R-01-07-12-11D2 - 7/12/2001 RESOLUTION NO. R-01-07-12-11D2
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of two (2) utility trim mowers, and
WHEREAS, Professional Turf has submitted the lowest responsible
bid, and
WHEREAS, the City Council wishes to accept the bid of
Professional Turf, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Professional Turf is hereby accepted as the lowest
responsible bid and the City Manager is hereby authorized and directed
to issue a purchase order to Professional Turf for the purchase of two
(2) utility trim mowers .
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 Ju
R T dA. ST4LUKZA, Mayor
IJE
T: City of Round Rock, Texas
LAND, City Secretary
0:\WPDOCS\RESOLUTI\R10712D2.WPD/sc
r
BID TAB VENDOR VENDOR
BID NUMBERVENDOR
01-014 AMC INDUSTRIES AUSTIN TURF&TRACTOR ONEVENDSOEQUIPMENT P
ROFESSIONAL TURF
BID OPENING 6/19/01 3:PM
GROUNDS EQUIPMENT DELIVERY:
DELIVERY: DELIVERY:
TOTAL: $51,466.00 TOTAL: $35,662.00 TOTAL:
$16,Item Bid item(s) QTY Unit$ Extended Unit$ Extended Unit$ Extended �o Unit$ Extended8.00
1 UTILITY TRIM MOWER 2 $17,633.00 $35,266.00 $15,603.00 $31,206.00 NO BID
JACOBSEN1900D TORO 3100D
1,16,499.00 $32,998.00
2 Opt 1-DIESEL FOR ITEM#1 JD 2653 .
2 N/C $17,831.00 $35,662.00 NO BID
N/C
TOTAL COST
3 OPT 2-GRVD FRNT ROLLERS 2 N/C N/C
FOR ITEM#1 NO BID N/C
4 GA"RELNS-MOVVE�R 4
�I 1;JFi'a-<30 $1<i:2G8(30 S.11r2ie3.�ii.i NO-BFE3 t,
VaU,9;Fi-14 $1Ei;4sFif3.14
YCYTF�J'tJl +�TriY
Cf3'34�i4't�444F+6
5 TOP DRESSER 1 16,200 $16,200.00 NO 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.
I I I I I
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.
R E E L M A S T E R ; 3 1 p p _
D
TORO.
r
3
ltcelrnaste r 3 ICC)D with
Sidr.w3ndcrCutting units
Al
Awl
I
i t
DATE: July 6, 2001
SUBJECT: City Council Meeting—July 12, 2001
ITEM: *11.D.2. Consider a resolution authorizing the City Manager to issue a
Purchase order to Professional Turf for the purchase of two utility
trim mowers.
Resource: Sharon Prete, Parks and Recreation Director
MaggieStoecklein, Park Supervisor
History: These utility trim mowers are budgeted as part of the 2000-2001 General Fund
equipment replacement program.
Funding:
Cost: $32,998.00
Source of funds: General Fund
Outside Resources: Professional Turf
Impact: These mowers will allow PARD to upgrade the sports field maintenance
program.
Benefit: PARD is currently using rotary mowers, the new ultra trim mowers will allow
for a shorter cut, which produces a thicker turf and a safer playing surface.
Public Comment: N/A
Sponsor: PARD
I;
George Spillman
\cr Senior Grounds Account Executive
INVITATION FOR BIO(IF South Texas
CITY OF ROUND ROCK PURCHA!
221 E.Main Street
It --
Round Rock,Texas 786& PROFESSIONAL 5026 Service Center Drive
T_L RP PRODUCTS
San Antonio,TX 78218
BIDS ARE DUE TO THE PURCHASING OFFICE Toll free in Texas
AT THE ABOVE ADDRESS BEFORE BID cAtmItE RmOW.Es 1 888-PROTURF Ext.5424
OPENING TIME. SPALL NOT HE ACCEPTED Fax 210 666-0171
Email Spilimang@proturf.com
INVOICE T0:
s,ow a&oockvdr.oarc A RETURN SIGNED ORIGINAL AND ONE COPY OF BID
City of Round RoCk BID Nur+AER M LOWER tLFT
Finance Department KAM OdReER OF SEAtsc oto 11MORR SKALL SIGN EnOW
221 East Main Street EtrvELM ssrtow RETUAM Failure to sign disquatlfy ad
Round Rota, Texas 78664-9299 AWREss of aWOM FIRM. S y�, V S—�
621
�'+Signaturre7 a Date
v
BID F.O.B.DESTINATION lO r
UNLESS OTHERWISE SPECIFIED BELOW Print Name
DESTINATION: SEE 1.7 ON REVERSE FOR INSTRUCTIONS
TAX ID NO.. 4k- %`( AO " 1$ q
City of Round Rock LEGAL BUSINESS NAMC: V 114 Vc S •,,L. 'T fiR- r• r
VariOUS locations ADDRESS:0.a• 6. L %A It P�- W • 0 l
Please see below ADDRESS: o p S e m"It,a C3 MC -%
CONTACT: 6wufzvtc S :It V-V-.n•ki
TELEPHONE NO.: �.- •l�l— iI'f.� `f•
BUSINESS ENTITY TYPE: ,. o✓V+W C,Z ,---1Q.fill
Bidder agrees to corn 1 with all Conditions set forth below and on the reverse side of this IFB.
ITEM CLASS R ITEM DESCRIPTION QTY UNIT MAKE/MODEL UNIT EXTENSION
515.40,515.66 515.75 PRICE
REVISED REVISED REVISED REVISED REVISED REVISED o •O Y
1 UTILITY TRIM MOWER, 94 INCH TOTAL CUTTING WIDTH 2 EA (Io, 101491—
3 REEL IN ACCORDANCE WITH SPECU:ICATION NO.99-51.5-42-01,
REVISED MAY 2001(SPGS)ATTACHED
OPTIONS: PLEASE PROVIDE UNIT COST OF THE FOLLOWING OPTIONS. '' cl
2 OPT#1-DIESEL ENGINE 2 EA ✓I c N°
3 OPT 92-GROOVED FRONT ROLLERS 2 Eq N 1L NJ OUVO S�'
DELIVERY LOCATION: City Shop,901 Luther Pererson Place
�i� Round Rock,TX 78664 r� r
MFR." ID� MDL 7 1W�yo3,o,)
4 GAS POWERED GREENS MOWER,3 REEL TYPE IN ACCORDANCE WITH 1 EA obi Rs�t 16, ��•
SPECIFICATION NO.98-SIS-41-01,REVISED 5-01 ATTACHED5PGS)
MFR. !J-,�CLO MDLWL*%%, a CD -SG
DELIVERY LOCATION: Forrest Creek Golf Course,99 Twln Ridge Pkwy
Round Rock,TX 76664
5 TOP DRESSER IN ACCORDANCE WITH SPECIFICATION NO.01-515-75,DATED 1 EA b
MAY 2001 ATTACHED(4PGS).
METE-R-MATIC LA4 OR BUYER APPROVED EQUAL
MFR. MDL
CrrYS TOWING TRACTOR 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 FTU-540 MIN-1(RPM)AT 2295 ENGINE MIN-1(RPM)
* DRAWBAR TO GROUND-12 INCHES
P J0
DELIVERY LOCATION: City Shop,901 Luther Pererson Place t-f
Round Rock,TX 76664`
NOTE: ONE OR MORE AWARDS MAY BE FOR ALL ITEMS LISTED OR IN PART, GRAND TOTAL
WHICHEVER IS IN THE BEST INTEREST OF THE CITY. 1
QUANTITY INCREASE PROVISION: UPON MUTUAL AGREEMENT,THE QUANTITY OF THE PURCHASE ORDER MAY BE INCREASED
BY UP TO THE NUMBER OF UNir(5)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 UNIT(S)REQUIRED
SHALL BE DELIVERED TO AN FOS POINT NOTED ON THE FACE OF THE PURCHASE ORDER.
omveRY IN O DAYS
'By the signature hereon affixed,the bidder hereby Certifies that neither the bidder nor the entitY represented by the bidder,or anyone ailing for such
entity has Violated the antitrust laws of this State,mdlNed h Section 1s.01 et seq.,Texas Guiness and Commerce Code,or the Federal enbt ust
law.,nor communicated direrny or Indirectly,the ba made to any competitor or any other person engaged in such line of business."
CITY OF ROUND ROCK
SPECIFICATION NO.
99-515-42-01
`REVISED: MAY 2001
UTILITY TRIM MOWER,THREE WHEEL DRIVE
PART
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
(ANSI/ASQC Q91-93 1987),and obtain certification.Adopting and implementing these standards is
considered beneficial to the manufacturer,the City,and the environment. It 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 requirements,departmental needs,availability,and sound
economical considerations. Suggested changes and environmental enhancements for possible inclusion in
future revisions of this specification are encouraged.
'Replaces Specification No. 19-99-0004,Dated 2-99
Page 1 of 5
SPECIFICATION NO.
99-515-42-01
REVISED:MAY 2001
PART II
SPECIFICATIONS
1. SCOPE: This specification describes a three reel,utility trim mower for the maintenance of sports fields
to include,but not limited to golf,soccer,baseball,softball and football owned by the City.Unit(s)
furnished to these specifications shall meet or exceed all requirements herein.
2. FUNCTIONAL REQUIREMENTS: Unit(s)shall meet the following as a minimum:
2.1. Be designed with easy access to components for maintenance and service.
2.2. Ground speed: forward,0-6mph,reverse 0-2.3mph and mowing speed,0-5mph.
2.3. Over all cutting width of 72 or 85 inches,which ever is specified on Invitation For Bid(IFB).
2.4. Cutting height from 3/8 inch to 2-1/4 inches.
2.5. Equipped with one touch lift/lower control for all three reels.
2.6. Automatic back lapping to sharpen blades without removal.
3. ENGINE: The unit shall be equipped with the following as a minimum:
3.1. Gas powered,2 cylinder,4 cycle,liquid cooled.
3.2. 18 horsepower at 3,600 governed RPM.
3.3. 6.5 gallon capacity fuel tank.
4. CONFIGURATION:The unit shall have a rear mounted engine,front operator position.Rear mounted
radiator. Two post ROPS and seat belt standard.
5. TRACTION DRIVE: Series/Parallel hydraulic traction circuit provides continuous 3-wheel drive,in mow
and transport. Hydrostatic traction drive provides infinitely variable speed in forward and reverse. 6 gallon
hydraulic system capacity.
6. GROUND SPEED:Minimums-Mow:0-5 mph;Transport: 0-8.5 mph.Reverse: 0-2.3 mph.
7. CONTROLS: The unit shall be equipped with,but not limited to the following:
7.1. Forward and reverse traction control pedals.
7.2. Mow/transport lever.
7.3. Service brake.
7.4. Parking brake.
7.5. Ignition key switch.
7.6. Tilt steering wheel lock.
7.7. PTO switch.
7.8. Throttle.
7.9. Controls for cutting unit raise and lower(and for moving cutting units side-to-side on Sidewinder
equipped models.
7.10. Cutting unit transport lock.
7.11. Reel speed and back lap control.
Page 2 of 5
SPECIFICATION NO.
99-515-42-01
REVISED:MAY 2001
8. GAUGES:The unit shall have the following as a minimum:
8.1. Hour meter.
8.2. Cluster gauge with glow plug and charge indicator lights.
8.3. Low engine oil pressure and high coolant temperature warning lights(high temperature safety
shut off).
9. ELECTRICAL&INTERLOCKS: The unit shall have the following as a minimum:
9.1. Traction pedal.
9.2. Operator presence in seat.
9.3. PTO engage or disengage.
9.4. Cutting unit mow or transport safety interlock switches.
10. TIRES: 20x10-10,4-PLY Turf Trac or as recommended by the manufacturer.
11. STEERING:Power steering with tilt steering wheel.
12. OVERALL DIMENSIONS:The following dimensions are approximate:
12.1. Wheel base: 56 inches.
12.2. Overall height: 71 inches with ROPS.
12.3. Transport width: 80 inches in 72 inches woc;92 inches in 85 inches woc.
12.4. Overall length: 96 inches.
12.5. Weight with cutting units shall not exceed 1860 lbs.
13. CUTTING UNIT CONFIGURATION:
13.1. Fixed-position cutting units.
13.2. Minimum seven blades per cutting unit.
13.3. Equipped with smooth rollers in front and rear.
13.4. Operator controlled moveable cutting units travel=-12 inches left or right from center;total of 24
inches of infinite variability.
14. CUTTING UNIT OFFSET: NOTE—Total cutting width of the mower shall be identified on the IFB.
14.1. 4"in 72"width of cut.
14.2. Maximum 16"in 72"width of cut.
14.3. 11"in 85"width of cut.
14.4. Maximum 23"in 85"width of cut.
15. PAINTING: Unit shall be painted the manufacturer's standard color,with lead free paint,except for glass,
rubber and those metallic accessories or fixtures constructed of rust-resistant or plated material not
normally painted. Lead paint is not acceptable.
Page 3 of 5
SPECIFICATION NO.
99-515-42-01
REVISED:MAY 2001
16. MANUAL(S): Two copies each of an illustrated parts book,operator's manual,and service manual shall
be delivered with each unit. These shall include,at minimum,all appropriate manuals for the engine,
transmission,brakes,hydraulic system,controls,and electrical system.
16.1. The manuals and schematics supplied shall provide complete and comprehensive information on
all equipment, equipment components,and accessories,as supplied to comply with this
specification. If changes,modifications,additions, or alternations of any kind are made on the
equipment, the vendor shall provide blueprints, line drawings, and descriptive text sufficient to
allow one of average skill in general mechanics to diagnose,repair,and maintain the equipment
and all components.
16.2. On equipment assembled from manufactured components,the parts book shall show the
manufacturer of each part and all cross references between the vendor and the manufacturers.
16.3. The operator's manual shall include detailed instructions on the proper method of operation of the
unit. Necessary warnings and safety precautions shall be included.
17. CERTIFICATION: This product should comply with the American National Standard Institute(ANSI
B71-4— 1999)and European Community specifications(CE Certified).
PART III
DELIVERY,ACCEPTANCE,AND PAYMENT
1. DELIVERY REOUIREMENTS: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 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 equipment 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 be purchased elsewhere and the vendor may be charged full
increase, if any,in cost and handling.
4. POMPT 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 supplies,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 this prompt payment policy;
however,this policy does not apply to payments made by the City in the event:
4.1. There is a bona fide dispute between the City and Contractor concerning the supplies,materials,
servoces or equipment delivered or the services performed that causes the payment to be late;or
4.2. The terms of a federal contract,grant,regulation,or statute prevent the City from making a timely
payment with Federal Funds;or
4.3. 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
Page 4 of 5
SPECIFICATION NO.
99-515-42-01
REVISED:MAY 2001
4.4. 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.
5. 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 I et seg.,and which arise under
the antitrust laws of the State of Texas,Bus.and Com.Code,Section 15.01,et seg.
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:During 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,greases,filters,other minor items normally consumed in day-to-
day operations. The City will assume responsibility for costs of repairs resulting from collision(if
not caused by a failure of a warranted item),theft,vandalism,operator negligence,and/or acts of
God.
1.3. EQUIPMENT MAINTENANCE: It is the City's policy to maintain the equipment in accordance
with the manufacturer's published recommendations
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 EQUIPMENT
Optional equipment must be identified on the Invitation For Bid(IFB)to be required.
1. OPTION NO. 1: In lieu of gas engine,Part II,paragraph 3 of the specification,the unit shall be provided
with a diesel powered,3 cylinder,4 cycle,liquid cooled engine.
2. OPTION NO.2: Grooved steel front rollers.
3. OPTION NO.3: Grass Catcher.Note: only provide with 72 inch wide cut mower.
4. OPTION NO.4: Grooved front rollers scrapers.
5. OPTION NO.5: Rear roller scrapers.
Page 5 of 5
CITY OF ROUND ROCK
SPECIFICATION NO.
99-515-41-01
'REVISED:May 2001
GREENS MOWER,RIDING TYPE,3 REEL
PART
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
(ANSI/ASQC Q91-93 1987), and obtain certification.Adopting and implementing these standards is
considered beneficial to the manufacturer,the City,and the environment. It 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 requirements,departmental needs, availability,and sound
economical considerations. Suggested changes and environmental enhancements for possible inclusion in
future revisions of this specification are encouraged.
Specification No. 99-515-41-01,revised May 2001 replaces Spec No. 19-99-004,Dated Feb 1999
Page 1 of 5
SPECIFICATION NO.
99-515-41-01
REVISED:May 2001
PART II
SPECIFICATIONS
1. SCOPE: This specification describes a,greens mower,riding type,three reel for the maintenance of
Forest Creek Golf Club. Unit(s)furnished to these specifications shall meet or exceed all requirements
herein.
2. STATEMENT OF INTENT:These specifications cover only the general requirements as to the
performance and some design criteria of the reel mower,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 meet the following as a minimum:
3.1. Be designed with easy access to components for maintenance and service.
3.2. Ground speed: forward,0-6.6mph,reverse 0-3.5mph and mowing speed,0-3.7mph.
3.3. Over all cutting width of 62 inches with a cutting height from.052 inch to.437 inch.
3.4. Equipped with one touch lift/lower control for all three reels.
3.5. Automatic back lapping to sharpen reels without removal.
4. ENGINE: The unit shall be equipped with the following as a minimum:
4.1. Gas powered,V-Twin,2-cylinder,4 cycle,OHV air cooled.
4.2. 18 horsepower at 3,600 governed RPM.
4.3. Dual element air cleaner.
4.4. 7.5 gallon capacity fuel tank.
5. ELECTRICAL SYSTEM: The unit shall be equipped with a 12 volt electrical system, 16amp alternator
with key start.
6. TRANSMISSION:The unit shall have a hydrostatic drive and a hydraulic torque motor on each drive
wheel,integral full-differential action.
6.1. Reel drive shall be gear-type hydraulic motor,dual direction on each reel.
7. STEERING: The unit shall have rear wheel power steering with round steering wheel.
8. HYDRAULIC SYSTEM: The system shall:
8.1. Have a hydraulic oil cooler.
8.2. Be equipped with 25-micron full-flow filtration.
8.3. Have a minimum 5-gallon capacity reservoir.
9. BRAKES: The unit shall be provide with the following:
9.1. Automotive-type on drive wheels, internal expanding.
9.2. Parking brake shall be hand operated and attached to service brake linkage to lock service brake in
the engaged position.
Page 2 of 5
SPECIFICATION NO.
99-515-41-01
REVISED:May 2001
10. CONTROLS AND INSTRUMENTATION: The unit shall have,but not limited to the following:
10.1. Key ignition.
10.2. Accelerator foot pedal.
10.3. Hand lever forward/reverse.
10.4. Has one touch lift/lower control for all reels.
10.5. Foot pedal brake with lock.
10.6. Adjustable seat.
10.7. Head lights,standard low beam.
10.8. Ammeter or voltmeter.
10.9. Hour meter.
10.10. Temperature gauge.
10.11. Oil pressure.
10.12. Hydraulic oil temperature.
11. MOWER: The unit shall have a mower unit that:
11.1. Is equipped with three, 5 inch by minimum 21-inch cutting reels with eleven blades. Two reels
shall be installed in front of the unit and one reel positioned between the front and rear wheels.
11.2. Has a minimum overall cutting width of 62 inches.
11.3. Has an approximate cutting height range from.052 inch to.437 inch.
11.4. Is equipped with grooved machined steel front roller.
11.5. Is equipped with rear smooth roller.
12. PAINTING: The unit shall be painted manufacturer's standard color,with lead free paint,except for
glass,rubber and those metallic accessories or fixtures constructed of rust-resistant or plated material not
normally painted. Lead paint is not acceptable.
13. 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.
14. MANUAL(S):Two copies each of an illustrated parts book,operator's manual,and service manual shall
be delivered with each unit. These shall include,at minimum,all appropriate manuals for the engine,
transmission,brakes,hydraulic system,controls,and electrical system.
14.1. Additionally, one set of complete wiring, air cooling system,and hydraulic schematics shall be
delivered with each unit. All schematics shall be clear,legible, and indicate the location of each
component.
14.2. The manuals and schematics supplied shall provide complete and comprehensive information on
all equipment, equipment components,and accessories,as supplied to comply with this
specification. If changes,modifications,additions,or alternations of any kind are made on the
equipment,the vendor shall provide blueprints, line drawings,and descriptive text sufficient to
allow one of average skill in general mechanics to diagnose,repair,and maintain the equipment
and all components.
Page 3 of 5
SPECIFICATION NO.
99-515-41-01
REVISED:May 2001
14.3. On equipment assembled from manufactured components,the parts book shall show the
manufacturer of each part and all cross references between the vendor and the manufacturers.
14.4. The operator's manual shall include detailed instructions on the proper method of operation of the
unit. Necessary warnings and safety precautions shall be included.
14.5. The following additional information shall be provided by the vendor at time of delivery if it is
not included in the manuals required above.
14.5.1. Manufacturer's recommended service/preventive maintenance intervals.
14.5.2. Recommended fluids,lubricants,and their SAE/API equivalents.
15. REPLACEMENT FILTERS: A complete set of filters shall be provided for each unit furnished to this
specification. Each filter shall be labeled with the equipment manufacturer's part number as shown in the
manufacturer's parts book and shall be furnished at the time of delivery.
15.1. The set of filters shall include oil filters used on the equipment.
PART III
DELIVERY,ACCEPTANCE,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 Forest Creek Golf Club located at 99 Twin Ridge Parkway,
Round Rock,Texas,78664. The successful bidder should contact Mr.Jim Papa at(512)388-2873 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 equipment 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 be purchased 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 supplies,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 this prompt payment policy;however,this policy does not
apply to payments made by the City in the event:
3.1. There is a bona fide dispute between the City 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,regulation, or statute prevent the City 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
Page 4 of 5
SPECIFICATION NO.
99-515-41-01
REVISED:May 2001
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 Seg.,and which arise under
the antitrust laws of the State of Texas,Bus.and Com.Code,Section 15.01,et seMc.
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: During 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,greases,filters,other minor items normally consumed in day-to-
day operations. The City will assume responsibility for costs of repairs resulting from collision(if
not caused by a failure of a warranted item),theft,vandalism, operator negligence, and/or acts of
God.
1.3. Equipment Maintenance: It is the City's policy to maintain the equipment in accordance with the
manufacturer's published recommendations.
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 EQUIPMENT
Optional equipment must be identified on the Invitation For Bid(IFB)to be required.
t. OPTION NO. 1: In lieu of Part Il,paragraph 3 of the specification,the unit shall be provided with a diesel
powered, 3 cylinder,4 cycle,liquid cooled.
2. OPTION NO.2 Grooved disc front rollers.
3. OPTION NO.3: 22-inch front roller fine bristle brush.
4. OPTION NO.4: 62-inch brush attachment.
Page 5 of 5