R-01-07-12-11D1 - 7/12/2001 RESOLUTION NO. R-01-07-12-11D1
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of a top dresser, and
WHEREAS, AMC Industries has submitted the lowest responsible bid,
and
WHEREAS, the City Council wishes to accept the bid of AMC
Industries, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of AMC Industries is hereby accepted as the lowest
responsible bid and the City Manager is hereby authorized and directed
to issue a purchase order to AMC Industries for the purchase of a top
dresser.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act .
RESOLVED this 12th day of J(:ZA.
C&IFLC4 4F
S KA, JLY , Mayor
AT ST: City of Round Rock, Texas
J E LAND, City Secretary
0:\WPDOCS\RESOLUTI\R10712D1.WPD/sc
BID TAB VENDOR VENDOR VENDOR VENDOR
BID NUMBER 01-014 AMC INDUSTRIES AUSTIN TURF &TRACTOR JONES EQUIPMENT PROFESSIONAL TURF
BID OPENING 6/19/01 3:PM
GROUNDS EQUIPMENT DELIVERY: DELIVERY: DELIVERY: DELIVERY:
TOTAL: $51,466.00 TOTAL: $35,662.00 TOTAL: $16,490.00 TOTAL: $32,998.00
Item Bid item(s) QTY jUnit$ Extended Unit$ Extended Unit$ Extended Unit$ Extended
1 UTILITY TRIM MOWER 2 $17,633.00 $35,266.00 $15,603.00 $31,206.00 NO BID 16,499.00 . $32,998.00
JACOBSEN1900D JD 2653 TORE)3100D
2 Opt 1-DIESEL FOR ITEM#1 2 N/C $17,831.00 $35,662.00 NO BID {(C-
TOTAL COST
3 OPT 2-GRVD FRNT ROLLERS 2 N/C N/C NO BID N/C
FOR ITEM#1
46FtS GFLEE^ nansnrce7 5P, ctnm '."3 S >; (3J elf;-2 e3 kj nd $16-94€#44 44-6,484:-34
C-0-346-6-!1)440G
5 TOP DRESSER 1 16,200 $16,200.00NO BID $16,490.00 $16,490.00 NO BID
TYCROP TD460
ITEM CROSSED OUT WAS BID FOR FOREST CREEK GOLF COURSE AND DOES NOT APPLY TO PARKS.
RECOMMEND AWARD OF ITEM NO. 1 BE TO PROFESSIONAL TURF PRODUCTS AND ITEM NO.5 TO AMC AS THESE INDIVIDUAL BIDS ARE LOWEST FOR EACH ITEM.
k
r:
._ .--'' '• ' Vin. ��, `"
TD-460
Large
Area
Topdresser
Ty-Crop has been the number one choice, of turf management
Professionals since 1985 and continues to provide the best
performance, reliability, and long term value for customers.
DATE: July 6, 2001
SUBJECT: City Council Meeting—July 12, 2001
ITEM: *11.D.1. Consider a resolution authorizing the City Manager to issue a
purchase order to AMC Industries for the purchase of atop
dresser.
Resource: Sharon Prete, Parks and Recreation Director
Maggie Stoecklein, Park Supervisor
History: The top dresser is budgeted as part of the 2000-2001 General Fund equipment
replacement program.
Funding:
Cost: $16,200.00
Source of funds: General Fund
Outside Resources: N/A
Impact: A four-yard top dresser increases our productivity.
Benefit: PARD is currently using a 1 cubic yard top dresser to prepare the athletic
fields, which is very time consuming. With this 4 yard top dresser, we will be
able to top dress more fields due to the decrease in time it will take to do each
field.
Public Comment: N/A
Sponsor: PARD
INVITATION FOR BID(IFB)
CITY OF ROUND ROCK PURCHASING OFFICE GROUNDS EQUIPMENT
221 E.Main Street DATE: LUNE 4,2001
Round Rock,Texas 78664-5299 1 of 1
BIDS ARE DUE TO THE PURCHASING OFFICE BIDDING INFORMATION:
AT THE ABOVE ADDRESS BEFORE BID FACIMILE RESPONSES BID NUMBER 01-014
OPENING TIME. SHALL NOT BE ACCEPTED OPENING DATE: 6/19/01 3:00 PM
BID LOCATION: 221 E.Main Street, 1st Floor,Council Chambers
Round Rock,TX 78664
INVOICE TO:
SNOW BID OPENING DATE& RETURN SIGNED ORIGINAL AND ONE COPY OF BID
City of Round Rock BID NUMBER IN LOWER LE"
Finance Department HAND CORNER OF SEALED BID SIGN BELOW
221 East Main Street ENVELOPE B SHOW RETURN ailuro n bid will disqualify bid
Round Rock, Texas 78664-5299 ADDRESS OF BIDDING FIRM. 411 eL
Aut ied Signature Date
BID F.O.B.DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW Print Nante
DESTINATION: SEE 1.7 ON REVERSE FOR INSTRUCTIONS
TAX ID NO.: 3 Sr %
City of Round Rock LEGAL BUSINESS NAME: G Gf S T 115
Various locations ADDRESS: {-ro iL t.L:ti
Please see below ADDRESS:
CONTACT: ( C/yltt
TELEPHONE NO.: 16) Z
BUSINESS ENTITY TYPE: y n
Bidder agrees to comply with all conditions set forth below and on the reverse side of this IFB.
_.... _.
ITEM CLASS&ITEM DESCRIPTION QTY UNIT MAKE/MODEL UNIT EXTENSION
515-40,515-65, 515-75 PRICE
1 UTILITY TRIM MOWER, 85 INCH TOTAL CUTTING WIDTH 2 EA aCO� rt ��3 ^ O
3 REEL IN ACCORDANCE WITH SPECIFICATION NO.99-515-42-01, '7 I
REVISED MAY 2001(5PGS)ATTACHED I g D ✓
OPTIONS: PLEASE PROVIDE UNIT COST OF THE FOLLOWING OPTIONS.
2 OPT#1-DIESEL ENGINE 2 EA
3 OPT#2-GROOVED FRONT ROLLERS 2 EA
DELIVERY LOCATION: City Shop,901 Luther Pererson Place
�l ,
Round Rock,TX 786664
MFR. , b6eil MDL /iV P
4 GAS POWERED GREENS MOWER,3 REEL TYPE IN ACCORDANCE WITH 1 EA Ck 0�'e
SPECI ON N9,,�98�1{5�-41-O1,REVISE 5-01 ATTACH (5PGS �i �'( "
MFR. W �vIGL 11 MDL /1S <Dn Pl ! 9�1 1 ` y$�. D
DELIVERY LOCATION: Forrest Creek Golf Course,99 Twin Ridge Pkwy
i
Round Rock,TX 78664
5 TOP DRESSER IN ACCORDANCE WITH SPECIFICATION NO.01-515-75,DATED 1 EA _
MAY 2001 ATTACHED(4PGS). ( C
METE-R-MATIC LA4 OR BUYER APPROVED EQUAL
MFR. ,} r0 MDL TD l IO6 �(�Q /�o�O. I rP` lU�, 0
CTTY'S TOWING TRACT R INFORMATION:
• MODEL M5400,2 WHEEL DRIVE DIESEL
• WATER-COOLED,4 CYCLE, 54HP DIESEL
• PTO POWER Kw(HP)/MIN-1(RPM)-37.3(50) 2700
STANDARD PTO-540 MIN-1(RPM)AT 2295 ENGINE MIN-1(RPM)
• DRAWBAR TO GROUND- 12 INCHES
DELIVERY LOCATION: City Shop,901 Luther Pererson Place
Round Rock,TX 78664
NOTE:,. ONE OR MORE AWARDS MAY BE FOR ALL ITEMS LISTED OR IN PART, GRAND TOTAL: t�/,�
.tfiO
WHICHEVER IS IN THE BEST INTEREST OF THE CITY.
QUANTITY INCREASE PROVISION: UPON MUTUAL AGREEMENT,THE QUANTITY OF THE PURCHASE ORDER MAY BE INCREASED
BY UP TO THE NUMBER OF UNIT(S)SHOWN,AT THE SAME UNIT PRICE WITHIN 12 MONTHS OF PURCHASER ORDER DATE.
THE VENDOR WILL BE NOTIFIED IN WRITING OF ANY ADDITIONAL QUANTITIES REQUIRED. ANY ADDITIONAL UN1T(S)REQUIRED
SHALL BE DELIVERED TO AN FOB POINT NOTED ON THE FACE OF THE PURCHASE ORDER.
DELIVERY IN JZT je_>30 CDAYS
"By the signature hereon affixed,the bidder hereby certifies that neither the bidder nor the entity represented by the bidder,or anyone acting for such
entity has violated the antitrust laws of this State,codified in Section 15.01 et seq.,Texas Business and Commerce Code,or the Federal antitrust
laws,nor communicated directly or indirectly,the bid made to any competitor or any other person engaged in such line of business."
CITY OF ROUND ROCK
SPECIFICATION NO.
01-515-75
DATED: May 2001
TOP DRESSER
PART I
GENERAL CLAUSES AND CONDITIONS
1. The equipment furnished under this specification shall be the latest improved model in current
production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder
represents that all equipment offered under this specification shall be new. USED, SHOPWORN,
DEMONSTRATOR,PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE.
2. Bidder should submit with the bid,the latest printed literature and detailed specification on equipment the
bidder proposes to furnish. This literature is for informational purposes only.
3. The unit shall be completely assembled and adjusted, and all equipment including standard and
supplemental equipment shall be installed and the unit made ready for continuous operation.
4. All parts not specifically mentioned which are necessary for the unit shall be complete and ready for
operation or which are normally furnished as standard equipment shall be furnished by the vendor. All
parts shall conform in strength,quality and workmanship to the accepted standards of the industry.
5. The unit provided shall meet or exceed all federal and state of Texas safety,health, lighting and noise
regulations and standards in effect and applicable to equipment furnished at the time of manufacture.
6. The City of Round Rock is committed to procuring quality goods and equipment. We encourage
manufacturers to adopt the International Organization for Standardization(ISO)9001-9003 standards,
technically equivalent to the American National Standards Institute/American Society for Quality Control
(ANSUASQC Q91-93 1987),and obtain certification. Adopting and implementing these standards is
considered beneficial to the manufacturer, the City, and the environment. Tt is the City's position that the
total quality management concepts contained within these standards can result in reduced production
costs, higher quality products, and more efficient use of energy and natural resources. Manufacturers
should note that future revisions to this specification may require ISO certification.
7. Any variation from this specification must be indicated on the bid or on a separate attachment to the bid.
The sheet shall be labeled as such.
8. It is the intent of the City to purchase good and equipment having the least adverse environmental impact,
within the constraints of statutory purchasing xequirements,Acparimental n�
.,ds,aiailabilih�and sound
economical considerations. Suggested changes and environmental enhancements for possible inclusion in
future revisions of this specification are encouraged.
SPECIFICA,T4ON NO.
01-515-75
DATED: NAay2001
PART-11
SPECIFICATIONS
1. SCOPE: This specification describes a,top dresser,tow type with a minimum four cubic yard capacity
for the maintenance of large areas to include fairways, sports turf,parks, renovation and new construction.
Unit(s)fiunished to these specifications shall meet or exceed all requirements herein. NOTE: Unit shall
be compatible with exiting tow vehicle identified on the Imitation For Bid(IFB).
2. STATEMENT OF INTENT: These specifications cover only the-general requirements as to the
performance and some design criteria of the top dresser,together with certain details to which the
manufacturer shall conform. Minor details of construction and materials not otherwise specified shall be
the sole responsibility of the manufacturers,as well as provide equipment that is designed for the intended
application.
3. FUNCTIONAL REQUIREMENTS: Unit(s) shall:
3.1. Be designed with easy access to components for maintenance and service.
3.2. Have PTO driven conveyor. NOTE: Tractor information will be pro-Med on the IFB.
3.3. 60 inch spread width minimum.
3.4. Full range of application rates from 1/32 inch to 4 inches
3.5. Equipped with easy on/off switch operated from the tractor.
4. HOPPER: Shall include,but not be limited the following:
4.1. Constructed of a minimum 16 gauge galvanized steel.
4.2. Four cubic yard capacity minimum.
4.3. Spread width of 60 inches.
4.4. Hydraulic driven from PTO of the towing vehicle.
4.5. Fully adjustable metering gate.
4.6. Spread application from 1/32 inch to four inches.
5. CONVEYOR: Unit shall be equipped with a 60 inch minimum rubber belt or like material approved b.
the City.
6. BRUSH: Unit shall be equipped with a minimum 14 inch in diameter Polypropylene bristle brush or as
recommended by the manufacturer.
7. WHEELS: Equipped with four 31 inch by 15.5-15 flotation tires or as recommended by the
manufacturer.
R. CONTROLS: Unit shall
8.1. Have on/off switch operated form the towing vehicle.
8.2_ Be equipped with a manual metering gate adjustment
8.3. Have manual belt speed control up to at least six miles per hour for top dressing \ .t
8.4. Operate conveyor and brush(if provided)from towing vehicle's PTO.
SPECIFICATION NO.
01-515-75
DATED: May 2001
9. SAFETY PLAQUES OR DECALS: Safety}plaques or decals shall be furnished and affixed at the
operator's station and at any hazardous area. Plaques or decals shall include necessary warnings and
precautions.
10. PAINTING: The unit shall be painted the standard manufacturer's color,with lead free paint, except for
glass, rubberand those metallic accessori:s-or_fisfurss fnnctr cited-o r„ct-rP-,i�tgnt or nlatPii material not
normally painted. Lead paint is not acceptable.
11. MANUAL(S): A minimum-of Dne.copyof an i11imrrntQ,d narrc hank_perat&S manual, and mice
manual shall be delivered with each unit. These shall include, at minimum,all appropriate manuals for
the. hydraulicsystem, controls,.and electrical ysiPm
PART LII
DELIVERY,ACCRPTANC--E,AND-PAYMENT -
1. DELIVERY REQUIREMENTS: Delivery of the equipment shall be completed within the number of
days bid. Delivery shall be to the City's location identified on the IFB,Round Rock,Texas, 78664. The
successful bidder should contact representative(s)to arrange time and day for delivery. The unit shall be
serviced and checked as recommended by manufacturer prior to delivery.
2. STATEMENT OF INTENT: It is the intent of the City that equpment be delivered in full compliance
with the specification and ready for continuous operation.
3. ACCEPTANCE INSPECTION: All equipment ordered will be subject to acceptance inspection and
performance testing upon receipt. Acceptance inspection and performance testing will not take more
than five(5)working days,weather permitting. The vendor will be notified within this time frame-of
any units not delivered in full compliance with the purchase order specification. If any units are
canceled for non-acceptance,the needed equipment may bepurchased elsewhere and the vendor may be
charged full increase, if any, in cost and handling.
3. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the City receives the
supplies, materials, equipment, or the day on which the performance of services was completed or the day
on which the City receives a correct invoice for the stIpplies, materials,equipment or services,whichever
is later. The Contractor may charge a late fee(fee shall not be greater than that which is permitted by
Texas law)for payments not made in accordance with thispromptpay-mentpolicv; however, thispolicy
does not apply to payments made by the City in the event:
3.1. There is a bona fide dispute between the Cit` and Contractor concerning the supplies, materials,
or equipment delivered or the services performed that causes the payment to be late,or
3.2. The terms of a federal contract,grant, re_aulation,or statute prevent the Citi'from making a
timely payment with Federal Funds;or
3.3. The is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor
and its suppliers concerning supplies, material, or equipment delivered or the services performed
which caused the payment to be late; or
3.4. The invoice is not mailed to the City in strict accordance with instructions,if any,on the
purchase order or contract or other such contractual agreement.
4. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et sec.,and which arise
under the antitrust laws of the State of Texas,Bus. and Corn.Code,Section 15.0 1,et sec.
SPECIFICATION NvTO.
01-515-75
DATED: May-2001
PART IV
WARRANTY —
1. WARRANTY: The equipment shall be warranted against all defects in material and workmanship for
a period of not less than twelve(12)months or 1,200 hours. If the manufacturers standard warranty
exceeds twelve(12)months or 1,200 hours,then the manufacturers warranty shall be in effect. The
successful bidder shall furnish the warranty at the time of delivery.
1.1. Intent: Daring the warranty period the vendor will be responsible for labor, material,and other
costs associated with required warranty service. It is the intent of this warranty that the vendor
performs warranty service. With mutual consent of the vendor and the City,the City may
perform minor warranty repairs.
1.2. Exclusions: The City will assure the expense for replacement tires and tubes, tire repairs,
lubricating oils, hydraulic fluids grew,filters ether minorm
item normally consumed n day-to-
day operations. The City will assume responsibility for costs of repairs resulting from collision
(if not caused by a Ulu rc nfa warranted te ) theft,vnndalism f pr negl__a igenrP end/Qr'Icts
of God.
2. PARTS AND SERVICE: The manufacturer of the equipment shall have an authorized dealer in the
central Texas area. The authorized dealer shall have factory-trained repair personnel available for
warranty repairs and the performance of service. The dealer shall also maintain an inventory of high-
usage parts and a quick source for low-usage parts.
PART V
OPTIONAL-R( MENT
Optional equipment must be identified on-the InlitatinnFar-Bid jI ).to be_xcquired.
1. OPTION NO. 1: Spinner attachment for broadcast applications of sand mixes, lime,gypsum and soils
from 15 foot to 40 foot wide.
I OPTION NO. 2: Material handler attachment for filling irrigation ditches,bunker traps and any other
construction task.
3. OPTION NO. 3: Surge brakes on two wheels.