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