Loading...
HomeMy WebLinkAboutR-96-0526J-96-554 7/1 /96 96-- 5`?6 RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF CLUB CAR, INC., A NON-MINORITY/NON-LOCAL VENDOR, FOR THE LEASING OF SEVENTY (70) GOLF CARS AND FOUR (4) UTILITY VEHICLES TO THE DEPARTMENT OF PUBLIC WORKS TO BE USED AT THE MIAMI SPRINGS GOLF COURSE, AND TWO (2) GOLF CARS TO THE DEPARTMENT OF ASSET MANAGEMENT TO BE USED AT THE MIAMI RIVERSIDE CENTER FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS AT A TOTAL PROPOSED ANNUAL AMOUNT OF $50,176.56; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF PUBLIC WORKS, ACCOUNT NO. 580203-610 ($48,913.68) AND THE DEPARTMENT OF ASSET MANAGEMENT, ACCOUNT NO. 921135-610 ($1,262.88); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE AND THEREAFTER TO EXTEND THIS CONTRACT FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICES, TERMS, AND CONDITIONS PURSUANT TO BID NO, 95-96-078, AND SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received June 3, 1996 for the leasing of golf cars and utility vehicles, for one (1) year with the option to extend for four (4) additional one (1) year periods for the Departments of Public Works and Asset Management; and WHEREAS, invitations were mailed to eighteen (18) potential bidders and two (2) bids were received; and CITY COMMISSIC MEETING CIF' JUL t 1 199E P—lation No, 96- 526 h WHEREAS, funds for this service are available from the Department of Public Works, Account No. 580203-610 ($48,913.68) and the Department of Asset Management, Account No. 921 135-610 ($1,262.88); and WHEREAS, the City Manager, and the Director of Public Works Department recommend that the bid received from Club Car, Inc.. be accepted as the lowest most responsible and responsive bid; 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 June 3, 1996 bid of Club Car, Inc.. for the furnishing of seventy (70) golf cars and four (4) utility vehicles to the Department of Public Works to be used at Miami Springs Golf Course, and two (2) golf cars to the Department of Asset Management be used at the Miami Riverside Center on a contract basis for one (1) year with the option to extend for four (4) additional one (1) year periods at a total proposed annual amount of $50,176.56, is hereby accepted, with funds therefor hereby allocated from the Department of Public Works, Account No. 580203-610 ($48,913.68) and the i Department of Asset Management, Account No. 921 135-610 ($1,262.88). Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this service and thereafter to extend this contract for four (4) additional one (1) year periods, at the same terms, prices and conditions, in accord with Bid No. 95-96-078, and subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. Page 2 96- 521 t PASSED AND ADOPTED this 11 thday of '-�uhy 1996. YYI G"/ %a VV111 , V I%. "-1Y1(1 I <JIA ATTEST: `7NALTER J. FOEM N'1 CITY CLERK ~--', PREPARED AND APPROVED BY: RAFAEL 0. DIAZ / DEPUTY CITY ATTORNk'i APPROVED AS TO FORM AND CORRECTNESS: Af QONN JO S II CITY ATTORAEX Page 96- 526 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM 32 TO: Honorable Mayor and Members DATE: JUN 2 6 1996 FILE of the Commission SUBJECT: Resolution and Award of Bid Leasing of Golf Cars and Utility Cars FROM: REFERENCES: Bid No. 95-96-078 City RECOMMENDATION: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution awarding Bid No. 95-96-078 to Club Car, Inc., a Non-Minority/Non-Local Vendor located at 3301 SE Slater Street, Stuart, Florida 34997 at a total proposed amount of $50,176.56, as the lowest most responsible and responsive bidder to provide seventy-two (72) golf cars and four (4) utility vehicles on a contract lease basis for one (1) year with the option to extend for four (4) additional one (1) year periods, at the same prices, terms and conditions as stipulated in Bid No. 95-96-078, subject to the availability of funds. Funds are available from the Department of Public Works Account Code 580203-610 ($48,913.68) and Asset Management Department Account Code 921135-610 ($1,262.88) BACKGROUND The Department of Public Works has analyzed the bids received pursuant to Bid No. 95-96-078 for the leasing of seventy-two (72) golf cars and four (4) utility vehicles to be used the Miami Springs Golf Course and the Miami Riverside Center. Eighteen (18) invitations for bids were mailed and two (2) bids were received. Club Car, Inc., meets Department's requirements and specifications and offers the lowest most responsible and responsive bid based upon the lowest annual cost of service. It is therefore recommended that Club Car, Inc., a Non-Minority/Non- Local Vendor at a total proposed amount of $50,176.56, receive the Award of Bid as the lowest most responsible and responsive bidder. Attachments 96- 5 CITY OF MIAMI, FLORIDA BID NO. BID SHEET (Continued) IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE 1 ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OP. -- IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOt BOND IS SUBMITTED IN THIS ENVELOPE. 1st ment Terms: on d6livery (Include cash discount for prompt payment, if any) Additional discount of 0 % if awarded all items. Warranty and/or guarantee: Extended 5 yr. parts, labor and battery warrant-v Delivery: 60 icalendar days required upon receipt of Purchase Order or N, of Award. i j Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Sp Conditions, and General Information to Bidders, we agree to furnish the Items) at P Indicated on the'attached bid sheet(s). r' NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Ingersoll-Rand Cornnrai-inn A. Montague Miller, C P Michael Harris, Vice President a) List principal business address: (street address)_ i_3301 SE Slater Street, Stuart, Florida 34997 b) List all other offices located in the State of Florida: (street address) Club Car -West Florida, 1662 Independence Road Saranni-a r Pi nri da '4422A__ Club Car -North Florida. 7033 Sf-anni nt- r; r,.i o S„i i-A r_ wi nt-ar Park- VT. I (Please use the back of this page if -more space is necessary) MINORITY PROC'-RRFMENT OMP7.TANCFs The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: Club Car, Inc. Signature: (company name) Date: June 3, 1996 Print Name: payid Kelly Indicate if Business is 51% Minority -owned: (Check one box. only) [ ] BLACK [ ] HISPANIC [ ] FEMALE A F RMA,TIME ACTION PLAN If firm has an existing plan, effective date of implementation: N/A If firm does not have an existing plan, the Successful Bidder(s) shall be required establish an Affirmative Action Policy, pursuant to ordinance #10062 as amended. see Appel I for sample. Bidder: Club Car, Inc. Signature: A��_j (company name) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID-._ 5 DID AWARD RECOMMENDATION FORM BID NUMBER: 95-96-OZ8 - COMMODITY/SERVICE: LEASE OF GOLF CARS & 11TILITY VEHICLE DEPARTMENT / DIVISION: PARKS & RECREATION TERM OF CONTRACT: CONTRACT FOR ONE (1) YEAR WITH OPTION TO EXTEND FOR FOUR (4) ADDITIONAL ONE (1) YEAR PERIODS. NUMBER OF BIDS DISTRIBUTED: Eighteen (18) NUMBER OF BIDS RECEIVED: Two (2) METHOD OF AWARD: Lowest most responsible and responsive bidder when all items priced annually are added in theaggreglte RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Club Car Inc. Non-MinnritV/ $48,913.68/YR Non -Local THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: ACCOUNT CODE(S): �5 Po-,203 DEPARTMENT APPRoDe DireCt Designee BUDGET REVIEW APPROVAL: anohar S. Surana Assistant City Manager TOTAL: $48,913.68/YR PROCUREWNT APPROVAL: OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 PAGES %ham Judy S. Carter ief Procurement Officer 96- 52 BID AWARD RECOMMENDATION FORM BID NUMBER: 95-96-078 COMMODITY/SERVICE: LEASING OF (',OT.F CARS G TTTT VEHICLES DEPARTMENT / DIVISION: ASSET MANAGEMENT TERM OF CONTRACT: LEASE FOR ONE (1) YEAR WITH OPTION TO EXTENI) FOR FOTTR (4) ADT)TTTO ONE (1) YEAR PERIODS. NUMBER OF BIDS DISTRIBUTED: Eighteen (18) NUMBER OF BIDS RECEIVED: two (2) METHOD OF AWARD: Lowest most responsible and responsive hidder wh n all ; tem priced annually are added in the aggregate RECOMMENDED VENDOR(S): STATUS: CONTRACT VAL Club Car, Inc. Non -Minority/ $1,262.88 TOTAL: $1, 262.88 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: Currently the grounds at the City of Miami Riverside' are pat-r„i l eA by security guards utilizing a golf cart. This cart is provided by the security company at a cost of $250.00/mo Rental of two carts via this contract will provide a more efficient means of providing the golf cart while also providing a second cart for use as backup and by -janitorial crews having to clean remote areas of the property such as the underex resswa parking ­ lots and parking garage ACCOUNT CODE(S): DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: e ment Director/ /1 Manohar S. Surana Designee d Assistant City Manager OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 PAGES PROCUREMENT APPR 4L G k',4udy S. Carter Chief Procurement TITLE: BID NO. 95-96-078 LEASING OF GOLF CARS AND UTILITY VEHICLES TABULATION OF BIDS RS: CLUB CAR, INC. E-Z GO DIVISION OF TEXTRON 3301 SE SLATER STREET 6299 NW 27 WAY STUART, FL 34997 FORT LAUDERDALE, FL 33309 NON-MINORITYINON-LOCAL NON-MINORITYINON-LOCAL UNIT EST. UNIT EST. ;CRIPTION LEASE PRICE QTY. EXIEN-$ 1 LEASE PRICE QTY. s, as per Bid Specifications $ 1.75 /DAY 70 CARS $ 122.50 /DAY $ 2.05 /DAY 70 CARS $ $ 52.62 /MO 70 CARS $ 3,683.40 /MO $ 61.49 /MO 70 CARS $ $ 631.44 /YR 70 CARS $ 44,200.80 /YR $ 737.88 /YR 70 CARS $ 5- iufacturer/Year/Make & CLUB CAR 1996 DS ELECTRIC E-Z-GO 1996 TXT ELECTRIC idder intends to supply: .n's 2315/2015 utility truck, $ 3.65 /DAY 2 CARS $ 7.30 /DAY $ 3.94 /DAY 2 CARS $ as per Bid Specifications $ 109.56 /MO 2 CARS $ 219.12 /MO $ 118.20 /MO 2 CARS $ $ 1,314.72 /YR 2 CARS $ 2,629.44 /YR $ 1,418.40 /YR 2 CARS $ iufacturer/Year/Make/ CLUB CAR 1996 CARRYALL II PLUS E-Z-GO 1996GXT 1500 GAS UTILITY -idder intends to supply: UTILITY VEHICLE (GASOLINE) =n's 810 Express utitlity truck, $ 2.69 /DAY 2 CARS $ 5.78 /DAY $ 2.92 /DAY 2 CARS $ as per Bid Specifications $ 86.81 /MO 2 CARS $ 173.62 /MO $ 87.82 /MO 2 CARS $ $ 1,041.72 /YR 2 CARS $ 2,083.44 /YR $ 1,053.84 /YR 2 CARS $ iufacturer/Year/Make/ CLUB CAR 1996 CARRYALL I E-Z-GO 1996 GXT TUFF 1 GAS UTILIT ;idder intends to supply UTILITY VEHICLE (GASOLINE) TOTAL YEARLY: $48,913.68 /YR $5 'alendar Days required for elivery of additional cars, & rate -d: A by Maritza Fresno, 6/10/96 15 days; $30 per car per day 1 of 1 60 days Approval: _. D� end Director i I D I TE2I s LEASE OF GOLF CARS ANL) U Ii i,.i ix i muk-,No _N_-M_r__N-wNrwr- GOLF COURSE. BID Q0. s 95-96-078 DATE DID(S) OPIRID s —JUNE 3_ 1996 12:00 AM NOON _ rw w w_ww.�.wrr_Nw __wr____r_ww. 31IDDXR TOTAL DID-SOND-1211 1ID ♦NOVET Cds®IER' i CEHDCIC CLUB CAR, INC. EAST FLA. $ 48,913.68 CK.##77901421 5/30/96 E—Z—GO DIV. OF TEXTRON 56,596.08 'NO BID: PRO ELECTRIC VEHICLES, INC. " JEFFREY ALLEN, INC. NASREP, INC./BROWARD ELECTRIC CAR CO.- r. rc�m Hie ven.. or. received time' - cr, r, Of th other o¢ sr r, zn are ier��Tn cx.. (t to tip'. s the only O� erg _- :)Rcitallon, of any. " MN--O--i- r.6QlrrMr Nrawrsrtl _Ni_K- N __Yrw M�MYw-MM-r N-O- rra_ww M_ /-,,, _N received (`' ) envelopes an bebe ,Osise a xec-41TUi bide) �- GSA/SOLID WASTE -PROCUREMENT DIVISION •n MLA =� (City Depestneat)w-- -� CGG� iYGNED: (Deputy City Clerk) DR N0- 27002 City of Miami COLLECTIONS REPORT f Report of Collections For: Department/Division: 7 Prepared Cash: Checks: � Total: e/•/ CJd Date: Si nature TRANS. CODE ___.. no R P DOCUMENT REFERENCE NO. SUBSIDIARY ACCOUNT INDEX CODE OBJ, OF REV. PROJECT AMOUNT (KEYPUNCH LEFT ZERO FILLED) S TIO genes - N G/L no. series no. f _- _--------------- - 1-! -�-�------- -Lilt ucpt.t rnarniourrurv: wrine - ireasury management; Canary - Department (After validated by Treasury Management) SouthTrust Bank TO THE ORDER OF **THE CITY OF MIAMI,FL-** Issued By Integrated payment Syslems Inc, Englewood, Colorado To Citibank 1New York Stale) Buffalo, N.V. 690 L4 2 L 1:0 2 20008681:6811' L L 2? L4 7? RECEIVED 096 JUN -3 P12 :00 WALTER J. FOEMAN CITY CLERK CITY OF h9!- Ml, FLA. LEGAL ADVERTISEMENT BID NO. 95-96-078 R>> . '� 1 T�� d Z Sealed bids will be received by the City of Miami City Clerk at his officcd rdJ m Hall, 3500 Pan American Drive, Miami, Florida 33133 no later tha June i"'IqN 12:00 a.m. noon for the leasing of approximately seventy (70) new electric golf d&S,4 and four (4) new utility trucks for rental use at the Miami Springs Golf Course by the Department of Parks and Recreation. Bids submitted after the deadline and/or submitted to any other location or office shall be deemed non -responsive and shall be rejected. Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's total dollar volume of all expenditures for all goods and services to Black, Hispanic and Women Minority Business Enterprises, on an equal basis. (See Ordinances 10062 and 10538) . Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office located at 300 Biscayne Blvd. Way, Suite 210, (305) 579-6845. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. Detailed specifications for the bids are available upon request at the City's Procurement Office. The City Manager may reject all bids and readvertise. (Ad No.2140) Cesar H. Odio City Manager City of Miami E, ' This number must REQUISITION FOR ADVERTISEMENT appear in the r advertisement. INSTRUCTIONS: Please tyge and attach a co f thg adve isement i t n. 1. Department: Park. ,is. Rec, 2. Division: 3. Account Code number: 520203-28 7 4. Is this a confirmation: ❑ Yes ® No 5. Prepared by: Maritza Fresiio _ 6. Size of advertisement: KLe al 7. Starting date: 5/15/96 8. Telephone number: 579-6845 _ 9. Number of times this advertisement is to be published: 1 one 1110. Tye of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: Bid No. 95-96--078 Lease of Golf Cars and Utility Trucks 12. Publication G.S.A. 'Pir it 3 Date(s) of Advertisement Invoice No. Amount MIAMI REVIEW MIAMI TIMES DI ARID .LAS AivIEIZICAS 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12189 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. Dis i entsu i iON: white - G.S.A.; canary - Department