Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-98-0289
J-98-326 3/16/98 9 8- 289 RESOLUTION N0. A RESOLUTION APPROVING THE PURCHASE OF A FORKLIFT FROM LIFT POWER, INC., UNDER EXISTING STATE OF FLORIDA CONTRACT NO. 760-00.1-96-1 FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, AT A TOTAL COST OF $16,780.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 503001.420905.6.850; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAID EQUIPMENT. WHEREAS, the Department of General Services Administration has consolidated storage and stockroom facilities into two locations, Building Maintenance and Fleet Management Facility; and WHEREAS, this has necessitated the use of second and third level storage areas, which require the use of a forklift in order to properly move bulky and heavy supplies; and WHEREAS, this purchase shall allow for the optimum and safe utilization of all available space; and WHEREAS, funds are available from the Department of General Services Administration, Account Code No. 503001.420905.6.850; and WHEREAS, the City Manager and the Director of General Services Administration recommend the purchase of a forklift from Lift Power, Inc., under an existing State of Florida Contract No. 760-001-96-1, at a total cost of $16,780.00 be approved; Cn7 corm METrxG or MAR 2 4 1998 assolutim No. 8- 289 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 thereto and incorporated herein as if fully set forth in this Section. Section 2. The purchase of a forklift from Lift Power, Inc., under existing State of Florida Contract No. 760-001-96-1 for the Department of General Services Administration, at a total cost of $16,780.00, is hereby approved, with funds therefor hereby allocated from Account Code No. 503001.420905.6.850. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue a purchase order for said equipment. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 24th day of March ATTEST: WALTER J. FOEMAN CITY CLERK JOE CAROLLO, MAYOR 1998 In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said legislation novi becomes effective with the elapse of ten (10) days from the date of Commission action regarding same, without the Mayor exercisir� a�reto. n / Walt J o man, City Clerk 2 98- 289 PREPARED AND APPROVED BY: RAFAEL 0. DIAZ DEPUTY CITY A ORNEY APPROVED AS TO FORM AND CORRECTNESS: xrQdW#��4ARD MAX LL afk RIM CITY ATTO NEY W2388:CSK CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the DATE City Commission SUBJECT FROM: Jose Garcia -Pedrosa REFERENCES City Manager ENCLOSURES: RECOMMENDATION: CA-8 March 24, 1998 FILE: Resolution Authorizing the Purchase of a Forklift Utilizing Existing State of Florida Contract State Contract 760-001-96-1 It is respectfully recommended that the City Commission -adopt the attached Resolution authorizing the use of an existing State of Florida contract No. 760-001-96-1, for the purchase of a forklift from Lift Power, Inc. a non-minority/non-local vendor, mailing address P.O. Box 3730, Jacksonville, Florida 32236, based on bids received for Item 560- 650-500 Forklift, IC engine, 5,000 lb. capacity, in a total award amount not to exceed $16,780.00. Funds are available from the Department of General Services Administration, Account Code No. 503001-420905-6-850. BACKGROUND: The Department of General Services Administration has consolidated storage and stockroom facilities into two locations (Building Maintenance and Fleet Management Facility). This has necessitated the use of second and third level storage areas, which require the use of a forklift in order to properly move bulky and heavy supplies. The purchase of the aforementioned forklift shall allow for the optimum and safe utilization of all available space. Juan Paschal, Director YDepartment of General Services Administration SAIMeFk1ift.doc (a VR TO: Jose Garcia -Pedrosa City Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE SUBJECT FROM : Juan Pascual, Director REFERENCES Department of General Services Administration ENCLOSURES: February 19, 1998 FILE : Resolution Authorizing the Purchase of a Forklift Utilizing Existing State of Florida Contract State Contract 760-001-96-1 The Department of General Services Administration has verified with the Department of Budget and Management Analysis that funds are available in the FY `98 Light Fleet Management, Account Code 503001-420905-6-850, in the amount of $16,780. Budgetary Review and Approved By: bin- Dipak PaieiKbirector Office of Budget and Management Analysis GSA/MeFKIift.doc 98289 Construction/Industrial uipment and Forklif,.. Page 1 of 1 Construction/Industrial Equipment and Forklift Trucks 760-001-9.6-1 Effective: 8/1/95 through 5/31/98 Certification Special Conditions Specifications Price Sheet Ordering Instructions Revisions Complete Contract State Contracts Main Index Contractors: Ordering Information Vendor URL Badger Equipment Company Btungart Equipment Co., Inc. Crosley Trailers, Inc. Falcon Power Joe Money Machinery Company, Inc. John Deere Industrial Equipment Co. Kaiser Pontiac Buick GMC Truck, Inc. Lift Power, Inc. M.D. Moody & Sons, Inc. National Lift Truck Service. Inc. New Holland North America, Inc. Pilot Equipment Co., Inc. Ring Power Corporation IN INDEX I egg-Ugg pgrelMMg i pmwArd Please serad comments or questions to Division ofPurchasinQ http://fcri.state. fl. ui/st_contracts/760001961 / 98- 289 1/21/98 560-650-500 Page 1 of 5 560-650-500 - Forklift, IC Engine, Cushion Tire 5,000 lb Capacity 560-650-500 FORKLIFT TRUCK, IC ENGINE, CUSHION TIRE, 5,000 LB. CAPACITY (95C) NOTE: This detailed specification is not complete unless it is used in conjunction with specification SRCI-1, Special Requirements All Construction/Industrial Equipment. INTENDED USE USED ON CONCRETE SURFACES IN OPEN AREAS FOR LIFTING LOADS UP TO 5,000 LBS. BASE UNIT IS EQUIPPED WITH A 2-STAGE MAST - 128 INCH MINIMUM FORK HEIGHT AND 50 INCH MINIMUM FREE FORK HEIGHT. THIS UNIT CAN BE USE INDOORS WITH THE OPTIONAL LP GAS OR LP GAS/GASOLINE SYSTEMS. 10. ENGINE: A. Gasoline engine, four-cycle, liquid cooled, with a minimum displacement of 2.OL (120 latest issue of SAE J1349. B. Maximum cooling system; permanent anti -freeze for liquid cooled engines. C. 12-volt electrical system, with an electric starter and a transmission neutral safety start 20. TR.ANSMISSION: Heavy-duty power shift transmission with torque converter and power rev - hydrostatic or automatic drive. 30. DRIVE TRAIN: Transmission and differential must be coupled with a drive shaft with U joints (preferred, for serviceability); or integral. No chain drives. 40. PERFORMANCE ITEMS: A. Overall machine height of (with mast vertical and lowered to ground) 85 inches, maxim MAXIMUM HEIGHT: 83" (REV 29 JUL 97) B. Fork lifting speed (rate loaded) of 80 fpm, minimum. LIFT SPEED: 90 (REV 29 JUL 97) C. Fork lowering speed (rate loaded) of 75 fpm, minimum. LOWER SPEED: 100 (REV 29 JUL 97) D. Travel speed (rate loaded), 9.0 MPH, minimum. TRAVEL SPEED: 9.6 (REV 29 JUL 97) 41. LIFT MECHANISM: A. Maximum visibility masts with rollers. B. Minimum 128 inch fork height; minimum 50 inch free fork height (without load backre http://fcn.state.fl.us/st_contracts/760001961/price8.htm 9 ©- 289 1/21/98 560-650-500 Page 2 of 5 FORK HEIGHT: 129" FREE FORK: 60" (REV 29 JUL 97) C. Upright to have 5 degrees minimum backward and 5 degrees minimum forward tilt cap BACKWARD: 5 DEGREES FORWARD: 6 DEGREES (REV 29 JUL 97) D. A 48 inch (approx.) removable load backrest extension will be provided. E. Rated capacity of 5,000 lbs. at 24 inch load center. State reductions in lift capacity (if a mast is raised to full height. REDUCTIONS: 0 F. Controlled lowering speeds, both in normal operation and when hydraulic pressure is to any reason. G. Minimum 42 inch forks which are laterally adjustable shall be provided. FORK LENGTH: 42" H. Hydraulic system: direct-, gear-, or chain -driven pump (no belt drives), and paper filter( micron or finer. 42. FEATURES: A. Power assist or hydrostatic power steering, with manual capability if engine stops. B. Engine oil pressure, engine coolant temperature, transmission oil temperature, fuel, elec charging system, and engine hourmeter gauges or lights. 50. COMFORT ITEMS: Padded seat with backrest. 60. SAFETY ITEMS: A. Service brakes to be hydraulic. B. Parking brake to be manufacturer's standard configuration. C. Operator's overhead guard. D. Self-adjusting backup alarm, per the latest issue of SAE J994. 70. WHEELS & TIRES: Cushion tires, manufacturer's maximum diameter and width for unit provi State sizes bid. FRONT SIZE: 18 X 8 X 12 1/8 REAR SIZE: 16 X 5 X 10.5 - (REV 29 JUL 97) 80. PAINT: Manufacturer's standard paint and color, factory painted. 90. CONDITIONS: A. At a minimum, the manufacturer's standard warranty for state and municipalities shall b provided. A copy of the warranty shall be provided with the bid. B. Any and all non -specified features or components necessary in order to provide a comp shall be provided by the vendor. C. See Special Requirements All Construction/Industrial Equipment (SRCI-1). 560-650-500 MAKE YALE (95C) (REV 29 JUL 97) CONTRACTOR DISCOUNT* MODEL PRICE http://fcn.state.fl.us/st—contracts/760001961/price8.h= 1 /21 /98 98- 289 560-650-500 Page 3 of 5 Western District LIFT POWER $200.00 GC25S 15 420 ( (REV 29 JUL 97) Northern District LIFT POWER $100.00 GC25S 15 320 ( (REV 29 JUL 97) Central District LIFT POWER $200.00 GC25S 15 420 ( (REV 29 JUL 97) Southern District LIFT POWER $250.00 GC25S 15 470 ( (REV 29 JUL 97) NOTE: ONLY THE ABOVE NAMED CONTRACTOR(S) IS/ARE AUTHORIZED TO SELL THIS COMMODITY UNDER THIS CONTRACT! *Discount per unit for equipment picked up by ordering agency at contractor's place of busines Approximate delivery time required after receipt of order: 60-90 DAYS OPTION CODING: 560-650-501-Option Number, Forklift Truck, IC Engine, 5,000 lb Capacity, Spe NOTE: (Where necessary, factory parts and components may be installed by the dealer if the par OPTIONS: components are not available as factory installed). (1) 1001. LP gas engine and fuel system, with one extra LP fuel tank, in lieu of gasoline arrange, performance reductions, if any. REDUCTIONS: 0 ORDER CODE LP PRICE $425.00 (REV 29 JUL 97) (2) 1003. Dual fuel gasoline and LP engine and fuel systems, with one extra LP fuel tank, in lieu o gasoline system. State performance reductions with LP gas, if any. REDUCTIONS: 0 ORDER CODE DUEL FUEL PRICE 600.00 (REV 29 JUL 97) (3) 4201. Standard mast, lift height of 118 inches minimum, free fork height of approximately 4 to inches. State performance reductions, if any. (NOTE: This mast has very little free fork the mast may hit the ceiling when raised indoors). REDUCTIONS: 0 FORK HEIGHT: 181" FREE FORK: 6" ORDER CODE 118 STD PRICE(Credit) <.$325.00> (REV 29 JUL 97) (4) 4202. Triple mast, with minimum fork height of 187 inches, and minimum free fork height of inches. State lift capacity reductions at ground and/or maximum fork height; reductions i angles; and other performance reductions; if any. 98~ 289 http://fcn.state.fl.us/st—contracts/760001961/price8.htm 1 /21 /98 560-650-500 (5) 4203. (6) 4204. (7) 4205. (8) 4206. Page 4 of 5 REDUCTIONS: 150 # FORK HEIGHT: 188" FREE FORK: 60" ORDER CODE 188TM PRICE 5$ 50.00 (REV 29 JUL 97) 60 inch forks, in lieu of standard forks. (If this exceeds OSHA limits, bid longest availab State length bid. LENGTH: 60" ORDER CODE 60" Forks PRICE $100.00 (REV 29 JUL 97) Mechanical drum handling attachment; 1-drum 1500 lb. capacity. Hercules Industries M 41-78 or approved equivalent. State manufacturer and model no. bid. MANUFACTURER: HERCULES MODEL NO.: 41-78 ORDER CODE H41-78 PRICE 350.00 (REV 29 JUL 97) Mechanical drum handling attachment; 2-drum, 3,000 lb. capacity. Hercules Industries 41-79 or approved equivalent. State manufacturer and model no. bid. ORDER CODE H41-79 PRICE- 460.00 (REV 29 JUL 97) Hydraulic side shift attachment, which does not move mast sideways. State resulting cap reductions at ground and/or at maximum fork height, if any. REDUCTIONS: 400# (Base) ORDER CODE SS PRICE 775.00 REDUCTIONS: 400# (Opt 4201) ORDER CODE SS PRICE 675.00 'WIv- REDUCTIONS: 4004 (Opt 4202) ORDER CODE SS PRICE 775.00 (REV 29 JUL 97) (9) 6001. Warning light; strobe or rotating beacon. Four-way flashing light is not acceptable. Astr Model LL800 (Phone 817-813-0961), Target Tech Model 851 (Phone 1-800-824-0254), Electronics Model 2020 BHAA (Phone 1-800-243-9096) or approved equivalent. State manufacturer, model no., type of unit bid, and resulting overall machine height. MANUFACTURER: SMH MODEL NO.: METEOR LITE TYPE: STROBE ORDER CODE STROBE PRICE 185.00 (REV 29 JUL 97) (10) 6003. Front working lights, two (2), minimum. 98- 289 http://fcn.state.fl.us/st—contracts/760001961 /price8.htm 1 /21 /98 560-650-500 Page 5 of 5 ORDER CODE STD PRICE N/C (REV 29 JUL 97) (11) 7001. Pneumatic tires, manufacturer's maximum diameter and width for unit provided. If neces different model which also meets the minimum requirements of the specification. State and tire sizes bid. MODEL NO.: 625S FRONT TIRES: 700 X 15 REAR TIRES: 6.50X 10 ORDER CODE PNEU PRICE 1 585.00 (REV 29 JUL 97) (12) 8001. Special state color, DOT Yellow (Federal Yellow No. 13538, DuPont #L9069A, ACME 2712, Deere No. PT102, or approved equivalent) (may be dealer painted if factory painti available). NOTE: The entire unit, including options and attachments, shall be painted th color. alzllwi� ORDER CODE PAINT PRICE 500.00 (REV 29 JUL 97)_ 98- 289 ' rt http://fcn.state.fl-us/st—contracW760001961/price8.htm 1/21/98 Construction/Industrial uipment and Forklif... Page 7 of 12 DELIVERY: TERMS: DAYS CITY, STATE, ZIP: DELAND, FL 32723-2813 TELEPHONE: (904) 734-6882 TOLL FREE NO.: ORDERING FAX NO.: (904) 736-0219 DELIVERY WILL BE MADE WITHIN SEE SPECIAL CONDITIONS DAYS AFTER RECEIPT OF P ORDER. PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: HOWARD B. WILLIAMS ADDRESS: 1590 S. BLVD., POST OFFICE BOX 2813 CITY, STATE, ZIP: DELAND. FL 32723-2813 TELEPHONE: (904) 734-6882 TOLL FREE NO.: NONE Lift Power, Inc. ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER 59-1358549-001 VENDOR LIFT POWER INC. (A) STREET ADDRESS OR P.O. BOX: P. O. BOX 37370 CITY, STATE, ZIP: JACKSONVILLE, FL 32236 TELEPHONE: 904-783-0250 TOLL FREE NO.: ORDERING FAX NO.: 904-781-1451 REMIT ADDRESS: SAME AS ABOVE CITY, STATE, ZIP:_ PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: PAUL MOHRMAN, PRESIDENT ADDRESS: P. O. BOX 37370 CITY, STATE, ZIP: JACKSONVILLE. FL 32236_ TELEPHONE: 904-783-0250 TOLL FREE NO.: URL HOME PAG-E ADDRESS: ELECTRONIC MAIL ADDRESS:_ AUTHORIZED SERVICE CENTER/DISTRTBUTOR LOCATION FORM CLARKLIFT OF ALABAMA 3815 PASCO STREET PENSACOLA, FL 32505 904-432-2465 LIFT POWER WESTERN DISTRICT NORTHERN DISTRICT LIFT POWER, INC. LIFT POWEPUNC. P.O. BOX 37370 4060 S.E. 45TH COURT JACKSONVILLE, FL 32236 OCALA, FL 34480 904-783-0250 352-624-1700 98- 289 http://fcn.state.fl.us/st—contracts/760001961/order.htm 1/21/98 Construction/Industrial E )ment and Forklif... Page 8 of 12 FLORIDA LIFT SYSTEMS 7685 CURRENCY DRIVE ORLANDO, FL 32809 407-859-3000 FLORIDA LIFT SYSTEMS 115 S. 78TH STREET TAMPA, FL 33619 800-226-2345 W.E. JOHNSON EQUIPMENT 325 E. IOTH COURT HIALEAH, FL 33010 305-882-7000 W.E. JOHNSON EQUIPMENT 5908 GEORGIA AVE. WEST PALM BEACH, FL 33405 407-582-4804 CENTRAL DISTRICT FLORIDA LIFT SYSTEMS 5127 RECTER HWY. WINTER HAVEN, FL 33880 941-967-8551 SOUTHERN DISTRICT W.E JOHNSON EQUIPMENT 2310 ROCKFILL RD. S.E. FT. MYERS, FL 33916 813-334-4987 M. D. Mood v &Sons, Inc. ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER 59-0552036-001 VENDOR M. D. MOODY & SONS. INC. (A) STREET ADDRESS OR P.O. BOX: POST OFFICE BOX 5350 CITY, STATE, ZIP: JACKSONVILLE, FL 32247-5350 TELEPHONE: (904) 737-4401 TOLL FREE NO.: (800) 869-4401 ORDERING FAX NO.: (904) 636-0532 DELIVERY: DELIVERY WILL BE MADE WITHIN SEE SPECIAL CONDITIONS DAYS AFTER RECEIPT OF PURCHASE ORDER. TERMS: NET 30 % N/A DAYS PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: JAMES H. NELSON, SALES REPRESENTATIVE ADDRESS: 4652 PHILLIPS HIGHWAY CITY, STATE, ZIP: JACKSONVILLE, FL 32207 TELEPHONE: (904) 737-4401 TOLL FREE NO.: (800) 869-4401 National Lift Truck Service, Inc. ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: 59-1589246-001 VENDOR: NATIONAL LIFT TRUCK SERVICE. INC. (A) STREET ADDRESS OR P.O. BOX: 1901 NW 2M STREET CITY, STATE, ZIP: FORT LAUDERDALE, FL 33311 Q ^ Q http://fcn.state.fl.us/st—contracts/760001961/order.htrn 1 /21 /98 TINDER STATE OF FLORIDA CONTRACT NO. 760-001-96-1 ITEM: Forklift DEPARTMENT: GSA TYPE OF PURCHASE: Single Purchase REASON: To properly move bulky and heavy supplies. RECOMMENDATION: It is recommended that purchase be made from Lift Power, Inc., a non-minority/non-local vendor, under an existing State of Florida Contract No. 760-001-96-1, at a total cost of $16,780.00; allocating funds therefor from Account Code No. 503001.420905.6.850. z D' ec or of Purchasing Dat - AwardStateContract 98- 289 J-98-326 3/16/98 RESOLUTION NO. A RESOLUTION APPROVING THE PURCHASE OF A FORKLIFT FROM LIFT POWER, INC., UNDER EXISTING STATE OF FLORIDA CONTRACT NO. 760-001-96-1 FOR THE DEPARTMENT OF GENERAL SERVIC ADMINISTRATION, AT A TOTAL COST F $16,780.00; ALLOCATING FUNDS THEREFOR OM ACCOUNT CODE NO. 503001.42090 .850; UTHORIZING THE CITY MANAGER TO ATRUCT TINE CHIEF PROCUREMENT OFFICER T ISSUE A P CHASE ORDER FOR SAID EOUIPME . WHEREAS, th Department of Gggeral Services Administration has consolidated storage a stockroom acilities into two locations, Building Maintenance and Fleet Mana ment cility; and WHEREAS, this has nec itated the use of second and third level storage areas, which require the use a fklift in order to properly move bulky and heavy_ supplies; and WHEREAS, thi purchase shall alloX �118 for the optimum and safe utilization of all available space; nd e^ WHERE funds are available from the epartment of General Services Administrati ,Account Code No. 503001.420905.850; and W REAS, the City Manager and the Dire\Li f General Services Admin' ration recommend the purchase of a forklift froower, Inc., under an exis ng State of Florida Contract No. 760-001-96-1, at a total c t of $16,780.00 approved;