Loading...
HomeMy WebLinkAboutAgenda Report - April 17, 2019 C-25TM CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: MEETING DATE: PREPARED BY: AGENDA ITEM C-25 Adopt Resolution Authorizing City Manager to Waive Bid Process, Utilize GSA Contract No. GS -07F -0199T, and Approving the Purchase of Toyota Internal Combustion Forklift from Atlanta Forklifts, Inc. of Scottdale, Georgia ($89,271) April 17, 2019 Electric Utility Director RECOMMENDED ACTION: BACKGROUND INFORMATION: Adopt a resolution authorizing the City Manager to waive the bid process, utilize GSA Contract No. GS -07F -0199T, and approving the purchase of a Toyota Internal Combustion Forklift from Atlanta Forklifts, Inc. of Scottdale, Georgia in the amount of $89,271. The Electric Utility (EU) is proposing to replace a 1990 Hyster Forklift (Vehicle No. 09-110), which has exceeded its useful life and no longer meets the operational needs and requirements of EU. Purchased new in 1990, EU's existing Hyster forklift, a photo of which is attached as Exhibit A, exceeds the service life for every vehicle category identified in the City's fleet replacement policy. To date, EU has spent nearly $24K on repairs, about 85 percent of which was unscheduled in nature. In addition, the largest transformers used by EU now exceed the lifting capability of the existing forklift. The proposed forklift not only has a substantially increased lifting capability of 17,500 pounds, but is compliant with State emissions standards, will prove more reliable and offers safety and productivity improvements not present on the existing, aged equipment. Staff has spent considerable time researching new forklifts to find one best suited to meet the needs of EU. After researching multiple vendors, staff either found no comparable offering to meet the equipment and operational needs of EU or found proposed units at a much higher cost than proposed under this purchase. In addition, various used units were also researched. While an older model of the proposed unit was found at a lower cost, it will not alleviate the City's compliance issues as it relates to emission standards. A summary of staff's findings is as follows: Item Clark C8OD Condition NEW Vendor Price Comments Holt of California $85,734 Toyota 8FD8OU NEW GSA (Public Agency) $89,271 Slightly lower cost; lacks safety features Proposed Purchase Toyota 8FD8OU NEW Watts Equipment, Manteca $89,902 Increased cost Caterpillar DP7ON1 NEW Hyster H175FT NEW NJPA/ SOURCEWELL (via Holt of California) PAPE Material Handling, Sacramento $99,165 Increased cost; less lifting capacity Increased cost; same brand as existing unit $121,721 APPROVED: Nat OP _ • chwaba • - C Manager Item Condition Vendor Price Comments 2015 Clark C8OD USED Holt of California $94,069 Increased cost 2013 Toyota 8FG8OU USED Toyota Forklifts of Atlanta $63,579 Lower cost; emission compliance issues 2018 Toyota 8FD8OU USED Scott Equipment Company, LLC, Louisiana Not available Pricing not provided by vendor; incorrect mast height The federal Government's General Services Administration (GSA), a public agency, uses the federal Government's purchasing -power to negotiate prices for various items, and provides this pricing to other federal departments, guaranteeing their compliance with Federal Acquisition Regulations. Staff has found that the proposed forklift is included among the GSA's schedules, and confirmed with the GSA that their purchasing channel and pricing are available to Lodi. Staff believes this to be the least costly procurement option for the proposed unit. The existing forklift will be dispensed in accordance with City policy. Staff has consulted with Fleet Services and is not aware of any other fees due with this purchase but requests authority to pay any such nominal unforeseen governmental fees and/or surcharges which may arise in the course of this purchase, in addition to the purchase price (including tax). Consistent with Lodi Municipal Code 3.20.070, staff recommends authorizing the City Manager to waive the bidding requirements and to use the US Federal Government's General Services Administration Contract No. GS -07F -0199T to purchase a Toyota 8FD8OU, Internal Combustion Forklift (see Exhibit B), in the amount of $89,271 (including tax), from Atlanta Forklifts, Inc. of Scottdale, Georgia and authorizing payment of any nominal unforeseen governmental fees and/or surcharges. FISCAL IMPACT Replacement of Vehicle No. 09-110 meets regulatory requirements, saves repair and rental costs, and increases productivity. This purchase will not impact the General Fund. FUNDING AVAILABLE: Account No. 50199000.77040 (Electric Utility Vehicles). TC/JM/MP/NB Andrew Keys Deputy City Manager/Internal Services Director 174, �'+�L��4il 'ter �` �Jr �elr sS�Y elissa Price Interim Electric Utility Director EXHIBIT A Existing Hyster Forklift (Vehicle No. 09-110) EXHIBIT B Proposed Replacement Forklift TOYOTA FORKLIFTS OF ATLANTA Atlanta Fork Lifts, Inc. 3111 E. Ponce De Leon Ave Scottdale, GA 30079 Phone: 770-704-9500 Fax: 770-704-9501 www.atlantaforklifts.com To: City of Lodi 1331 S. Ham Lane Lodi, CA 95242 Attn: Mike Koinzan x2745 For Delivery to: Same Date: March 28, 2019 Our Ref: 03061963 E -Mail: mkoinzan@lodi.gov Phone: 209-333-6800 GSA CONTRACT QUOTE CONTRACT# GS -07F -0199T We respectfully submit this quotation for the following NEW Toyota Internal Combustion Lift Truck (1 each): Tovota...Proud to be the world's #1 forklift manufacturer! TOYOTA MODEL 8FD8OU, Internal Combustion Lift Truck, quality engineered with the following specification: • Solid -Pneumatic Drive & Steer Tires — Set of Six (6) • Diesel Powered- Toyota 30. L 1KD Industrial Tier IV - Final - Clean -Burning Diesel Engine • Integral Pin Type Side -Shifting Fork Positioner WITH 4 -Way Hydraulic Controls This lift truck is equipped with a 3 -Way Catalytic Muffler System as standard equipment and conforms to current Federal EPA and California ARB regulations for off-road large spark ignited engines. SYSTEM OF ACTIVE STABILITYTM (SAS) Toyota's industry exclusive System of Active Stability (SAS) helps reduce lift truck instability by electronically monitoring and controlling various functions of the lift truck. • Active Mast Function Controller (AMC): Should the operator inadvertently place the lift truck in a potentially unstable longitudinal condition, these same sensors trigger the SAS controller to activate the AMC, which limits forward tilt and/or tilt back speed to help reduce the likelihood of a longitudinal tip over. TOYOTA ENGINE Engineered to the highest standards of quality, durability, and reliability, your Toyota lift truck is outfitted with the industry's most respected industrial engines. Models BFD7OU shown Photo may portray optional equipment not included in your quotation. AUTOMATIC FORK LEVELING Toyota's Automatic Fork Leveling feature increases productivity while reducing damage with a push of a button. By depressing the Automatic Fork Leveling button during forward tilt, operators are quickly and easily able to level the forks. FULL FLOATING PLANETARY DRIVE AXLE Your Toyota lift truck is outfitted with a rugged planetary drive axle. This planetary drive axle decreases the torsional stresses commonly experienced with power shifting, resulting in greater durability, reliability, which results in increased uptime. Mast 2 -Stage (V) mast with limited free lift. Mast specifications: Maximum Fork Height —140.5" Overall Lowered Height —110.6" (Overhead Guard Height - 90.90") Free Lift - 5.1" with standard Load Backrest Lifting Capacity Base Model Capacity - 17,500 lbs. @ 24" load center Actual Capacity based on quoted specifications, - 16,100 lbs. @24" load center to 140.5" MFH Carriage Carriage Class IV - 67" Wide (for Side -Shifting Fork Positioner) Forks Forks 72" Long x 6" Wide x 2.8" Thick - Class IV Load Backrest 54" High Load Backrest Attachments Rightline 67" Integral Pin Type Side -Shifting Fork Positioner (Includes 4 Way Valve with 3rd & 4th Function Hosing) with Automatic Fork Leveling System Speeds Travel Speed: 13 mph Lift Speed: 87 fpm Engine Toyota 3.0L 11CD Industrial Diesel Engine — Tier 4 Final 3.0 Liter, 4 Cylinder, Dual Overhead Cam (DOHC) Net Torque Rating: 220 @ 1200-1500 rpm SAE ft -lb Net Horsepower Rating: 74 @ 2200 rpm SAE HP Common Rail Fuel Injection Variable Nozzle Turbocharger with Air-cooled Intercooler TIER IV final emissions system with Diesel Oxidation Catalyst (DOC) with Exhaust Gas Recirculation system Transmission 2 -Speed Automatic (Powershift) Transmission 2 speed forward, 2 speed reverse standard. Steering Load Sensing Hydrostatic Power Steering with Tilt Steering Column Wheels and Front Tires: 8.25-15-14PR (Solid -Pneumatic, Dual Drive) Tires Rear Tires: 8.25-15-14PR (Solid -Pneumatic) Additional Two (2) LED Adjustable Headlights with Headlight Guards Equipment LED Rear Light Group (Brake Lights/Tail Lights/Turn Signals/Back-Up Lights/Marker Included: Lights) LED Strobe Light - Yellow Adjustable Volume Back-up Alarm (Smart Alarm) Rear View Mirrors (Left & Right Sides) Engine Air Pre -Cleaner Orange Seat Belt Rear Assist Grip with Horn Button Pencil / Tape Holder (Mounted on Overhead Guard Leg) Fire Extinguisher (Mounted on rear Overhead Guard Leg) Solid Pneumatic Drive Tires Solid Pneumatic Steer Tires Other Outstanding Toyota Features Included: A30B - UL MODEL TYPE "DS" — Diesel Safe (cont.) Rightline 67" Wide Integral Pin Type Side -Shifting Fork Positioner (Includes 4 Way Valve with 3rd & 4th Function Hosing) with Automatic Fork Leveling System (via button on side - shift lever) 4 -Way Fully Adjustable Suspension Seat with Retractable Seat Belt UL (Underwriter's Laboratories) Safety Approved Model Type "D" MANUALS: Includes All Operator's Manuals • Operator Presence Sensing System (OPSS) • Dual Action Hand Parking Brake • Adjustable Headlights with Guards • Electronic Shift Control • Electronic Speed Control • Fully Insulated Stamped Steel Engine Hood • Low Entry Step Height • Dual Operator Assist Grips • Dash Integrated Pen/Pencil/Cup Holder • Durable Rubber Floor Mat • High Visibility Overhead Guard Warranty 12 Months or 2,000 hours whichever occurs first: Basic 36 Months or 6,000 hours whichever occurs first: Powertrain GSA Sale Price: Terms & Conditions: GSA SIN# 629-01A GSA Customer Cost per Unit Delivered —Lodi, CA 95242... **Includes all set-up/prep service/delivery/operator orientation on the new unit** Payment: Net 30 Days F.O.B.: Destination Delivery: 120 Days A.R.O. Quote: This quote is valid for 90 days. $82,467.00 Each Notes: Unit will be delivered fully serviced and ready to be put into operation. Includes Operator Orientation on the new forklift at your facility at no cost to the government (if desired). Atlanta Fork Lifts, Inc. GSA Contract# GS -07F -0199T expires 01-31-2022, WAWF Certified, TIN# 58-1152676, DUNS# 06-2593603, Cage Code OVTV7, SAM.GOV Registered, Business Size: Small Business per NAICS 333924. Phone 770-704-9500, Fax 770-704-9501. E -Mail: rmincey@windstream.net GSA CONTRACT NUMBER GS -07F -0199T EXPIRES 01-31-2022 ***This yorkl ft Is Built in the U.S.A. (CoCumbus, Indiana)* *****WE ARE AN SBA CERTIFIED SMALL BUSINESS***** Sincerely, Accepted: Atlanta Fork Lifts, Inc. City of Lodi By: Randy C. Itllncey By: Phone: 770-704-9500 Fax: 770-704-9501 Name: Title: GSA Contract Administrator Title: Date: RESOLUTION NO. 2019-61 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO WAIVE BID PROCESS, UTILIZING GENERAL SERVICES ADMINISTRATION CONTRACT NO. GS -07F -0199T, AND APPROVING THE PURCHASE OF A TOYOTA INTERNAL COMBUSTION FORKLIFT FROM ATLANTA FORKLIFTS, INC. OF SCOTTDALE, GEORGIA WHEREAS, the Electric Utility (EU) is proposing to replace a 1990 Hyster Forklift (Vehicle No. 09-110), which has exceeded its useful life and no longer meets the operational needs and requirements of EU; and WHEREAS, staff recommends the purchase of a replacement forklift that has a substantially increased lifting capability to meet EU's operational needs and requirements, is compliant with State emissions standards, will prove more reliable, and offers safety and productivity improvements not present on the existing aged equipment; and WHEREAS, the US Federal Government's General Services Administration (GSA), a public agency, uses the Federal Government's purchasing power to pre -negotiate prices for various items, and provides this pricing to other federal departments, guaranteeing their compliance with Federal Acquisition Regulations. Staff has found that the proposed forklift is included among the GSA's schedules, has confirmed with the GSA that their purchasing channel and pricing are available to Lodi, and believes this to be the least costly procurement option for the proposed unit; and WHEREAS, in accordance with Lodi Municipal Code Section 13.20.070, the bidding process may be waived when the City Council determines that the purchase or method of purchase would be in the best interests of the City; and WHEREAS, staff recommends authorizing the City Manager to waive the bid process, utilizing GSA Contract No. GS -07F -0199T, and approve the purchase of a Toyota 8FD8OU internal combustion forklift from Atlanta Forklifts, Inc., of Scottdale, Georgia. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to waive the bid process, utilizing GSA Contract No. GS -07F -0199T, and approve the purchase of one Toyota 8FD8OU internal combustion forklift from Atlanta Forklifts, Inc., of Scottdale, Georgia, in the amount of $89,271, including tax; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize payment of any nominal unforeseen fees and/or surcharges which may arise in the course of this purchase. Dated: April 17, 2019 I hereby certify that Resolution No. 2019-61 was passed and adopted by the City Council of the City of Lodi in a regular meeting held on April 17, 2019 by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None QFzNNIFER City Clerk 2019-61 FERRAIOLO