HomeMy WebLinkAboutAgenda Report - May 6, 2009 E-06AGENDA ITEM eavlo
A% CITY OF LODI
,. COUNCIL COMMUNICATION
,m
AGENDA TITLE: Approve Specifications and Authorize Advertisement for Bids for Replacement
Electric Utility Bucket Truck (EUD)
MEETING DATE: May 6,2009
PREPARED B Y Electric Utility Director
RECOMMENDED ACTION: Approve specifications and authorize advertisement for bids for one
(1) Bucket Truck (Replacement) for Electric utility.
BACKGROUND INFORMATION: The proposed Bucket Truck will replace a 2000 Ford F550 service
truck (09-046) with 105,664 miles (as of January 2009) on the
odometer. This vehicle is utilized daily by an Electric
Troubleshooter, the first responder to electrical trouble conditions
and customer problems 24 hours a day.
The Electric Troubleshooter generally works alone in the field and carries out many other tasks such as
streetlight repair, service installations, power line work, circuit switching and data acquisition in addition to
the system trouble duties mentioned above. A majority of these tasks are of an overhead nature
requiring use of an aerial device.
The existing buckettruck is not in compliancewith new California Air Resource Board (GARB) standards,
which require agencies with diesel vehicles to reduce NOx emissions on a phased basis by no later than
201 1 _Retrofitting the vehicle to comply with the new standards will cost approximately $20,000 for the
upgrade equipment. Since this truck is near end of usable life per City Fleet Policy Guidelines, the
Electric Utility Department recommendsthat the truck be replaced ratherthan upgraded.
FISCAL IMPACT: Estimated to cost $97,000. The new truck will provide an additional 10 years of
service life.
FUNDING: Account No. 1611201.7851 (Vehicle Replacement)
Jordan Ayers
Deputy City Manager/internal a ices Director
9 _OA �� 4 M &1,16-
George . morrow
Electric Utility Director
Prepared By: Bary Fisher, Construction/Maintenance Supervisor
APPROVED:
Blair Kibd, City Manager
TROUBLEMAN BUCKET TRUCK
Bid Specifications
TROUBLEMAN BUCKET TRUCK TABLE OF CONTENTS
Section Title Page
No.
SECTION 1 NOTICE INVITING BIDS 1-1
SECTION 2 INFORMATION TO BIDDERS 2-1
SECTION 3 BID PROPOSAL 3-1
SECTION 4 SPECIFICATIONS 4-1
SECTION 1
TROUBLEMAN BUCKET TRUCK NOTICE INVITING BIDS
CITY OF LODI, CALIFORNIA
The City of Lodi hereby invites sealed proposals to furnish and deliver one (1) Troubleman
Bucket Truck to the City of Lodi, California.
Each bid shall be in accordance with this notice and specifications on file and available from the
Construction/Maintenance Supervisor, City of Lodi Electric Utility Department, 1331 South Ham
Lane, Lodi, California 95242, (209) 333-6817. No bid will be considered unless it is submitted
on a proposal form furnished by the City of Lodi.
Sealed proposals shall be delivered to the Construction/Maintenance Supervisor — Electric
Utility Department at the City Hall Annex, 310 West Elm Street, Lodi, CA 95240 (P.O. Box 3006,
Lodi, CA 95241-1910) at or before:
11:00 a.m., Thursday, May 28, 2009
At that date and hour said sealed proposals will be publicly opened and read in the Public
Works Conference Room, City Hall, 221 West Pine Street, Lodi, California. Bidders or their
authorized representatives are invited to be present.
The City of Lodi reserves the right to reject any or all bids, to waive any informality in any bid, to
accept other than the lowest bid, or not to award the bid.
Reference is hereby made to said specifications for further details, which specifications and this
notice shall be considered part of any contract made pursuant thereto.
CITY OF LODI
Electric Utility Department
Barry Fisher
Construction/Maintenance Supervisor
May 28, 2009
1-1
SECTION 2
TROUBLEMAN BUCKET TRUCK INFORMATION TO BIDDERS
BID OPENING
A. The Construction/Maintenance Supervisor-EUD will receive sealed bids at City Hall
Annex, 310310 West Elm Street, Lodi, California 95240 (P O Box 3006, Lodi,
California 95241-1910) until
11:00 a.m., Thursday, May 28, 2009.
At that time, in the Public Works Conference Room, City Hall, 221 West Pine Street,
Lodi, California, bids will be publicly opened and read. Bidders or their authorized
representatives are invited to be present.
B. The proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed
cover plainly marked
Proposal — One (1) TROUBLEMAN BUCKET TRUCK
Bid Opening May 28, 2009
Proposals which are not properly marked may be disregarded.
PROPOSALFORM
A. Prospective bidders are furnished with proposal forms included with the specifications.
B. The proposal must be signed with the full name and address of the bidder, by an
authorized representative of the company.
C. The City of Lodi (Purchaser) reserves the right to accept other than the lowest bid, or to
reject any or all bids.
D. Bidder shall note and clearly describe any exceptions taken to the specifications in
Section 4, return with the proposal form, signed by the bidder
REJECTION OF PROPOSALS
Bids may be rejected if they show any alteration of proposal form, exceptions taken, additions
not called for, or alternative bids not properly documented. Bids proposing equipment or
materials with which the City has no prior in-service experience may be rejected. Erasures or
irregularities of any kind may also be cause for rejection.
AWARD OF BID
A. The award of the bid, if it be awarded, will be to the lowest responsible bidder whose bid
proposal complies with all the requirements herein described.
May 28, 2009
2-1
SECTION 2
TROUBLEMAN BUCKET TRUCK INFORMATION TO BIDDERS
B. In evaluating the bids and determining lowest cost to the City, the City will consider the
Sales Tax Credit in the amount of one percent (1%) of the purchase price of the
materials or equipment, when such purchase is consummated at the retailer's place of
business and such business:
1. Is located within the City of Lodi;
2. Is licensed by the California State Board of Equalization to collect sales tax at the
local place of business;
3. Maintains a valid City of Lodi Business License.
C. Where alternative bids are received, the City Council reserves the right to select the bid
most advantageous to the City. The award, if made, will be made within thirty days after
the opening of the bids.
D. In case of tie bids, consideration will be given to bids as described in "Award of Bid",
Paragraph B, above. If that section does not apply to resolution of the tie, the tie will be
broken by a coin toss, conducted by the Construction/Maintenance Supervisor-EUD. Tie
bidders will be notified and may be present.
DELIVERY
Delivery time will be part of the bid evaluation, and delivery lead-time(s) shall be clearly
indicated on the proposal. Delivery shall be made to the City of Lodi Municipal Service Center,
1331 South Ham Lane, Lodi, CA only during normal receiving hours, 8:00 a.m. - 4:00 p.m.,
Monday through Friday, excluding holidays.
PRICES
All quoted prices shall be current and firm for at least ninety days after date of bid opening.
Prices to be F.O.B. delivered to the warehouse dock at 1331 South Ham Lane, Lodi, California
95242.
If mutually agreeable to all parties, the use of any resultant contract may be extended to other
governmental agencies within California, whether a party to this solicitation/award or not. It
should be understood that all terms and conditions, as specified herein, shall apply.
SALES AND USE TAXES
All quotations submitted shall include 8.75% California Sales or Use Taxes.
PAYMENTS
A. Invoices shall indicate sales or use taxes as separate items apart from the cost F.O.B.
point of delivery. Purchaser's item description and order number shall appear on all
invoices. All invoices shall be rendered in duplicate.
May 28, 2009
2-2
SECTION 2
TROUBLEMAN BUCKET TRUCK INFORMATION TO BIDDERS
B. Full payment by the purchaser shall not release supplier of the responsibility to fully
carry out all bid obligations nor be construed by supplier as acceptance of the work
hereunder by purchaser.
GUARANTEES
In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace, at
no expense to the City of Lodi, any materials or equipment that contain defects due to faulty
material, workmanship or design, promptly upon notice being sent within a period of one year
after the materials or equipment have been accepted by the City. For as long as the City of Lodi
owns the product referred to in the following specifications, the supplier at its expense and
option, will repair or replace any of the following major components found by the supplier to be
structurally impaired due to defects in material or workmanship which existed at the time of
initial delivery: booms, boom articulation links, hydraulic cylinder structures, outrigger
weldments, pedestals, subbases, turntables, and body structures.
PURCHASES
Any transaction made pursuant to this bid and subsequent award shall be covered by City of
Lodi Purchase Order, and all terms included in Notice to Bidders, Information to Bidders,
Proposal, and Specifications, shall be binding.
May 28, 2009
2-3
SECTION 3
TROUBLEMAN BUCKET TRUCK BID PROPOSAL
CITY OF LODI, CALIFORNIA
Date: MAY, 2009
To: The Lodi City Council
c/o Construction/Maintenance Supervisor - EUD
City Hall Annex
From:
(If by FedEx, UPS, or courier):
310 West Elm Street
Lodi CA 95240
(If by mail);
P O Box 3006
Lodi CA 95241-1910
(Name of Bidder)
The undersigned, as bidder, declares to have carefully examined the Notice Inviting Bids,
Information to Bidders, and Specifications filed for furnishing and delivering this troubleman
bucket truck, and agrees to be fully informed regarding all of the conditions affecting the
troubleman bucket truck to be furnished for the completion of the order, and further agrees that
the information was secured by personal investigation and research and not from any estimate
of a City employee, and that no claim will be made against the City by reason of estimates, tests
or representations of any officer or agent of the City, and proposes and agrees if the proposal
be accepted, to furnish the City of Lodi the necessary Troubleman bucket truck specified in the
bid in the manner and time therein set forth. It has been noted the City of Lodi reserves the
right to accept all or part of this bid, to reject any or all bids, or to accept other than the lowest
bid.
Material and equipment listed below is to be in accordance with the City of Lodi specifications
attached hereto. The bidder will submit a detailed list of any and all exceptions taken to these
specifications. In the absence of such a list, it will be understood that the bidder's proposal is
based on strict conformance to the specifications in all respects. All exceptions taken will be
evaluated, and a determination as to acceptability of the exception will be made by the City of
Lodi before the award is made.
If awarded the bid, the undersigned agrees to furnish and deliver the material described in the
specifications, and to take in full payment there for the following unit and total prices, to -wit:
May 28, 2009
3-1
SECTION 3
TROUBLEMAN BUCKET TRUCK BID PROPOSAL
Quantity Description
1 Unit 2009/10 Troubleman Bucket Truck
as per Specifications
(Year, Brand and Model)
(Unit Price Written in Words)
Delivery is weeks.
Delivery is
1.0 Aerial
1.1 Manufacturer — Aerial
1.2 Period of Full Warranty
1.3 Additional Warranties
Terms:
2.0 Cab & Chassis
2.1 Manufacturer — Aerial
2.2 Period of Full Warranty
2.3 Additional Warranties
Terms:
weeks.
Unit Price $
Sales Tax @ 8.75% $
Total Amount Delivered $
Total Amount Delivered $
Months Miles
Cost $
Months Miles
Cost $
May 28, 2009
3-2
SECTION 3
TROUBLEMAN BUCKET TRUCK BID PROPOSAL
3.0 ENGINE
3.1 Period of Full Engine Warranty
Months Miles
3.2 Optional Engine Warranty Extension
for 12 months or 25,000 miles
4.0 TRADE-IN
4.1 Trade In amount Price
(to be deducted from unit price
4.2 Commission of Sale
3-3
Cost $
Total Amount $
Percentage
May 28, 2009
SECTION 3
TROUBLEMAN BUCKET TRUCK BID PROPOSAL
It is understood and agreed that if this Proposal is accepted, the prices quoted above are
inclusive of sales or use taxes, or similar tax now imposed by Federal, State, or other
governmental agency upon the material or equipment specified.
The undersigned has checked carefully all the above figures and understands that the City and
its officers and employees will not be responsible for any errors or omissions on the part of the
undersigned in completing this bid.
In any case where discrepancy in extensions may occur, the Bidder agrees that the unit price
shall be taken as the correct figure.
The undersigned, as bidder, hereby declares that the only persons or firms interested in the
proposal as principal or principals is or are named herein and that no other persons or firms
than herein mentioned have any interest in this proposal, that this proposal is made without
connection with any other person, company or parties making a bid or proposal; and that it is in
all respects fair and in good faith, without collusion or fraud.
This bid may be withdrawn by the written request of an authorized representative of the bidding
company at any time prior to the scheduled time for the opening of bids or prior to any
authorized postponement thereof.
The undersigned hereby designates as the office to which such notice of acceptance may be
mailed or delivered:
Name of Company:
Address:
City, State, ZIP
Authorized Signature:
Name:
Title:
Telephone No.:
FAX Number:
Date:
May 28, 2009
3-4
SECTION 4
TROUBLEMAN BUCKET TRUCK SPECIFICATIONS
GENERAL INSTRUCTONS
All equipment listed as standard by the manufacturer for the model quoted shall be
furnished whether or not such equipment is detailed herein. Exceptions: Vendor shall not
furnish standard items replaced by specified optional equipment. Only models of latest
design and in current production will be accepted. The one (1) 2009/10 Model New Bucket
Truck, hereinafter referred to as the unit, and all equipment furnished therewith shall be in
compliance with all applicable provisions of the California Vehicle Code. The unit and all
equipment furnished therewith shall be in compliance with all provisions of the State of
California, Division of Industrial Safety and Cal/OSHA.
The unit shall be delivered completely assembled and ready to operate. Upon delivery, it
shall be the supplier's responsibility to provide any evidence necessary that the product fully
meets the requirements of this specification. The component parts of the unit shall be of
proper size and design to safely withstand maximum stresses imposed by a capacity load,
and the manufacturer's rated loads for axles and bearings must not be exceeded when the
unit is loaded with such capacity loads. Prior to delivery, the unit must be completely
serviced with factory prescribed pre -delivery service. The crankcase, transmission and
differential must be filled to factory recommended capacities and have at least five gallons of
fuel in each fuel tank. The unit and all components shall operate conforming to factory
intent and in good factory -dealer practice.
The unit is to be covered by factory 36 -month parts and labor warranty. All defects shall be
corrected by successful bidder or any factory authorized dealer for the unit under standard
factory warranty. During the warranty period, the successful bidder shall bear responsibility
and costs for transporting the unit to and from any service or repair facilities.
Bids will be considered only on equipment represented by a reliable California firm, carrying
adequate supply of replacement parts in the State. Successful bidder shall furnish, at no
charge, two (2) Operator Manuals, one replacement Parts Catalog, and one (1) Shop Repair
Overhaul manual of the unit furnished. Original Dealer's Report of Sale, or Manufacturer's
State of Origin, or bill of Sale and Weight Certificate and Factory Warranty Guarantee must
be furnished to the City at the time the unit is delivered. It is the responsibility of the
supplier/dealer to have the vehicle registered with the DMV as an exempt vehicle in the
name of City of Lodi. Final acceptance of the unit for conformance with the specifications
will be made only at the Municipal Service Center yard after a ten-day period. If the
successful bidder does not supply the unit by the delivery date specified or as set by the
City, a similar "loaner" may be negotiated at the bidders expense, or reimbursement for the
cost of a similar rental unit may be considered, upon the City's approval, in lieu of or in
combination with any per day liquidated damage charge detailed otherwise in this
specification. The apparent silence of this specification or supplemental specification as to
any detail, or the apparent omission from it of a detailed description concerning any point,
shall be regarded as meaning that only the best are to be used. Any and all deviations to
any of the requirements of this specification shall be stated on the returned bid. Unless so
stated by the bidder, the City may, at its discretion, assume that all requirements have been
met and may hold the bidder to each and every part of the specification. The
manufacturer's name and model number must be shown on the bid in the designated place;
however, the information is not sufficient evidence that the bidder is making an exception. If
no exception or deviations are shown, the unit will be furnished as specified herein. Bidder
shall submit current literature and specifications of equipment bid.
May 28, 2009
4-1
TROUBLEMAN BUCKET TRUCK
1.0 GENERAL DESCRIPTION
SECTION 4
SPECIFICATIONS
It is the intention of the following specifications to describe a non-overcenter telescopic -
articulating aerial unit, similar to an Altec AT 37-G unit. The aerial unit pedestal and
turntable shall be a box structure design. The pedestal shall be mounted behind the cab
with a boom rest mounted at the rear of the body. The aerial unit shall meet or exceed the
following detailed specifications.
2.0 BASIC AERIAL DEVICE
The aerial device shall include the following:
1. General Specifications
a. Ground to bottom of platform height (minimum) 37.0 feet
(@ 11.3 feet from C/L)
b. Working height
C. Maximum reach to edge of platform
d. Stowed travel height (maximum)
e. Platform rotation
f. Platform capacity
g. Platform dimensions
h. Articulating arm articulation
i. Lower boom articulation
j. Dielectric rating
42.5 feet
28.3 feet
10.0 feet
180 degrees
(end —mounted)
350 pounds
24" x 30" x 42"
-70 to +900
-250 to +75°
Category C, 46kV and below
2. The aerial unit must meet or exceed all applicable ANSI standards as of the date
of manufacture.
3. Rotation — Continuous rotation provided by worm gear rotation drive which is part
of the induction hardened shear ball bearing. Rotation drive is equipped with an
extended shaft for manual rotation. Eccentric ring design for lash to be
furnished. All rotation bearing attachment bolts to be accessible from the outside
of the pedestal.
4. Lift Cylinders — The rod eye is to be welded to the rod while the blind end of the
cylinder is to be cast steel, one piece design, utilizing cartridge -type, bi-
directional counter -balance holding valves. Non -lubricated type bushings are to
be used at each end of the cylinder.
5. Lower Boom — Fabricated, reinforced
weight polyurethane slide pads are to
telescopic upper boom. The pads ar
steel plates for ease of adjustment or
booms.
steel box structure. Ultra high molecular
be installed at the boom tip to guide the
e to be attached to externally removable
replacement without disassembly of the
May 28, 2009
4-2
TROUBLEMAN BUCKET TRUCK
SECTION 4
SPECIFICATIONS
6. Articulating Arm — Tubular steel structure. Articulating arm and lower boom to be
compensating. Articulating arm length not to exceed 88 inches.
7. Telescopic Upper Boom — Rectangular filament wound fiberglass, providing a
minimum of 8.0 inches of isolation when retracted and 35 inches when extended.
8. Upper boom Extension — Upper boom is to be extended and retracted using a
double acting hydraulic cylinder installed within the booms.
9. Platform Leveling System — The platform is to be leveled by hydraulic leveling
means, contained within the upper boom and designed to maintain the dielectric
integrity of the aerial device. Leveling controls to be located at the platform and
lower controls. Leveling system to utilize two double acting cylinders
incorporating counterbalance load holding valves.
10. Platform — totally enclosed, fiberglass 24" x 30" x 42" with liner and vinyl cover.
350 pound capacity.
11. Controls — The control system is to be a full pressure type, operating at a
maximum 2,200 PSI. Upper control to consist of a single handle tiller type
controller. Single controller to activate lower boom — up and down, upper boom —
extend and retract, and rotation — clockwise and counterclockwise. Additional
separate controls activate the articulating arm — up and down, platform leveling
and platform rotation, 180 degrees. Conventional multiple lever ground controls
located on the turntable include an upper control override and platform leveling.
12. Engine Start/Stop with Emergency Operating System — 12 volt electric powered
operating off of truck battery. Control is captive air at platform and toggle switch
at the lower controls.
13. Hydraulic Tool Circuit — to provide 5.0 gpm at 2,000 PSI. One set of HTMA quick
disconnect couplings to be located in a protected location inside the control cover
at the platform.
14. Diagnostic Pressure Test Quick Disconnect Couplings — to be located at the
turntable to quickly attach a test gauge to verify system and tool circuit pressure.
15. ISO 9001-2000 — Aerial device to be designed in a facility which is certified to
meet ISO 9001-2000 requirements.
16. Hydraulic Reservoir — 15 gallon hydraulic oil reservoir to be mounted on the
pedestal.
17. Power Take Off — Aerial device to utilize a Power Take Off with hydraulic pump
assembly, output to be 5 gpm at 2,200 PSI. Engine to adjust to predetermined
idle upon engagement of PTO (approximately 1,100 rpm).
18 Torsion Bars — Front and rear axle, under -frame style torsion bar assemblies to
be installed in lieu of outriggers.
19. One (1) hour meter for truck engine and one (1) hour meter for PTO shall be
furnished, labeled and installed.
May 28, 2009
4-3
TROUBLEMAN BUCKET TRUCK
3.0 BODY
SECTION 4
SPECIFICATIONS
1. Body shall be low profile body, suitable for installing on any dual rear wheel
chassis with a 60" clear CA.
2. The body shall be approximately 108 inches in length, 94 inches in width, 40
inches in height with 20 in compartment depth and a 54 inch cargo area width.
3. All compartment doors shall have a latching/locking system consisting of a three-
point cam action and recessed chrome T -handle for twist latching with keyed
lock. All locks shall be keyed alike. Master body locking system to be provided
for additional security, each side of body.
4. The body shall be constructed from A60 Grade hot -dipped, galvanized steel with
100% iron zinc alloy coating, using the following:
a. 16 -gauge outside panels, 18-guage spangled shelving, 14-guage end
panels, 16-guage wheel well panels, 12 -gauge thread plate steel floor
(four-way pattern), and a structural channel sub -base.
5. Compartmentation
a. Right side body -curbside. (All compartment dimensions are given as
width, height and depth).
First vertical — 38" x 40" x 20". Double barn doors. Sox (6)
material hooks (1-4-1 pattern).
Horizontal — 40" x 20" x 20". One (1) adjustable shelf with
removable dividers.
Rear vertical — 30" x 40" x 20". Five (5) material hooks (1-3-1
pattern).
b. Left side body-streetside
First vertical — 38" x 40" x 20". Double barn doors. One (1)
adjustable shelve with removable dividers and one (1) shelve
with six (6) meter slots.
Horizontal — 40" x 20" x 20". One (1) adjustable shelf with
removable dividers.
Rear vertical — 30" x 40" x 20". Two (2) adjustable shelves, with
removable dividers.
6. Wheel chock holders (2) to be each side of curbside wheel well.
7. Platform extension, 29 inches, installed rear of body.
8. Grab handle installed curbside on platform extension.
9. Cable step, gripstrut, to be installed curbside of rear platform extension.
10. Access step to platform (bucket) from rear platform extension.
11. Hot stick box- 20" width x 108" length x 8" height with rear dropdown lockable
door. Installed on top of driver side compartments. Strip Heater with on/of
switch in cab.
May 28, 2009
4-4
TROUBLEMAN BUCKET TRUCK
SECTION 4
SPECIFICATIONS
12. Ladder rack — Enclosed box style, 20" width x 108" length x 10" height with small
roller at end. Metal flip -down safety strap with lock to secure ladder. Mounted
top of curbside compartments.
13. Dome lights to be installed in each compartment with master switch in cab.
Switch to include warning light in cab when lights are "on".
14. A rope rail with ten (10) hooks shall be installed left side of bed area.
15. Splash apron assembly to be installed behind front and rear wheels.
16. Fire extinguisher, 5 Ib., ABC type with bracket installed in first streetside
compartment.
17. Triangular reflector kit, mounted in first streetside compartment.
18. Combination ball (2 -inch) and pintle hook shall be furnished and installed with
proper "A" braces to frame and mounted plate. Two "D" rings for safety chain
attachment shall be furnished. One "D" ring shall be installed each side of pintle
hook. Receiver hitch to be removable.
19. Travel height placard, mounted on dash.
20. Six (6) flush -mount "D" rings to be installed in cargo area floor; two in front, two at
rear and two in the middle.
21. The underside of the body shall be undersealed for rust protection.
22. The entire body and accessories shall be thoroughly primed, then painted white
to match the color of the cab.
23. After final painting, all body doors shall be equipped with rubber weather
stripping to protect compartment interior from moisture and dust. This shall be
an automotive -type door seal with no gluing required.
24. Access step, driver side door and passenger side door.
4.0 ELECTRICAL
1. Clearance lights and reflectors shall be furnished in accordance with Federal
Motor Vehicle Safety Standard #108, and California laws and regulations.
2. Lights — stop, tail and back-up lights shall be installed in or under rear platform
extension.
3. License plate bracket and light shall be furnished under rear platform.
4. Trailer light electrical connector 6 -wire shall be furnished and installed, with
provisions for electric trailer brakes. Trailer light connector to be Echlin #TC
6206 or approved equal.
5. Back-up alarm, wired through back-up lights.
6. Switch panel to include Truck/Machine switch, PTO hour meter and two (2) 10A
auxiliary switches.
7. Strobes (2), double flash, amber, mounted each side rear of compartments with
protective guard. Astro Flash 560H PSE or approved equal.
May 28, 2009
4-5
TROUBLEMAN BUCKET TRUCK
8. Front flashers to be used as front strobe lights.
SECTION 4
SPECIFICATIONS
9. Furnish and install, inside post mounted, manually operated spotlight. Light to be
mounted on driver's side.
5.0 TRUCK CAB CHASSIS
The following truck cab chassis specifications are a guide. Any truck cab chassis
that is equal or exceed these specifications will be acceptable. It is preferred that by
the City that the truck cab chassis is purchased through an authorized Lodi
Automobile Dealership.
1. 2009 or newer Ford 550 Super Cab 4 x 2, or equal, with a minimum 17,500 GVW
rating; minimum 60" clear CA; minimum 162" wheelbase. Cab to be white.
Truck cab chassis must meet or exceed the following minimum chassis
requirements.
2. Engine — Diesel 6AL, V-8, 325 HP @ 3000 rpm, 600 Ib -ft @ 2000 rpm.
3. Electrical — minimum 200 -amp alternator, dual 750CCA, 78 ampere -hour
batteries.
4. Frame — Yield strength — 36,000 PSI.
5. Axle — Front 7,000 Ib FAWR; Rear 13,660 lbs. RAWR. Rear axle; 4.30 ratio.
6. Fuel Tank — Single, 40 gallon.
7. Brakes — Hydraulic, front disc, rear disc or drum.
8. Transmission — 5 speed electronic automatic.
9. Tires — LT225/70SR BSW A -T.
10. Wheels — 8 -hole, 19.5" x 6.0" K Steel, seven (7), painted white, spare included.
Mounted for spare not required.
11. Steering — Power.
12. Windows, Door Locks and Mirrors — Power.
13. Cab — Super Cab, alligator hood.
14. Engine exhaust to be horizontal, mounted right side.
15. AM/FM Radio.
16. Air Conditioning.
17. Bucket seats, cloth.
18. Interior color to be gray or tan blend. Both doors to have storage pockets at
bottom.
19. Bar -style steps installed below driver and passenger doors.
20. Four (4) complete sets of keys.
21. Back Up Camera.
May 28, 2009
4-6
TROUBLEMAN BUCKET TRUCK
6.0 GENERAL
SECTION 4
SPECIFICATIONS
1. Complete specifications, published literature and photos or illustrations of the unit
it is proposed to furnish must accompany the bid.
2. The bid price shall be F.O.B. Lodi, California for the complete truck chassis and
line body assembled, as specified.
3. Bidders will specify in their bids the number of weeks required to make delivery
after award of contract.
4. Chassis must comply with all State and Federal vehicle requirements; also,
D.O.T. regulations applicable to the model proposed.
5. Successful bidder will provide onsite operation and maintenance training to City
of Lodi personnel after delivery, (estimated one day).
6. The successful bidder shall have a service/repair facility or a contract with an
authorized service/repair facility within 100 miles of Lodi, or be willing to pick up
and deliver the unit from and to Lodi at the expense of bidder for all maintenance
and repair work. Such authorized service/repair facility shall be capable of
providing all repairs and required certification of the proposed unit in accordance
with the manufacture's specifications during its expected life. Contract
arrangements shall have been in effect a minimum of two year. Documentation
indicating the authorization, by the manufacturer, for the service/repair facility to
perform such work must be submitted with the bid.
7. Vendor must be able to certify vehicle as final stage manufacturer.
8. Operator's manual, maintenance and parts books as specified on page 4.1 of
these specifications.
7.0 ENGINE WARRANTY
The bidder shall indicate on the proposal sheet the normal warranty on the
engine, i.e. time period and/or miles. In addition, the price for an additional
engine warranty consisting of 12 months or 25,000 miles over and above the
normal warranty shall be included.
8.0 INSPECTION
1. The bid shall include all costs associated with two (2) City of Lodi staff members
making two (2) inspection trips to the assembly plant of the supplier. These
inspections will be made during the most significant phases of the truck, body
and tower assembly.
9.0 AVAILABLE PAYLOAD
1. Include with the bid a weight distribution report showing the estimated payload,
both front and rear axles, of the completed unit with two (2) people in the cab
(450 pounds total) and full fuel. Include all necessary ballast for the stabilization
of the completed unit.
May 28, 2009
4-7
TROUBLEMAN BUCKET TRUCK
10.0 TRADE
SECTION 4
SPECIFICATIONS
The successful bidder shall take in trade or purchase outright the existing one (1)
Ford F550 standard cab AT -37 G Altec aerial lift truck. On the day of delivery of
the new unit or a date prior to that which is mutually agreed upon between the
City and manufacturer, the old unit shall be remove from City premises. The old
unit must be disposed of in pursuant to Title 13, California Code of Regulations,
Section 2022.1. The vehicle must be sold and registered out of the state of
California to satisfy diesel emissions reductions of Section 2022.1 and therefore,
may not be registered or titled in California unless and until the ARB releases the
vehicle from the registration stop or block program.
11.0 QUALIFIED MANUFACTURER
Only manufacturer's that have supplied an exact or representative unit, as
described in this document, for review, inspection and aerial operation by City
personnel prior to the advertisement of bid will be considered for award of
purchase.
May 28, 2009
4-8