HomeMy WebLinkAboutAgenda Report - May 16, 1990 (74)COUNCIL COMMUNICATION
TO: THE CITY tWKIL. COUNCIL MEETING DATE NO.
FROM: THE CITY ER'S OFFICE MAY 16, 1990
SUBJECT: SPECIFIWI NS AND ADVERTISEMENT FOR BIDS FOR 10,000 -LB. CAPACITY FORKLIFT
RECOMMMEb ACTION: That the City Council approve the specifications
and alit or ze advertisement for bids for the purchase of one
10,000=pound capacity forklift for use at the Municipal Service Center.
BACKWUND_INFORMATION: The existing higher -capacity lift at MSC is
T-1961 1961 Moline,' purchased used by the Ci -.y in December, 1974, and having
a1. rated capacity of 6,000 pounds. Because of its age, repair parts are
incr6d§ih§ly harder to find, and extended periods of downtime are
becoming more frequent.
Additidnally, because of its capacity limitation, it is unable to
handle the larger transformers and vaults that are being purchased for
use id the City's electrical distribution system.
The vidw forklift would be used to handle materials and equipment
weighinU over 3,000 pounds, the rated capacity of the smaller lift at
MSC. In addition to transformers and vaults, cable reels, metalclad
switcNUear, units of crossarms, pallets of paint for streets, and bins
of scrap metal all exceed 3,000 pounds in weight.
The estimated cost of this equipment is 535,000, the amount of which
has been included in the 1989/90 budget.
If this recommendation is approved, the bid opening would be scheduled
for May 30, 1990.
uld,
el Harris, Purchasing officer
cc: Electric Utility Director
Assistant Electric Utility Director
Superintendent, Building & Vehicle Maintenance
SPECIFICATIONS FOR 1031000# CAPACITY FORKLIFT
General Instructions:
All equipment listed as standard by the manufacturer for the model
quoted shall be furnished whether or not such equipment is detailed
herein. Exception: vendor shall not furnish standard items replaced
by specific optional equipment. Only models in current production will
be accepted.
The forklift and all equipment furnished therewith shall be in
compliance with all applicahle provisions of the California Vehicle
Code, and with all provisions of the State of California, Divi -ion 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 lift shall be of proper
size and design to safely withstand maximum stresses imposed by a ca-
pacity load, and the manufacturer's rated loads for axles and bearinas
must not be exceeded when lift is loaded with such capacity loads.
Prior to delivery, the lift must be completely serviced with factory -
prescribed pre -delivery service. The crankcase, transmission, and
differential must be filled to factory -recommended capacities, and fuel
tank must contain at least five gallons of fuel. Lift and all compo-
nents shall operate conforming to factory intent and in good factory -
dealer practice.
Lift is to be covered by factory, 12 -month parts and labor warranty.
All defects shall be corrected by successful bidder or any factory -
authorized dealer for that lift under standard factory warranty.
Bids will be considered only on equipment represented by a reliable
California firm, carrying an adequate supply of replacement parts in
the State. Successful bidder shall furnish, at no charge, two Operator
Manuals, two Replacement Parts Catalogs, and two Shop Repair Overhaul
Manuals for equipment that is furnished.
Original Dealer's Report of Sale, or Manufacturer's St;:te of Origin, or
Hill of Sale and Weight Certificate and Factory Warranty Guarantee must
be furnished to the City at the time equipment is delivered. Final
acceptance of the unit for conformance with the specifications will be
made only in the Municipal Service Center yard.
S-1
The apparent silence of this specification or supplemental specifica-
tion as to any detail, or the apparent omission from it of any detailed
description concerning any point, shall be regarded as meaning that
only the best commercial practice is to prevail, and that only materi-
als and workmanship of first quality 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
shall assume that all requirements have been met and shall hold 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, that information 4s not sufficient
evidence that the bidder is making an exception. If no exception or
deviations are shown, equipment shall be furnished as specified
herein. Bidder shall submit current literature and specifications o.
equipment bid.
S-2
AS SPECIFIED EXCEPTIONS
Cannacity
Load capacity shall be not less than 10,000 pounds
at 24" load center.
Eine
Engine shall be LPG fueled and the manufacturer's
standard for model unit supplied, with not less
than 4 cylinders, displacement of not less than
236 cu. in., and a rated output of not less
than 63 HP.
Transmission
Powershift transmission, with a minimum of
one speed forward and one speed reverse.
Brakes
Foot -operated hydraulic service brakes,
hand -operated mechanical parking brakes.
Optional item: Micro -lock mechanism -
Bidder to provide details of micro -lock
braking system added to equipment proposed.
Wheels & Tires
Heavy-duty irlustrial type, of size and
design recommended by manufacturer for
the lift described in these specifications.
Number of front drive wheels: 2 (1 each side).
Number of rear wheels: 2.
Pneumatic -type tires.
Outside Turning Radius: 120 inches maximum
Overall Width: 60 inches maximum
Electrical:
12 -volt negative ground, 12 -volt maintenance -
free battery with a minimum 450 CCR rating.
Operator Position: Rider seated.
Q
Minimim Standard lift: 132 inches.
F
3 Free lift: 4.5" to 6.5"
Forks•(Minimum Dimensions) - 2" x 6" x 56"
Vendor indicate: Proposed lift equipped with _" x _" x
Tilt Range - (Degrees - Minimum Tilt):
6 ferward, 10 back.
Side Shift Option:
Bidder to provide details of side shift capabilities.
on equipment proposed.