R-01-05-10-13D5 - 5/10/2001RESOLUTION NO. R- 01- 05- 10 -13D5
WHEREAS, the City of Round Rock has duly advertised for bids for
the purchase of a forklift, and
WHEREAS, Rental Service Corporation has submitted the lowest
responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Rental
Service Corporation, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the bid of Rental Service Corporation is hereby accepted as
the lowest responsible bid and the City Manager is hereby authorized
and directed to issue a purchase order to Rental Service Corporation
for the purchase of a forklift.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
ATTEST:
RESOLVED this 10th day of May
E LAND, City Secretary
O.\ NPOOCS \RRSOLUTI \R1051005.MP0 /ac
:A d 1 /_lei
ROB A. STLU JR., yor
City of Round Rock, Texas
DESTINATION:
for
SEE 1 6 ON BACK FOR INSTRUCTIONS:
City of Round Rock
Water Line Maintenance
Attn: Trey Tippie
910 Luther Peterson Place
Round Rock, TX 78664
TAX ID NO.:
,6
Q
I t-{
Ot I '. e (i/ , C.
S - � j U> s
— k
( Q G ITLS_grtD .
{ 1'■
LEGAL BUSINESS NAME:
ADDRESS: 16300
ADDRESS. 4 ✓ _
7 S3
CONTACT:
•
us 1 2-
4
(4
Cr, -
TELEPHONE NO'
T `1
C ( - (p (. 6 V
A 0 [ — r r.a F.3
Bidder agrees to comply with all conditions set
BUSINESS ENTITY TYPE•
h below and on the reverse side of this IFB.
.. ..
-. .
ITEM
... .. .�. ....I
CLASS & ITEM DESCRIPTION
56075
QTY
UNIT
.
MAKE/MODEL
PRICE
UNIT
EXTENSION
16000
2
3
ITEMS BID SHALL BE IN ACCORDANCE
WITH ATTACHED FORKLIFT SPECIFICATION
01- 560 -75. DATED MARCH, 2001 110 PAGESI
LB. FORKLIFT. DIESEL POWERED
HEIGHT OF MAST IN LOWERED POSITION. 85" approximately •
HEIGHT OF MAST IN EXTENDED POSITION: 144" minimum
OPTION N0. 4 SIDE -SHIFT MECHANISM
OPTION N0.5 FORK SPACER
1
1
1
GRAND
EA
EA
EA
TOTAL
D A r
✓ A C
P305-3
ao,apc
! p 3Y
J/ 490
ao,acx - ,
(y9
/J
I,90
3 J lay
BIDS ARE DUE TO THE PURCHASING OFFICE
AT THE ABOVE ADDRESS BEFORE BID
OPENING TIME.
INVOICE TO.
City of Round Rock
Finance Department
221 East Main Street
Round Rock, Texas 78664 -5299
BID F.0 B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
INVITATION FOR BID IIFB)
CITY OF ROUND ROCK PURCHASING OFFICE
221 E. Main Street
Round Rock, Texas 78664 -5299
FACIMILE RESPONSES
SHALL NOT BE ACCEPTED
SHOW BID OPENING DATE 6
DID NUMBER IN LOWER LEFT SNOW RETURN
NAND CORN. OF SEALED BID
ADD BIDDING FIRM
BIDDING INFORMATION:
BID NUMBER 01.008
OPENING DATE: 03/13/01 at 3:00 P.M.
BID LOCATION: 221 E. Main Street. 1st Floor
Council Chambers, Round Rock, TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID
Print Name
FLOW
Failure sign bid r , I squabr
Authoried Signature Date
DELIV S DAYS
By the signature hereon ettixed, the bidder hereby certifies that neither the bidder nor he entity represented by the bidder, or anyone acting for such
entity has violated the antitrust laws of this State, codified in Section 15 01 et seq., Texas Business and Commerce Code, or he Federal antitrust
LENGTH
WIDTH
HEIGHT
Overall Lowered (Mast or O H Guard)
Fully Raised with Load Backrest 3 if inches
ff�
Overhead Guard S / inches
To Top of Fork When Fully Raised / (1 .' inches
TAPERED TYPE FORKS
LXW %T: / 2
Inches
CHISEL TYPE FORKS (ssnh Option No 1)
LxWxT y Z inches
FORKLIFTTRUCK, 6000 -POUND CAPACITY
DATA SHEET
SPECIFICATION' NO.
01- 560 -75
DATED: MAR 2001
Bidder should insert the requested information and return two copies for informational purposes
.7
purpooses on
Machine Make ptC-i
00t, Model J 30
YYY //� p
Machine Capacity (pounds) t0 oo Total De -rate (pounds) //�� -5-.1 Sb / o it / J r d'F 51,11/ e r
Engine uR6 LtfJZ) Make Model Q !-7 ? ?/7
Engine is Fire By: Diesel L' Gasoline
SAE Net HP@ ''IJ IL+CRPM SAE Net Torque Q RPM
CID 2 (' L G No. of Cylinders L
Hourrneter: Make Model
Battery Capacity: amp/hour Alternator Capacity. amps
Transmission. Maked.4 7(! AA) Model „d e 5`17 / Type No of Speeds(44 rr/1r'Clrf rekielT e
Minimum Grad Unit Can Negotiate /S l Fully / Loaded � �%
Steering Type /y y d'Yr r
�" 2 k k 9 ,S� (sH d x l 0
Tire Type /J /) j /J%YL d T�cFront Brand St Model No. Y � Rear Brand & No
Unit Lifting Speed (loaded) /b 7- feet per minute
Overall to Fork Tip (with Option No. 1, 42 inches Fork) /15 $' inches
Overall to Fork Face 3 , inches
L
Overall with Pneumatic Tires (STD) 7 . 1 inches Overall to Outside of Fully Spread Forks inches
q 3
inches
TURNING CAPABILITY
Turning Radius with Pneumatic Tires (STD) inches
Turning Radius s.ith Cushion Tires !Y 1 inches
Page 9 of 10
Right Angle Tum, Min Aisle Width with Pneumatic Tires (STD) /17 , Z inches
Right Angle Tum, Min. Aisle Width with Cushion Tires 9 / inches
WARRANTY ) ye icir/z600 h - co m pie -I
Forklift Warramy Period is — months •
c /YQ6b in n - ro.4 Ira r
s r�4 r /io • ouo%r� - bntkrs
r parts.
Name and address of firm ncaresf the P03 point thai dl providde service d repai
Firm R P n 4- K I Sev v (.3.42, eut'Gt' Gavb
Name 3 0 1 . t e- -1,3. n O (r7 I i, /
Addressi : ,... r { K5c1 ! X /7C �, y `
Telephone i — 3 1 0 — 7 7 3
Indrvrdual to Contact ] ) a i. -e r f'i'b
/1-b
If servicing dealer furnishes part for minor repairs by department personnel, will this affect the warranty+
If answer is "yes", please attach explanation
Name of firm 12-- � d'I S a ��� G'Q' ""' p " Jr('461�V�,
Bidder's Signature "�` �.J R- ✓ ,( � -
Bidder's Telephone No 5 2
1 — 5 p
6 ` T — b�. p c (
Bidder's Name (Print) D r vt B e r 1 ✓1
NOTE. THIS PAGE SHOULD BE RETURNED FOR INFORMATIONAL PURPOSES ONLY.
Page 10 of 10
SPECIFICATION NO.
01- 560 -75
DATED' MAR 2001
DESTINATION:
forth
SEE 1.8 ON BACK FOR INSTRUCTIONS:
City of Round Rock
Water Line Maintenance
Attn: Trey Tippie
910 Luther Peterson Place •
Round Rock, TX 78664
TAX ID NO.: 7'/- 196 /S/ (s
t�
LEGAL BUSINESS NAME: &Ott /PME yEVo'f
ADDRESS: K 1 N. 1 H 3S
ADDRESS: - PFLUf.L'1LUILLC 1 TX 7fi660
CONTACT: wr Te.'M..Of6
TELEPHONE NO.: SI -ass.- 750o
Bidder agrees to comply with at conditions set
BUSINESS ENTITY TYPE:
below and on the reverse side • of this IFB.
ITEM
CLASS & ITEM DESCRIPTION
56075
QTY
UNIT
MAKE/MODEL
PRICE
UNIT
EXTENSION
1
2
3
ITEMS BID SHALL BE IN ACCORDANCE
WITH ATTACHED FORKLIFT SPECIFICATION
01. 550 -75, GATED MARCH. 2001 (10 PAGES) •
6000 LB. FORKLIFT, DIESEL POWERED
HEIGHT OF MAST IN LOWERED POSITION: 85' approximately
HEIGHT OF MAST IN EXTENDED POSITION: 144' minimum
OPTION NO. 4 SIDE -SHIFT MECHANISM
OPTION N0. 5 FORK SPACER
r
1
1
1
GRAND
EA
EA
EA
TOTAL
✓A EtJ
PA
V 30 S
.
21, It4Is
DS_ARE DUE TO THE PURCHASING UFFI
S AT THE ABOVE ADDRESS BEFORE BID
PENING TIME.
•• i - t'�. ^,• --
. .. • rm
INVOICE TO:
• •. City of Round Rock
Flnance Department
• ,, East Main Street ..
• Rotind Rock. Texas 78664 -5299
• • BID F.O.B. DESTINATION
UNLESS OTHERWISE SPECIFIED BELOW
ra
ACIMIL fESPONSES4.r�,•f--
SHALL NOT BE ACCEPTED
SHOW RIO OPENING OAIE e
110 NUMBER H LOWER tEFr
NMI, CORNER OF SEALED VD
ADDRESS OF MOOING r0M.
BIDDING INFORMATION: "' - - '" •
BIR NUMBEF
OPENING DATE: - 03/13/01 • 'at `3 :0 P.M.
BID LOCATION: 221 E: Main Street, lit Floor - A =` •
Council Chambers. Round Rock, TX 78664
RETURN SIGNED ORIGINAL AND ONE COPY OF BID '
DODGER SHAT 1 111N BELOW
lure ign bid will diogeal /y bid
Dried SilRtature
Print Pi0 E5
Name
+.•'+'•' . - _. _ LDELNEBYIN.•' y0 DAYS
ey the etgnar.e hereon efrixed, the biddy heneby ene Res that neither the bidder no the entity represented by: he bidder, or enyone acting forsuch
. A entity has violated the antitrust lawn of this Siate; codllied M Section 16.01 et se4., Texas Business end Commerce Oi the Fedorel antitrust.;:
Were, nor corms iceted thready or indirectlythe - bid made to ariy competitor or any other person engaged In such fine of businesi' '
CITY OF ROUND ROCK
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
6000 LB. FORKLIFT, DIESEL POWERED
PART I
GENERAL CLAUSES AND CONDITIONS
1. The equipment furnished under this specification shall be the latest improved model in current
production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder
represents that all equipment offered under this specification shall be new. USED, SHOPWORN,
DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE.
2. Bidder should submit with the bid, the latest printed literature and detailed specification on equipment the
bidder proposes to furnish. This literature is for informational purposes only.
3. The unit shall be completely assembled and adjusted, and all equipment including standard and
supplemental equipment shall be installed and the unit made ready for continuous operation.
4. All parts not specifically mentioned which are necessary for the unit shall be complete and ready for
operation or which are normally furnished as standard equipment shall be furnished by the vendor. All
parts shall conform in strength, quality and workmanship to the accepted standards of the industry
5. The unit provided shall meet or exceed all federal and state of Texas safety, health, lighting and noise
regulations and standards in effect and applicable to equipment furnished at the time of manufacture.
6. The City of Round Rock is committed to procuring quality goods and equipment. We encourage
manufacturers to adopt the International Organization for Standardization (ISO) 9001 -9003 standards,
technically equivalent to the American National Standards Institute/American Society for Quality Control
(ANSI /ASQC Q91 -93 1987), and obtain certification. Adopting and implementing these standards is
considered beneficial to the manufacturer, the City, and the environment. It is the City's position that the
total quality management concepts contained within these standards can result in reduced production
costs, higher quality products, and more efficient use of energy and natural resources. Manufacturers
should note that future revisions to this specification may require ISO certification.
7. APPLICABLE LAW: the laws of the State of Texas shall govern any resulting contract/purchase order
and all subsequent amendments. No rights, remedies, and warranties available to the City or by operation
of law are waived or modified unless expressly waived or modified by the City in writing.
8. VENUE: The parties agree that venue for any litigation shall lie in Williamson County, Texas
9. EXCEPTIONS: If any exceptions are taken to the specification(s) and/or the terms and conditions of the
solicitation, the Bidder shall clearly indicate the exceptions taken and include a full explanation as a
separate attachment to the Offer. The failure to identify exceptions or proposed changes with a full
explanation shall constitute acceptance by the Bidder of the specifications and/or terms and conditions for
purposes of executing a contract.
10. CLARIFICATION OF SPECIFICATION: For clarification of specifications, bidders may contact:
Ann Morrow
City of Round Rock
Telephone: 512 -218 -5458
The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to bid opening without
written approval of the City of Round Rock through the Purchasing Agent
1 OF 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
PART II
SPECIFICATIONS
1. SCOPE: This specification describes a heavy duty, commercial, diesel powered forklift. Units furnished to
these specifications shall meet or exceed all requirements herein
2. INTENT. These specifications cover only the general requirements as to the performance and some design
criteria, as well as vendor responsibilities for manufacturing a commercial forklift. Minor details of
construction and materials not otherwise specified shall be the sole responsibility of the manufacturers. The
manufacturers shall be responsible for designing and furnishing a system that meets all of the performance
requirements and design criteria herein, as well as provide equipment that is designed for the intended
application.
Examples; Komatsu Model 13X20
TCM Manufacturing Model No. FHD30Z5
Daewoo Model D30S -3
Or City appro' r vial
NOTICE TO BIDDERS: Any example shown is listed to show type and class of equipment desired.
Bidders are cautioned to read the specifications carefully, as there may be special requirements not
commonly offered by the equipment manufacturer. Do not assume your standard equipment meets all
detailed specification merely because it is listed as an example. Bidders are cautioned that unit(s)
delivered to the FOB points, which do not meet specifications in every aspect will not be accepted
3. RATED CARRYING CAPACITY:: The rated carrying capacity shall be a minimum of 6,000 pounds, at a
24 inch load center, to a fork height of 144 inches, and as the unit is specified on the Invitation For Bids
(IFB)
3.1 There shall be an allowable de -rate of carrying capacity, as defined in paragraph 3, when optional
equipment such as a side - shifter or fork spacer is requested on the IFB. The total allowable de -rate
for any configuration of forklift shall be a maximum 10 percent of the carrying capacity as it is
established in Part II, Paragraphs 1 and 3 of this specification
3.2 Unit furnished shall have an identification plate permanently mounted which indicates the rated
carrying capacity of the forklift truck, as it is equipped, with the mast fully raised and at a 24 inch
load center.
*NOTE: The 144 inch fork height is to establish the rated carrying capacity at our fork height
performance requirement established in Pan I1, Paragraph 4 of this specification.
4. UNIT: Unit shall have two front drive wheels and two rear steer wheels mounted on tapered roller
bearings. Unit configuration shall be the same as cushioned- seat - over - engine type units. The operator
position shall be accessed from either side with conveniently located foot and hand controls. Friction points
shall be permanently lubricated or equipped with lubrication fittings. • -
4.1 Table 4.1 below depict minimum and maximum dimensions and measurements for performance
criteria. Unit shall comply with the minimum and maximum requirements shown unless otherwise
specified on the IFB.
Page 2 of 10
TABLE 4.1
MIMIMUM INCHES I MAXIMUM INCHES
REQUIREMENT
Overall to Fork Tp (42 inch forks) 124 150
Overall to Fork Face 82 108
WIDTH
Overall with Cushion Tires (STD) 36 47
Overall to Outside of Fully Spread Forks 36 47
Overall to Outside of Fully Spread Forks 32 42
HEIGHT
Overall Lowered (Mast, or O.H. Guard) 75 87
Fully Raised with Load Backrest 192
Overhead Guard 78 • 85
Free Lib with 48 inch Load Backrest 24
To Top of Forks when Fully Raised 144 -
TAPERED TYPE FORKS (STD)
Lx
36x3x1 -1R 42x4x1 -3/4
TURNING CAPABILITY
Tuming Radius with Pneumatic Tires (STD) - 83
Tuming Radius with Cushion Tires - 94
(w/Option No. 2)
Right Angle Turn, Aisle Width, 102
with Pneumatic Tires (STD)
Rrght Angle Tom, Aisle Width, 114
with Cushion Tires (w /Option No 2)
Page 3 of 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
5. DIESEL ENGINE: Engine shall be diesel fired type of four cycle liquid - cooled design meeting or
exceeding the following minimum requirements:
5.1 Four cylinder engine, shock mounted.
5.2 Engine rated at 42 SAE Net HP at governed RPM.
5.3 Radiator with bypass thermostat, water pump and pusher type fan.
5.4 Engine cooling system to have antifreeze protection to —10 degrees F (23 degrees C) or lower.
5.5 Twelve volt electrical system, manufacturer's recommended battery, alternator, regulator, and
enclosed electric starter.
5.6 A diesel tank of size recommended by the manufacturer shall be furnished and mounted behind the
operator's position.
5.7 Engine governor.
5.8 Manufacturer's recommended air cleaner.
5.9 Oil pump and full -flow oil filtration system with replaceable filter and provisions for bypassing oil
to the engine as the filter becomes clogged.
5.10 Spark - arresting type muffler.
6. DRIVE AXLE: Drive axle shall be heavy duty with all rotating parts bearing mounted.
7. TRANSMISSION: The unit shall be equipped with power -shift or hydrostatic transmission matched with
engine capacity to negotiate a minimum 18 percent grade while fully loaded. Unit shall be capable of
forward and reverse speeds on level ground of at least 5 MPH and not more than 15 MPH.
7.1 Power -shift transmission shall have a minimum one forward and one reverse speed (if furnished).
7.2 Hydrostatic transmission shall have infinite variable forward and reverse speeds (if furnished).
Page 4 of 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
8. STEERING: Steering shall be hydraulic -power steering with manual control in the event of power failure.
9. BRAKES: Service brakes shall be hydraulic, heavy -duty shoe, or disc, or oil cooled disc type.
9.1 If shoe type, brakes shall be self - adjusting with removable oil seals and sleeves to prevent grease
from entering brake area.
9.2 A parking brake shall be furnished, capable of holding a fully loaded truck on any grade the truck
can negotiate. -
10. TIRES: Pneumatic type tires, front and rear. The tire size, tread design and wheels to be that normally
provided by the manufacturer.
11. SEAT: Cushioned seat with cushioned backrest shall adjust approximately four inches fore and aft. Seat
belts meeting OSHA requirements shall also be furnished.
12. HYDRAULIC SYSTEM: System shall include the following as a minimum'
12.1 Welded steel or polyethylene reservoir tank with drain
12.2 Hydraulic pump with fully filtered system.
12.3 Safety relief valve.
12.4 Flow - control valve to limit lowering of carriage at safe speeds.
12.5 Anticavitation valve to prevent voids in tilt cylinders.
12.6 Lifting speed (rated load) to be not less than 70 feet per minute.
13. INSTRUMENTATION: Operator's panel shall include but not be limited to the following minimum
requirements: Where gauges are not standard equipment, warning lights are acceptable (Ref. 13.1, 13.2 and
13.5 below).
13.1 Ammeter.
13.2 Water temperature gauge.
13.3 Fuel gauge.
13.4 Hourmeter, electnc, quartz type, shock proof, totally sealed case with readout up to 9,999.9 hours
and automatic recycle at zero.
13.5 Engine oil pressure gauge
14. MAST: Mast shall be telescoping type, constructed for maximum rigidity and optimum visibility.
14.1 Mast tilt with the forks in the fully raised position shall be a minimum 3 degrees forward and 5
degrees rearward.
14.2 Equipped with a fork carriage which allows fork width adjustment.
15. SAFETY: Unit shall be equipped with but not limited to the following:
15.1 Rated operating capacities posted and clearly visible to the operator.
15.2 Safety type fuel tank filler cap with strainer, if furnished with diesel engine.
EXAMPLE: Protecto seal, or City approved equal.
15.3 Ignition switch shall be keyed type with safety device to prevent engine being started when
transmission is in gear.
15.4 Electric horn.
15.5 Carriage with removable vertical load backrest extension shall be approximately 48 inches high
SPECIFICATION NO
01- 560 -75
DATED: MAR 2001
15.6 See- through type operator's overhead guard.
15.7 The forklift truck and overhead guard shall meet the design specification of the current revision of
Part II, ANSI B56.1, as required by OSHA Section 1910.178 (a) (2). This certification shall appear
on the truck's nameplate affixed to the unit.
15.8 Adjustable running lights shall be mounted as high as practicable on each side of the mast or
operators overhead guard The electrical wiring shall be insulated and enclosed in a fibrous loom,
plastic loom or flexible conduit for protection from external damage and short circuits Wiring shall
be securely fastened at sufficient intervals to prevent sagging and insure clearance of mechanical
parts Routing of the wiring shall not interfere with the normal operation or present a safety hazard.
16. SAFETY PLAQUES OR DECALS: Product safety plaques or decals shall be furnished and affixed at the
operator's station and at any hazardous area. The safety plaques or decals shall describe the nature of the
hazard, level of hazard seriousness, how to avoid the hazard, and the consequence of human interaction
with the hazard. Permanent plaques are preferred to decals. Type, size and location of product safety
plaques or decals shall be in accordance with current ANSI Z535.4
17. MANUAL(S): On- rnpy each illustrated parts book, operator's manual and service manual shall be
delivered w nli i. ,,.u,. These shall Include, at minimum, all appropriate manuals it„ tile engine,
transmission, brakes, hydraulic system, controls, and electrical system
17.1 Additionally, one set of complete wiring, plumbing and hydraulic schematics shall be delivered
with unit All schematics shall be clear, legible and indicate the location of each component.
Hydraulic schematics shall include the diameter and length of each hose and the manufacture and
part number of each fitting.
17.2 The manuals and schematics supplied shall provide complete and comprehensive information on
all equipment, equipment components and accessories, as supplied to comply with this
specification. If changes, modifications additions or alterations of any kind are made on the
equipment, the vendor shall provide blueprints, line drawings and descriptive text sufficient to
allow one of average skill in general mechanics to diagnose, repair and maintain the equipment
and all components
17.3 On equipment assembled from manufactured components, the parts book shall show the
manufacturer of each part and all cross referencing between the vendor and the manufacturers
17.4 The operator's manual shall include detailed instructions on the proper method of operation of the
unit. Necessary warnings and safety precautions shall be included.
17.5 The following additional information shall be provided by the vendor at time of delivery if it is not
included in the manuals required above:
17.5.1 Manufacturer's recommended service/preventative maintenance.
17.5.2 Recommended fluids, lubricating and their SAR equivalents
18. PAINTING: The unit shall be painted with lead free paint except for glass, rubber and those metallic
accessories or fixtures constructed of rust- resistant or plated material not normally painted, Lead paint is
not acceptable.
19. REPLACEMENT FILTERS AND BELTS: A complete set of filters and belts shall be provided for unit
furnished to this specification. Each filter and belt shall be labeled with the equipment manufacturer's part
number as shown in the manufacturer's pans book and shall be furnished at the time of delivery. ONLY
OEM FILTERS AND BELTS ARE ACCEPTABLE
19.1.1 The set of filters shall include air, fuel, oil, hydraulic, etc., filters used on the equipment.
19.1.2 The set of belts shall include alternator, water pump, power steering, etc., belts used on
the equipment.
Page 5 of 10
Page 6 of 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
19.1.3 The attached Filter and Belt identification Forms should be completed and submitted in
duplicate for informational purposes only.
20. INSTRUCTION ON SAFETY, OPERATION, AND MAINTENANCE: The vendor shall provide the
services of a competent factory trained technician thoroughly trained in the use and operation of the unit to
the City. This technician shall give a minimum of 4 hours inslNclion on safety, operation and preventive
maintenance of the unit, including a full demonstration of all unit functions on the unit delivered. This
instruction shall take place after the machine has been delivered and is ready for operation but prior to
payment
21. DATA SHEET: The attached data sheet should be completed and submitted in duplicate for informational
purposes only.
PART III
DELIVERY, ACCEPTANCE, SERVICE AND PAYMENT
I. DELIVERY REQUIREMENTS: Delivery of the equipment shall be completed within the number of days
bid. The unit shall be serviced and checked as recommended by manufacturer prior to delivery. Contact the
following • cntative to coordinate delivery'
Name Trey Tipple
Dept.: Public Works
Phone 512- 218 -5570
2. ACCEPTANCE INSPECTION: All equipment ordered will be subject to acceptance inspection and
performance testing upon receipt. Acceptance inspection and performance testing will not take more than five
working days, weather permitting The vendor will be notified within this time frame of the unit not delivered
in full compliance with the purchase order specification. If unit is canceled for non - acceptance, the needed
equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and
handling
3. INVOICES. Invoices shall state contract/purchase order number and shall be sent to the following address
City of Round Rock
Finance Department
221 East Main Street
Round Rock, TX 78664 -5299
4. PROMPT PAYMENT POLICY: Payments will be made within thirty (30) days after the city receives the
supplies, materials, equipment, or the day on which the performance of services was completed or the day on
which the City receives a correct invoice for the supplies, materials, equipment or services — whichever is later.
The Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for
payments not made in accordance with this prompt payment policy; however, this policy does not apply to
payments made by the City in the event
4.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, or
equipment delivered or the services performed that causes the payment to be late; or
4 2. The terms of a federal contract, grant, regulation or statute prevent the City from making a timely
payment with Federal Funds; or
4.3. There is a bona fide dispute between the Vendor and a vendor's subcontractor or between a subcontractor
and its suppliers concerning supplies, material or equipment delivered or the services performed which
caused the payment to be late; or
4.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order
or contract or other such contractual agreement.
Page 7 of 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
5. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated with
this contract which arise under the antitrust laws of the Untied States, 15 USGA Section 1 et semc ., and which
arise under the antitrust laws of the State of Texas, Bus and Com Code, Section 15.01, et seg
PART IV
WARRANTY
1. WARRANTY: The unit of equipment shall be warranted against all defects in material and workmanship for
a period of not less than 12 months 1,200 !tours of use, whichever comes first, and shall cover 100 percent
parts and labor for the unit. It the manufacturer's standard warranty period exceeds 12 months or 1,200 hours,
then the standard warranty period shall be in effect. The warranty begins on the date the unit is determined to
meet specifications and accepted into the City's fleet.
2. MAJOR WARRANTY REPAIRS: When major warranty repairs are required, the City will notify a
representative of the vendor's Texas dealer by telephone at the location and the telephone number designated
by the vendor on the data sheet as the point of contact Major warranty repair work for the purpose of this
specification means major repairs to the drive train, chassis, mast and major repairs to any other components
of the uni r'—gnosis of the actual repairs required will be the responsibi';iv ^`''.^ vendor The unit will be
made avawwie at a City facility. The repair work may be performed by the t ennor or his authorized
representative.
2.1 At the vendor's option, the unit may be taken to a commercial repair facility. If so, the vendor will be
responsible for the cost of the round trip transportation of the unit to and from that location.
2.2 If mutually agreed upon between the vendor and the City, the City may transport the unit to the vendor's
location or authorized repair facility (within the boundaries of the State of Texas). The cost of equipment
and manpower necessary to haul the unit for the round trip will be billed back to the vendor at the rental
rate of the equipment and composite hourly rate for the driver in effect at the time for the equipment
required. The composite hourly rate for the dnver will not exceed $20.00 per hour. Rental rate for the
truck and trailer will not exceed $0 50 per mile for the truck and $6 00 per hour for the trailer.
3. RESPONSE TIME: Warranty repair action shall begin within two working days after notification is made to
the vendor for need of warranty repairs. A representative of the vendor's Texas dealer will be notified by
telephone at the location and telephone number designated by the vendor on the data sheet as the point of
contact. The vendor shall notify the City immediately of any changes in this location and/or telephone number.
The warranty repairs should be completed and the unit returned to the City (or picked up by the City at the
vendor's expense as outlined above) within a reasonable period of time For the purpose of this specification
eight working days is defined as a reasonable period of time. Excessive delays incurred for the performance of
warranty'repairs by the vendor may adversely affect the vendor's status as a qualified bidder.
3.1 Billing and Payment for Warranty Repair Expenses: Cost will be accumulated for transportation of the
unit by the City tot he vendor's location or authorized repair facility Payment for transportation costs as
provided for in this section shall be made within 30 calendar days of the billing date.
3.2 PARTS AND SERVICE: The manufacturer of the equipment furnished shall have an authonzed dealer
within the state of Texas. The authorized dealer shall have factory- trained personnel available for
warranty repairs and the performance of service. The dealer shall also maintain an inventory of high -
usage parts and a quick source for low -usage parts
PART IV
OPTIONAL EQUIPMENT
Optional equipment must be identified on the IFB to be required.
1. OPTION NO. 1: CHISEL TYPE FORKS — In lieu of the forks as described in the table in Part II, Paragraph
4.1, the forks shall be chisel type, 42 inches long, maximum 4 inches wide and maximum 1 5/8 Inches thick.
Page 8 of 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
2. OPTION NO. 2: CUSHION TIRES — In lieu of the requirements as specified in Part II, Paragraph 10 0,
cushion tires of standard lug -tread design shall be furnished on both front and rear axles. All tires and wheels
shall be size and type as normally furnished by the manufacturer.
3. OPTION NO. 3: GASOLINE ENGINE — In lieu of the diesel engine described in Part II, paragraph 5.0
through 5.11 the unit shall be furnished with a gasoline engine. The requirements described shall be met or
exceeded as applicable to gasoline engines.
4. OPTION NO. 4: SIDE -SHIFT MECHANISM — The mast shall be equipped with a hydraulically operated
fork carriage side shift that shall allow the fork carriage to be shifted a minimum of four inches left and right
of center of operators position *
5. OPTION NO. 5: FORK SPACER — The forklift shall be equipped with a hydraulically operated fork spacer
that shall allow the driver to change the spacing of the forks from the operator's position.*
6. OPTION NO. 6: SOLID PNEUMATIC TIRES — In lieu of the requirements as specified in Part II, paragraph
10 0, the unit shall be furnished with tires constructed of solid material, front and rear. The tire profile, tread
design, deflection, and wheels shall be approximately the same as that of the pneumatic tires normally
provided by the manufacturer.
7. OPTION NO. 7: EXTRA SET OF MANUALS — In additional to the manuals required in Part II, Paragraph
17, one extra set of operators, service and parts manuals shall be provided at time of delivery.
8. OPTION NO. 8: COMPLETE SET OF OVERHAUL MANUALS — In addition to the manuals required in
Part II, Paragraph 17, and Option No. 7, if specified, one complete set of specialized major overhaul /technical
manuals for the engine, transmission, hydraulic system, electrical system, etc, shall be provided at time of
delivery.
*NOTE: Additional equipment attached to the mast may de -rate the forklift's carrying capacity, as described in
Part II, Paragraph 3.1, of this specification.
Bidder should insert the requested information and return two copies for informational purposes on
Machine Make Merl 00 Model { / 30 5 — 3
Machine Capacity (pounds) � I000 Total De•rate (pounds)
Engine y /Her►rp I ESE L Make D& L.n0u Model 13633
Engine is Fire By: Diesel x Gasoline
SAE Net HP@ 51, —RPM SAE Net Torque@ 'GOO RPM
CID 32.08 ex. No. of Cylinders
Hourneter Make aJ Model N�''d'M -A
Battery Capacity amp/hour U S Alternator Capacity: amps
Transmission' Make Model Type Ppc.rNWh•f No. of Speeds 1/1
Minimum Grad Unit Can Negotiate Fully Loaded 24- 7
Steenng Type P Ot.•tlll
Tire Type P 416 .* tiL Front Brand & Model No
Unit Lifting Speed (loaded) 106
LENGTH
Overall to Fork Tip (with Option No. 1, 42 inches Fork) *VW I '5' •$ inches
Overall to Fork Face I 0 3. $ inches
WIDTH
Overall with Pneumatic Tires (STD) l / I inches Overall to Outside of Fully Spread Forks inches
HEIGHT p
Overall Lowered (Man O
or H Guard) . S - •9 inches
Fully Raised with Load Backrest Z,0 inches
,(
Overhead Guard V inches
To Top of Fork When Fully Raised (5 `I inches
TAPERED TYPE FORKS
LxWxT: 1,1 I (.9 Xe( I inches
CHISEL TYPE FORKS (with Option No 1)
LxWnT inches
FORKLIFT TRUCK. 6000 -POUND CAPACITY
DATA SHEET
feet per minute
TURNING CAPABILITY
Tuming Radius with Pneumatic Tires (STD) 93 inches
Turning Radius with Cushion Tires inches
Page 9 of 10
Rear Brand & Model No.
•
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
Right Angle Tum, Min. Aisle Width with Pneumatic Tires (STD) W .+ inches
Right Angle Tum, Min. Aisle Width with Cushion Tires inches
WARRANTY
Forklift Warranty Period is
months
Name and address of firm nearest the F013 point that will provide warranty service and repair parts
Firm EW - D Po -r
Name
Address IS ? L T - 3s" PFwG awrut
Telephone S(2 2T2.2 Sou
Individual to Contact l.s i`7r 5 6s*SoJ
If servicing dealer fumishes parts for minor repairs by department personnel, will this affect the warranty?
If answer is "yes ", please attach explanation.
Name of Firm eiSt th �T
Bidder's Signature,
Bidder's Telephone No. SI L —1 - Z )0.7
Bidder's Name (Print) � 14,1" &S NE
NOTE THIS PAGE SHOULD BE RETURNED FOR INFORMATIONAL PURPOSES ONLY.
Page 10 of 10
SPECIFICATION NO.
01- 560 -75
DATED: MAR 2001
N�
04/03/2001 09:15 FAX 5122185442
RFP No. 01 -008
The following items in the IFB identified above have been changed:
Bid opening date has been changed to April 17, 2001 at 3:00 PM
All other terms and conditions of this IFB and specifications remain unchanged.
Approved by Qnn.,r — \ e.F1S
2.I13 S'/s$ DSRt-T
By the signatures affixed below, Addendum No. 1 is hereby incorporated into
and made a part of the above referenced RFP.
ACKNOWLEDGED
reJt4Pmtrwt bsPrr
CITY OF ROUND ROCK
REQUEST FOR PROPOSAL ADDENDUM
PURCHASING OFFICE
CITY OF ROUND ROCK, TEXAS
Addendum No. 1 Date of Addendum: April 3, 2001
Vendor Authorized '•nature
`F //1 / /
Date
RETURN ONE COPY OF THIS ADDENDUM TO THE PURCHASING OFFICE, CITY OF
ROUND ROCK WITH YOUR SEALED PROPOSAL. FAILURE TO DO SO MAY
CONSTITUTE GROUNDS FOR REJECTION OF YOUR PROPOSAL
I6001 /o01
• t .r
DATE: May 4, 2001
SUBJECT: City Council Meeting — May 10, 2001
• •
ITEM: * 13.D.5. Consider a resolution authorizing the City Manager to issue a
Purchase Order to Rental Service Corporation for the
purchase of a forklift. Two bids were received for the purchase
of a forklift. Rental Service Corporation submitted the low bid
of $23,124.00.
Resource: Jim Nuse, Public Works Director
Trey Tippe
History: This forklift is being purchased for loading and unloading of materials in a safer
manner located at Public Works Yardsite and will also be used for moving pallets
inside the warehouse and smaller areas.
Funding:
Cost: $23,124.00
Source of funds: Capital Outlay 6112 - 200 -63000
Outside Resources: Rental Service Corporation
Impact: N/A
Benefit: Allows loading and unloading of materials and other items to be accomplished in a
safe manner and more efficient to the job.
Public Comment: N/A
Sponsor: N/A