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