S ONE: In the event this bid ?s duly accepted, the City shah puY~hase, and does here- by purchase, from vendor the said products and materia~s above descr~bod, accord-ng to the terms and conditions herein contained and referred to, for the paces af~fesaid, and hereby contracts to pay for the same as abo~~e yet forth; and the said part~e fo~ themselves, their heirs, executors, administratars, successors, and assigns, do here- by agree to the full. performance of the covenants herein contained: TWO: Vendo* dies hereby warrant that. he rrrill comply w~th ail ~aw:~ of the City of Chula Vista., County of San Diego, Stale of California, a.nd the Federal Government, respecting this sale of said goods, and does further warrant that. he has good and sufficient title to the same and will supply title to the same, and does further warrant that the said goods sold hereunder are goad merchantable qual=ty and are su~t- ed for the use for., which they are ntende d TNREE: Payment shall. not be made to Vendor unt''l after delivery of the goods, and delivery shall be made FOB to the City of Chula Vista, and the said Purchasing OfficeN of said City shall be notified of the time and place of said delivery, FOUR: Vendor sha~~ be liable for ?oss or damage to said goods to delivery to and acceptance by the City of Chula Vista and its designated officer„ FIVE: In all oases, wherever practicable, prices qucted should be net =nc~ud=ng atl trade disGOUnts~, Cash discounts of less than 1.5 days will be conside~~ed ret. Cash discounts when given w?Il be figured from date of rece?pt of invokes, pro~~ded com- plete delivery of the older has been made If tests are necessary, rash discounts will be figured from date of acceptance of ±est report by the Purchasing Agent, SIX: BIDDER S GUARAN?Y: Rll bids shall be pre_ented under sealed cover, prope~'y identified as a bid, and shall be accompanied by ether cashier's check, cert~f~ed check, or bidder's bond, made payab~e to the City of Chula Vista, for an amount equa~ to at least ten (10%) percent. of the amount. of said bid, and no bid steal' be ron~~der- ed unless such cashier's check, verified check, or bidder's bond is enclosed herewith, -3- Bid ;+o, 12-1970-71 Bid mLis~, be si,neci by a ~rosponsibiz ofricer o~~ e,~~j~7oyee, Flease type name adjacent tt~ sigr~?tu~°a. U~~signec~ F,ids trill be ~'e,?CC~;Bri, if Bidder is a Corporation pte~se u im,_,ri-~t seal o~~ ~xe~uie~~l bid, City ti;~i l 1 pay ar, i i cabl e Salesj'Use Tax Pl~:ase do fltli inriiir'.a in R~rl -~ BlD FOF'.i? The undersigned hereby offers, subject to all specifications, terms and conditions contained herein, to supply as folloa~rs: Delivery is F.0.8. Destination. Delivery shall be made on or before the 27th _Day of November 19 70 Ex- plain any qualifications. (Insert date b- y asys required after award Delivery: (Approximately 90-Days After Award) 10% deposit bond ~s attached. Variations from Specifications, if any, are described on additional attached page by bidder. Full information on machine bid is attached with brochures. I (b!e) bid on specified sweeper I (6de) Bid on alternate L.P.G. powered sweeper $ 15, 918.53 $ 16.653.53 Bidder-Vendor By (Signature) Accepted this a(c~ day of ~ `, 19~ CITY OF CHULA VISTA S Purc asing Agent -4 Approved as to Ci y F~ttor. ncy -- Da to 6 / 9 ~' d -7 cy S . ~ ~ ~~~-. oiu IvU. IL-ly/U-il . . J t i', l~ . ,.... ~,. J...,_... _ ~ _' ~ ~~ ~. T. ~.. *.;~ )~ 7 ~ ~1 r~~~T t i.- - w r » ..., S' ,i ..., _..V::.t.~ ..w_. LLL, , .. ,.14'~ .,. i ;.,. .. _..~_. ,..1 . ~. Sv.. .:7.i _..._.L'.:. Z'i, G~ot)exr~1: ~~`'.'Ic'f'47E'`_.' SY?E1]_1 bE: S87.f'-j; r4 t)-:~..1:>t:: ~~f.~~._~.1 ,)f? E =~',1? ~ {_i '.'~a?l., j.'05.J.i'.~liii~*,:'1 j'.jTFc?; v'ci7f_iblr~, Q{• Ga~7~i1C'. ., Miy~i*'1 t~,'.«~'wti_' C1.: (~.t r„~ *fa.Y` 2. .~,~ i t,5v,. r 3C': ill `.3 C"f' 1`.~' . - u].,`.3 ~~.. t)C3 CY rble O:i' x':lc'i_l:l~t tiai~.L,__iG~^''`LiT?~ t71; ts. gnc,-,G of ap~)r~.xir.':at±vl_.r :55 ::1FH 1va~t':', to t~e< damp site. y Glrtte'r Brooms: Shall ^e right and 1L?i~ ?:>.~:ld r~our~ted. 'au,;.ll be adjustable i'c~~ pressure, wear, and gutter an=;7_*_~ i,:it}-i f ree ~loEiti, ~ s~uspession. Fins? drive shall be r;!oc ar.ical Y% its} tho speed co ~trolJ.ed by the R~I'~~ of the attxiiia:rg engino and in3openc'~ ~:it of the 9sre s e r5 f cx~~Lard spe cad.. Shall be ratracte.ble to provid{~ ample g:rourd clo3r•anco and r~irxirr_am ~+r~.dth durir~ travel, Shall be equipped 1•~ith quick char.~;e refilla.blF alunir~tzrra seg~er~ts with 26~" wire. Brooms shall be arranged to aper~~tL iirdnp~/ndently or sir~uJ.tanecusly. Pick-tip Broom: Shall be equipped ~ti*ith a ~';syne 2;iiler~ster steel. eor~;, 8~-~/4" dianater at the bottori of the grooves ~.,nd J_-5/8" center to~center ~;riath bstT~veen groovav. ' Shall bc~ filled with a .'Jay4e dii,.lc~:aster i::ayk YZT or PyRilemastel° Gold SQaI filler. Shall be mechanically driven vrith the speefi controlled by the RF,'d of the auxiliary engine and completely irdeperid¢rt of the stireepers fox`~aard spend. Free floating suspension shall be provided, adjustable for pressure and Fear. Torsion bar type suspension not accepta.bls. Dirt Shoes: Shall have full floating suspension with Eras lateral and vertical nnoveraent. Dirt Hopper: Shall have a certified effective self-iosdirg capacity of not le: s than three (3) cubic yards. Shall bs gravity dump v~ith a hydraulic operated gate. Elevator: Design shall provide for sell'-losding• of the dirt hopper to 100 of the effective capacity. The d,°ive shall be mechFnical. Spsed shall be controlled by the i-ipi4' of the s•s,iliary engine anc'. completely indepen.dert of the s:•aeepers fol~aard Speed. Shall be reversible in direction of rotation. Shall be provided viii;h an overl{?ad device v1hi ch vrill protect the elevator system fmm d a,:aLa~-;e due to jsr:r^.ing ox ovcrr_cadir_~;. Shall ba of the rubber or steel chain. de~i=-n ~.~ith squeegee type bars with replaceable rubb-'r edging. Chain shall be guaranteed fox a minir:.um of 10,000 rules or t~~;o (2) years vaith each yu~placement chain carrying a like guarantee for the life of the sr.eeper. A guarantee so stating shall accc~pany the bid. 5 ~S ~ 7 ~ CS•SU I'~U. IL-ly/U-/i lIi£' ~l+l'ee DBr 911.311 ~?ra Eti;+U 14.x''°{~ l+~'_~~i'? ~ "t ~ ._~! 1'_ii ~'z3. ~•3.!a "_'l' U'~' ?OJ ~~ 11'vii,`3. S'O 4Cti' rJ 1.; T'~1) vi Li:'~1~. i E~ i' 1. .. `'c^:._. ._ ... , ., 1. -~ • i~,~ L iL1S'~; CO:it'! Gl spray' ::a+"~Z.:°S fi}'?ci1,_ ~v It>^~i;Ci 'iri t~i';' 233_°E~, U.f' ~3(,'•h ~~'..1~tF:r bro~1. ~. spray nozzl.o shal'_ bs pla^od o-r~~r tt!.~ pi_c.~-up brc~o:~. xifteen fees (15') cf 2-1,~2"' fi1.l~-:r i~~se s?~~..11 bs ~;rovided with N.S.T. c oup' i::g on t?-;~~ h~T:~ rc. nt er~d , Grlassis: Slsall. be faLricatEd an@ assezubled. for Stz°eet .ric~`~ax• :~tar:C'urd or modified ;rac;~: chassis not accept~.ble. b?1e~:lbass e.pt.zoxirlatel_y llu". Front Axle: Sii~ill be no less t'rar, 7,00' pounds capacity forged I-Beam. Sus~:ensi.or~ to be equal to maxiir~um~ load. `3b.eels shall be 750 x 20 Budd type, 6-ho.le with split lock rir«g. i2ear A~cle: Shall be heavy duty truck type double rEduction vri.th ge~.r ratio to match pourer and load require;nent. ~'+heels to be no less than IOCOx 20 Budd type, 10-hole with split look rj.i~;;. Drive Engir..e Shall be a six eylit1der gasoline full of riot less than 300 C~I.B. vrit:l a miui~.Lt~l net torque of 250 Ft. Ids. ~.t 2200 fit-T:.. To be equipped with a governor, posi.tve crankcase ventiletor, hoavy duty full flour oil filter. Shall. be equipped with a Iaberfiner 3005 auxiliary oil filter located ire an easily accessibly location. Shall be equipped with a Farr air cleaner u*ith moisture eliminator Model L-18717. Aux. Engine: Shall be used to drive the elevator, gutter brooms, pick-up broom, and water pump. Shall be four cylinder, liquid wooled, gasoline fueled and of not le s a that 134- O. I. i3. Shall be equipped urith governor, positive crankce.ss ventilator, and. full-flour oil filter. Air cleaner to be a r'arr L-18715 with r~oistura e13~ainator. Electrical current to be supplied from tha main engine battery. Al.l controls and instruments shall be located in the cab. Transr•.lissi an Automatic transmission, 3 fort~rd and 1 reverse speed with provision for locking ir. first and second gears. Fuel System: Shall be equipped with a tank of adequate capacity to operate sureeper Yor a minimum of Wins (9) hours. Brakes: Hydraulic urith pourer assist on all fou_T wheels with a riaimum of 400 Sq. Inches of lining area. emergency brake shall be on drive line. The emergancy brake handle shall be Orscheln. Tires: Front - blinfmum 750 x 20, 8-ply. Rear - Pdinimlzn 1000 x 20, 14-ply. .-----_ Bid ;~;c. i ~- i 97U-71 [~~~1SiS FOiZ EdF,LUAi IUD; Oh S~'FCIFIC;";~~IOi~S 1. In addi'ti o:~ to the• eval uati o'' of bids i n accordance ~~~i th the specifications 1 i sted herei na:,~o~~Te, City steal 1 cunsi der t;~e factors as set forth i n Section 2.507 of the Purci~asi ng Ordinance as fo i i o~~rs A. The experience of the City in dealing ~,rith the low bidder; B. The experience of other governmental agencies known to the Purchasing Agent in their previous transactions with the low bidder. C. Knowledge of the quality and fitness of the product offered by the low bidder, substantiated by reports of using departments within the City or other governmental agencies; D. Options to renew contracts for continuing purchases at the same bid price, in those circumstances where price increases are expected or have been experienced in the past. 2. It is the purpose of this bid to secure the most equitable prices in the interests of the taxpayers of the City of Chula Vista as well as to insure full compliance with the needs of t'rre Public Works Department in the procurement of the most advantageous equipment to accomplish necessary work. 3. Bidders should clearly indicate their capability to fully comply with all specifications and acknowledge their previous experience in providing the range of services required promptly in conformity with said specifications. 4. The Purchasing Agent shall recommend that any or all bids be rejected which do not satisfactorily conform to the specifications and the standards for evaluating said specifications. _.----. STATE OFCALIFOItNIA ACKNOWLEDGMENT BY SURETY ,ss. couxTY oF_ Los t ns:eles On this 1'-Fti1 da of _ ALl "1,5 ~ 1` '?~1 a '.Y"_e T., ', r .,l y , - ' ' before me, ;~"'..1.~1].„_..' a notary public in and for the State of California with principal office in the County of !,CS P.rL-'~leS duly commissioned and sworn, personally appeazed illie `'ee'11eS ' ]mown to me to be the attorney-in-fact of the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a Minnesota corporation, and aclmowledged to me that such corporation executed the same. In Witnesy~pp~p~inJ~i,6an,m,isa+f~talt~+~~b'Yk4 ~~14yyyd•~iiYd~yffY~"i my official seal at office in the aforesaid County, the day and year in this certificate fizi;~ ab tten. //~~ ~~ ~ ' ' ' `gg~ ~ `_ ~ ~ , u~~ i ~K ~-~ ~ ,, ~Seal~ ~ ~~c ~ ~ .~~ ~ ~ ~ =~ v ~ _ Nbt ry Pu lic ~- 15001 AAF Kc~ 33 (S~atif MyCOf ".~.- <~ r ~'.°7~ ~~~ (- _ ST PAUL FIRE and MAR i N E ~nalir~~~nca ~~~,~~ SAINT PA U 1, MINNESOTA BID BOND Approved by The American Institute of Architects, A. I. A. Document No. A 310 Sept. 1963 Edition rer i.'a1: _11CZ1~ r'Cl TI KNOW ALL MEN BY THESE PRESENTS, that we _ -~~R:`"- ` ~ Fy Y TT ` -,1 ~`' --- ------- -------- --------- ------- ---------- ----- -- -------- - --- - --- -- - -- --- - - --as Principal, hereinafter called the Principal, and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto_.-_-- ___-_--___-__--___---_. -------------- ,I3L1r ~ r _~ ~- - ------ ------ ------- ----- ----- -- ----- - --- --- - - -- -- ---- - --- --as Obligee, hereinafter called the Obligee, Vii,- n-r,T~!yr ,ern r~-, Tn~ nnT ,. ~~ mthesumof .~, - ~ -------------------------------- D 11 ----- -- - - -- ... --- - --- ~" oars ($ ~-(~~~' °=~ '~'-';;'-"), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. l., i ~ -., ,.- -,..,Try .;, m'-rr WHEREAS, the Principal has submitted a bid for_--_ _. ~' - ~1 • .;_ -~~ ~ ~ _ ~~ ~',~y~,'~ S~l'RF'~'" S?•T-H'EM'„" J.._: .~. ~1 lh. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this.-_-_-__.----_-.:~``-~-'~- nor-" - -- ------ - day of-- -- - ==' = "'- -- - -- - ---- - - -- - ----- -- --A. D. 19 ~` ~`' , 13250 ABB Itor. 4-t,4 r 1 ~ L ~'Zr, ; , ~ -' ~ ,-;-~, I .T' ~ ' ;_ - ------- --- -----(Seal) (Principal) 'u~ , ---------- - - ------------jl-------.;~-- ---- -- r- -- - ~ (Title) l ~ ~~ 1 St. Paul a(nd iv/brine Insurance Company (Seal) (Surety) -~ . ., - By --- - ~ ----------- ~ ~---------~ ------- --------- I J r.r ~, - N, __. _,,y!,iil1,;~ (Attornes in-fact) Printed with permission of The American 177StZlZIZ~ of Architects ~~ ~~~