HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #13100
Date: 12/06/2022
Commission Meeting Date: 01/26/2023
Requesting Department: Department of
Procurement
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - Jobbers Equipment Warehouse Inc. - IFB 1556387
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bid received on September 28, 2022, pursuant to Invitation for Bid ("IFB")
No. 1556387, for Forklift and Other Hydraulic Lifts Maintenance and Repair Services,
from the apparent sole responsive and responsible Bidder, Jobbers' Equipment
Warehouse, Inc. ("Jobbers") for Group Nos. 6, 8, 9. 11, and 14, on an as needed basis,
for an initial contract term of two (2) years, with the option to renew for two (2) additional
two (2) year periods, allocating funds from the various end user accounts, and/or other
sources of funds, subject to the availability of funds and budgetary approval, at the time
of need. Authorizing the City Manager to negotiate and execute any and all documents,
including any amendments, renewals, and extensions, subject to all allocations,
appropriations, and budgetary approvals having been previously made, compliance with
applicable provisions of the Code of the City of Miami, Florida, as amended, ("City
Code"), including, the City of Miami's Procurement Ordinance,
Anti -deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of
the City Code, in a form acceptable to the City Attorney, and in compliance with all
applicable laws, rules, and regulations, as may be deemed necessary for said purpose.
Background of Item:
On August 26, 2022, the Department of Procurement ("Procurement"), issued IFB No.
1556387, Forklift and other Hydraulic Lifts Maintenance and Repairs. As required by the
Procurement Code, the IFB was issued online via the City of Miami's BidSync Electronic
Portal ("BidSync") under full and open competition. On September 28, 2022, at the bid
closing, two (2) bids were received. The bids were evaluated and tabulated following the
guidelines published in the bid. One (1) Bidder was found non -responsive as they did
not submit the brand manufacturers' letters that confirmed that they are authorized and
qualified to perform maintenance and repair services on the various manufacturers'
equipment. Procurement is recommending award to Jobbers, who met all requirements,
per the bid specifications, and is the responsive and responsible Bidder, for Group Nos.
6, 8, 9, 11, and 14. The estimated contract amount is $245,000 annually (approximately
$1,470,000 for all six (6) years in the aggregate).
Budget Impact Analysis
Item is Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$245,000 Annually (Approximately $1,470,000 for six (6) years in the aggregate)
Reviewed B
Department of General Services Administration
Review Completed 01/06/2023 11:29 AM
Office of Management and Budget Jacques Joseph
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Marie Gouin
Annie Perez
Natasha Colebrook -Williams
Larry M. Spring
Valentin J Alvarez
Arthur Noriega V
Pablo Velez
Victoria Mendez
Maricarmen Lopez
City Clerk's Office
Jennifer Ramirez
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
Assistant City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Department Head
Completed 01/09/2023 10:21 AM
Completed 01/09/2023 11:08 AM
Completed 01/09/2023 12:34 PM
Completed 01/09/2023 1:47 PM
Completed 01/10/2023 10:26 AM
Completed 01/11/2023 10:29 AM
Completed 01/11/2023 10:33 AM
Completed 01/13/2023 9:36 PM
Completed 01/17/2023 4:54 PM
Completed 01/26/2023 9:00 AM
Completed 02/01/2023 4:44 PM
City of Miami
Legislation
Resolution
Enactment Number: R-23-0053
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 13100 Final Action Date:1/26/2023
A RESOLUTION OF THE MIAMI CITY COMMISSION, ACCEPTING THE BID
RECEIVED ON SEPTEMBER 28, 2022, PURSUANT TO INVITATION FOR BIDS
("IFB") NO. 1556387, FOR THE PROVISION OF FORKLIFT AND OTHER HYDRAULIC
LIFTS MAINTENANCE AND REPAIR SERVICES, FROM THE APPARENT SOLE
RESPONSIVE AND RESPONSIBLE BIDDER, JOBBERS' EQUIPMENT
WAREHOUSE, INC., A FLORIDA PROFIT CORPORATION ("JOBBERS"), FOR IFB
GROUP NOS. 6, 8, 9, 11, AND 14, ON AN AS NEEDED BASIS, FOR AN INITIAL
TERM OF TWO (2) YEARS, WITH THE OPTION TO RENEW FOR TWO (2)
ADDITIONAL TWO (2) YEAR PERIODS; ALLOCATING FUNDS FROM THE VARIOUS
CITY OF MIAMI ("CITY") USER DEPARTMENT ACCOUNTS AND SUCH OTHER
VARIOUS SOURCES OF FUNDS, SUBJECT TO THE AVAILABILITY OF FUNDS AND
BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY
MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO
ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS,
COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE OF THE CITY
OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE CITY'S
PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL
INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY
CODE, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND IN
COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS
MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, the City of Miami ("City") has a continued need for forklift and other
hydraulic lifts maintenance and repair services; and
WHEREAS, on August 26, 2022, the City's Department of Procurement ("Procurement")
issued Invitation for Bids ("IFB") No. 1556387, for the provision of forklift and other hydraulic lifts
maintenance and repair services, for IFB Group Nos. 6, 8, 9, 11, and 14, on an as needed
basis, for an initial term of two (2) years, with the option to renew for two (2) additional two (2)
year periods; and
WHEREAS, on September 28, 2022, Procurement received two (2) bid responses to the
IFB, which were evaluated and tabulated following the required guidelines of the IFB; and
WHEREAS, Jobbers' Equipment Warehouse, Inc., a Florida profit corporation
("Jobbers"), was the apparent sole responsive and responsible Bidder;
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
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The bid received on September 28, 2022, pursuant to IFB No. 1556387, for
the provision of forklift and other hydraulic lifts maintenance and repair services, from the
apparent sole responsive and responsible Bidder, Jobbers', for IFB Group Nos. 6, 8 ,9, 11, and
14, on an as needed basis, for an initial term of two (2) years, with the option to renew for two
(2) additional two (2) year periods, is hereby accepted.
Section 3. Funds shall be allocated from the various City user department accounts and
such other various sources of funds, subject to the availability of funds and budgetary approval
at the time of need.
Section 4. The City Manager is authorized' to negotiate and execute any and all
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code
of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code, all in forms acceptable to the City Attorney, and in compliance with all
applicable laws, rules, and regulations, as may be deemed necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
nd" ez, City Httor ey 1/17/2023
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.