Loading...
HomeMy WebLinkAboutR-01-0918U-01.-762 9/1.0/01 RESOLUTION NO. 01— 918 A RESOLUTION OF' THE MIAMI CITY COMMISSION, BY A FOUR-FIFTHS (4/5TII') AFFIRMATIVE VOTE, RAT'IF'YING, APPROVING A14D CONFIRMING TBE CITY MANAGER'S FINDING OF AN EMERGENCY, WAIVING THE REQUI:REM 'NTS FOR CO-MPET1'JT IVE SEALED H11)DING PROCEDURES ANI) APPROVING THE PROCUREMENT' OF ONE MARINE FORK L= F'I' TRUCii FOR THE MARINE S'rADTUIYI MARINA FOR THE DEPARTMENT OF CO,,�7ERENCES, CONVENTIONS AND PUBLIC F'ACILI'TIES FROM W.T.GG.TNS LIFT COMPANY, INC. , IN AN AMOUNT NOT TO EXCEED $144,500; AT..LOCAT'.T.NG FUNDS FROM THE MARINE STADIUM MARINA CAPITAL IMPROVEMENT PROJECTS BUDGET, ACCOUNT CODE NO. 326008.35930=.6.840. BE I.T RESOLVED 3Y THE COMMISSION OF TEE CITY OF MIAMI, FLORIDA: Sect.i.an I . By a four-fi.ft.hs (4/5r"1) affirmative vote of the members of Lhe City Comini-ss:i.all, the City Manager's finding of an emergency, i.s raL:iI-ied, approved and confirmed, the ro-qui.rements for competitive sealed bidding procedures are waived, and the proruremen;: of one marine fork lift truck for the Marine Stadium Marina for : he Dopar -:!dent of Conferences, Conventions and Public Facilities from Wiggins Lift: Company, QI'1'Y COMA m'C" MEETING QA! F SEP 1 3 2001 Raeotuttna Ido. A • 0 Inc. in an amcun-t� no; to exceed $1/114,500, is approved, with funds allocated from the Marine SLadiurn Marina Capital Improvc,,mont ProjecLs Budget, Account Code No. 326008.359301.6, 840. Pager'. of 2 Section 2. This Resolution sha D. become effecLi.vc _imrnedi.at.e].y upon its adoption and signature of the Mayor." PASSE'D AND ADOPTED this d,)Y Of §gp_tpmber 2001 JOE CAROLLO, MAYOR In -Limorclance with C.-II.10 Sec. 2-26. c-inrc, thr, M:nyor dd no! Intlicato approvfl of U'll", I)v it ill 111C., dish ll' IN Po C I ivc 't"i I I I I. Of te, n ('10) to 1.; in i i�;- Un Of Cc 9.1 ?.-r rogardincj "'UME), Witl'101.lt 010 Nia-yor Cxerci4n'�� IAC .1 ATTEST: alter J. er�nan, City Clerk WALTER J, FOEMAN CITY CLERK AVIDEQ /A.5*'OT'O_foi A UD C 0 R RF, CT N E S S OAZJANMO VILARELTO $rTY ATTORNEY W5608:db:LB ii 7f the Mayor does no-, sign 'this Kesolution, it st-'al.1 become effective at. the enr-4 cif ten calendar days -from the dare 1 . t was Passod Fuld adopted. T Lho Maycr votoes this Resolution, it shall become effecti.ve, imnediat.ely upon override of Lho veto by LhC City COUTI-iSS1071. Pager'. of 2 • 0 CITY OF MIAMI, FLORIDA 30 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor DATE ., FILE and Members of the City Commission SUBJECT: Resolution Ratifying the City Manager's Emergency Finding for Purchase of a Fork Lift Truck FROM: ar os ez REFERENCES : for Marine Stadium Marina City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution ratifying, approving and confirming the City Manager's finding of an emergency, waiving the requirements for competitive sealed bids and approving the purchase of a marine fork lift truck for Marine Stadium Marina from Wiggins Lift Company, Inc. in the amount of $144,500. Funding is available from the Marine Stadium Marina C.T.P. Budget Account No. 326008.359301.840. BACKGROUND Marine Stadium Marina currently stores over 250 customer vessels in dry storage, and generates annual revenues in excess of $750,000 to the City. These customers are served by two specially - equipped marine fork lift trucks. One of these forklift trucks, which is over fifteen years old, has broken down and can no longer be repaired. The Department of Conferences, Conventions and Public Facilities worked with the Purchasing Department, utilizing an informal bid process, to solicit qualified proposals for the purchase of a uew marina fork lift truck. A total of six vendors were solicited, and two qualified responses were received. The proposal by Wiggins Lift Company, Inc., in the amount of S 1.44,500 was determined to be the lowest, most responsive bid. The purchase of a new marine fork lift truck is essential to the ongoing provision of safe, effective, and necessary services to the customers of the Marina, and to achieve our Department's revenue projections. Funding is available from Marine Stadium Marina C.I.P. Budget Account No. 326008.359301.840. CAG/FlKI /CPA/yp _Jv f CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Carlos A. Gimenez July 16, 2001 TO City Manager DATE: FILE Authorization Request For sue�=cT : Emergency Purchase / Fork Lift Truck At Marine Stadium Marina FROM: ClEFERENCES: hristina P. Abrams, Director Conferences, Conventions, & Public Facilities ENCLOSURES Please allow this'to serve as request for your authorization to initiate an emergency purchase order for the purchase of a Marine Fork Lift Truck at Marine Stadium Marina, in the amount of 5144,500.00. Marine Stadium Marina is the City's dry storage marina, currently storing over 250 customer vessels and generates annual revenues in excess of $800,000 to the City. Pursuant to the mechanical failure of one of the Marina's two Fork Lift Trucks, this Department received your authorization to rent on a temporary basis a replacement Fork Lift Truck while bids were solicited for a new permanent replacement (the cost of the monthly rental Truck is over $5,000). Funding to purchase a replacement Fork Lift Truck was approved by the C.I.P. Project Review Committee. This Department worked with the Purchasing Department, utilizing an Informal Bid Process, to solicit qualified proposals for the purchasc.of a new Marina Fork Lift "Truck. The City solicited a total of six vendors, and two qualified responses were received back. Of the two qualified responses, the proposal by Wiggins Lift -Company Inc., in the amount of $144,500.00 was determined to be the lowest responsive responsible bid. Verification of funding for this purchase order, from Marine Stadium Marina C.I.P. Budget Account 326008.359301 has been provided by the Budget Department below. Please indicate your approval by signing below. Approved: Date: ?//47k im nez, City Manager Verification of available funding in the amount of $144,500.00 from Marine Stadium Marina C.I.P. Budget acunt 326008.359301.6.840: (Date) —. Linda Haskins, Director Department of Management & Budget '� AI.. ti J. V/I ' CAGftR/CPA/shb 0 suture s a L= CMTRACT REVIEW AND ANALYSIS F Directions: Please Attach su�us Ftng documents. All sections must be complelexcluding "CRC Comments". Date: -1111V 16. 2nni DEPARTMENT/DIViSION: Public Facilities / Varine Stadium Marina CONTACTPERSON / CONTACTNUMBER: qt-nnhen N (ln5) 57A-6955 CONTRACTING ENTITY: ,r RESOLUTION NUMBER: BID: (If Applicable) BUDGETARY INFORMATION: Are funds budgeted? YES [R NO Cr If yes, TOTAL DOLLAR AIMOUNT: s 1 44 ,5 n n _ nn � � EXPENSE ❑ REVENUE SOURCE OF FUNDS: M _ c M r. _ T P _ ACCOUNT CODE(S) CIP .ACCOUNTS -326008,359301-6.840 If grant funded, is there a City match requirement? YES ❑ NO ❑ AMOUNT: Are matched funds Budgeted? YES ❑ NO ❑ Account Code(s): TER.NIS OF CONTRACT: Effective Date: Escalating CIause, if any: Contract Period (s): Payment terms: Penalties, (if any), for termination: If grant funded, list restrictions/requirements, if applicable: SUMMARY/DESCRIPTION OF CONTRACT OR AGREEMENTS Is this an extension? YES ❑ NO ❑ Reason for Extension: If YES, actual expenditures in previous contract Year Summary/Description of Contract or Agreement: - To pur-aha se l ricins-Marina -Rul l Pain e 1,ork Littruc o e - per attached .peci:zGations & HTcT_ ee . JUSTIFICATION FOR CONTRACT OR AGREEMENT (Include why it is needed, consequences if not authorized or approved and time constraints, if any.) Purchase vital to maintain business operations and meet revenue proj- ections. METHOD OF PURCHASE (If applicable) ❑ Telephone quotes ❑ Single Purchase Written quotes ❑ Short -Tenn Contract Negotiated Purchase ❑ Lease (Type:— ) ❑ Sole Source (include documentation) ❑ Terni of Contract ❑ Bid Waiver (include documentation) ❑ Formal Bid/Proposal (include bid tabulation/proposal ranking) PREVIOUS AWARDS OF BID (IF APPLICABLE) From most recent: 1) 2) Approval: Approval: CRC COMMENTS: Date: Date: 71 (y 1 ail — 91.8 .u.� r6jr u•• RELLY TR A►CT016CO. 82SS N.W. S87" STREET knAh 1. FL. 33366 70• 64et t n"j� A eo s Fix: _ 'from; e � � "" Dsii� "`7 � f I •' �� y D,Ur nt O ForPiviwv O F *Cenun♦nt d Piw. Ra*. O pMMe R.�yesLAW cs -o- -� seer BY:clnr aF Klnlll10- ; 1:ezral i C[TV OF M1fA1►R! 1*URCIIANNO =PAX?N lcn'1' 4443. W. 2" AVMGC, 6'a Floor 1VUtt4 florldaa 33130 Telephone: 00S) 416-1900 Ful. 1305) 44-1925 Date Issued. July 10. 2001 REQUEST FOR QUOTATION —THIS NOT AN ORDER Vatdor infomation: Kclly Tractor Company Am Bill Archer 8255 N.W. 59 Streel Miami, Florida 33166 Fhone: (305) 529-3379 Fax: (305) 592.7382 Pleaae quote an this form and reply no later than Thursday, July 12, 2001 by 2:00 p.m, Your qunte small be fax to: Attention; Glean Marcos, at (305) 416-1925. SPEt:IFICAMONS ne City of Miami Conferences, Couventious. &-Public Fw4lities (Marine Stadbun Marina) i9 seeking to procure a forklift. Price shall includt a trade-in allowanev for 1988 Taylor TY -520 M Marine Fovk Lift Truck, credit for currently rtntin3 a forklift (irapplicable), delivery (F.O.B. Deatirdion), and any other costs associated with purchasing this forklift. MARME STADIUM MARINA FORK LFff TRUCK QUOTATION SPECIFICATIONS JULY t0, 2001 KKLLX TRACTOR COMPANY, INC. A. Total Cost OFNew Fork Lift Truck Taylor TM -122, Per Model Standard Specifications And Other Spocifications Listed )3ebw: 1. 22,040 L.ba. Lift Capacity at 96" Load Cater To 8' Fort 2. 18,004 Lbs. Lits Capacity %I 95" Wad Center To 15' FM 3. 9,000 Lbs. lift Capacity at 96" Load Center Too Feet 3.6 4 Mutilnum Vessel Lift Height of 35' Feet 5. Nagstitiva Lill of 12' Feet 'e+1 6. 20' Poet Forks • .5" A500 Grade B Steel (6" Wide X 1)e High) 7 Wido.SuAng Tape Fork Csrriaac 8. Ido" fteplbatse 122" camriage Ground Cleo=" 19" bawert Cleatattee 9. 168" Open Fork Spread 129" Closed Fork Spread 10. 12.00 X 20 - 20 Ply Foam Fillcti Tires Pape t pre 01-- 918 M•d.l YI-Vil•# A.UX& • t"RtA.tlVjCAI re.~ (1i* 21 2 11. Shoe Type S Cnn Air Actuated OPe *Ms a to System 12. Spring Applied EspwW4 Shoe TAw Parking Bake 13. 100 HP Tuehodwsed Cutttmin Mewl &Woe B3.9 - Cl 00 14.33 Callon FUcl Tank 15. TCG18 Timmo isrioti - 3 Spied With faching Char 16. Hydrostwc Power shmins 17. Back Up Alarm I Amber Flashing Beton 18.3 Coat Rust Cormsion Pronation tin Mi t, Carria3a, Fotts 19. Heavy Duty Battery B. Trade -Lt Allowance For 1998 Twylor TY -520 M Mabee Fork UR Truck, in As -Ie, Whers-13 Condition: 1. Parties interested in purchasing Truck: a. Power Line Equipment, luc. Stephan Hughes (561) 241.3335 b. A & 3 Equipmont Co. Andy Perreira (305) 43"207 C. Credit for fork lift rental (if applicable): D. Any Other Cott Associated With The Ptirchase Of This Trwk Not Addr ssM 1n Titia Request For uotMon: (Pioase czplain). rr'&..fi IL rruo% Kifisea.71, �d 0 9'" 1' L?Y_19 E. Manufatum & Delivery Time Frame: 2 f F. G. A. S f 7A h .00 t C. 5 D.p6Q.40A / o° ° Pan AIo,L �14 Piro + (plus) D. sly 4 5 �.► a^'1N ��or, j- �Y 5 TOTAL PRICE - S !b (OPTIONAL) G.$Q,*..._. i 5 DR� I'� J✓% Py. 2 oil 918 • UMITED WARRANTY Products martuf4etu ed by Tayior Machine Wates, Inc..(-Tayb/) and mid ere wart'anted by Txykx to be bw 1mrw dole= in mrrtnnN and woricManoNip, urvdw n nusad us* aria service, when Taylor products ars operated at or b rated capecity in accordance w)th operating lrtaMmons. This warmly is Ilmhed to repair or replacement, (as Taylor nary etecL and at an establishment authcoad by Taylor) of such psits e, "111 sppearto Taylor upon k4*eotion to have been defective in material or worlananaMp, This warranty period shall begin on the delivery date of.the product to the Purchaser and end on the sarljer of twenre (12) months or two thousand (2(0) hours. Du*V the first dx (0) nmdhs or one dicusand (1000) hours, Taylor will provide gerxttne Taylor parts, labor, and travel We to mplac* or repair any part fumished try Tkyfor end found to be defecWe in material and workmanship. If a defect in material and workmanship is found WWW the Arst six (6) rnwthe andlor one thousand (1000) hours wNchaver oamrs Atyt of the warfaro/ period, Taylor will replace lubrieadnp all, Akers. anlOraese, and other sarvice Items made unuaable by the defect. In the second six (8) months andlor second one thousand (111dr7) hours after tho d*fvwy date of (lu, truck, Taylor will apprdve parts only. Only genuine Te*r parts provWed by Taylor's Sudden Service, Inc. will he used during the warronly period. THE FOLLOWING ITEMS ARE h= COVERED 8Y THIS WARRANTY: 1. Normal maintenance services and parte or supplies used therein including, without limitailon, en- gine tune-up, wheei alignment. brake and linkage adjustrrient, lubricatlon services, tightening and ad)ust)ng such as bolts, screw%, hoses. fittings. shr.., rAf*larpmant of IuteC, bulbs, fitters, tunrruM parts, nulds and brake and dutch linings, glass; shop supplies such as rags, oil dry, hand soaps, degreasers, cleaning solutk�ns including brake cJean, etc.; and adjustments which aro a pan of the required or reoommended prededvery inspection and periodic inspections in accordance with Operator's Manual. Electrical components including wiring will be excluded after the first six (6) months or one thousand (1 DW) hours whichaveroccurs first. 2. Normal doterlaratic:n Si awwwa,ac,c;ti due to use ana exposure; or conditions requiting from mis- use, negligence, or accident. 3. Any product on which any of the required or recommended periodic inspections or services have not been made. 4. Any parts or accessories, installed on the product which were not manufactured or installed by Taylor whether or not such parts or accessories were selectod, recommended or installed by Tay- lor (including without lirnitation, engines, tires, batteries, air conditioners, air dryers, etc.). Such parts or acceseorles shelf b6 covered by the warranties given by the manufacturers thomol and any claim thereof shall be made to such manufacturers. 5. Loss of time, inconvenience. loss of equipment use, other consequential damages or other mat- fers not specifically included. Taylor pwta and aes mbileswhich are turnished and installed under this warranty are ffunwives within the cove" as the machine warranty and are covered only for the duration of the original rnsahlne wenwnly pariod. _ NOTE: All international warronrl parts shipments are P0,19. paint of detArkalion, duties, tariffs, or local taxes excluded. This warranty is expressly in lieu of any other Warrarltle3, eKprot sed w implled, Including sny warranty of merchantablifty or iltness for a parttculas purpose. Replacement parts are warr:mted ?a ninety (go) Lays to tae free hum detects in material or workmanship. Parts only, no labor. TAyl4(MsChine Wnrki. Inn rint• % nrt authorizo any purcon to orawo (for Taylar) ally vll,oi vOiyaliurr ur ilabilky In connection with Taylor products. -For example, a machine mtoo capactty at any soputesea load center ib the rated lift capacity at less than s ad center. Uat is, a rnechins rat9d at 20,000 pounds at 24 -Inch load center connotes 20,000 pounds is tha maximum NR capacty, even though the load center may be less than 24-Irxhoa. Stib)eclft Taylor DroduCts to Condltions or loacts exceeding those stipulated Is judbAcQUOn for immOdlate canoeriatiM of warranty for products Involved. TAYL.OA MACHINE WORKS, INC. 950 North Church Avenue Louisville, Mis9isalpp139339 (882) 773.3421 i Falx 662-773.0146 TMW-W7.9(71") TAYLOR "BIG RED" EXTENDED WARRANTY Taylor watTants the Wfcft cornponents not excluded below on your machine to be fhe .from mechanical breakdown due rtutnuliwturer's dlellme In material and wortunansMp under normal use and service tram" sanderd Taylor warranty validation date for: Tnia warranty Is limited to the repair or realaoomont. whichever Taylor elects, df tl„y Hurt which to found upon Taysore Irtcpecfton to be detective in material u workmansNp; alai% Cyte labor to Install such new or repaired parts. 9ueh ppaarte and labor *111 to provided to the user during nofmai working hours at Taylor's place of business or other eklabltshmsm authorised by Taylombut, this warranty sloes not include sAy cost for transporting the machine to such ptece'.of business or estabii`hrrlent. EXCLUSIONS This warranty does not cover normal maintenance service and DAft, Si05 *Id In thin mriintnnnnrn 91.1ide foryour'ore. likJo. tither normal maintenance services and parts not covered are engine tune-ups, wheel alignment, bdke end link- age 04ustmt+r►le, lubricstlon services, engine coolants, Quint end failures due to contaminated fuel and di : m es; component adjustments; tightening and adlusttina such as boat. screws, hoses, fittings, eft., replacement of f, bulbs, Dote, Alters, tune-up D, fluids and brake and clutch lining; shop suppNes such as rep, all dry, !rand soaps, degimpasrs, cieaninA eotutJpni infill” g eke clinch, ntr � anti Mpntmento which are a g girt oftha rotlui►ad aa• reeetnti+ar�dad trr.r3�.• and htepection and peAottic inapecttora In aa:adanee with Cperator'e Marwal, Wenn kerns ttucA as brake Fede, Ininga and Shoes, brake drums and rotors, tiros, paint. exhau■t system, place, Ewlle, tee.■, lnjeotore, onrburetora, control eagles, leaf ehejns, seals, gaslceta, all ekcl►Icai components Htcluding wiring, and assessor es such as air eondldoners, air dryers, etc„ are hat covered. Repairs to your rrtacti(ne wili not be covered If the hour meter Is altered, broken, or repaired/replaced so that actual ser - yin nourz can nm. stn doomfrn1w. Repalm needed for a warranted pnrt(s) caused by the failure of non -warranters part(s) wilt not be covered. THIS EXTENDED WARRANTY COVERA13E IS SUBJECT TO THE FOLLOWING CONDITIONS AND LIMITATIONS: t. Tayicr *Big Rett' Extended Warraity will have a,$250..per claim deduetble; one (1) claim per failure. 2. Fepeirs made by Taylor or an authorized Taylor dealer pursuant to shite warranty coverage shall not extirrid the stated warranty perod, 3. The mAGhlne,.7ay not En alromd nr mrrtifiPA in any manner affecting the mochanioal oporution at the mw: htna without written approval from the manufacturer. 4. Taylor shall not tw obllgetod to mako any repairs neoeseRated by flro, theft, treering, vandalism, not, explosion, misuse, abuse, accident, negligence, use of the machine beyond its rated capacities, acts of nature, of operation of the machine not in eccordanr.e wltrr any Taylor publication(s). 5. Taylor shall not be liable for arr/ economic lose including loss of time use, roplacement rental, inconvenience, lodging, food, or other Incidental or consequagpa IM Or damage that mora rtmih fmm a fain►r� 0. r.rwnor WWII be responsible for prompt shutdown of equipment lowing failure to avoid consequential der:". %. O-wner shall be responsible for giving timely notice of warrantable failure and promptly making ntechine available for repair. 8. Owner shall be responsible for compliance with all recommendations Included in the manufacturers LuLYicatlon and Maintenance Guide for the model covered. 9. Owner shall make the machine alallable for Inspectlon during the warranty period on reasonable notice from Taylor, 10. Owner enall be rsaponsible foruoing u+dy yurruine Taylorparts 11. Only trained and maponti&e oijaralors shall be peri IMM m operate loafs whh the equipment. NOTE: All International warranty parts shipments are FO.B. point of debarkallon, duties. tariffs, or local taxes ax• ciuded. CONDITIONS AND LIMITATIONS Remedies t ndar the Extcndod Warranrff are exproWy limited to the free parts and tabor specifioaily provided. Taylor shall Ir, no event he liable for any other folies, damages, coats or expeneee claimed by You including* without ilnlftdtion. law from falure cf tt%o machine to operate for any period of bme, and all other direct. Indirect, s;peolalincidental or consequential damages Inctuding all persongi injury and property damage due to alleged negligence or strict liability of Taylor. THE EXTENDED WASAANTY SET FORTH ABOVE IS IN UEU OF ALL OTHER WARRANTIES 8`f TAYLOFI, EXPRE 860 QR IMPLIED BY LAW, WITHOUT UMrTINt i THE GENERAUTY OF THE FOREOOINO. TAYLOR MAKES NO WAARAJI ?Y OF MMERCHAiWABILrTY OR FITNERS OF THF MAr`.F POR ANY PARTICULAR PUPP09 r. TRIC WARRAt �S TRAMFEFV%BLE. .�,.� TAYLOR MACHINE WORKS, INC. 850 Notch Church Avenue Louisville, Mississippi 39339.2ot 7 (ee2) 773-3421 / Fax 682-773.9146 - --- - — - - - _.. __. _ .... ..c- rua 6A- at ui au. u: Wiggins Lift Co. Inc. 2571 Cortez Street, Oxnard, CA 98030 P.O. Box %V, Chmard, CA 93031 Ph. 609485 -Ml Pax WS -485-5230 July 12, 2001 S Zn Mr. Glenn Marcos City of Miami for Marine Stadium Marini 3501 Ricicenbacker Cosway Key Biscayne, FL. 33149 Ph: 305-416-1.900 / Fax: 305-416.1925 RE: Response to fax dated 7/10/01 specific information. Quotation W220M2-35/12,130, Wiggins Lift Co. Marina Bull Forklift Truck Dear fir. Glenn Marcos Please see enclosed bid for new Wiggins Lift CO. Inc.Marina Bull Forklift Truck. Please let us know if there is any further information rve can provide call, fax or a mail. Respectfully, WIG 'INS LIFT CO., INC _ Ute. � Don Arnold Sales Coordinator / Ph. 805.485-7821 / Fax: 805-455-5230 e mail: dona@wigginslift.com cc. -Mike Wiggins, President Jack IvlcDo-.vell, VP. General Mgr. 01— 9:e.8 .i�A... iC '101 110-M 1W/ Marine Stadium Marina 7/12!01 (1) WIGGINS MODEL WD220M2-35/12 Mast Two -Stage, Full Free -Lift, with a safety indicator line to alert operator when inner mast section is in safe carry position Corrosion Package Epoxy paint coating, frame undercoating, Stai,klt*& alral IV& iLnd clevis on swing cylinders with anodized rod glands. Stainless fittings on carriage. Capacity . 22,000 lbs.0 96" load center to S' Capacity 18,000 tbs. 0 96" load center to 15` Capacity. 12,500 tbs. @ 96" load center to 35' Lift height M2 33 ' positive 12' negative Lowered Height M2 290" Fork Length 20' Rubber covered Marina Forks (Galvanized) Carriage 104" Wide (Galvanized) Fork Positioners Hydraulically Actuated Fork Swing. Fork Spread 15&' open to 20" IO Clubcd Side Shift 18" Side Swing Engine Perkins 6 cylinder Tusbo Diesel powered water cooled engine, developing 150 horsepower. Transmission Power -Shift, with (3) forward speeds and (3) reverse speeds Front Drive Axle Deere Planetary with inboard, hydraulically actuated disc brakes Rear Steer Axle Pivotal center trunion axle with a balanced double ended steer cylinder, eliminating the need for a drag link Tirac Front Drive: 12:00 X 20, 26 ply Dual (r.,.,.. rill) Rear Steer: 12:00 X 20,26 ply Single (Foam Fill) Width 116" Side Mount Wheel Base 130" Length 212" Turning Radius 200" Empty Weight 70,500 lbs. Approx. Operator Console Side Mount Operator Console with (Galvanized) adjustable suspension seat, and roof window Working Lights Front & rear working lights Safety Equipment Back-up alarm, horn, amber flashing light, and FOPS over head protection QUOTED PRICE FOB OXNARD / Delivered & set up W220M2 W3/12 WITH 35' POSITIVE LIFT 'Perms: Balance due at delivery less any down payments ACCEPTED BY _ PQiEDATE_______. these prices do not include any local or state sales tuxes that may be applicable • CITY OF MIAMI PURCHASING DEPARTMENT 444 S.W. 2'd Avenue, d'" Floor Miami, Florida 33130 Telepha"e! NA.) 416-1900 Faz: (3(5) 416-1925 Date Lssued: July 10, 2001 REQUEST FOR QUOTATION - TH1 S NOT AN ORDER Vendor htfomtation: Wiggins Lift Company Art: Mike Wiggin&Mon Arnold 2671 Cortex StrCvl Oxnard, CA 93031 Phone. (805) 485.7821 feX: (805) 485-57.34) Please quote on this fame and reply tic later than Thursday, July 17, 20()l by 2;00 p.m. Y(1ur quote shah he tax to: Attention: Glenn iVlttrcos, at (101o) 416L. 1 Q25. SFECIFICA TIONS Truitt City of Miami Cunferences. Conventions, & Puhlic Facilities (Marine Stadium Manna) i. seeking to procure a forklift. Price shall include a trade rn allowance for 1988 Taylor 'i'1' 520 yt Marine Fork. Lift Truck, credit for c,urrcntly renting :i iarklift (if applic*ble), delivery (F 0.1.1. Dcatination), and any other costs associated with purchasing tills fclrklift. MARLtiE STADIUM MARINA FORK LIFT TRUCK QUOTATION SPFC11FICA7-IONS JULY 2, 2001 WIGGINS LIFT COMPANY, INC. A'. Totrl Cost Of New Fork Lift'Truck— Wiggins Marina Rull WD2202N12- 35112. (Yr Madel Standard Specifivations And Other Specifications Listed Below: 1. 22,000 Lbs. Lift Capacity at 96" Load Center To 9' Feet 2. 18,000 Lbs. Lift Capacity at 96" Load Center To 15' Feet :1. 12,500 Lbs. "11 C.4Na1.47 at 96" L4.100 CCll1U.1 'r'u 1.1' Ft:cj 4. Maximum Vessel Lift Height of 35' Feet 5. Negative Lift of 12' Fect b. 20' Feet hbrks - fiti5"'tubular Sta�l (6" Wider X 8" Uiglt) 7. Wide -Swing Type Fork Carriage 8. 130"Wheelbase 120" carriage Ground Clearance 19.5" lowest Clcararcc. 9. 150" Open Fork Spread Y 20" Clotted Fork Spread 10. 12.00 X 20 - 20 Ply Foam Filled Tires 11. Hydraulic Internal Wet Disc Operating Srukc System 12. Spring Applied Fxpardiag S i pe Parking Wake t Di SC T`iPe� 13, 150 HP Turbocharged Perkins Diesel Fnginc 1 f7(KK r Page 1 ur2 01- 91.8 • - --^ • _•_ •- - - - .. .. ,... -.c. rtrd .IUV ac tie to. up 14.50 Gallon Fuel Tank n,(eD y x.C��rrD 15. 3 Speed F/R Pow or Shift W/ inching Gar p*' 16. Hydrostatic Power Steering S ee M»l r se v 17. Back Up Alarm / Amba Flashing Bcacon ���" t+�'"""`�,.I✓d' l a'`Q 18. Und*mosting Rust Corrosion Protection of Fra me;, Must, Carriage, l•orku SA /r,04w , 19. Heavy D tty flattery # B. Trade -1n Allowance For 1988 Taylor TY -520 M Murine 1inrk Lift fl Truck, In As -Is, Where Is Condition: 1. Parties interested in purchasing Truck: a. Power Line Equipment, Inc. Stephen Hughes (:561) 7.41 33.35 Ix A & 8 Lyuitauc"t Cu, Asuly Fcrrcild (105) 430.8207 C. Credit Cur furk li R rental (if applicable): Any Other Costs Associated With 71hc Purchase OCThis Truck Not Addressed In Vin. f Request For Quotation: (Please explain). IL; !' Manufacture &Delivery Time Framc: LO_ 041$ List Standard Warranty CovcragrJExclusions: K. Lis; Available Optioned Warranty Coverages And Related (:ostg: e• (OPTIONAL) G. $ .. , Page i of 2 Drt;oe Dors NOT X'�dwoC- '4AufY Cee*+/ ,A vn*rc' S. -W TA -gel -64- n1Ay be rled"CN" PRYCE SHEET A. 90 ( nus) - (imnus) C. S.-- T (plus) n. s TOTAL PRICE = S ( 4_400, C a (OPTIONAL) G. $ .. , Page i of 2 Drt;oe Dors NOT X'�dwoC- '4AufY Cee*+/ ,A vn*rc' S. -W TA -gel -64- n1Ay be rled"CN" ]i�OL�S LIFT TRUCK WARMNTY.FMOD R NTV mctx2L_.!g:Ltj� k M kepa podjcb 6124m--., 0� t= IS be *m. qw, C�V"inlk unlesp ft pigbjem is r.*jIrA manrhp6 WMP%mevl:h pw design and Glv" WLC "GliDe Oftiift,10 dlys d deed Wyr4o 1) P&I I . d by this gm Fod; M Tnift vvsl&* for pqr*j AN daITS ?IV S wl"A" *rd WM" WW" V* P44 At ANSI f136, I Mr. no 1wm 1h3m ft" {3m ft" pi4f —vie empww*m V( toe, low d mmummwerw (3) he III" pmImman ""man (G.1 PQ.c'c) QW; tyV60rurnift" % = wftthVw1o0wSmrwt this X7.1y. Any Irm the 'I fart LATrock covered ti, bm fie dak Womke,(V to " Qrjg%X Of rO�k Oft Nick trwwod hy 'Lftnw , &* .Or the mmewWr of tire W&ra* fleww. 4 4M)y 1=1WArranly 1" 60 ocIveted MLC MUMILmEs A a *%din leele" W "0111110AMI* is I*fo;hw du*v l Peden. In# "01. *)ft Ift"o "Id" IV to" I no **a*,* PON- ot b"O"m or S wown"1147. ZVI cameouiew to. Mw OkLOIT ftetworafier UFKW MY "W*"ardoVW'&V af WLG ftWV"eV00$ftk by the VIrcubw ow are ralowng," Abmk few. facift. WIS I W1 RUM VA,id m" nut monurmts-ed reammerd"Orftsid1W 4AkeWLdbWwdM m -b. Sm e, wid ftm su�ctyA"Lasm bft• aftchinelm wkylp" I%ftf1114*d - do Pft Vr—fay aft Wemmooff tar Sm MMWN W q* pa" Irelimj JIN the lfflwftA1rah utTvAt VRE mftmee ww =ww --povemmeal c_ TRUCKS MM KNOWN FAILED OR IDEFEC7WE FARTS ?AuS7t BE IMMEDIATELY REMOVED FROM SERVICE. to TOMER I2I:SPQ1VS1 11LET—EA. • raft NOTE: m w&q" paps &honorvls aft. f 00 1 pnw &*mftbmcj'4'u WckWd- 00c:J tangs WMAIded). wdtariRy 'nlie warmly fretirot kder'" ol the :rn PeIL at p� Folk Llf Tmo an memi, 0 J9 1he t" onsiNenunto ImIllOd Yffth each AV*j Fo* 101 T ponqCWV of Vle cmMm". The he -a Vr ftan tkktvnvnwl Im" Wiley 1Lh"rA3"*cmwoq Amyto" oft0cm are rojoinled, WARRANTYLIMffATM_vmq%r,1 Aram=m THE FOREGOING SHALL. CONSTITUTE THE SOLE ANV EXC;Lt;MvE REMEDY OF AKY OWNER OF A VAGGINS FORK LFFTWD THE SOLE AND EXCLUSrW R ESPONSIE11M OF WLC AND P4 LIEU OF ALL OTHER WARRAN-WS, EXPRESSED, IMIPLIED CIR STATUTORY INCLUDING DUT NOT LMTED TO ANY WARRANTY or MERC14ANTABILITY. OR FITNESS FOR A PARTICJLAR PURPOSE - VA -C NEITHER ASSUMES NOR AUTHORIZES ANY Pr_,1170"S To ASSUME FOR IT ANY OTHER OBLIGAIION OR RESPONSIBILITY N CONNECTION VJIT1H THIS WIGGINS FORK LIFT TRUCK WARRAN ry_ IN No EVENT SI VUJ. %4-r- 13E RFSPONSIBLE wR rjiR(--_CT, INDIRECT. PECIAL On CC:'NSEQUEN-T IAL VAMAG ES,01 ( ANY Of: LAY cAj ECONOMIC 13R COMMERCIAL LOSS RESULTING W FROM V&C*S PERFORMANCE LR NGN- PERF ORMANCE UNDER THIS ARRANTy_ 111iS WARRANTY IN LfEU OF ALL WARRANTIES. OBLIGATIONS OR RESPO NSIBIIS EPRESSLY LITES OF VWGGIN'S OEALERS, EXPRESSFI-1, 1', PLIED 01-1 S -1-A TUiyony. WARRANTY WVERAGE IS NOT EXTENDED TO REPAIRS OR PARTS AND SERVICE REQUIRED AS A RESULT OF NORMAL OR ACCELERATLD AND TEAR 9-L URAKE S:IOES. BELTS, HOSES. LIGHF BULBS, BATTERY SEALS, AM I-'ACrINQTIR1ES, CONNECTOR'S AND PERIODIC MAINTENANCE WHICH IS PERFORMEn 64 ACCORDANCE- V% I qT_f4 PORLISVIED SCHz-.0Uj ES (I -E. TUNE- UP, PARTS. FILTERS, SPARK"[-U.GS AND ELECTRICAL COMPONENTS), WDEL: SERIAL NO. IAAINTEFIAN_CE *I_(j6N—S USTOWR DEALER _ C .—__ DATE ---------------- 0 t'� 0 LF. F. t. fu