Loading...
Item 4 - CONSIDERATION OF PURCHASE OF GROUNDS MAINTENANCE EQUIPMENTAGENDA ITEM NO. 4 AGENDA STAFF REPORT City of West Covina I Office of the City Manager DATE: September 6, 2022 TO: Mayor and City Council FROM: David Carmany City Manager SUBJECT: CONSIDERATION OF PURCHASE OF GROUNDS MAINTENANCE EQUIPMENT RECOMMENDATION: It is recommended that the City Council take the following actions: 1. Authorize the City Manager to negotiate and execute a purchase order with Turf Star Western for the purchase of the grounds maintenance equipment detailed in Attachment No. 1. 2. Adopt the following resolution: RESOLUTION NO. 2022-95 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2022 AND ENDING JUNE 30, 2023 (GROUNDS MAINTENANCE EQUIPMENT) BACKGROUND: The Public Services Department is in need of new equipment for grounds maintenance at parks, the Sportsplex, and along right-of-ways. The Deputy Director of Public Services has evaluated various options and determined that the chosen equipment will best serve the City. This equipment will ensure grounds at City parks and along right-of-ways are in top condition. DISCUSSION: A quote from Turf Star Western (TSW) (Attachment No. 1) was received under the Omnia (formerly National IPA) contract number 2017025 (Attachment No. 2). TSW is the West Coast Toro distributor since 1922, covering Washington, Oregon, California, Baja Mexico, Northern Idaho, Northern Nevada and Alaska. The purchase is exempt from competitive bidding requirements pursuant to Section 2-335(f) of the City's Municipal Code. The Omnia contract is currently valid through March 2023. LEGAL REVIEW: The City Attorney's Office has reviewed the resolution and approved it as to form. OPTIONS: The City Council has the following options: 1. Approve staffs recommendation; or 2. Provide alternative direction. Prepared by: Stephanie Sikkema, Finance Director Additional Approval: Roxanne Lerma, Assistant City Manager Fiscal Impact FISCAL IMPACT: The total for all equipment and taxes is $646,167. Funding for this purchase has been identified across several special revenue funds including the Vehicle Replacement Fund, Maintenance Districts and Capital Improvement Fund. The proposed budget amendment to allocate funding for this purchase is included as Attachment No. 3. Fund Current Proposed Amended Budget Amendment Budget 375,0001 131,1811 506,181 Vehicle Replacement Fund (367) Capital Projects Fund (No. 160) 11 3,859,99911 9,836 3,869,835 Maintenance District #1 Fund (No. 181) 1343,080 274,130 617,210 Maintenance District #2 Fund (No. 182) 159,891 71,092 230,983 Maintenance District#4 Fund (No. 184) 160,2851 85,053 1,245,338 Maintenance District #6 Fund (No. 186) 179,271 7,098 186,369 Maintenance District #7 Fund (No. 187) 178,596 16,370 194,966 Maintenance District#8 Fund (No. 188) 2,188,227 51,407 2,239,634 Total) $8,444,34911 $646,167 $9,090,516 Attachments Attachment No. 1 - Turf Star Western Quote Attachment No. 2 - Cooperative Contract Attachment No. 3 - Resolution No. 2022-95 CITY COUNCIL GOALS & OBJECTIVES: Enhance City Image and Effectiveness A Creative and Active Communuty TURF MR Attachment No. 1 Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Prepared For: Raul Alvarado • 00 City Of West Covina iQuote No: 111309 PO Box 1440 Sales Person: Rick Danielson West Covina, CA 91793 rick.danielson@turfstar.com (714) 475-8967 National IPA Pricing: Contract 2017025, IPA Membership required Summary Configuration Name Qty Unit Price Sub Total Sales Tax Total 010-Reelmaster 3100-D 1 $42,654.92 $42,654.92 $4,052.23 $46,707.15 020-Reelmaster 5510-D T4F w/ ROPS Diesel 36.8HP 1 $79,051.53 $79,051.53 $7,509.90 $86,561.43 030-Sand Pro 5040 2 $27,395.61 $54,791.22 $5,205.16 $59,996.38 040-Top dresser TD2500 1 $16,303.30 $16,303.30 $1,548.81 $17,852.11 050-Rake-O-Vac Sweeper Dust Control 1 $43,827.42 $43,827.42 $4,163.61 $47,991.03 060-Outcross 9060 1 $73,873.24 $73,873.24 $7,017.98 $80,891.22 070-ProCore 1298 1 $44,892.24 $44,892.24 $4,264.75 $49,156.99 080-Workman HDX-D Kubota Diesel 23.3HP 3 $32,083.82 $96,251.46 $9,143.89 $105,395.35 090-Sand Pro 5040 1 $28,367.04 $28,367.04 $2,694.86 $31,061.90 -^ 100-Workman GTX Extended Electric 1 $17,579.58 $17,579.58 $1,670.05 $19,249.63 110-Workman GTX Liked Lithium 1 $19,137.41 $19,137.41 $1,818.05 $20,955.46 120-Toro 686 Tow aerator 1 $11,238.96 $11,238.96 $1,067.70 $12,306.66 130-Lely Spreader, Pull Type 8001b capacity 1 $6,754.00 $6,754.00 $641.64 $7,395.64 140-Foamstream L12 1 $32,814.70 $32,814.70 $3,117.39 $35,932.09 150-Setup 1 $11,284.90 $11,284.90 $1,072.07 $12,356.97 Delivery 1 $11,284.90 $11,284.90 $1,072.07 $12,356.97 Totals: $590,106.82 $56,060.16 $646,166.98 1I' -- Quotation for City Of West Covina Configuration Product Details 010-Reelmaster 3100-D Model Product Description 03170 Reelmaster 3100-D 119-0635 DPA ROLLER TIPPER KIT (R M3100) 03190 RM3100 271n 11Bld ES (RR) DPA CU 30358 Bimini Canvas Sunshade 31692 LED Work Light Kit GM35OO/RM3100 29-9100 BRUSH AND HANDLE ASM 108-6715 GAUGE BAR ASM 03244 RM3100 End Weight Kit (Set of 3) 03172 27" Lift Arm Kit-RM3100 114-9368 REAR ROLLER SCRAPER KIT (271N) Date: July 29, 2022 Quote No:3315932-00 Qty Unit Price Extended Sales Tax Total 1 $26,593.32 $26,593.32 $2,526.37 $29,119.69 1 $68.40 $68.40 $6.50 $74.90 3 $4,460.82 $13,382.46 $1,271.34 $14,653.80 1 $255.06 $255.06 $24.23 $279.29 1 $280.80 $280.80 $26.68 $307.48 1 $37.57 $37.57 $3.57 $41.14 1 $95.71 $95.71 $9.09 $104.80 1 $250.38 $250.38 $23.78 $274.16 1 $1,241.76 $1,241.76 $117.97 $1,359.73 3 $149.82 $449.46 $42.70 $492.16 Totals: $46,707.15 2 1 P a g e TURF STAR �i esrEnn Date: July 29, 2022 Quotation for City Of West Covina Configuration Product Details 020-Reelmaster 5510-D T4F w/ ROPS Diesel 36.8HP Quote No:3315932-00 Model Product Description Qty Unit Price Extended Sales Tax Total 03607 Reel master 5510-DT4Fw/ROPS Diesel 36.8HP 1 $57,819.06 $57,819.06 107-3280 REAR ROLLER SCRAPER KIT (221N) 5 $68.99 $344.95 03643 22in 7in, 11 Blade ES (RR) DPA Cutting Unit 5 $3,743.22 $18,716.10 03405 Weight-7in CU w/No Attachments (Kit of 5) 1 $567.06 $567.06 30671 Universal Sunshade Red 1 $805.74 $805.74 29-9100 BRUSH AND HANDLE ASM 1 $37.57 $37.57 108-6715 GAUGE BAR ASM 1 $95.71 $95.71 03667 Air -Ride Seat Suspension 1 $665.34 $665.34 Totals: $5,492.81 $63,311.87 $32.77 $377.72 $1,778.03 $20,494.13 $53.87 $620.93 $76.55 $882.29 $3.57 $41.14 $9.09 $104.80 $63.21 $728.55 $86,561.43 31 ,CORF STAi? \\fS FFHS Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 030-Sand Pro 5040 Model Product Description Qty Unit Price Extended Sales Tax Total 08745 Sand Pro SO40 2 $21,875.88 $43,751.76 $4,156.41 $47,908.17 108-9427 LIFT ARM ADAPTER ASM 2 $489.16 $978.32 $92.94 $1,071.26 110-1375 HITCH KIT 2 $147.22 $294.44 $27.97 $322.41 08762 OAS Flex Groomer Kit 2 $1,070.94 $2,141.88 $203.48 $2,345.36 08740 LED Light Kit Sand Pro 2 $450.84 $901.68 $85.66 $987.34 112-1424 DRAG MAT ASM, SANDPRO 2 $1,621.21 $3,242.42 $308.03 $3,550.45 99-1627-01 RH MAT HOLDER ASM 2 $124.11 $248.22 $23.58 $271.80 106-7073- LH MAT HOLDER ASM 2 $124.11 $248.22 $23.58 $271.80 01 08761 OAS Nail Drag 2 $1,492.14 $2,984.28 $283.51 $3,267.79 Totals: $59,996.38 41- VVRFSTIR Quotation for City Of West Covina Configuration Product Details 040-Topdresser TD2500 Date: July 29, 2022 Quote No:3315932-00 Model Product Description Qty Unit Price Extended Sales Tax Total 44507 Topdresser TD2500 1 $16,216.98 $16,216.98 $1,540.61 $17,757.59 T000D-3423 JACK-SIDEWIND 1 $86.32 $86.32 $8.20 $94.52 Totals: $17,852.11 51Pag TURF U Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 050-Rake-O-Vac Sweeper Dust Control Model Product Description Qty Unit Price Extended Sales Tax Total 07055 Rake-O-Vac Sweeper Dust Control 1 $43,827.42 $43,827.42 $4,163.61 $47,991.03 Totals: $47,991.03 6 1 P a g e Quotation for City Of West Covina Configuration Product Details 060-Outcross 9060 Model Product Description 07511BA Outcross 9060 130-5448 EXTERIOR MIRROR KIT 130-5449 INTERIOR MIRROR KIT 07527 Rear Hyd Ports and Slct Valve 22549 TXL 2000 Adjustable Fork 07521 Bucket 138-4196 TOP LINK BUSHING KIT, CA T 2 TO 1 (QTY 6) 138-4197 LIFT ARM BUSHING KIT, CAT 2 TO 1(CITY 6) 140-0508 BACKUP ALARM KIT- OUTCRO SS 07540 Inch Mode Wired Remote Totals: Date: July 29, 2022 Quote No:3315932-00 Qty Unit Price Extended Sales Tax Total 1 $69,094.74 $69,094.74 56,564.00 $75,658.74 2 $130.83 $261,66 $24.86 $286.52 1 $57.33 $57.33 $5.45 $62.78 1 $1,272.96 $1,272.96 $120.93 $1,393.89 1 $1,134.90 $1,134.90 $107.82 $1,242.72 1 $833.82 $833.82 $79.21 $913.03 1 $58.16 $58.16 $5.53 $63.69 1 $59.37 $59.37 $5.64 $65.01 1 $183.80 $183.80 $17.47 $201.27 1 $916.50 $916.50 $87.07 $1,003.57 $80,891.22 71Page Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 070-ProCore 1298 Model Product Description Qty Unit Price Extended Sales Tax Total ProCore 1298 1 $40,400.10 $40,400.10 $3,838.01 $44,238.11 09716 120-1045 GUARD -TURF, 4-TINE (SHORT) 4 $46.93 $187.72 $17.83 $205.55 120-1046 GUARD -TURF, 4-TINE, LONG 2 $72.09 $144.18 $13.69 $157.87 120-1047 GUARD -TURF, STINE, SHORT 4 $65.43 $261.72 $24.86 $286.58 120-1052 GUARD -TURF, 5 TINE, LONG 2 $77.98 $155.96 $14.82 $170.78 09739 Needle Tine Head Set 6 $224.64 $1,347.84 $128.05 $1,475.89 09796 4Tine 3/4in Head Set 6 $229.32 $1,375.92 $130.71 $1,506.63 108-9141 TINE -HOLLOW, CARBIDE (CH 6-475-4) 48 $11.30 $542.40 $51.52 $593.92 100-3621 TINE -NEEDLE, 81VIM X 7.38 60 $3.90 $234.00 $22.24 $256.24 108-9202 TINE -SOLID (AS6-450-5) 48 $5.05 $242.40 $23.02 $265.42 Totals: $49,156.99 0 TURF STAR .. rsrewu Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 080-Workman HDX-D Kubota Diesel 23.3HP Model Product Description Qty Unit Price Extended Sales Tax Total 07385 Workman HDX-D Kubota Diesel 23.3HP 3 $30,345.12 $91,035.36 $8,648.36 $99,683.72 115-7825 HORN KIT 3 $44.60 $133.80 $12.71 $146.51 110-2626 REMOTE HYDRAULICS MANIFO LD KIT 3 $1,298.54 $3,895.62 $370.08 $4,265.70 117-4831 HITCH KIT, RECEIVER TUBE 3 $167.80 $503.40 $47.83 $551.23 07420 Hand Throttle 3 $227.76 $683.28 $64.91 $748.19 Totals: $205,395.35 9� TURF STgg Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 090-Sand Pro 5040 Model Product Description Qty Unit Price Extended Sales Tax Total 08745 Sand Pro 5040 1 $21,875.88 $21,875.88 $2,078.21 $23,954.09 08714 Manual Blade l40in) 1 $1,715.22 $1,715.22 $162.94 $1,878.16 08756 Drag Mat Carrier System 1 $1,492.14 $1,492.14 $141.75 $1,633.89 08754 QAS Finish Grader 1 $2,962.44 $2,962.44 $281.43 $3,243.87 09757 Steel Mat 1 $321.36 $321.36 $30.53 $351.89 Totals: $31,061.90 10 1 Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 100-Workman GTX Extended Electric Model Product Description Qty Unit Price Extended Sales Tax Total 07412EX Workman GTX Extended Electric 1 $12,452.70 $12,452.70 $1,183.01 $13,635.71 131-8522 Hand Pump Hose Asm 1 $48.47 $48.47 $4.60 $53.07 07145 Brush Guard Workman MDX/GTX 1 $370.50 $370.50 $35.20 $405.70 131-8549 REVERSE ALARM KIT 1 $92.19 $92.19 $8.75 $100.94 130-5448 EXTERIOR MIRROR KIT 1 $130.83 $130.83 $12.43 $143.26 133-1009 INTERIOR WINK -MIRROR 1 $105.57 $105.57 $10.03 $115.60 07048 Workman GTX Bucket Seat Kit 2 $535.86 $1,071.72 $101.81 $1,173.53 131-8550 12V POWER POINT KIT 1 $46.06 $46.06 $4.38 $50.44 132-8579 BRAKE AND SIGNAL LIGHT K IT, GTX 1 $763.98 $763.98 $72.58 $836.56 07923 Folding Windshield Workman GTX 1 $314.34 $314.34 $29.86 $344.20 07922 Workman GTX Canopy 4-Person 1 $1,225.38 $1,225.38 $116.41 $1,341.79 07046 GTX Cargo Bed Kit 1 $957.84 $957.84 $90.99 $1,048.83 Totals: $29,249.63 111Page H Date: July 29, 2022 Quotation for City Of West Covina Model Product Description Quote No:3315932-00 Configuration Product Details 110-Workman GTX Lifted Lithium Qty Unit Price Extended Sales Tax Total 07413LT Workman GTX Lifted Lithium 1 $15,043.08 $15,043.08 $1,429.09 $16,472.17 07143 48V Electric Lift Kit Workman GTX 1 $794.82 $794.82 $75.50 $870.32 07145 Brush Guard Workman MDX/GTX 1 $370.50 $370.50 $35.20 $405.70 07048 Workman GTX Bucket Seat Kit 1 $535.86 $535.86 $50.91 $586.77 07046 GTX Cargo Bed Kit 1 $957.84 $957.84 $90.99 $1,048.83 07923 Folding Windshield Workman GTX 1 $314.34 $314.34 $29.86 $344.20 107-0384 POWERCORD-AC 1 $76.23 $76.23 $7.25 $83.48 131-6690 SEAT COVER, SMALL 2 $42.95 $85.90 $8.16 $94.06 131-8550 12V POWER POINT KIT 1 $46.06 $46.06 $4.38 $50.44 07921 Workman GTX Canopy 2-Person 1 $724.62 $724.62 $68.83 $793.45 130-5448 EXTERIOR MIRROR KIT 1 $130.83 $130.83 $12.43 $143.26 130-5449 INTERIOR MIRROR KIT 1 $57.33 $57.33 $5.45 $62.78 Totals: $20,955.46 121Page •(URF STAR p 2c fGHY Date: July 29, 2022 Quotation for City Of West Covina Model Product Description Quote No:3315932-00 Configuration Product Details 120-Toro 686 Tow aerator Qty Unit Price Extended Sales Tax Total 44856 Aerator 686 1 $9,574.50 $9,574.50 $909.58 $10,484.08 68-608- 3521 TRACTOR REMOTE KIT 1 $342.54 $342.54 $32.54 $375.08 108-9299 TINE -SPOON, CLOSED 800 96 $5.08 $487.68 $46.33 $534.01 01-283- BLADE SLICING 6" 96 $8.69 $834.24 $79.25 $913.49 0040 Totals: $12,306.66 13 1 Model Quotation for City Of West Covina Configuration Product Details 130-Lely Spreader, Pull Type 8001b capacity Product Description WFR lely Spreader, Pull Type 8001b capacity Totals: Date: July 29, 2022 Quote No:3315932-00 Qty Unit Price Extended Sales Tax Total $6,754.00 $6,754.00 $641.64 $7,395.64 $7,395.64 141Page �Ae Date: July 29, 2022 Quotation for City Of West Covina Quote No:3315932-00 Configuration Product Details 140-Foamstream L12 Model Product Description Qty Unit Price Extended Sales Tax Total WT300219 Wide Lance 1 $699.00 $699.00 $66.41 $765.41 WT301032 Pavement Cleaner Lance L12 1 $709.00 $709.00 $67.35 $776.35 WT300028 Foaming Nylon ScrubBrush 1 $349.00 $349.00 $33.15 $382.15 WT300034 30M 3/8in ID Lance Hose w/ Connection 1 $557.70 $557.70 $52.98 $610.68 WT301031 Power Lance (L12) 1 $300.00 $300.00 $28.50 $328.50 F25KG Foamstream Consumable V4 6 Gallon Jug 1 $200.00 $200.00 $19.00 $219.00 FSL-1-12 Foamstream L12 1 $30,000.00 $30,000.00 $2,850.00 $32,850.00 Totals: $35,932.09 151Page ,VVRF STIR Date: July 29, 2022 Model Quotation for City Of West Covina Product Description Quote No:3315932-00 Configuration Product Details 150-Setup Qty Unit Price Extended Sales Tax Total FSD1 Cotim 1 $11,284.90 $11,284.90 $1,072.07 $12,356.97 Totals: $12,356.97 161Page TURFSTdg Date: July 29, 2022 Quotation for City Of West Covina Model Product Description Quote No:3315932-00 Configuration Product Details Delivery Qty Unit Price Extended Sales Tax Total FSD2 r)PlivPry 1 $11,284.90 $11,284.90 $1,072.07 $12,356.97 Totals: $12,356.97 171Page BAR Quotation for City Of West Covina Date: July 29, 2022 Quote No:3315932-00 Standard Terms and Conditions Prices including all finance options are subject to change based on Turf Star Western's receipt of product and estimated shipments. Currently, product availability is a minimum of 6-18 months. Your Final Price will be determined at time of shipment. Delivery is FOB point of origin unless otherwise stated. Office Locations Northern California: 3928 N.Blattela Lane Fresno, CA 93727 Fax: (559) 277-7123 2438 Radley Court Hayward, CA 94545 Fax: (510) 785-3576 11373 Sunrise Gold Circle Rancho Cordova, CA 95742 Fax: (800) 241-1997 Southern California: 79-253 Country Club Drive Bermuda Dunes, CA 92203 Fax: (760) 345-4297 955 Beacon Street Brea, CA 92821 Fax: (800) 775-8873 2110 La Mirada Ste 100 Vista, CA 92083 Fax: (760) 734-4285 Pacific Northwest: 1750 Industrial Dr.NE Salem, OR 97301 Ph: (503) 691-0250 5869 South 194th Kent, WA 98032 Fax: (253) 872-6942 2824 East Garland Spokane, WA 99207 Fax: (509) 483-7563 • WARNING: Cancer and Reproductive Harm-httn://www.P65Wamings.ca.gov For more information, please visit htto://www.tteoCAProp65.com CALIFORNIA SPARK ARRESTER WARNING Operation of this equipment in the State of California may create sparks that can start fires around dry vegetation. A spark arrestor may be required. The operator should contact local fire agencies for laws or regulations relating to fire prevention requirements. 181Page Attachment No. 2 City of Mesa, AZ Contract 2017025 for Grounds Maintenance Equipment, Parts, Accessories, Supplies, Related Services and Equipment with The Toro Company Effective: April 1, 2017 The following documents comprise the executed contract between The City of Mesa, AZ and the Toro Company, effective April 1, 2017: I. Signed Contract II. Council Approval III. Negotiations IV. Supplier Response V. RFP Amendments VI. Original RFP mesa•az AGREEMENT PURSUANT TO SOLICITATION CITY OF MESA CONTRACT NUMBER 2017025 GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT AND THE TORO COMPANY, ("Contractor") —Mailing Address 8111 L ndale Ave South Bloomington, MN 55420 Delivery Address Attention Peter Whitacre Regional Business Manager E-Mail Peter.Whitacre Toro.com Telephone 952 887-7936 Facsimile Pagel of 272 CITY OF MESA AGREEMENT PURSUANT TO SOLICITATION This agreement pursuant to solicitation ("Aoreement') is entered into this day of March, 2017, by and between the City of Mesa, Arizona, an Arizona municipal corporation ("Cit '), and The Toro Company, a(n) Delaware corporation ("Contractor'). The City and Contractor are each a "Party" to the Agreement or together are "Parties" to the Agreement. RECITALS A. The City issued solicitation number 2017025 ("Solicitation') for GROUNDS MAINTENANCE EQUIPMENT, PARTS, ACCESSORIES, SUPPLIES, RELATED SERVICES AND EQUIPMENT, to which Contractor provided a response ("Response'); and B. The City Selected Contractor's Response as being in the best interest of the City and wishes to engage Contractor in providing the services/materials described in the Solicitation and Response. In consideration of the reciprocal promises contained in the Agreement, and for other valuable and good consideration, which the Parties acknowledge the receipt and sufficiency of, the Parties agree to the following Terms & Conditions. 1. Term. This Agreement is for a term beginning on April 1, 2017 and ending on March 31, 2022. The use of the word "Term" in the Agreement includes the aforementioned period as well as any applicable extensions or renewals in accordance with this Section 1. 5.1 Renewals. On the mutual written agreement of the Parties, the Term may be renewed up to a maximum of two (2) one (1) year periods. Any renewal(s) will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then -current term. 5.2 Extension for Procurement Processes. Upon the expiration of the Term of this Agreement, including any renewals permitted herein, at the City's sole discretion this Agreement may be extended on a month -to -month basis for a maximum of six (6) months to allow for the City's procurement processes in the selection of a vendor to provide the services/materials provided under this Agreement. The City will notify the Contractor in writing of its intent to extend the Agreement at least thirty (30) calendar days prior to the expiration of the Term. Any extension under this Subsection 1.2 will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then -current term. 5.3 Delivery. City acknowledges that delivery will be made by contractor's dealers and/or distributors, which are independent businesses. Deliveries shall be made to the location(s) contained in the Scope of Work within thirty (30) days after receipt of an order. 2. Scope of Work. Except as otherwise specified in this Agreement, the Contractor will provide the necessary staff, services and associated resources to provide the City with the services, materials, and obligations attached to this Agreement as Exhibit A ("Scope of Work') Contractor will be responsible for all costs and expenses incurred by Contractor that are incident to the performance of the Scope of Work unless otherwise stated in Exhibit A. Contractor will supply all equipment and instrumentalities necessary to perform the Scope of Work. If set forth in Exhibit A, the City will provide Contractor's personnel with adequate workspace and such other related facilities as may be required by Contractor to carry out the Scope of Work. 3. Orders. Orders be placed with the Contractor by either a: (i) Purchase Order when for a one-time purchase; (ii) Notice to Proceed, or (iii) Delivery Order off of a Master Agreement for Requirement Contract where multiple as -needed orders will be placed with the Contractor. The City may use the Internet to communicate with Contractor and to place orders as permitted under this Agreement Page 2 of 272 4. Document Order of Precedence. In the event of any inconsistency between the terms of the body of the Agreement, the Exhibits, the Solicitation, and Response, the language of the documents will control in the following order. a. Agreement b. Exhibits 1. Mesa Standard Terms & Conditions 2. Scope of Work 3. Other Exhibits not listed above c. Solicitation including any addenda d. Contractor Response 5. Payment. 5.1 General. Subject to the provisions of the Agreement, the City will pay Contractor the sum(s) described in Exhibit B ("Pricing') in consideration of Contractor's performance of the Scope of Work during the Term. 5.2 Prices. All pricing shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and include all costs of the Contractor providing the materials/service including transportation, insurance and warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. The Contractor further agrees that any reductions in the price of the materials or services covered by this Agreement will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. Notwithstanding any of the other provisions in this Agreement, City acknowledges that products and services subject to this agreement, are provided by Contractor's dealers and/or distributors, which are independent businesses and set their own prices. Contractor has no authority to set prices for its dealers and/or distributors. Contractor agrees to make the terms of this agreement known to applicable dealers and/or distributors and to use reasonable efforts to incent to provide goods and services to City or Participating Agency subject to the terms of this agreement. Contractors dealers and distributors that agree to utilize this agreement also agree to abide by the pricing and terms and conditions set within. 5.3 Invoices. Payment will be made to Contractor following the City's receipt of a properly completed invoice. Any issues regarding billing or invoicing must be directed to the City Department/Division requesting the service or material from the Contractor. A properly completed invoice should contain, at a minimum, all of the following: a. Contractor name, address, and contact information; b. City billing information; c. City contract number as listed on the first page of the Agreement; d. Invoice number and date; e. Payment terms; f. Date of service or delivery; g. Description of materials or services provided; h. If materials provided, the quantity delivered, pricing of each unit, (as applicable); i. Applicable Taxes j. Total amount due. Page 3 of 272 and freight charges 5.4 Payment of Funds. Contractor acknowledges the City may, at its option and where available use a Procurement Card/e-Payables to make payment for orders under the Agreement. Otherwise; payment will be through a traditional method of a check or Electronic Funds Transfer (EFT) as available. 5.5 Disallowed Costs, Overpayment. If at any time the City determines that a cost for which payment was made to Contractor is a disallowed cost, such as an overpayment or a charge for materials/service not in accordance with the Agreement, the City will notify Contractor in writing of the disallowance; such notice will state the means of correction which may be, but is not limited to, adjustment of any future claim/invoice submitted by Contractor in the amount of the disallowance, or to require repayment of the disallowed amount by Contractor. Contractor will be provided with the opportunity to respond to the notice. 6. Insurance. 6.1 Contractor must obtain and maintain at its expense throughout the term of Contractor's agreement, at a minimum, the types and amounts of insurance set forth in this Section 6 from insurance companies authorized to do business in the State of Arizona; the insurance must cover the materials/service to be provided by Contractor under the Agreement. For any insurance required under the Agreement, Contractor will name the City of Mesa, its agents, representatives, officials, volunteers, officers, elected officials, and employees as additional insured, as evidenced by providing either an additional insured endorsement or proper insurance policy excerpts. 6.2 Nothing in this Section 6 limits Contractor's responsibility to the City. The insurance requirements herein are minimum requirements for the Agreement and in no way limit any indemnity promise(s) contained in the Agreement. 6.3 The City does not warrant the minimum limits contained herein are sufficient to protect Contractor and subcontractor(s) from liabilities that might arise out of performance under the Agreement by Contractor, its agents, representatives, employees, or subcontractor(s). Contractor is encouraged to purchase additional insurance as Contractor determines may be necessary. 6.4 Each insurance policy required under the Agreement must be in effect at or prior to the execution of the Agreement and remain in effect for the term of the Agreement. 6.5 Prior to the execution of the Agreement, Contractor will provide the City with a Certificate of Insurance (using an appropriate "ACORD" or equivalent certificate) signed by the issuer with applicable endorsements. The City reserves the right to request additional copies of any or all of the policies, endorsements, or notices relating thereto required under the Agreement. 6.6 When the City requires a Certificate of Insurance to be furnished, Contractor's insurance is primary of all other sources available. When the City is a certificate holder and/or an additional insured, Contractor agrees no policy will expire, be canceled, or be materially changed to affect the coverage available without advance written notice to the City. 6.7 The policies required by the Agreement must contain a waiver of transfer rights of recovery (waiver of subrogation) against the City, its agents, representatives, officials, volunteers, officers, elected officials, and employees for any claims arising out of the work of Contractor. 6.8 All insurance certificates and applicable endorsements are subject to review and approval by the City's Risk Management Division. Page 4 of 272 6.9 Types and Amounts of Insurance. Contractor must obtain and retain throughout the term of the Agreement, at a minimum, the following: 6.9.1 Worker's compensation insurance in accordance with the provisions of Arizona law. If Contractor operates with no employees, Contractor must provide the City with written proof Contractor has no employees. If employees are hired during the course of this Agreement, Contractor must procure worker's compensations in accordance with Arizona law. 6.9.2 The Contractor shall maintain at all times during the term of this contract, a minimum amount of $1 million per occurrence/$3 million aggregate Commercial General Liability insurance, including Contractual Liability. For General Liability insurance, the City of Mesa, their agents, officials, volunteers, officers, elected officials or employees shall be named as additional insured, as evidenced by providing an additional insured endorsement. 6.9.3 Automobile liability, bodily injury and property damage with a limit of $1 million per occurrence including owned, hired and non -owned autos. Requirements Contract. The Agreement does not guarantee any purchases will be made (minimum or maximum). Orders will only be placed when the City identifies a need and issues a purchase order or a written notice to proceed. The City reserves the right to cancel purchase prior to the time any product within the purchase order has been shipped; any such cancellation will be in writing. Should a purchase order or notice to proceed be canceled the City will not reimburse Contractor for any avoidable costs incurred after receipt of cancellation including, but not limited to, lost profits, shipment of product, or performance of services. 8. Notices. All notices to be given pursuant to the Agreement will be delivered to the Contractor as listed on Page 1 of this Agreement. Notice will be delivered pursuant to the requirements set forth the Mesa Standard Terms and Conditions that is attached to the Agreement as Exhibit C. 9. Representations of Contractor. To the best of Contractor's knowledge, Contractor agrees that: a. Contractor has no obligations, legal or otherwise, inconsistent with the terms of the Agreement or with Contractor's undertaking of the relationship with the City; b. Performance of the services called for by the Agreement do not and will not violate any applicable law, rule, regulation, or any proprietary or other right of any third party; c. Contractor will not use in the performance of Contractor's responsibilities under the Agreement any proprietary information or trade secret of a former employer of its employees (other than City, if applicable); and d. Contractor has not entered into and will not enter into any agreement, whether oral or written, in conflict with the Agreement. 10. Mesa Standard Terms and Conditions. Exhibit C to the Agreement is the Mesa Standard Terms and Conditions as modified by the Parties, which are incorporated by reference into the Agreement as though fully set forth herein. In the event of any inconsistency between the terms of the Agreement and the Mesa Standard Terms and Conditions, the language of the Agreement will control. The Parties or a Party are referred to as a "party" or "parties" in the Mesa Standard Terms and Conditions. The Term is referred to as the "term" in the Mesa Standard Terms and Conditions. 11. Counterparts and Facsimile or Electronic Signatures. This Agreement may be executed in two (2) or more counterparts, each of which will be deemed an original and all of which, taken together, will Page 5 of 272 constitute one agreement. A facsimile or other electronically delivered signature to the Agreement will be deemed an original and binding upon the Party against whom enforcement is sought. 12. Incorporation of Recitals and Exhibits. All Recitals and Exhibits to the Agreement are hereby incorporated by reference into the Agreement as if written out and included herein. In the event of any inconsistency between the terms of the body of the Agreement and the Exhibits, the language of the Agreement will control. Exhibits to this Agreement are the following: • (A) Scope of Work • (B) Pricing / (B-1) MSRP/Discount Lists • (C) Mesa Standard Terms and Conditions • (D) National IPA Documents 13. Attorneys' Fees. The prevailing Party in any litigation arising out of the Agreement will be entitled to the recovery of its reasonable attorney's fees, court costs, and other litigation related costs and fees from the other Party. 14. Additional Acts. The Parties agree to execute promptly such other documents and to perform such other acts as may be reasonably necessary to carry out the purpose and intent of the Agreement. 15. Headinas. The headings of the Agreement are for reference only and will not limit or define the meaning of any provision of the Agreement. Page 6 of 272 By executing below, each Party acknowledges that it understands, approves, and accepts all of the terms of the Agreement and the attached exhibits. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. CITY OF MESA, ARIZONA Digitally signed by Edward Quedens BY: DN: cn=Edward Quedens, , ^ a U-B.sines, Services Decor, email=ed.quedens@mesaa qov, c=US Printed Name 1. I'll 111111s:o]dl 07 Title Date Reviewed by: nature Jess Romney, CPPB Procurement Officer THE TORO COMPANY n . 1/— 0 �L- t�' Printed Name 0?, �9"VGI !✓�C;-a5er Title Date Page 7 of 273 Attachment No. 3 RESOLUTION NO.2022-95 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2022 AND ENDING JUNE 30, 2023 (GROUNDS MAINTENANCE EQUIPMENT) WHEREAS, on April 19, 2022, the City Manager presented to the City Council a proposed budget for Fiscal Year 2022-23 in compliance with Section 2-151(m) of the West Covina Municipal Code; and WHEREAS, following the initial presentation of the proposed budget for Fiscal Year 2022- 23, the City held meetings and community workshops and conducted an online budget survey in order to solicit input from the public regarding the proposed budget; and WHEREAS, on June 7, 2022, the City Council adopted a budget for the 2022-2023 Fiscal Year; and WHEREAS, amendments must periodically be made to the budget to conform to changed circumstances following adoption of the budget. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA DOES RESOLVE AS FOLLOWS: SECTION 1. The City Council hereby approves Budget Amendment No. 2023-003, attached hereto as Exhibit A, for Fiscal Year 2022-23. SECTION 2. The City Clerk shall certify to the adoption of this resolution and shall enter the same in the book of original resolutions and it shall become effective immediately. APPROVED AND ADOPTED this 6th day of September, 2022. APPROVED AS TO FORM Thomas P. Duarte City Attorney Dario Castellanos Mayor ATTEST Lisa Sherrick Assistant City Clerk I, LISA SHERRICK, Assistant City Clerk of the City of West Covina, California, do hereby certify that the foregoing Resolution No. 2022-95 was duly adopted by the City Council of the City of West Covina, California, at a regular meeting thereof held on the 6th day of September, 2022, by the following vote of the City Council: AYES: NOES: ABSENT: ABSTAIN: Lisa Sherrick Assistant City Clerk Exhibit A City of West Covina Fiscal Year 2022-23 Budget Amendment No. 2023-003 Grounds Maintenance Equipment Fund Name (No.) Vehicle Replacement Fund (367) Revenue Expenditures Revenue less Expenditures Capital Projects Fund (No. 160) Revenue Expenditures Revenue less Expenditures Maintenance District #1 Fund (No. 181) Revenue Expenditures Revenue less Expenditures Maintenance District #2 Fund (No. 182) Revenue Expenditures Revenue less Expenditures Maintenance District #4 Fund (No. 184) Revenue Expenditures Revenue less Expenditures Maintenance District #6 Fund (No. 186) Revenue Expenditures Revenue less Expenditures Maintenance District #7 Fund (No. 187) Revenue Expenditures Revenue less Expenditures Maintenance District #8 Fund (No. 188) Revenue Expenditures Revenue less Expenditures Current Budget 465,000 375,000 $90,000 800,000 3,859,999 ($3,059,999) 656,930 343,080 $313,850 258,250 159,891 $98,359 3,350 1,160,285 ($1,156,935) 380 179,271 Proposed Amendment 0 131,181 ($131,181) 0 9,836 ($9,836) 0 274,130 ($274,130) 0 71,092 ($71,092) 0 85,053 ($85,053) Amended Budget 465,000 506,181 ($41,181) 800,000 3,869,835 ($3,069,835) 656,930 617,210 $39,720 258,250 230,983 $27,267 3,350 1,245,338 ($1,241,988) 380 186,369 ($178,891) ($7,098) ($185,989) 560 178,596 ($178,036) 2,052,280 2,188,227 ($135,947) 0 16,370 ($16,370) 0 51,407 ($51,407) 560 194,966 ($194,406) 2,052,280 2,239,634 ($187,354)