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