Loading...
HomeMy WebLinkAboutR-00-0810J-00-835 9/26/00 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF NATIONWIDE LIFT TRUCKS, INC., FOR THE PROCUREMENT OF TWO (2) COMPLETE FORKLIFT TRUCKS, FOR THE DEPARTMENT OF GENERAL SERVICES -"ADMINISTRATION, TO BE UTILIZED BY VARIOUS CITY OF MIAMI FACILITIES, IN AN AMOUNT NOT TO EXCEED $67,489, WITH A FIVE (5) YEAR EXTENDED WARRANTY, IN THE AMOUNT OF $2,390, FOR A TOTAL AMOUNT NOT TO EXCEED $69,879; ALLOCATING FUNDS THEREFOR FROM THE BUDGET OF THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, LIGHT FLEET DIVISION, ACCOUNT CODE NO. 50300.1.420905.6.850, IN THE AMOUNT OF $37,185 AND CAPITAL IMPROVEMENT PROJECT NO. 311702.429401.6.840, HEAVY EQUIPMENT REPLACEMENT, IN THE AMOUNT OF $32,694. WHEREAS, the Department of General Services Administration requires the procurement of two (2) complete forklift trucks, with a five (5) year extended warranty, to replace two forklift trucks that are each approximately twenty years old; and WHEREAS, pursuant to public notice, Invitation for Bids No. 99-00-243 was mailed to seventeen ,(17) potential bidders; and WHEREAS, three (3) responses were received on August 23, 2000; and WHEREAS, Mr. Lift Trucks had the lowest bid price but was deemed non-responsive by not meeting bid specification requirements; and CITY CO ISSYON 14EETIIIO OF SEP 2 3 2000 Resolution No. V " 7c) -lig., WHEREAS, the City Manager and the Director of General Services Administration recommend that the bid received from Nationwide Lift Trucks, Inc., be accepted as the lowest responsive and responsible bid; and WHEREAS, funds are available from the Budget of the Department of General Services Administration, Light Fleet Division, Account Code No. 503001.420905.6.850, and Capital Improvement Project, Heavy Equipment Replacement, Project No. 311702.429401.6.840; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference and incorporated as if fully set forth in this Section. Section 2. The bid received on August 23, 2000 from Nationwide Lift Trucks for the procurement of two (2) complete forklift trucks, for the Department of General Services Administration, to be utilized by various City of Miami facilities, in an amount not to exceed $67,489, with a five (5) year extended warranty, in the amount of $2,390, for a total amount not to exceed $69,879, with funds therefor hereby allocated from the Budget of the Department of General Services Administration, Light Fleet Division, Account Code No. 503001.420905.6.850, in the amount of $37,185 and Capital Improvement Project No. 311702.429401.6.840„ Heavy Equipment Replacement, in the amount of $32,694. Page 2 of 3 a iS' � _` Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 28th day of September 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of this legislation by signing it i becomes effective with the (-,IF, regarding same, without the M ATTEST: WALTER J. FOEMAN CITY CLERK APPROVES TFQAND CORRECTNESS :/ NDRO VILA ATTORNEY W4706:LB':BSS �i If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3; "'39 CITY OF MIAMI, FLORIDA CA=3 MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM5c$imaz�i;ager rez RECOMMENDATION: DATE : SEP ! 2 2000 FILE : SUBJECT: Resolution Authorizing Award of Bid No. 99-00-243 - Purchase of Two (2) REFERENCES :Forklift Trucks ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Nationwide Lift Trucks, Inc., a Non-Local/Non-Minority vendor, located at 3900 N. 28t` Terrace, Hollywood, Florida 33020 for the procurement of two (2) complete forklift trucks for the Department of General Services Administration to be used by various City facilities, in an amount not to exceed $67,489; and a provision for Option A "5 Year Extended Warranty Beyond Standard Warranty" in the amount of $2,390 ($1,195 per truck). Funding is available from General Services Administration, Light Fleet Division, Account Code No. 503001.420905.6.850, in the amount of $37,185 and Capital Improvement Project, "Heavy Equipment Replacement", Project No. 311702.429401.6.840, in the amount of $32,694. BACKGROUND: The Department of General Services Administration has analyzed the bids received pursuant to Bid No. 99-00-243. Seventeen (17) Invitations for Bids were mailed and three (3) responses were received. The bid submitted by Mr. Lift Trucks was the lowest bid price for Items 1 (Forklift Unit One) and 2 (Forklift Unit Two); however, their bid did not meet all the requirements pursuant to Bid No. 99-00-243. The first -lowest bidder (Mr. Lift Trucks) provided no specifications for Section 4.0 Specifications Nos. 2-C, 2-F and 2-G. In addition, Mr. Lift Trucks could only supply a 72 horsepower engine instead of the requested 84 horsepower, as per Specification No. 2-E. Therefore, the low -bid submitted by Mr. Lift Trucks is deemed non-responsive for not meeting bid specification requirements. The bid from Nationwide Lift Trucks, Inc. was deemed as the lowest most responsive and responsible bid meeting specifications. This acquisition is needed to replace two existing forklift trucks that are approximately twenty years old and way beyond their useful lives. CAG Y Zi7� cAJ1VI/11 mmmmt TO: Carlos A. Gimenez City Manager 0 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT: Budgetary Authorization - Purchase of Two Forklift Trucks FROM: REFERENCES: Alex J. Martinez Assistant Director ENCLOSURES: General Services Administration FILE: The Department of General Services Administration has verified with the Department of Management- & Budget that funds are available for the purchase of two (2) complete Forklift Trucks for the Department of General Services Administration to be used by various City facilities, in an amount not to exceed $67,489; and a provision for Option A "5 Year Extended Warranty Beyond Standard Warranty" in the amount of $2,390 ($1,195 per truck). Funding is available from General Services Administration, Light Fleet Division, Account Code No. 503001.420905.6.850, in the amount of $37,185 and Capital Improvement Project, "Heavy Equipment Replacement", Project No. 311702.429401.6.840, in the amount of $32,694. CIP PROJECT REVIEW AND APPROVED BY: Department of Management & Budget BUDGETARY REVIEW & APPROVED BY: q, Linda M. Haskins, Director Department of Management & Budget CAG/FKR/AJMJU DATE: Z_ °Z S— exp DATE: q a Db I.. TO: Alex J. Martinez Assistant Director '� 3c& FROM: Robert Forbes Heavy Fleet Superintendent 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: August 24, 2000 SUBJECT: Analysis of Bid No. 99-00-243 REFERENCES: Purchase of Two Forklift Trucks ENCLOSURES: FILE : The Fleet_ . Management Division has analyzed Bid No. 99-00-243 and as a result the following was concluded: Under Bid No. 99-00-243, Nationwide Lift Trucks, Inc. meets all the requirements. The Fleet Management Division understands that Nationwide Lift Trucks, Inc. is the second lowest bidder. Unfortunately, the first lowest bidder, Mr. Lift Trucks, did not meet all the requirements that are needed. Such as: 2-C (mast shall be a wide span, two stage full roller type and include a flow regulator and safety valve) -Mr. Lift Trucks gave no specifications on this item; 2-E (engine shall be approximately 84 horsepower) -Mr. Lift Trucks could supply a 72 horsepower, not as per specifications; 2-F (fuel type shall be diesel)- Mr. Lift Trucks gave no specification on type of fuel; 2-G (electrical system be a 12 volt negative ground with a fully transistorized ignition)- Mr. Lift Trucks gave no specification on the electrical system. Due to the aforementioned, the Fleet Management Division has deemed Mr. Lift Trucks as non-responsive pursuant to Bid No. 99-00-243 and respectfully recommends that the second -lowest bidder, Nationwide Lift Trucks, Inc., who did respond to all the requirements found in Bid No. 99-00-243, be awarded the bid. FOU c. Lourdes Lopez, Assistant to the Director Alan Savarese, Fleet Manager ' AWARD RECOMMENDATION1%M BID NUMBER: 99-00-243 COMMODITY/SERVICE: FORK LIFT TRUCKS DEPARTMENT / DIVISION: GSA/FLEET MANAGEMENT TERM OF CONTRACT: SINGLE PURCHASE NUMBER OF BIDS DISTRIBUTED: 17 NUMBER OF BIDS RECEIVED: 3 METHOD OF AWARD: LOWEST MOST RESPONSIVE AND RESPONSIBLE BIDDER MEETING SPECIFICATIONS RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Nationwide Lift Trucks, Inc. Non-Local/Non:-Minority $67,489 with option A $2,390. THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Department of General Services Administration needs this purchase to replace two existing forklift trucks that are approximately twenty years old and way beyond their useful lives. Cky Of Miami MIN 9W1 61111it 89" ACCOUNT CODE(S): 5 0 _$_3_7_,r__1 8 5 dby: TURF 311702.42940.1.6.840 $-32,694 DEPARTMENT APPROVAL: 6&a - kx� . Departrnnt D reQor/ Designee BUDGET REVIEW APPROVAL: a. �ij6e Linda M. Haskins,.... (� Director C. I. PROVAL: OTHER FUNDING APPROVALS, IF APPLICABLE: _PAGE 2 1OF 2 � a x � Es!01a LRCHASING APPROVAL: JU S. arter Dir for 00- 810 BID NO. 99-00-243 FORKLIFT TRUCKS Bid Tabulation VENDORS: :`s Nationwide Lift Trucks Mr. Lift Trucks A8S Equipment # 3900 n 28 Terr �0 10450 SW 187 Terr 1900 NW 95th Ave Hollywood, FI 33020 Miami, Florida 33157 Miami, Floirda 33172 Non-local/Non-Minority Dade/Non-Minority Dade/Hispanic ITEM DESCRIPTION EST. PRICE PRICE PRICE QTY "z 1 Fork Lift Unit One -Toyota Model 1 EA $ 35,990.00 E 31,383.00 $ 43,442.25 02-6FDAU-50-V, or equal, as per Bid Specs. 1 y 3j Manufacturer/Model No. Toyota 7FDAU50V az Mitsubishi FD50C-D E '. TCM Fd70 �. I � � 2 Fork lift unit Two - Toyota Model 1 EA ? $ 31,499.00 $ 29,443.00 $ 32,657.70 02-6FDU33-FSV Manufacturer?model No. Toyota 7FDU35FSV &i Mitsubishi FD35D-2 '. , TCM FD35 TOTAL $ 67,469.00- $ 60,826.00 $ 76,099.95 Options A. Extended Warranty Beyond Standard Warranty 3 years$ 595.00 ; $ 300.00 $ 1,500.00 5years $ 1,195.00 „ $ 500.00 $ 4,500.00 7 years ' N/A $ 730.00 $ 7,500.00 Prepared by Ramon Berges, 8/23/2000 Approval: Dep me t Direct /Designee C 0 - OF ML4MI OF THE CITY CLEF BID SECURITY LIST BID ITEM: FORKLIFT TRUCKS BID NO: 99-00-243 DATE BIDS) OPENED: AUGUST 23, 2000 TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK mr. lift truck, i.nc. See attach d b1 j ori NATIONWIDE LIFT TRUCKS, INC.1 A. & S. EQUIPMENT " NO BID US AIRMOTIVE GAF EQUIPMENT, INC. "Offers from the ven,?ors listed herein ar the only o fers 4!y US o 5 croove o, an,rg c.1.16 other offers subm l:ed in re: �3c�;1^� toth and F no. l�o:taiian, i# A_ n , are hereby rejected as Ia.; , received ( ) envelops on behalf of erso ZARTMENT d(s) PURCHASING D on (rZ 3 Gv (City Dcparunent) (Date) SIGNS epury City Clerk a .m• 810 BID ITEM: Ci i'r OF MIAMI OF THE CITY CLERi. BID SECURITY LIST FORKLIFT TRUCKS BID NO: 99-00-243 DATE BID(S) OPENED: A U G U S T 23, 2000 TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK mr. lift truck, inc. See attach Ed bid NATIONWIDE LIFT TRUCKS, INC.. " A. & S. EQUIPMENT " NO BID US AIRMOT'IVE GAF EQUIPMENT, INC. "Offers from the vendors listed herein are the only offers received a e y ,as of u5s . a ove opUnl-,ng qzte other offers submiVed in res, c r to fill anct tunp.. 11c:tatian, if uny, are - hereby rejected as late; ' 0 jrl U (City Department) ( ) envelops on behalf of on c Z 310 0 (Date) 4 ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: BID NO. 99-00-243 FORKLIFT TRUCKS OPENING DATE: 10:00 A.M. WEDNESDAY, August 23, 2000 (Deadline for Request of additional Information /clarification: August 16, 2000) Detailed specifications for this bid are available, upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). AD NO. 8705 Carlos A. Gimenez City Manager . d CITY OF MIAMI LOGO CO r .� CD C IT Y 08705 city,pf -Miami " This number must VV REQUISITION FqR ADVERTISEMENT appear in the Ladvertisement. W 11 Ij t��: -I i -, A Mtt ou nt --I *❑L �j Disapproved, N' De'r) rn part eKtNrect6riDe,'sjgn06V Date Approved for Payment Date �_Ing:, Forward White and Canary to G.S.A. (Procurement GS/PC-503R6��)V80_Fp Ld Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department I TAO:Tidk�:- iVpe and attach copy of the ad N9 vertisement with thir2gUisition. 1. Department 2. Division: -r ir i c,- A-ri mini s.t-rati on Heavv & Light 3. Accouni Code number: 4. 1s this a. confirmation:, 5. Prepared by: A 6 El . Yes' El No Lourdes Lopez 6. Size, of advertisement: 7. 'Starting dater 8. Telephone number - 8/7/00 (305) :575-51301 9. •Nurnber times,this advertisement, is to be 10. Type of advertisement: Pbblished:ionce Legal El Classified El Rema-rk&:� BID NO.' 99-00-243 'age Puj�ch :(2) complete forklift -trucks arid.delivery del ivery of two to lbe.,used -by. various City facilities. Date(s) of Publication Advertisement Invoice No. MIAMI TIMES. :MIAMI AtMIEW. :X. DIARIO� L'AS AMERICAS 'ER; .AIpp'roVe'd,- A Mtt ou nt --I *❑L �j Disapproved, N' De'r) rn part eKtNrect6riDe,'sjgn06V Date Approved for Payment Date �_Ing:, Forward White and Canary to G.S.A. (Procurement GS/PC-503R6��)V80_Fp Ld Management) and retain Pink copy. DISTRIBUTION: White - G.S.A.; Canary - Department