New Forklift Bid Documents August 2015

advertisement
CITY OF DIXON, CALIFORNIA
CITY ENGINEER / PUBLIC WORKS DEPARTMENT,
WASTEWATER DIVISION
SOLANO COUNTY, CALIFORNIA
BID SPECIFICATIONS
FOR THE PURCHASE OF
ONE (1) NEW 2016, 5,000 LB. CAPACITY LPG PNEUMATIC TIRE FORKLIFT
August 2015
BID OPENING:
3:00 PM, Thursday, September 3, 2015
at City Hall, 600 East A Street,
Dixon, California
CITY OF DIXON
SOLANO COUNTY, CALIFORNIA
SPECIFICATIONS
FOR ONE (1) NEW 2016, 5,000LB. CAPACITY LPG PNEUMATIC TIRE FORKLIFT
I.
GENERAL
These specifications call for the purchase, delivery, and acceptance of one (1) New 2016, 5,000 lb.
Capacity LPG Pneumatic Tire Forklift, currently in production and of the latest 2016 model year design.
A. The forklift furnished under this specification shall be the manufacturer’s current conventional
design for the type of forklift specified, complete with all necessary operating accessories
customarily furnished, whether stipulated herein or not, with such modifications and attachments
as may be necessary to enable the forklift to function reliably and efficiently in sustained
operation.
B. Additionally the forklift furnished under this specification shall comply with the most current
California Air Resources Pollution Control Requirements, and the requirements of the California
Occupational Safety and Health Administration (Cal-OSHA).
II.
BIDDING CONDITIONS
Where exact compliance to the specifications as contained herein is not offered, bidders shall attach a
letter of exceptions to their bids; Letters of exceptions shall refer to specific paragraphs herein and shall
fully explain in detail where the 2016, 5,000 lb, Capacity LPG Pneumatic Tire Forklift offered differs
from requirements as spelled out herein. Bidders are warned that mere attachment of brochures covering
standard equipment when such differs from these specifications shall not be adequate to satisfy the letter
of exceptions requirement.
Where differences are offered as equal or better, vendor or bidder shall fully guarantee in writing that
their 2016, 5,000 lb. Capacity LPG Pneumatic Tire Forklift meets or exceeds values of these
specifications and shall fully explain the effects of such differences on the operation of the 2016, 56,000
lb. Capacity LPG Pneumatic Tire Forklift.
III.
WARRANTY
All equipment, components, and materials shall be new and unused (except for necessary testing during
and after fabrication of said forklift) and shall carry original manufacturer's terms and conditions of
warranty as conveyed to original or first owner, and shall be a minimum of 1-years/2,000-hours full
coverage and 2-year/4,000-hour Powertrain coverage All other fabrication work or installation of
aftermarket accessories associated with this purchase shall be warranted against defects in materials and
workmanship for a period of not less than one full year commencing upon date of acceptance by
purchaser.
IV.
WORKMANSHIP
All fabrication, assembly, installation of aftermarket accessories and finish work shall be accomplished
by skilled craftsmen using proper tools, materials, and/or hardware to result in a properly assembled,
finished and attractive functional forklift if applicable.
V.
INSPECTION, INVENTORY, TESTING, TRAINING, AND ACCEPTANCE
Upon delivery of the 2016, 5,000 lb. Capacity LPG Pneumatic Tire Forklift to the City of Dixon,
Wastewater Treatment Facility located at 6915 Pedrick Road, Dixon, CA 95620, the following actions
will be taken:
A. Joint inspection of the 2016, 5,000 lb. Capacity LPG Pneumatic Tire Forklift by purchaser and
vendor for compliance with these specifications or specifications as modified by purchase
agreement or purchase order.
B. Acceptance of and payment for the delivered 2016, 5,000 lb. Capacity LPG Pneumatic Tire
Forklift shall be based upon results of the above. Specification departures, defects, shortages,
and/or malfunctions shall be listed in writing by purchaser. Acceptance and payment shall be
affected upon correction of these listed unacceptable features, if any.
VI.
2016, 5,000 LB. CAPACITY LPG PNEUMATIC TIRE FORKLIFT COMPONENT
SPECIFICATIONS (Minimum)
1. 5,000 lb. Capacity LPG Pneumatic Tire Forklift.
2. 4 cylinder LPG engine (clean air, low emission system). Must meet all EPA tier requirements.
3. Single speed power shift automatic transmission.
4. Transmission oil cooler.
5. Transmission return to neutral for start.
6. Pneumatic single drive and steer tires.
7. Power steering.
8. Tilt steering.
9. Hydraulic brakes.
10. 4 Controls, (up-down, tilt, side shifting fork positioner and fork width adjustment).
11. 185” minimum height of forks extended.
12. 42” minimum fork length.
13. 48” minimum high load backrest.
14. Triplex mast.
15. Overhead guard.
16. Amber strobe light mounted below overhead guard.
17. Vinyl comfort seat with lap belt.
18. Back-up alarm.
19. Rear stop, tail and back-up lights.
20. Gauges and indicators, Speedometer, hour meter, engine oil pressure, engine coolant
temperature, transmission warning, seat belt reminder warning, brake fluid, parking brake
warning, charging system, low LPG fuel indicator at a minimum.
21. (1) Steel LPG tank, horizontal mounted, including tank brackets.
22. Horn.
23. All steps to be anti-slip.
24. Owner’s manual.
25. Maintenance manual.
26. All warranty documentations.
27. Maximum delivery time shall be 90 days from the issuance of a purchase order or execution of
any contract
ADDITIONAL ACCESSORIES
1.
2.
3.
4.
5.
6.
VII.
Duel panoramic rear view mirrors.
(2) Forward facing work lights with guards.
(2) Rear facing work lights with guards.
Drawbar pin.
(1) Spare steel LPG tank.
Power hook-up
TO BE INCLUDED UPON DELIVERY
A. One (1) instruction manual (Owner's Manual)
B. One (1) maintenance manual
C. One (1) packet of warranty documentations
VIII.
TRAINING
The vender shall, upon delivery of the new forklift, train the wastewater treatment facility staff on the
proper operation and maintenance of the new forklift.
The vendor shall also conduct and/or arrange and cover the cost of an OSHA approved professional
training and certification course for, four wastewater treatment facility staff members within two weeks
of the delivery of the new forklift.
IX.
MISCELLANEOUS
Each bidder shall submit with his bid a manufacturer's catalog and/or pamphlet of detailed printed
specifications pertinent to the vehicle in question.
In addition, bidders shall indicate on the proposal form any and all guarantees being offered. Any
special, unusual, or additional equipment or accessories being offered should be noted as a part of the
bid.
X.
BASIS OF AWARD
The City of Dixon reserves the right to reject any or all bids, or alternate bids as in the best interest of
the City may require. Consideration will be given in comparing proposals and awarding the bid, not only
to the amount of the proposal, but also, to the kind and quality of the vehicle offered, its suitability for
use in the City and service intended, and warranty terms and conditions.
CITY OF DIXON
"PROPOSAL"
FOR THE PURCHASE OF ONE (1) NEW 2016, 5,000 LB. CAPACITY LPG
PNEUMATIC TIRE FORKLIFT
The undersigned, as bidder, declares that the only persons or parties interested in this proposal as
principals are those named herein; firm or corporation; and he/she proposes and agrees if this proposal is
accepted, that he/she will contract with the City of Dixon to provide the 2016, 5,000 lb. Capacity LPG
Pneumatic Tire Forklift as described and stipulated in the specifications and Notice to Bidders.
ITEM:
2016, 5,000 lb. Capacity LPG Pneumatic Tire Forklift as per specifications: Price $
Sales Tax $
Total Price in Figures: $
Total Price in Words: _______________________________________________________________
WARRANTIES, ETC. (one year minimum required- specify any other terms/ conditions)
_________________________________________________________________________________
DEVIATIONS FROM SPECIFICATIONS: (indicate in detail; add extra sheets if necessary) _____
_________________________________________________________________________________
MAXIMUM TIME FOR DELIVERY: calendar days __________
ADDENDA
The undersigned agrees that all addenda received and acknowledged herein shall become a part of and
are included in the Proposal.
This Proposal includes the following addenda:
Addenda No.
Acknowledged by: __________________________________________________________________
WITNESS OUR HANDS THIS _________ DAY OF _______________________, 2015
SIGNATURE OF BIDDER __________________________________________________________
COMPANY: ______________________________________________________________________
BUSINESS ADDRESS: _____________________________________________________________
TELEPHONE NO: _________________________________________________________________
Download