HomeMy WebLinkAbout1997-06-23 City Council (50)BUDGET 1997-98
City of Palo Alto Manager’s Rep rt 2
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JUNE 23, 1997 CMR:294:97
SUBJECT:APPROVAL OF CONTRACT TO EMPIRE EQUIPMENT
COMPANY FOR HEAVY EQUIPMENT REPAIRS AND
MAINTENANCE
REOUEST
This is a request for approval of a contract with Empire Equipment Company inthe amount of
$80,000 for equipment repair services to landfill equipment located at the City’s Refuse
Disposal Area. Funds have been budgeted in-the FY 1997-98 Public Works Department/
Equipment Management Operations and Maintenance budget for year three of the contract.
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached one-year contract with Empire
Equipment Company in the amount of $80,000.
Authorize the City Manager, or her designee, to negotiate and execute one or more change
orders to the contract with Empire Equipment Company for related, additional but
unforeseen work which may develop during the term of the contract, the total value of
which change orders will not exceed $8,000.
POLICY IMPLICATIONS
The award of this contract is consistent with existing policies.
EXECUTIVE SUMMARY
Back o~:_Q.o_~d.
CMR:311:95 was approved by.City Council June 19, 1995 for a two-year renewable contract
with Empire Equipment Company for heavy equipment repair services. This contract was
originally bid as a three-year contract and this report exercises the City’s option to renew this
contract for a third year.
CMR:294:97 Page 1 of 2
Project Description
The Equipment Management Division of Public Works uses a contractor to service and
repair specialized landfill equipment, which includes two bulldozers, one trash compactor,
one scraper, one compost loader, and one compost tub grinder. Work under this contract
includes scheduled inspections and maintenance, cost estimating, diagnosis, warranty repairs,
and in-shop plus on-site repairs. The contractor must be capable of transporting oversize
equipment loads to their local shop when rebuilding major components is best performed at
their shop facilities. Empire Equipment Company has performed all of these tasks to the
City’s satisfaction for the past two years, and staff recommends they perform this work for
one more year at a cost of $80,000.
FISCAL IMPACT
Funds for this contract are included in FY 1997-98 Public Works Equipment Management
Operations and Maintenance budget.
ENVIRONMENTAL ASSESSMENT
This project is categorically exempt
environmental review is necessary.
ATTACHMENTS
Contract
from the provisions of CEQA and no further
PREPARED BY: Alan Simpson, Fleet Manager
DEPARTMENT HEAD REVIEW:
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
Assistant City Manager
CMR:294:97 Page 2 of 2
AGREEMENT
BY THIS AGREEMENT MADE AND ENTERED INTO ON THE DAY OF
BY AND BETWEEN THE CITY OF PALO ALTO (HEREINAFTER REFERRED TO AS CITY, AND(NAME)(1), Empire Equipment Company (2)
(ADDRESS) 38600 Ceda~Blvd.<C~TY) Newark
[DATE TO BE ENTERED19[BY CITY PURCHASING
(510)
94560 (PHONE) 726-2506
(HEREINAFTER REFERRED TO AS CONTRACTOR). =N CONSIDERATION OF THEIR MUTUAL COVENANTS. THE PARTIES HERETO AGREE AS FOLLOWS:
CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED SERVICES AND/OR MATERIALS SPECIFIED IN EXHIBIT
ATFACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE:
Heavy Equipment Repair Services at the City’s Refuse Disposal Area according to
attached specifications.
EXHIBITS THE FOLLOWING ATTACHED EXHIBITS HEREBY ARE MADE PART OF THIS AGREEMENT:
i. Specifications
2. ¯ Insurance Requirements
3. Contractor ’ s BidTERMS THE SERVICES AND/OR MATERIALS FURNISHED UNDER THIS AGREEMENT SHALL COMMENCE ON
AND SHALL BE COMPLETED]~]~J~. on.’[111~_ 30
COMPENSATION FOR THE FULL PERFORMANCE OF THIS AGREEMENT:
[] ClTY SHALL PAY CONTRACTOR: Monthly, upon receipt of invoice.
[] CONTRACTOR SHALL PAY CITY:
July I,..1997
O
®
®
®
PAYMENT RECORD <DEPARTMENT USE REVERSE SIDE)
CITY ACCOUNT NUMBER:
G T RMS AND CONDITIONS ARE iNCLUDED ON BOTH SIDES OF THIS DOCUMENT..
THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS THEREOF, THE PARTIES HAVE EXECUTED THIS
AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITTEN ABOVE.HOLD HARMLESS. CONTRACTOR agrees to indemnify, de~end and hold harmless GI’[Y, its officers, agents, and employees from any and al~.demands, claims or liability of
any nature, including wrongful death, caused by or arising out of CONTRACTOR’S, its officers’, agents’ or employees’ negligent acts, errors, or omissions, or willfulmisconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the performance or failure to pedorm this agreement by CONTRACTOR.
ENTIRE AGREEMENT. This agreement and the terms and conditions on the reverse hereof represent the entire agreement between the parties with respect to the purchase
and sale of the equipment, materials or supplies or payment forservices which may be the subject of this contract. All prior agreements, representations, statements,
negotiations and undertakings whether oral or written are superseded hereby.
PROJECT MANAGER AND REPRESENTATIVE FOR CITY CONTRACTOR
NAME Alan Simpson BY
DEPT,Public Works/Equipment Management
P.O. BOX 10250
496-6945Telephone
TITLE
SOCIAL SECURITY
ORI.R.S. NUMBER "
INVOICING SEND ALL INVOICES TO THE CITY, ATTN: PROJECT MANAGER
CITY OF PALO ALTO APPROVALS: (ROUTE FOR SIGNATURES ACCORDING TO NUMBERS IN APPROVAL BOXESBELOW)
CIIY of PALO AL
INVITATION FOR BID (IFB)
PUBLIC WORKS DEPARTMENT
HEAVY EQUIPMENT MAINTENANCE (i995-96) .
DIVISION:
~GINEERING
UIPMENT MANAGEMENT
El .FACILITIES MANAGEMENT
El OPERATIONS
El WATER QUALITY CONTROL PLANT
PART III -SPECIFICATIONS AND REQUIREMENTS
Specifications GENERAL REQUIREMENTS~
Agreement to Furnish Heavy Equipment
Maintenance, Repairs and Parts
A.SCOPE OF WORK
1.General
Bidder will provide maintenance, repairs and parts to Heavy Equipment located
at the City of Palo Alto Refuse Disposal Site. Maintenance requirements will
be outlined in Section D. of this specification.
2.Estimates
An estimate of the required parts and labor for each job will be provided
in advance to Equipment Management staff, who will give verbal
approval to proceed with repairs.
Do The total price quoted in any estimate may not be exceededwithout
advance approval from Equipment Management staff. If during the
course of the originally estimated repairs it is noted that further repairs
will be needed, another estimate will be prepared forthe additional work.
3.Cost Limits
Any repair that will exceed $5,000 requires advance written approval from the
Equipment Management Division. The vend’dr, will not exceed the total amount
of the purchase order wit.hout written approv,..al increasing the limit.
Mechanic Experience Level
All repair work will be performed by journey-level mechanics with at least three
(3) years experience repairing equipment similar to that listed in B. below.
5.Par t____._~s
ao
Do
Vendor must carry or stock parts within 20 miles (or overnight) of the
Refuse Disposal Site.
All parts will be purchased new, from the original equipment
manufacturer (OEM).
Can you comply with all items on this page?
LNDFILAB.95 Page 1
Specifications GENERAL REQUIREMENTS
If an "OE" part is not available or it is evident that procuring an "OE"
part will cause excessive downtime, acceptable substitutes may be used,
with the advance approval of Equipment Management staff.
d.All lubricants used will meet or exceed OEM specifications.
eo "Rebuilt" or "remanufactured" assemblies may be used in the repair of
equipment covered by this agreement, if approved by Equipment
Management staff.
6.Response Time
Response time will be within 24 hours of notification of a breakdown.
7.Quality of Work
Repair .work must be of an acceptable level in terms of cost, time and
workmanship.. Failure to repair the .equipment properly, as determined by
Equipment Management staff, will be considered grounds for terminating the
agreement;
DESCRIPTION OF EQUIPMENT
Unit Description
1 602
1 621
1624
1625
1627
1628
1985 W.H.O. Tub (Forage) Grinder
1984 Caterpillar 623B Scraper
1988 Caterpillar D8 Tractor/Dozer
1990 Caterpillar 826C Compactor
1991 Caterpillar DTH Tractor/Dozer
1991 John Deere 544E-I- Wheel Loader
Annual Usage
(In Hours)
5OO
5OO
1000-1 200
1700-2000
1200-1 500
1000-1 2Q0
Cat~. you comply with all items on this page?Yes
LNDFILAB.95 Page 2
Specifications GENERAL REQUIREMENT,~~
C.RATES
1.Day Shift
Labor rate:$~/hour
Swing Shift
Labor rate:$////hour
Travel
Travel time.to Refuse Site:Ji/ Travel miles:
Transportation
Transport equipment to and from Vendor’s repair facility:
Parts
Parts discount or mark-up:
Total cost will include all applicable taxes, set-up and delivery.
PREVENTIVE MAINTENANCE PROPOSAL AND REQUIREMENTS
General
¯ Bidder will submit a detailed Preventive Maintenance proposal outlining all tasks
to be performed at each service interval, including pricing. All manufacturer
recommended maintenance will be performed. Vendor will be responsible for
tracking equipment hours and scheduling Preventive Maintenance.
Basic Requirements
a.Crankcase oil and filter changes to be performed at 250 hours or
corresponding calendar interval.
Can you comply with all items on this page?Yes
LNDFILAB.95 Page 3
Specifications GENERAL REQUIREMENTS
Oil samples will be taken from all compartments at manufacturer’s
recommended intervals. A copy of each analysis report will be sent to
the Equipment Management Division.
Co Each unit’s cooling system will be drained and refilled with fresh
antifreeze at two year intervals. A cooling system conditioner such as
"Nalcool 2000" or Caterpillar equivalent will be added to each unit’s
cooling system at factory recommended concentrations and intervals.
Eo PM SCHEDULING
General
Insofar as practicable, preventive maintenance will be scl~eduled to minimize
charges for travel time and service calls. Pending repairs and defects noticed
during PM should be repaired at time of inspection, in accordance with A.
above and contingent on Refuse Area equipment needs.
2.Intervals
Unit
1602
1 621
1624
1625
1627
1628
Intervals
Biweekly, 250 hours or 6 months, 500 hours or 1 year, 1000
hours or 2 years.
Biweekly, 250 hours or-6 months, 500 hours or 1 year, 1000
.hours or 2 years, 2000 hours or 2 years.
Biweekly, 250 hours or 3 months, 500 hours or 6 months, 1000
hours or l.year, 2000 hours or 2 years.
Biweekly, 250 hours or 45 days, 500 hours or 3 months, 1000
hours or 6 months 2000 hours or 1 year.
Biweekly, 250 hours.o[ 3 months, 500 hours or 6 months, 1000
hours or 1 year, 2000 hours or 2 years.
Biweekly, 250 hours or 3 months, 500 hours or 6 months, 1000
hours or 1 year, 2000 hours or 2 years.0
Can you comply with all items on this page?
LNDFI£AB.95 P~ge 4
Specifications
30
Fo
Go
Biweekly Inspections
GENERAL REQUIREMENTS’~
Biweekly inspections should consist of a walk around inspection, fluids check
and the lubrication of all grease fittings. Tires, brakes, tracks, cutting edges
and ground engaging tools will be inspected at this interval.
PM History.
The successful bidder will be provided with each unit’s PM history for a period
of 12 months prior to contract award, in order to avoid duplication of major
maintenance. ~
REGULATORY COMPLIANCE
General
Vendor will comply with all policies, guidelines, rules and
administered by the following agencies:
Co
Bay Area Air Quality Management District (BAAQMD)
Bureau of Automotive Repair (BAR)
-Environmental Protection Agency (EPA) State and Federal
Occupational Safety and Health (OSHA) State and Federal
Any other agencies that regulate:
2.
3.
4.
COMMENTS
Automotive repair
Discharge into sanitary and storm sewers
Hazardous materials and waste
Paint and solvent emissions
regulations
Bidder should state a brief description of services offered, including the number
of field service personnel and vehicles available. Consideration will be given to
resources available to respond to repair requests.
Can you comply with all items on this page?Yes
LNDFILAB.95 Page 5
Specifications
INVOICING
GENERAL REQUIREMENTS
Vendor agrees to submit priced invoices to the Landfill Supervisor, immediately
upon completion of each job All "miscellaneous" charges and travel time will
be described fully. Purchase Order numbers must be identified on all invoices.
I.WARRANTY
State standard warranty for all work performed under this agreement:
Uo
At
(Attach additional documentation if necessary)
TERMS. OF AGREEMENT
.A.qreement Period
The services to be performed under this agr.eement will commence July 1,
1995. The agreement will continue for a period of 36 months, ending June 30,
1998; subject to the following conditions’
The City Council of the City of Palo Alto must approve the current year’s
budget prior to each additional confirmed 12 month period.
Do The vendor agrees to continue the prices quoted in Section C. during the
total agreement period.
Renewal
The agreement will be renewable, each year, 30 days prior to the renewal dates
of June 30, 1996 and June 30, 1997.
Neqotiations
Renewal of this agreement will begin with negotiations, 60 days prior to the
renewal dates Shown in 1 .b. above. Either party may cancel this agreement 30
days prior to the renewal dates shown in 1.b. above.Negotiations and
subsequent, renewal will be based upon:
a.Proposed cost of contract renewal.
b.Quality of vendor’s workmanship during the preceding 12 months.
Compiles with all items on this page?
LNDFILAB.95 Page 6
Specifications GENERAL REQUIREMENTS
c.Response to City requirements during the preceding 12 months.
Vendor’s ability to fulfill the terms of the agreement during the renewal
period.
Complies with all items on this page?Yes
LNDFILAB.95 Page 7
CITY OF NEWARK
BUSINESS LICENSE
THIS LICENSE iS IN CON~0RMITY WITH ,PROVISIONS OF ." CHAPTER 5.04 dF.THE CITY O~" NEWARK MUNICIPAL CODE:
:.ISSUANCE OF THIS UGENSE DOES NoT,iNDICATE COMPLIANCE
;WITH OTHER ~31TY CODES.. ".. " ":. ~..,,:"
ILICENSE NO. ~4 256
CALIFORNIA STATE BOARD OF EQUALIZATION
SELLER’S PERMIT
THIS PERMrr DOES NOT
AUTHORIZE THE HOLDER
TO ENGAGE IN ANY
BUSINESS CONTRARY TO
LAWS REGULATING THAT
BUSINESS OR TO
POSSESS OR .OPERATEANY ILLEGAL DEVICE.
Not valid at any other address
ACCOUNT NUMBER
ooo I
EMPIRE EQUIPMENT CO LP
MARVIN G DOLE INC, ET AL
38600 CEDAR BLVD
LNEWARK, CA 94560 J
IS HERE~Y AUTHORIZED PURSUANT TO SALES AND USE TAX LAW
TO ENGAGE IN THE BUSINESS OF SELLING TANGIBLE PERSONAL
PROPERTY AT THE ABOVE LOCATION
BT.-442-R-LZ RE’V. 10 (8-go)
THIS PERMIT IS VALID UNTIL REVOKED OR CANCELLED BUT IS NOT TRANSFERABLE. IF YOU SELL YOUR BUSINESS.
OR DROP OUT OF A PARTNERSHIP, NOTIFY US OR YOU COULD BE RESPONSIBLE FOR SALES AND USE TAXES
OWED BY THE NEW OPERATOR OF THE BUSINESS.
DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED
Empire Equipment
May 12, 1995
City of Palo Alto
Purchasing & Contract Administration
First Floor, Civic Center
250 Hamilton Ave.
P.O. Box 10250
Palo Alto, CA 94303
Empire Equipment, operating since 1980, now consists of seven locations in northern California
& Nevada: Sacramento,Newark, Rohnert Park, Chico, Gilroy, Anderson & Sparks. Each
location is professionally staffed with personnel in Sales, Rental, Parts, and Service.
Currently, we are running three transports and fifteen complete service trucks containing the
latest in cranes, hose making equipment and oil recovery systems. Our Shops are equipped with
overhead hoists, test benches for hydraulic testing of pumps, motors, cylinders, etc., complete
welding and fabrication area and a steam cleaning area complying with all EPA rules. Our
technicians are trained continuously on the latest techniques. We are on call 24 hours a day and
seven days a week. ~
Our Rental Fleet is comprised ors 15,000,000 of the latest .construction and forestry equipment.
Our Parts Department handles in excess of $1,000,000 of parts annually, containing all makes of-
parts. We also have a used parts network with the capabilities of reaching out across the United
States to a variety of Dealers. ..
- 2850 El Centro Road 3S600 Cedar Bird 415 F.. 91h Slrcet 5380 Commerce lih’d.475 E. Park Avenue 21)769 Industry Road 1055 Glcnda|e RoadSacramento, CA 95833 Newark, CA 94560 Gilroy, CA 950.0 Rohnert Park, CA 94928 Chico, CA 95926 Anderson, CA 9(.4~7 Sparks, NV 8943 I
916P)22-7181 510/790-3600 408/~148-4150 "/07/584-9161 916/’342-2414 916/3654~D I.70~J’359-3371
WEEKLY MACHINE INSPECTION
CHECK & RECORD HOUR METER
READING HOURS
CHECK HOOD LATCH FOR
OPERATION OR DAMAGE
CHECK ROLLERS & IDLERS FOR
LEAKS & WEAR
CHECK SPROCKETS & CHAIN FOR
WEAR AND DAMAGE
CHECK FINAL DRIVES FOR LEAKS
CHECK COVERS & GUARDS FOR
DAMAGE, LOOSE & MISSING
HARDWARE
CHECK ENGINE COMPARTMENT FOR
TRASH BUILD-UP, FUEL OR OIL
LEAKS]ADD OIL IF NEEDED
CHECK R.O.P.S. MOUNTS
CHECK DOOR HANDLES FOR
PROPER OPERATION
CHECK SHIFTER & THROTFLE
FOR PROPER OPERATION
BLOW RADIATOR, HOOD LOUVERS
INTAK COMPARTMENT AREA
HYD SYSTEM-REFILL AS NEEDED "
CHECK FOR LEAKS, WORN HOSES
AND DAMAGED LINES
COOLING SYSTEM-CHECK FOR
LEAKS, WORN HOSES, TRACH
BUILDUP, FLUID LEVEL &
REPAIR AS NEEDED
LUBE 6 FITTINGS ON THE
BULLDOZER CYL SUPPORT &
UPPER TRUNION BEARINGS
TRANS,BEVEL GEAR &
STEERING CLUTCH COMPARTMENT
CHECK LUB LEVEL IF LEAKAGE
DEVELOPS OR IS SUSPECTED
WINCH-CHECK LUBE LEVEL IF
LEAKAGE DEVELOPS OR IS
SUSPECTED-CHECK CONDITION
OF CABLE/OIL IF NEEDED
COOLING SYSTEM-DRAIN &
CLEAN W’HEN ENGINE OVER-
HEATS OR SOLUTION tS DIRTY
REPLACE AS NEEDED
CUTTING EDGES-ROTATE OR
CHECK BACKUP ALARM OPERATION
CHECK DOZER CUTTING EDGE &
HARDWARE
CHECK HYD LINES & CYLS FOR
LEAKAGE
CHECK DOZER ARMS, STRUTS AND
CROSS BARS FOR LOOSNESS AND
ADJUSTMENTS
CHECK WIPER OPERATION
CHECK GLASS FOR CRACKS AND
BREAKAGE
CHECK & ADJ TRACK TENSION
CHECK GAUGES & INDICATORS FOR
PROPER OPERATION
CHECK SEAT BELT & MOUNTS
CHECK PRESCREEN FOR TRASH
BUILD -UP
CHECK STEERING CLUTCH AND
BRAKES FOR PROPER OPERATION
CHECK TRANS FOR LEAKS & FILL
AS NEEDED
ENGINE COMPARTMENT-CHECK FOR
OIL & FUEL LEAKS, ADD OIL TO
ENGINE IF NEEDED
LUBE 2 FITTINGS ON THE TRACK
ROLLER FRAME OUTER BEARINGS
LUBE 2 FITTINGS ON THE TRACK
ROLLER FRAME INNER BEARINGS
CHECK LEVEL OF FINAL DRIVES
AIR FILTER ELEMENTS-REMOVE
OUTER FILTER, BLOW OUT, REPLACE
IF NEEDED, REMOVE SAFETY
ELEMENT ONLY TO BE REPLACED
TORQUE DIVIDER SUCTION SCREEN
CLEAN WHEN LUBRICAT BECOMES
THICK, OR AT TIME OF REPAIRS ON
BRAKES, TRANS OR TORQUE DIVIDER
SPROCKET HUB BEARINGS-CHECK
ADJ IF SPROCKET IS LOOSE OR
LEAKAGE DEVELOPS OR SUSPECTED
FUEL TANK-DRAIN MOISTURE &
SEDIlvIENT & WASH CAP & FILLER
FIRES OR FREQUENT FUEL FILTER
SCREEN \VHENEVER ENGINE MIS-
FIRES OR REPLACEMENT IS NEEDED
250 HOUR PERIODIC SERVICE
PULL ENGINE OIL SAlvIPLE
CHANGE ENGINE OIL
QUARTS ADDED
CHECK & ADJUST FAN &
ALT BELTS/LUBE FAN
PULLEY BEARING
CHECK ELECTROLYTE LEVEL
AND CONDITION
CLEAN OR REPLACE AIR FILTERS
DRAIN FUEL TANK SEDIMENT
CLEAN/CHANGE CAB PRESSURIZATION
QUARTS ADDED
CHECK WTNCH OIL LEVEL
LUBE ALL ZERK FITTINGS
CHANGE ENGINE OIL FILTER
WASH CRANKCASE BREATHE. R
CHANGE TRANS, BEVEL GEAR &
STEERING CLUTCH FILTER AND
CLEAN MAGNETIC STRAINER
CHECK COOLANT LEVEL AND
CONDITION F
CLEAN TERMINALS
CHECK/REPLACE FUEL FILTERS
CHECK FINAL DRIVE OIL LEVEL "
FILTER
CHECK TRANS OIL LEVEL
QUARTS ADDED
500 HOUR PERIODIC SERVICE
PULL ENGINE OIL SAMPLE
CHANGE ENGINE OIL
QUARTS ADDED
CHECK & ADJ FAN & ALT
BELTS/LUBE PAN PULLEY BEARING
CHECK COOLANT LEVEL &
CONDITION F
CLEAN TERMINALS
CHECK/REPLACE FUEL FILTERS
CHECK FINAL DRIVE OIL LEVEL
QUARTZ ADDED
CHECK TRANS OIL LEVEL
QUARTS ADDED
PULL I-IYD SYSTEM,WINCH, TRANS
& FINAL DRIVE OIL SAMPLES
CHANGE I-IYD FILTER
CHANGE ENGINE OIL FILTER
WASH CRANKCASE BREATHER
CHANGE TRANS, BEVEL GEAR &
STEERING CLUTCH FILTER
& CLEAN MAGNETIC STRAINER
CHECK ELECTROLYTE LEVEL AND
CONDITION
¯ CLEAN OR REPLACE AIR FILTERS
DRAIN FUEL TANK SEDIMENT
CHECK HYD OIL LEVEL
QUARTS ADDED
CHECK WINCH OIL LEVEL
LUBE ALL ZERK FITTINGS
CHANGE WINCH FILTER &
CLEAN STRAINER
LUBE UNIVERSA.L JOINTS
1000 HOUR PERIODIC SERVICE
PULL ENGINE OIL SAMPLE
CHANGE ENGINE OIL
QUARTS ADDED
CHECK & ADJ FAN & ALT BELTS
LUBE FAN PULLEY BEARING
CHECK COOLANT LEVEL &
CONDITION F
CLEAN TERMINALS
CHECK/REPLACE FUEL FILTERS
CHECK FINAL DRIVE OIL LEVEL
QUARTS ADDED
CHECK TRANS OIL LEVEL
QUARTS ADDED .
PULL HYD SYSTEM, WINCH, TRANS
AND FINAL DRIVE OIL SAMPLES
CHANGE HYD FILTER
CHANGE TRANS, BEVEL GEAR &
STEERING CLUTCH OIL & CLEAN
BREATHER QUARTS ADDED
CHANGE HYD OIL QUARTS
ADDED
CHECK & ADJUST ENGINE
VALVE CLEARANCE
CHANGE ENGINE OIL FILTER
WASH CRANKCASE BREATHER
CHANGE TRANS, BEVEL GEAR &
STEERING CLUTCH FILTER &
CLEAN MAGNETIC STRAINER
CHECK ELECTROLYLT LEVEL &
CONDITION
CLEAN OR REPLACE AIR FILTERS
DRAIN FUEL TANK SEDIMENT
CHECK HYD OIL LEVEL
QUARTS ADDED
CHECK WINCH OIL LEVEL
LUBE ALL ZERK FITTINGS
CHANGE WINCH FILTER & CLEAN
STRAINER
LUBE UNIVERSAL JOINTS
CHANGE FINAL DRIVE OIL
QUARTS ADDED
CHANGE WINCH OIL & BREATHER
QUARTS ADDED
DRAIN COOLANT & REPLACE
ADD NAL-COOL
CHANGE TORQUE CONVERTOR OIL
& CLEAN SUCTION SCREEN
2000 HOUR PERIODIC SERVICE
PULL ENGINE OIL SAMPLE
CHANGE ENGINE OIL
QUARTS ADDED
CHECK & ADJ FAN & ALT BELTS
LUBE FAN PULLEY BEARING
CHANGE COOLANT LEVEL &
CONDITION FILTER
CLEAN TERMINALS
CHECK/REpLACE FUEL FILTERS
CHECK FINAL DRIVE OIL LEVEL
QUARTS ADDED
PULL HYD SYSTEM, WINCH, TRANS
AND FINAL DRIVE OIL SAMPLES
CHANGE TRANS, BEVEL GEAR &
STEERING CLUTCH OIL & CLEAN
BREATHER QUARTS ADDED
CHANGE HYD OIL QUARTS
ADDED
CHECK & ADJUST ENGINE
VALVE CLEARANCE
CHECK FOR LOOSE HARDWARE
CHANGE ENGINE OIL FILTER
WASH CRANKCASE BREATHER
CHANGE TRANS, BEVEL GEAR &
STEERING CLUTCH FILTER &
CLEAN MAGNETIC STRAINER
CHECK ELECTROLYTE LEVEL &
CONDITION
CLEAN OR REPLACE AIR FILTERS
DRAIN FUEL TANK SEDIMENT
CHECK HY’D OIL LEVEL
LUBE ALL zERK FITTINGS
CHANK WINCH FILTER & CLEAN
STRAINER.
CHANGE FINAL DRIVE OIL
QUARTS ADDED
CHANGE \~qNCH OIL & BREATHER
QUARTS ADDED
DILAIN COOLANT & REPLACE
ADD NAL-COOL
CHANGE TORQUE CONVERTOR OIL
& CLEAN SUCTION SCREEN
SINCE 1936
PETERSON TRACTOR Co.’s
PREVENTIVE MAINTENANCE PROPOSAL FOR
CITY OF PALO ALTO
REFUSE DISPOSAL SITE
HEAVY EQUIPMENT MAINTENANCE
EQUIP.MODEL SERIAL BI-250 500 1000 2000
NO.NO.NO.WEEKLY HOURS HOURS HOURS HOURS
1602 P-12-56 612 $110 $350 $450 $850 N/A
1621 623B-46P2004 $110 $335 $460 $780 $1350
_024 DSN 9TC2594 $110 $340 $460 $830 $1360
1625 826C 87X1110 $110 $320 $450 $725 $1200
1627 D7H 79Z4234 $110 $310 $425 $725 $1200
1628 544E-H 534431 $110 $295 $350 $510 $950
PLEASE NOTE--THE ABOV’E "PREVENTIVE MA.INTENANCE PROPOSAL" IS BASED ON CATERPILLAR LUBRICATION AND
MAINTENANCE RECOMMENDATIONS AT 250, 500, 1000, AND 2000 HOUR INTERVALS. BI-WEEKLY (TWICE A MONTH)
WILL CONSIST OF A WALK .~.OUND INSPECTION, FLUIDS CHECK .MgD LUBRICATION OF ALL GREASE FITTINGS.
TIRES, BRAKES, TRACKS .AND ALL GROUND ENGAGING TOOLS WILL BE INSPECTED AT THIS INTERVAL. AT THE
TIME OF MACHINE DELIVERY, YOU.RECEIVED COPIES OF ALL LLrBRICATION AND NLAfNTENANCE PUBLICATIONS
SPECIFIC TO EACH MACHINE IN YOUR EQUIPMENT FLEET. DUE TO THE LINIITATIONS OF SPACE ON THE DOCUMENT
WE ASK THAT YOU REFER TO YOUR EQUIPMENT LIBRARY FOR ALL SPECIFIC MAINTENANCE DETAILS.
BILL HAMILTON
SAN JOSE SERVICEMANAGER
~ETERSON TRACTOR CO
955 Marina Boulevard . P.O. Box 5258, San Leandro, California 94577 ¯ Telephone (510) 357-6200 ¯ Fax (510) 352-5952
SINCE 1936
PETERSON TRACTOR Co.’s
PREVENTIVE MAINTENANCE PROPOSAL FOR
CITY OF PALO ALTO
REFUSE DISPOSAL SITE
HEAVY EQUIPMENT MAINTENANCE
EQUIP.MODEL SERIAL BI-250 500 I000 2000
NO.NO.NO.WEEKLY HOURS HOLrRS HOURS HOURS
1602 P-12-56 612 $110 $350 $450 $850 N/A
1621 623B 46P2004 $1 i0 $335 $460 $780 $1350
1624 DSN 9TC2594 $110 $340 $460 $830 $1360
1625 826C 87X1110 $110 $320 $450 $725 $1200
1627 DTH 79Z4234 $110 $310 $425 $725 $1200
1628 544E-H 534431 ¯$110 $295 $350 $510 $950
PLEASE NOTE--THE ABOVE "PREVENTIVE I%iAINT~NANCE PROPOSAL" IS BASED ON CATERPILLAR LUBRICATION AND
MAINTENANCE KECOIVlMENDATION8 AT 250, 500, I000, AND 2000 HOUR INTERVALS. BI-WEEKLY (TWICE A IVlONTH)
WILL CONSIST OF A W.~J~K AROUND INSPECTION, FLUIDS CHECK .~ND LUBRICATION OF .~LL GREASE FITTINGS.
TIRES, BRAKES, TILA.CKS AND ALL GROUND ENGAGING TOOLS WILL BE INSPECTED AT THIS INTERVAL..AT THE
TIME OF MACHINE DELIVERY, YOU RECEIVED COPIES OF .ALL LLrBRICATION AND MAINTENANCE PLrBLICATIONS
SPECIFIC TO EACH !vlACHINE IN YOUR EQUIPIvIENT FLEET, DUE TO THE LIMITATIONS OF SPACE ON THE DOCUMENT
WE ASK THAT YOU REFER TO YOUR EQUIPMENT LIBRARY FOR ALL SPECIFIC MAINTENANCE DETAILS.
BILL HAMILTON
SAN JOSE SERVICE MANAGER
"ETERSON TRACTOR CO
955 Marina Boulevard ¯ RO. Box 5258, San Leandro, California 94577
Vendor list for Heavy Equipment Maintenance, Repairs and Parts
Peterson Tractor
P.O. Box 5258
San Leandro, CA 94527
Empire Tractor
P.O. Box 5002
Newark, CA 94560
DeNardi Equipment
29251 Union City Blvd.
Union City, CA 94587
Granite Construction
P.O. Box 50085
Watsonville, CA 95077
~ART II -- BIDDER’S BID PAGES SECTION 3.00-
City Council/City Manager
City of Palo Alto
In response to the Invitation For Bid, the undersigned, as Bidder declares that the only
persons or parties interested in this Bid as principals are those named herein, that this
Bid is made without collusion with anyother person, firm or corporation; that the
Bidder has carefully examined the location of the proposed Work and the plans, and
specifications herein referred to; and the Bidder proposes and agrees, if this Bid is
accepted, that the Bidder will contract with the City of Palo Alto, to provide all
necessary materials, equipment, tools, apparatus and other means of transport
services, and to do all the work and furnish all the specified requirements in the
Contract, in .the. manner and time therein prescribed and at the prices stated in the
following Bid:
Project Title:HEAVY EQUIPMENT MAINTENANCE
BID SCHEDULE
A. BASE BID -
ITEM .RATE/UNIT DESCRIPTION RATE
1.Hourly Rate Labor RATE for DAY SHIFT Work per $ 55.00
SPECIFICATION SECTION OF PART III HEREIN.
2.Hourly Rate Labor RATE for SWING SHIFT Work per $ 55.00
, SPECIFICATION SECTION OF PART III HEREIN.
Flat Rate Labor and Equipment charges to TRANSPORT
EQUIPMENT TO AND FROM VENDOR’S REPAIR
FACILITY per SPECIFICATION SECTION OF
PART III HEREIN.
$ 300.00
4.Discount Rate Parts or Materials DISCOUNT RATE
per SPECIFICATION SECTION OF
PART III HEREIN.
Travel: Travel TIME to Refuse Site: 1/2 Hour Travel MILES:
Name of Site:
CITY of PALO ALTO: Bid Pages IFB (6/94)SECTION 300-1
~ART II -- BIDDER’S BID PAGES SECTION 300
Notes and Requirements to Bidder’s Bid Pages.
Award and execution of the Contract shall be as described in the Invitation.For Bid
documents.
THE LABOR RATES AND TRANSPOF~TATION COSTS will be the basis for determining
the "lowest responsible bidder". See SECTION 100-4: Determination of lowest
Res~)onsible Bidder for additional selection information. The City retains the right to
select on an item-by-item basis.
Bid prices shall include all applicable taxes. If errors exist, the written unit rate with
corrected extension and total shall prevail and will be considered as the actual base
bid proposal amount.
Enclosed is $ 500.00 " (Bid Bond amount not less than 5% of Bid total) which is
given as security to assure that the undersigned will enter into the Contract if so
awarded. If Contract is awarded to Bidder, the undersigned hereby agrees to sign the
Contract and furnish the following: the documents required by the IFB and a
Certificate of Insurance (on City f.orms) in accordance with the Risk Manager’s
requirements. Bidder’s failure to comply herewith may cause the Bid to be rejected
by the City..
BIDDER’S SIGNATURE IN PART II, SECTION 305 (HEREIN) CONSTITUTES AN AGREEMENT TO THE
TERMS AND CONDITIONS OF THIS SECTION (PART II, SECTION 300)
END OF SECTION .
CITY of PALO ALTO: Bid Pages IFB (6/94)SECTION 300-2
PART II - BIDDER’S SIGNATURE PAGE SECTION 305
HEAVY EQUIPMENT MAINTENANCE (1995-96)
The undersigned-hereby certifies that, directly or indirectly, they or their
representatives and agents have not colluded with other parties interested in this
Invitation For Bid.
Bidder is a:
[]
[]
with head offices located at
and offices in California at.
California Corporation, or a
Corporation organized under the laws of the State of.
(Attach addendum if necessary)
[] Sole Proprietorship, or a
[] Partnership (list names of partners; state which partner or partners are managing
partner(s). (Attach addendum).
[]
")ated May 12 1 995
Name of Bidder:
Empire Equipment Co., L.P.
Title:
Store Manager .
Address #1 :
38600 Cedar Blvd~
City: Newark
Fax No:
(5 ~_0) 790-91_20
Contractor License #/Type:Business License 894756
Name of Contact Person:Rich Giannini
Other (Attach addendum specifying details).
Printed Name of Signatory:
Steve Wilson
Address #2:
P.O. Box 5002
State, Zip: California, 94560
Telephone:
(51_0) 790-3600
IRS #:
94-2694768
~elep.hone:51_0) ?90-3600
End of Section
CITY of PALO ALTO: Signature Page - (6/94)SECTION 305-1
Empire Equipment Co., L.P. is a partnership consisting of:
£mpire Tractor and [Equipment Company - General
Weaver Rguipment Company - Limited Partner
(Managing Partner)
PART II - ACKNOWLEDGEMENT of ADDENDA SECTION 310
During the Bid process there may be changes to the Bid documents which would
require an issuance of an Addendum or Addenda. To assure that all Bidders receive
the update or change Addendum, the following acknowledgement and sign-off is
required.
NOTE: Failure to execute the following may be considered as an irregularity in the
Bid. :Receipt of the following Addendum is acknowledged. The Bidder acknowledges
that the information contained in the addendum has been considered in the
preparation of this Bid.
Addendum No. (None__~_X), (1~), (2 ),.(3~), (4~), (5.~)(Check a p p ro p riate .~../~~_...ov e)
Signature of Bidder
Company
A copy of the contractor’slicense as described in SECTION 00300 shall be attached
to the Signature Page, (SECTI.ON 00305) of the NIFB.
END OF SECTION
CITY of PALO ALTO: Acknowledgement - (3/95)SECTION 310ol
05,’).1/95 ’15:23 ~510 790 9120 E)IPIRE TRACTOR SAC
PART il -CERTIFICATION of NONDISCRIMINATION SECTION =$10
HEAVY EQUIPMENT MAINTENANCE (1995-96)
.~e~tificatlon of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto,
the firm and individuals listed below certifies that they do not discriminate in employment with
regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual
preference; that they are in compliance with all Federal, State and local directives and
executive orders regarding nondiscrimination in employment; and that they agree to
demonstrate positively and aggressively ’the principle of equal opportunity in employment.
The Bidder agrees specifically:
1.0 To establish or observe employment policies which affirmati\;ely promote
opportunities for minority persons at all job levels.
2.0 To communicate this policy to all persons concerned, including all employees,
outside recruiting services, especially those serving minority communities, and
to the minority communities at large.
3.0 To take affirmative action steps to hire minority employees within the
organization.
4.0 To be knowledgeable of the local, state+’ and ~:ederal laws and regulations
concerning affirmative action policies and provide opportunities for employees.
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company.
(l~loa~,o ailch a~t~litional pages if
END OF SECTION
CITY of PALO ALTO: Non-discrimination (6/94)SECTION 410-1
05/11/95 15:23 ~’510 790 9120 E)IPIRE TRACTOR SAC
PART II -REQUIRED CONTRACTOR INFORMATION SECTION 41 5
I. Th~ section must be completed. MINORITY BUSINESS ENTERPRISES. Non-completion
indicates "is not". MINORITY/WOMEN/DISADVANTAGED BUSII~~ Vendor is
~ is not v’~ a Minority or Women or Disadvantaged Business Enterprise, M/W/DBE.
(A Minority Businer.s Enterprise ie defined a~ - "bueiness, privately or publicly own~d, at least 51% of which isowned
by minority group member~;." For the purpose of this definition, minority group mernbers includes African - American~,
Hispanic-e. Asian Americans, American Indian or Alaskan Natives, or Women,)
I1, This section must be co.mpleted. Non-completion indicates "is not". SMALL BUSINESS~
Vendor is ~, is not v~ a small business concern. (A =mall business on¢ern for the purpose
of this procurement i~; ~ concern, including it~ affiliates, which is independently ~vned end operated, is not dominant
in the field of operations in which it is ~ontrectino, and can further qualify =under tl~e criteria concerning number of
employees, average annual teCeil~tS, or other criteria as a result of Publid Law 95-507 amending the 5mall Business
Act of 1958,)
III. This section applies only to construction projects..C.=.Oj3:~::~&r&~ with the Americans with
Disabilities Act (ADA) of 1990. The Contractor, by signature herein, indicates that all new
construction commencing after January 26, 1992, shall be made readi{y accessible and properly
signed to the maximum extent feasible in compliance with ADA.
IV, This section applies to all suppliers and contractors as required, The Supplier or Contractor
shall comply with Executive Order No. 11246, entitled "Equal Employment Opportunity," as
amended by Executive Order No. 11375~ and as SUl3plemenzed in Department of Labor
Regulations (41 CFR, Part 60).
V. This section applies to all suppliers and contractors. The Contractor represents that it
has not retained a person to solicit or secure .a City contract upon an agreement or
understanding for a commission, percentage, brokerage, or contingent fee, except for retention
of bona fide employees or bona fide established commercial selling agencies for the purpose
Of securing business. ..
Further, the Contractor or supplier represents that it has not knowingly influenced and promises
that it will not knowingly influence aCity employee or former City employee to breach any
ethical standards set forth in the Pale Alto Municipal Code or any of the State of California
procurement regulations. ---
Vendor’s representative concerning any of the above information in sections I-V.:
Signature herein, (Bidder’s Signature Page) of this document imp)lies compliance.
END OF SECTION
CITY of PAL0 ALTO: Reauired lnfo (6194)SECTION 4"1 5-1
PART II - EXPERIENCE and FINANCIAL QUALIFICATIONS SECTION 420
The following information concerning the experience and financial qualifications of the
Contractor are a .required part of the Bid. The information is certified correct by signature
herein.
PROJECT NAME:HEAVY EQUIPMENT MAINTENANCE (1995-96)
Name of Company:Empire Equipment Company~ [,.P.
Contractor’s License No.: 894756
Name of Bonding Company:,
Phone Number:
Name of Insurance Carrier: John Deere Insurance Co.
Phone Number:, (800) 521_-2716
Policy Number: 01_57631
How many years have you (or your firm) done business under the name listed above?
14 Years
How many years experience have you (or your firm) had which is similar in nature to
the work covered in the Bid? 36 Years
Provide relevant references of contracts satisfactorily completed in the last three (3)
years:
3a. Year TVDe of Work Contrect Amount
85-95 P.M. Repair
Com_Dany/Agencv/Location
$60,000.00
Contact/Phone#
EBMUD Joe Attain (510) 287-1M~5
3b._Year Tvoe of Work Contract Amount
85-95 P.M. Repair $80,000.00’
ComDanv/Agencv/Location Contact/Ph0ne#
Blueline Ed Bortoli (415) 589-041-7
3c. _Year TvDe of Work .r
85-95 P.M. Repair
Comoanv/Agenc~ion
Hayward Area Recreation District
$20,000.00
Contact/Phone#
Dennis Lopez (510) 881-6707
CITY of PALO ALTO: Exper/Fin Questions (6/94)SECTION 420-1
PART II - EXPERIENCE and FINANCIAL QUALIFICATIONS SECTION 420
3.1
(Please provide additional sheets if necessary)
Have you (or your firm) previously worked for the City of Palo Alto? X_X__Yes
( If yes, please list above or provide additional sheets if necessary)
No
If applicable, provide a list of the plant(s) and equipment owned by the bidder which
is available for use on the proposed work as may be required herein:
,Quantity Name. Type and Caoacity Condition Location
1 Shop, 9 Service Tech.Newark
2 Service Trucks Newark
Shop 2 Service Trucks Gilroy
Shop, 8 Techs., 2 Service trucks Rohnert Park
(Please provide additional sheets if necessary)
Provide a list of the Project’s management staff of the bidder who will manage the
proposed work as may be required herein:
Name Years of~ ExPerience
Steve Wilson 20 Years
Rich Giannini 19 Years
Matt Schraeder :[7 Years
Field of Exoertise/CaDabilities
General Management
Service Manager
C.S.R.
George Claire 26 Years Shop Foreman
o
(Please provide additional sheets if necessary)
Empire Equipment Co. L.P.
(Contractor)
(510) ?90-3600
(Phone)
Rich Giannini
(Person to Contact)
May.12~ 1995
(Date)
END OF SECTION
CITY of PALO ALTO: Exper/Fin Questions {6/94)SECTION 420-2
AGREEMENT
BY THIS AGREEMENT MADE AND ENTERED INTO ON THE DAY OF
~Y AND BETWEEN THE CITY OF PALO ALTO (HEREINAFTER REFERRED TO AS CITY, ANO
(NAME) (1) (2)
No.
J’DATE TO BE ENTERED19~ ~BY CITY PURCHASING
(ADDRESS)(CITY)(ZIP).(~NE)
(HEREINAFTER REFERRED TO AS CONTRACTOR). IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES HERET~GREE AS FOLLOWS:
°CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED SERVICES AND/OR MATERIALS SP~IFIED IN EXHIBIT
ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE:
PAYMENT RECORD (DEPARTMENT USE REVERSE SIDE)
CITY ACCOUNT NUMBER:
IKEY CODE OBJECT PROJECT PHASE NO,I L RAMOONT /
GENERAL TERMS AND CONDITIONS ARE INCLUDED ON BOTH SIDES OF THIS D~;~MENT.
THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CffY. IN WITNES~HEREOF. T.HE PARTIES HAVE EXECUTED THIS
AGREEMENT THE DAY. MONTH, AND YEAR FIRST wRrn’EN ABOVE.
HOLD HARMLESS. CONTRACTOR agrees to indemnify, defend and hold harmless CITY, its officers, agents, algal/employees from any and all demands, claims or liability of
any nature, including wrongful death, caused by or arising out of CONTRACTOR’S, its officers’, agents~ employees’ negligent acts, errors, or omissions, or willful
m~sconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the pedormance o.r.~ilur~ to pedorm this agreement by CONTRACTOR.
ENTIRE AGREEMENT. This agreement and the terms and conditions on the reverse hereof represent/Nfe entire’agreement between,the parties with respect to the purchase
and sale ol the equipment, materials or supplies or payment lor services which may be the su_J)~ct of this contract. All prior agreements, representations statements.
negotiations.and undertakings whether oral or written are superseded hereby.~
PROJECT MANAGER AND REPRESENTATIVE FOR C~TY C/(;;)NTRACTOR/ ’"
NAME
__~ BY_DEPT./"TITLE/
P.O. BOX 10250 ~SOCIAL SECURITY
PALO ALTO, CA 94303
//.../’/
OR I.R.S, NUM.BER
Telephone
INVOICING SEND ALL ~NVOICES TOASTY. AT:rN: PROJECT MANAGER
CITY OF PALO ALTO APPROVALS: (ROUTE FOR S’GNATURES ACCORDING TO NUMBERS ~N APPROVAL BOXES BELOWl
I CITY DEPARTMENT J’--IFunds Have~en RISK MANAGER FINANCE PURCHASING & CONTRACT ADMINISTRATION~ Bud~’~d
//’ (2) (3) (4)
IF OVER $5,000. RE~IRES CITY MANAGER’S SIGNATURE IF OVER $25,000. REQUIRES MAYOR AND CITY ATrORNEY SIGNATURES
, CITY OF PALO ALTO j AT[EST:APPROVED AS TO FORM
BY
CITY MANAGER BY: ,,
MAYOR CITY CLERK CITY ATTORNEY
~ETAiN GREEN COPY
CITY OF PALO ALTO
00500 Contract (Sample)
ACCEPTANCE. THIS AGREEMENT IS LIMITED TO THE TERMS AND
~DITIONS ON THE FACE AND BACK HEREOF WHICH INCLUDES ANY
BITS REFERENCED.
GOVERNING LAW. THIS AGREEMENT SHALL BE GOVERNED BY THE
LAWS OF THE STATE OF.CALIFORNIA.
INTEREST OF CONTRACTOR. IT tS UNDERSTOOD AND AGREED THAT
THIS AGREEMENT IS NOT A CONTRACT OF EMPLOYMENT IN THE SENSE THAT
THE RELATION OF MASTER AND SERVANT EXISTS BETWEEN THE CITY AND
UNDERSIGNED. AT ALL TIMES CONTRACTOR SHALL BE DEEMED TO BE AN
~NDEPENDENT CONTRACTOR AND CONTRACTOR IS NOT AUTHORIZED TO
B~ND CITY TO ANY CONTRACTS OR OTHER OBLIGATIONS. IN EXECUTINGTHiS AGREEMENT, CONTRACTOR CERTIFIES THAT NO ONE WHO HAS OR
WILL HAVE ANYFINANCIAL INTEREST UNDER THIS AGREEMENT IS AN
OFFICER OR EMPLOYEE OF CITY.
INSURANCE, CONTRACTOR AGREES TO PROVIDE THE INSURANCE
SPECIFIED IN THE "INSURANCE REQUIREMENTS" FORM ISSUED HEREWITH.
,r; THE EVENT SELLER IS UNABLE TO SECURE A POLICY ENDORSEMENT
NAMING THE CITY OF PALO ALTO AS AN ADDITIONAL INSURED UNDER ANY
COMPREHENSIVE GENERAL LIABILITY OR COMPREHENSIVE AUTOMOBILE
POLICY OR .POLICIES. CONTRACTOR SHALL AT A MINIMUM. AND ONLY WITHTHE WRITTEN APPROVAL OF CITY’S RISK MANAGER OR DESIGNEE, CAUSE
EACH SUCH INSURANCE POLICY OBTAINED BY IT TO CONTAIN AN
ENDORSEMENT PROVIDING THAT THE INSURER WAIVES ALL RIGHT OF
RECOVERY BY WAY OF SUBROGATION AGAINST CITY. ITS OFFICERS,
AGENTS. AND EMPLOYEES IN CONNECTION WITH ANY DAMAGE. CLAIM,L~ABILITY PERSONAL INJURY, OR WRONGFUL DEATH COVERED BY ANY SUCH
POLICY. EACH SUCH POLICY OBTAINED BY CONTRACTOR SHALL CONTAIN AN
ENDORSEMENT REQUIRING THIRTY (30) DAYS’ WRII-i’EN NOTICE FROM THEtI’~SURER TO CITY BEFORE CANCELLATION OR CHANGE IN THE COVERAGE,
SCOPE OR AMOUNT OF SUCH POLICY.
CONTRACTOR SHALL PROVIDE CERTIFICATES OF SUCH POLICIES OR OTHER
EVIDENCE OF COVERAGE SATISFACTORY TO CITY’S RISK MANAGER.
TOGETHER WITH EVIDENCE OF PAYMENT OF PREMIUMS. TO CITY AT THE
COMMENCEMENT OF THIS AGREEMENT. AND ON RENEWAL OF THE POLICY,OR POLICIES. NOT LATER THAN TWENTY (20) DAYS BEFORE EXPIRATION OF
" TERMS OF ANY SUCH POLICY.
"1 ERMINATION. THIS AGREEMENT .MAY BE TERMINATED BY CITY UPON
TEN (10| DAYS WRI’FI’EN NOTIC.E TO CONTRACTOR. MONIES THEN OWING
BASED UPON WORK SATISFACTORILY ACCOMPLISHED SHALL BE PAID TO
CONTRACTOR,
CHANGES. THIS AGREEMENT SHALL NOT BE A~IGNED OR TRANSFERRED
WITHOUT THE WRITTEN CONSENT OF THE CITY. NO CHANGES OR
VARIATIONS OF ANY KIND ARE AUTHORIZED WITHOUT THE WR|’~TEN
CONSENT OF THE CITY MANAGER.
AUDITS. CONTRACTOR AGREES TO PERMIT CITY TO .AUDIT. AT ANY
REASONABLE TIME DURING THE TERM OF THIS AGREEMENT AND FOR THREE
(3) YEARS THEREAFTER, CONTRACTOR’S RECORDS PERTAINING TOMATI’ERS COVERED BY THIS AGREEMENT. CONTRACTOR FURTHER AGREES
TO MAINTAIN SUCH RECORDS FORAT LEAST THREE (3) YEARS AFTER THE
TERM OF THIS AGREEMENT.
NO IMPLIED WAI;VER. NO PAYMENT. PARTIAL. PAYMENT, ACCEPTANCE,
OR PARTIAL ACCEPTANCE BY CITY SHALL OPERATE AS A WAIVER ON THE
PART OF CITY OF ANY OF ITS RIGHTS UNDER THIS AGREEMENT.
CITY’S PROPERTY. TITLE TO CITY’S PROPERTY FURNISHED TO
CONTRACTOR SHALL REMAIN IN THE CITY. CONTRACTOR SHALL NOT ALTER
OR USE PROPERTY FOR ANY PURPOSE. OTHER THAN THAT SPECIFIED BY
CITY, OR FOR ANY OTHER PERSON WITHOUT THE PRIOR WRITTEN CONSENT
OF CITY. CONTRACTOR SHALL STORE, PROTECT, PRESERVE, REPAIR AND
MAINTAIN SUCH PROPERTY IN ACCORDANCE WITH SOUND PROFESSIONAL
PRACTICE. ALL AT CONTRACTOR’S EXPENSE.
NON-DISCRIMINATION. NO DISCRIMINATION SHALL BE MADE IN THE
EMPLOYMENT OF PERSONS UNDER THIS AGREEMENT BECAUSE OF THE
RACE, COLOR, NATIONAL ORIGIN. AGE, ANCESTRY, RELIGION OR SEX OF
SUCH PERSON.
WARRANTY. CONTRACTOR EXPRESSLY WARRANTS THAT ALL MATERIALS
AND SERVICES COVERED BY THIS AGREEMENT SHALL CONFORM TO THE
SPECIFICATIONS, REQUIREMENTS, INSTRUCTIONS, OR OTHER DESCRIP-
TIONS UPON WHICH THIS AGREEMENT IS BASED. SHALL BE FITANDSUFFICIENT FOR THE PURPOSE INTENDED. OFGOOD MATERIAL ANDWORKMANSHIP AND FREE FROM DEFECT ANDTHAT MATERIALS ANDSERVICES OF CONTRACTOR’S DESIGN WILL BEFREE FROM DEFECT IN
DESIGN. INSPECTION, TEST, ACCEPTANCE, PAYMENT OR USE OF THE GOODS
FURNISHED HEREUNDER SHALL NOT AFFECT THE CONTRACTOR’S
OBLIGATION UNDER THIS WARRANT’Y, AND SUCH WARRANTIES SHALL
SURVIVE INSPECTION, TEST ACCEPTANCE AND USE. CONTRACTOR A(~REES
TO REPLACE. RESTORE. OR CORRECT DEFECTS OF ANY MATERIALS OR
SERVICES NOT CONFORMING TO THE FOREGOING WARRANTY PROMPTLY.
WITHOUT EXPENSE TO CITY, WHEN NOTIFIED OF SUCH NONCONFORMITY BY
crPt’. IN THE EVENT OF FAILURE BY’CONTRACTOR TO CORRECT DEFECTS IN
OR REPLACE NONCONFORMING GOODS OR SERVICES PROMPTLY, CITY,
AFTER REASONABLE NOTICE TO CONTRACTOR, MAY MAKE SUCH
CORRECTIONS OR REPLACE SUCH MATERIALS OR SERVICES AND CHARGE
CONTRACTOR FOR THE COST INCURRED BY THE CITY THEREBY.
WORKERS’ COMPENSATION. CONTRACTOR. BY EXECUTING THIS
AGREEMENT, CERTIFIES THAT IT IS AWARE OF THE PROVISIONS OF THE
LABOR CODE OF THE STATE OF CALIFO.RNIA WHICH REQUIRE EVERY
EMPLOYER TO aE INSURED AGAINST LIABILITY FOR WORKERS’
COMPENSATION OR TO UNDERTAKE SELF-INSURANCE IN ACCORDANCEWITH THE PROVISIONS OF THAT CODE. AND CERTIFIES THAT IT W~LL COMPLY
WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE
WORK OF THIS AGREEMENT.
PRICE TERMS.
(a) EXTRA CHARGES, INVOICES AND PAYMENT. NO EXTRA CHARGES OF ANY
KIND WILL BE ALLOWED UNLESS SPECIFICALLY AGREED TO IN WRITING BY
CITY. ALL STATE AND FEDERAL EXCISE. SALES AND USE TAXES SHALL BE
STATED SEPARATELY ON THE INVOICES.
(b) TRANSPORTATION CHARGES. ANY TRANSPORTATION CHARGES WITH
RESPECT TO WHICH CONTRACTOR IS ENTITLED TO RECEIVE
REIMBURSEMENT SHALL BE ADDED TO CONTRACTOR’S iNVOICE AS A
SEPARATE ITEM, WITH THE RECEIPTED FREIGHT BILL A’n’ACHED THERETO.
(c) CONTRACTOR WARRANTS THAT THE PRICES FOR MATERIALS OR
SERVICES SOLD TO CITY UNDER THIS AGREEMENT ARE NOT LESS
FAVORABLE THAN THOSE CURRENTLY EXTENDED TO ANY OTHER
CUSTOMERS OF THE SAME OR LIKE ARTICLES OR SERVICES IN .EQUAL OR
LESS QUANTITIES. IN EVENT CONTRACTOR REDUCES ITS PRICE FOR SUCH
MATERIALS OR SERVICES DURING THE TERM OF THIS AGREEMENT,
CONTRACTOR AGREES TO REDUCE THE PRICES OR RATES HEREOF
CORRESPONDINGLY.
SCHEDULES OR DELIVERY. T~ME IS OF THE ESSENCE OF THIS
AGREEMENT. CONTRACTOR AGREES TO COMPLY WITH THE SPECIFIC
SCHEDULE PROVIDED BY THE CITY OR AGREED UPON HEREIN WITHOUT
DELAYAND WITHOUT ANTICIPATING CITY’S REQUIREMENTS. CONTRACTOR
ALSO AGREES NOT TO MAKE MATERIAL COMMITMENTS OR SCHEDULING
ARRANGEMENTS IN EXCESS OF THE REQUIRED AMOUNT OR IN ADVANCE OF
THE TIME NECESSARY TO MEET THE SCHEDULE(S) OF THIS AGREEMENT. IF
ANY.
TRANSPORTATION, PACKAGING & LABELING, A.LL MATERIALS
OR SERVICES ARE TO BE PROVIDED: (a) F.O.EL PALO ALTO UNLESS
OTHERWISE SPECIFIED: (b) WITH A PACKING LIST ENCLOSED IN CARTONS.
WHICH INDICATE THE AGREEMENT NUMBER, EXACT QUANTITY AND
DESCRIPTIONS, CONCERNING ANY MATERIAL SHIPMENTS; (c) AND COMPLY
WITH CURRENT PACKAGING AND LAF~ELING REQUIREMENTS PRESCRIBED BY
D.O.T.
PAYMENT RECORD"
Warrant No.
(1)
(2)
(For Department Use)
Dat.___~e Amount Warrant No.
(4)
(5)
Date Amount
D.
E.
F.
~ART II - INSURANCE REQUIREMENTS - Lon9 Form City of Pale Alto:SECTION
CONTRACTOR:
Insurance Requirements for Contractors
PROJECT MANAGER:’
CONTRACT NAME:
Keith LaHaie, PW Equipment Maintenance
Heav~ Equipment Maintenance
GENERAL TERMS AND INSTRUCTIONS
THIS INSTRUCTION SHEET SHOULD BE GIVEN TO YOUR INSURANCE AGENT/BROKER.
CONTRACTORS TO THE crI’Y OF PALO ALTO, AT THEIR SOLE EXPENSE SHALL OBTAIN AND M,t’JNTAIN INSURANCE FOR THE TERM OF THE COI, fT’RACT. CONTRACTORS W1LL BE
REQUIRED TO PROVIDE A CERTIFICATE EVIDENCING THE INSURANCE AND NAMING THE cn’Y AS AN ADDmONAL INSURED. ALL INSURA~NCE COVERAGE REQUIRED SHALL BE
PROV1DED THROUGH CARRIERS ~ A BEST RATING OF A:VII OR HIGHER THAT ARE ADMrTI’ED TO DO BUSINESS IN THE STATE OF CALIFORNIA.
THE CERTIFICATE OI= INSURANCE MUST BE COMPLETED AND EXECUTED BY AN AUTHORIZED REPRESENTATWE OF THE COMPANY PROVIDING INSURANCE, FILED WITH THE cr’rY,AND APPROVED BY THE CITY BEFORE CONTRACT W~LL BE CONSIDERED COMPLETE AS RESPECTS INSURANCE,
RETURN THE COMPLETED CERT/FICATE TO THE C/TY OF PAL O AL TO, P UR OHA S/NG & C ONTRA C T
ADMINISTRATION, 250 HAMILTON AVENUE, PAL O ALTO 94301.
THE INSURANCE REQUll~EMENTS CHECKED BELOW ARE REQUIRED FOR THIS CONTRACT.
TYPE OF COVERAGE REQUIREMENT LONG FORM IMinimum Limits)
~Worker’s Compensation.
Automobile Liability
¯ j~ .Comprehensive General Liability:
INCLUDING:¯PERSONAL INJURY¯BROAD FORM PROPERTY DAMAGE
o BLANKET CONTRACTUAL¯FIRE LEGAL LIABILITY
Statutory
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
.Comprehensive Automobile Liability:
INCLUDING:
" OWNED
¯HIRED
" NON-OWNED
[] Professional Liability:
INCLUDING:
¯ERRORS AND OMISSIONS
¯ MALPRACTICE (ff Applicable)
¯ NEGLIGENT PERFORMANCE
~L-.THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED
BODILY INJURY (Each Person)
BODILY INJURY i’~,==t o=~,~,~ "I
$1,000,000
$1000000
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED
ALL DAMAGES
The City of Pale Alto, its officers, agents ~hd employees are named as additional insured, but only as to work performed under contract. Said
coverage as to the City of Pale Alto, etc., shall be primary coverage, without offset against City’s existing insurance and any other insurance carried
by the City being excess insurance only.
VVhere the work involves grading, paving, excavating, drilling or other underground work, the policy includes destruction of wires, conduits, pipes,
mains, or other similar property or any apparatus in connection therewith below the surface of the ground whether owned by third parties or the City
of Pale Alto.
Where the work involves excavating, collapse coverage is provided in the amounts above.
The policy includes a "Severability of Interest" provision.
Deductibles over $5,000 must be indicated and are subject to approval.
If such policies are canceled or changed during the period of coverage as stated herein, in such a manner as to affect the Certificate, thirty (30)
days written notice will be mailed to the City of Pale Alto, Contract Administration, P.O. Box 10250, 94303
The liability insu~ policy includes a contractual liability endorsement providing insurance coverage for Contractor’s agreement to indemnify the
City.
The coverage afforded under the policies is subject to all terms of the policies designated herein and meets all of the provisions called
for herein.
DATE:~/’~’~ !?~"~ONTRACTADMINISTRATOR: /~’/~~enM, Haskins, Manaqer (415>329-2300
END OF SECTION
CITY OF PALO ALTO: Insurance Requirements (REV.6/94)SECTION 00650-1
PART II -TRUCK ROUTE MAP AND REGULATIONS SECTION
CITY of PALO AL TO
DIGEST OF TRUCK REGULATIONS (Instructions)
DEFINITIONS (REFER TO MAP HEREIN)
A.TRUCK. ANY VEHICLE EXCEEDING ~ MAXIMUM GROSS W~IGHT OF SEVEN (7) TONS.
B.RESTRICTED STREET. ALL STREETS IN THE CITY EXCEPT THROUGH AND LOCAL TRUCK ROUTES.
C.THROUGH TRUCK ROUTE. ANY STREET UPON WHICH THE UNRESTRICTED USE OF TRUCKS IS PERMII"rED. THROUGH TRUCK ROUTES ARE INDICATED
AS HEAVY LINES THE MAP,
D.LOCAL TRUC~ ROUTE. ANY STREET UPON WHICH TRUCKS WITH A ORIGIN AND/OR DESTINATION WITHIN THE CITY MAY OPERATE BUT ONLY BETWEEN
THE HOURS OF 7.KX) A.M. TO 7:00 P.M. THESE LOCAL TRUCK ROUTES BECOME RESTRICTED STREETS BETVV~EN THE HOURS OF 7:00 P.M. TO 7:00
A.M, LOCAL TRUCK RouTEs ARE INDICATED AS DASHED LINES ON THE MAP.
E.DESTINATION OR DESTINATIONS. EITHER A SINGLE DELWERY OR SEVERAL DELI~/ERIES WITHIN Mut TIPLE DELIVerY ZONES ON THE MAP.
lid
111.
IV.
GENERAL
A.
B.
C.
D.
E,
No TRUCK SHALL BE DRIVEN ~1 ANY BUSINESS DISTRICT BETWEEN THE HOURS OF 7:00 A.M. TO 6:00 P.M. ON ANY DAY EXCEPT SUNDAY IF ITS LOAD
EXTENDS MORE THAN THREE FEET TO THE FRONT OR MORE THAN TEN FEET TO THE REAR.
WHEN APEROI~IATE SJGNS ARE ERECTED, NO PERSON SHALL OPERATE, DRIVE OR CAUSE OR PERMIT TO BE OPERATED OR DRIVEN, ANY TRUCK ON ANY
RESTRICTED STREET EXCEPT AS HEREINAFTER PROVIDED.
NO TRUC~ SHALL ENTER OR LEAVE THE CITY EXCEPT ON A THROUGH OR LOCAL TRUCK ROUTE. ENTRY-EXIT POINTS ARE SHOWN BY CIRCLES ON THE
MAP.
ALL TRUCKS ENTERING THE CITY FOR DESTINATIONS OUTSIDE THE CITY SHALL OI~RATE ONLY OVER A THOUGH TRUCK ROUTE.
ALL TRUCKS ENTERING THE CITY FOR DESTI~IATIONS IN THE CITY SHALL PROCEED ONLY OVER A THROUGH OR LOCAL TRUCK ROUTE AND SHALL DEVIATE
THEREFROM ONLY BY THE SHORTEST AND MOST DIRECT ROUTE BETWI~EN EACH DESTINATION AND THE NEAREST THROUGH OR LOCAL TRUCK ROUTE.
UPON LEAV~IG EACH DESTINATION, A DEVIATING TRUCK SHALL RETURN TO THE NEAREST THROUGH OR LOCAL’TRUCK ROUTE BY THE SHORTEST AND
MOST DIRECT ROUTE EXCEPT THAT IT MAY GO DIRECTLY TO THE NEXT DESTINATION BY THE SHORTEST AND MOST DIRECT ROUTE WITHOUT REGARD
TO TRUCK ROUTES IF IT WILL RESULT IN A SHORTER DISTANCE BEING TRAVELED ON RESTRICTED STREETS.
ALL TRUCKS, ON A TRIP ORIGINATING IN THE CITY AND TRAVELING IN THE CITY FOR DESTINATIONS OUTSIDE THE CITY, SHALL PROCEED BY THE
SHORTEST AND MOST DIRECT ROUTE TO THE NEAREST THROUGH OR LOCAL TRUCK ROUTE,
ALL TRUCKS, ON A TRIP ORIGINATING IN THE CiTY AND TRAVELING FOR DESTINATIONS IN THE CITY~ SHALL PROCEED BY THE SHORTEST AND MOST
DIRECT ROUTE TO THE NEAREST THROUGH OR LOCAL TRUCK ROUTE AND SHALL THEN DEVIATE THEREFORE ONLY BY THE SHORTEST AND MOST DIRECT
ROUTE BETWEEN EACH DESTINATION AND THE NEAREST THROUGH OR LOCAL TRUCK ROUTE EXCEPT THAT IT MAY GO DIRECTLY TO THE NEXT
DESTINATION BY THE ¯SHORTEST AND MOST DIRECT ROUTE V~ITHOUT REGARD TO TRUCK ROUTES IF IT WILL RESULT IN A SHORTER DISTANCE BEING
TRAVELED ON RESTRICTED STREETS~
THE INTERPRETATION OF THE ABOVE SHALL BE ;AS FOLLOWS:
1 ¯ ALL TRUCKS MAKING OELIVERIES OR PICKUPS EAST OF MIDDLEFIELO RD. (ASSUMING MIDOLEFIELD TO RUN NORTH-SOUTH) MUST COME
FROM THROUGH OR LOCAL TRUCK ROUTES EAST OF MIDDLEFIELD.
ALL TRUCKS MAKWG DELIVERIES OR PICKUPS ~VEST OF MIDDLEFIELD MUST COME FROM THROUGH OR LOCAL TRUCK ROUTES WEST OF
. MIDOLEFIELD. " "
3. ALL TRUCKS MAKING DELIVERIES oR PICKUPS TO THE MIDDLEFIELD RD. MULTIPLE DELWERY ZONE MUST USE OREGON EXPRESSWAY
HOURS A DAY. ALL TRUCKS MAKING DELIVERIES OR PICKUPS TO OTHER SECTIONS OF MIDDLEFIELD MAY USE ANY THROUGH OR LOCAL
TRUCK ROUTE, BUT MUST REMAIN ON THE TROUGH OR LOCAL TRUCK ROUTE TO THE POINT NEAREST TO THEIR DESTINATIONS.
4.ALL TRUCKS MAKING DEUVERES OR PICKUPS TO STANFORD INDUSTRIAL P,~RK MUST COME FROM EL CAMINO REAL, ALMA, OR PAGE MILL
RD. OR FROM BAYSHORE VIA SAN ANTONIO BETWEEN BAYSHORE AND ALMA WITHOUT USING ANY RESTRICTED STREET BETWEEN
BAYSHORE AND EL CAMINO REAL. ¯ .
WEIGH-IN. ANY POLICE OR:ICER SHALL HAVE THE AUTHORITY TO ORDER ANY COMMERCIAL VEHICLE NOT ON A THROUGH TRUCK ROUTE TO A PUBLIC OR PRIVATE
SCALE TO DETERMINE IF IT IS IN COMPLIANCE WITH THIS SECTION OF THE CODE.
EXCEPTIONS.
A.TRUCKS MAKING PICKUPS OR DELIVERIES ON RESTRICTED STREETS CAN USE RESTRICTED STREETS BETWEEN THE NEAREST THROUGH OR LOCAL TRUCK
ROUTE AND THE SPECIFIC ADDRESS.
B.THIS SECTION SHALL NOT APPLY ~’O THE FOLLOWING:
1 .PASSENGER BUSES CONTROLLED BY THE P.U.C. AND SCHOOL BUSES.
~.,ANY VEHICLE OWNED OR OPERATED BY A PUBLIC UTI’LITY, OR BY THE CITY, OR REFUSE VEHICLES UNDER CONTRACT WITH THE CITY.
3.ANY AUTHORIZED EMERGENCY VEHICLE.
GRADING PERMITS. TRUCK ROUTES DESIGNATED IN PERMITS ISSUED UNDER THE PROVISIONS OF THE EXCAVATION, GRADING, AND FILLS ORDINANCE .MUST BE
IN COMPLIANCE WITH ROUTES ESTABLISHED IN THIS SECTION.
THIs DIGEST SHALL IN NO WAY CHANGE THE LEGAL INTERPRETATIONS OR MEANING OF THE PALO ALTO MUNICIPAL CODE.
CITY of PALO ALTO: Truck Route In|ormstion |3194.Rsv.l12EI94J SECTION 0086(~ 1
PART II- TRUCK ROUTE MAP AND REGULATIONS
CITY of PALO AL TO
DIGEST OF TRUCK REGULATIONS (Truck Route Map)
CHAPTER 10.48 P.A.M.C.
NOTE: MIDDLEFIELD RD.
IN MENLO PARK HAS A
3 TON WEIGHT LIMIT.
SECTION J850
~LEGEN D~
END OF SECTION
CITY of PALO ALTO: Truck Rout= Inlorm=tmn {3194.Rev. t125194) SECTION 00850-2
Item
Bid Summary
Heavy Equipment Repairs
(Vendor)Peterson
Tractor
Empire
Equipment
i. Labor rate day shift(hourly)
2. Labor rate swing shift(hourly
3. Transport equipment (flat rate)
$72.00
$90.00
$366.00
$55.00
$55.00
$300.00