9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra,...
Transcript of 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra,...
INVITATION TO BID NO.: 9513-0/12
OPENING: 2:00 P.M.
WEDNESDAY, JUNE 15, 2011
MIAMI-DADE COUNTY, FLORIDA
I N V I T A T I O N
T O B I D
TITLE:
FORKLIFTS, SKID STEER, POWER SWEEPER, AND ARTICULATING BOOM LIFT
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
LIVING WAGE: ..........................................................................................N/A
EXAMINATION OF COUNTY EQUIPMENT:..... N/A
CONTRACT MEASURES: ............................. ..............................................SEE SECTION 2, PARAGRAPH 2.2
SAMPLES/INFORMATION SHEETS: .......... N/A
SITE VISIT/AFFIDAVIT: ....... N/A
USER ACCESS PROGRAM: ................................................................ SEE SECTION 2, PARAGRAPH 2.21
WRITTEN WARRANTY: ....... SEE SECTION 2, PARAGRAPH 2.9.10
FOR INFORMATION CONTACT:
Km! Ra, at 305-375-1291, or at [email protected]
MIAMI-DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 34OF SECTION
4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE.
FAILURE TO SIGN PAGE 34OF SECTION 4, BID SUBMITTAL FORM WILL RENDER YOUR BID NON-
RESPONSIVE.
MIAMI-DADE COUNTY, FLORIDA
INVITATION TO BID
Invitation to Bid Number: 9513-0/12
Title: Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP
Bids will be accepted until 2:00 p.m. on Wednesday, June 15, 2011
Bids will be publicly opened. The County provides equal access and does not discriminate on the
basis of disability in its programs or services. It is our policy to make all communication available
to the public, including those who may be visually or hearing impaired. If you require information
in a non-traditional format please call 305-375-5278.
Instructions: The Clerk of the Board business hours are 8:00am to 4:30pm, Monday through
Friday. Additionally, the Clerk of the Board is closed on holidays observed by the County. Each
Bid submitted to the Clerk of the Board shall have the following information clearly marked on
the face of the envelope: the Bidders name, return address, Bid number, opening date of the Bid
and the title of the Bid. Included in the envelope shall be an original and two copies of the Bid
Submittal, plus attachments if applicable. Failure to comply with this requirement may result in
your Bid not being considered for award.
All Bids received time and date stamped by the Clerk of the Board prior to the bid submittal
deadline shall be accepted as timely submitted. The circumstances surrounding all bids received
and time stamped by the Clerk of the Board after the bid submittal deadline will be evaluated by
the procuring department, in consultation with the County Attorney’s Office, to determine
whether the bid will be accepted as timely.
NOTICE TO ALL BIDDERS:
• FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID NON-RESPONSIVE.
• THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS THAT REQUIRE
REVIEW AND COMPLETION BY ANY VENDOR RESPONDING TO THIS SOLICITATION
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 1
GENERAL TERMS AND CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- I -
Revised 4/18/11
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 1
GENERAL TERMS AND CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- II -
Revised 4/18/11
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 1
GENERAL TERMS AND CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- III -
Revised 4/18/11
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 1
GENERAL TERMS AND CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- IV -
Revised 4/18/11
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 1
GENERAL TERMS AND CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- V -
Revised 4/18/11
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 6 - -
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this solicitation is to establish a Contract for the purchase of several forklifts,
a skid steer, a power sweeper, and a self-propelled articulating boom lift, for Miami-Dade
County.
2.2 CONTRACT MEASURES
2.2.1 A Small Business Enterprise (SBE) bid preference applies to this solicitation. A ten
(10%) percent bid preference shall apply to contracts valued up to $1 million and a
five (5%) percent bid preference shall apply to contracts greater than $1 million. A
SBE/Micro Business Enterprise must be certified by the Department of Small
Business Development (SBD) for the type of goods and/or services the Enterprise
provides in accordance with the applicable Commodity Code(s) for this solicitation.
For certification information, contact the Department of Small Business
Development at 305-375-CERT (2378) or access Miami-Dade County - Small Business
Development - Certification Process The SBE/Micro Business Enterprise must be
certified by bid submission deadline, at contract award and for the duration of the
contract to remain eligible for the preference.
2.2.2 In accordance with Section 2-8.5.1 of the Miami-Dade County Code, a Local Certified
Service-Disabled Veteran Business Enterprise (VBE) that submits a bid for a contract
shall receive a bid preference of five percent of the price bid. A VBE is a firm that is
a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and
b) prior to proposal submittal is certified by the State of Florida Department of
Management Services as a service-disabled veteran business enterprise pursuant to
Section 295.187 of the Florida Statutes. This preference will only be used for
evaluating and awarding the bids and shall not affect the contract price. In
procurements where Small Business Enterprises (SBE) measures are being applied, a
VBE who is also an SBE shall not receive the veteran’s preference provided in this
section and shall be limited to any applicable SBE preferences. At the time of bid or
proposal submission, the bidder must affirm in writing its compliance with the
certification requirements of Section 295.187 of the Florida Statutes and submit this
affirmation and a copy of the actual certification along with the bid or proposal
submission.
2.3 PRE-BID CONFERENCE
Intentionally Omitted
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 7 - -
2.4 TERM OF CONTRACT: ONE (1) YEAR
This contract shall commence on the first calendar day of the month succeeding approval of
the contract by the Board of County Commissioners, or designee, unless otherwise
stipulated in the Notice of Award Letter which is distributed by the County's Department of
Procurement Management, and contingent upon the completion and submittal of all
required bid documents. The contract shall expire on the last day of the last month of the
one-year contract term.
2.5 OPTION TO RENEW
Intentionally Omitted
2.6 METHOD OF AWARD: To Lowest Priced Vendor on an Item-by-Item Basis
2.6.1 Award(s) will be made on an item-by-item basis to the responsive and responsible
vendor(s) who submits the lowest price for the item(s) being awarded.
2.6.2 Bids will not be accepted from sources other than the equipment's manufacturer or
fabricator, or an approved dealer thereof. The bidder must submit documentation
to confirm its status as required above. Failure to meet this requirement may result
in the bid being deemed non-responsive.
2.6.3 When the bidder is the equipment's manufacturer or fabricator, an approved service
facility capable of performing warranty repairs and supplying needed parts must be
located in Miami-Dade or Broward County.
Or
2.6.4 When the bidder is an approved dealer of the manufacturer or fabricator, there
must be a service facility capable of supporting the proposed sale and of performing
warranty repairs and supplying needed parts located in Miami-Dade or Broward
County. The service facility may be subject to the County’s review and approval.
2.6.5 If applicable, in accordance with Chapter 320 of the Florida Statutes, SS320.27,
bidders submitting a bid in conjunction with this solicitation should be licensed by
the state of Florida as motor vehicle dealers. Bidders should furnish a copy of their
license with their bid submittal. The bidder may be given the opportunity to submit
a copy of the license to the County, within the specified timeframe, during the bid
evaluation period. Failure to meet this requirement may result in your bid being
rejected.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 8 - -
2.6.6 Notwithstanding the aforementioned Method of Award, the County, at its option,
may avail itself of any or all of the provisions stated in Section 1, Paragraph 1.5,
Award of Bid Solicitation.
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the Vendor is awarded a contract under this solicitation, the prices proposed by the
Vendor shall remain fixed and firm during the term of contract.
2.8 EXAMINATION OF COUNTY FACILITY AND INSPECTION OF COUNTY EQUIPMENT
Intentionally Omitted
2.9 SPECIAL CONDITIONS FOR BIDDING MOBILE EQUIPMENT
BIDDING EQUAL PRODUCTS, NO SUBSTITUTION COMPONENTS, MANUFACTURER'S
CATALOGUES/BROCHURES AND PRODUCT DEMONSTRATIONS
2.9.1 Manufacturer's name, brand name and/or model number, when used in the
specifications are for the sole purpose of establishing minimum requirements of
levels of quality, standards of performance and design. They are in no way intended
to prohibit the bidding of other manufacturer's brands of equal material, quality,
design and standards of performance, unless the wording “NO SUBSTITUTION” is
used. When an equal product is bid, the bidder shall furnish the factory information
sheets (specifications, brochures, etc.) that show the product meets or exceeds the
required specifications. Failure to meet this requirement may result in the bid being
deemed non-responsive. The County will be sole judge of equality or similarity and
the County’s decision shall be final.
2.9.2 When “NO SUBSTITUTION” is used in combination with a manufacturer's name,
brand name and/or model number, the named item is the only item that will be
accepted by the County.
2.9.3 Manufacturer's standard information sheets, catalogues, brochures and all
supporting documentation submitted must show the product meets or exceeds the
required specifications Bids that are submitted with standard product literature
which offer technical data or product descriptions indicating the item or product bid
does not meet the required specifications must be accompanied by a letter, on the
bidder's company stationary, identifying those differences and describing how
compliance with the required specifications is to be accomplished. Failure to comply
with this requirement may result in the rejection of the bid for not meeting the
specifications.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 9 - -
NOTE: 1 Photographs, picture, and other graphic illustrations that are part of
standard product literature will not be used in determining product
compliance with these specifications.
2.9.4 After the Bid Submittals have been evaluated by the County, the bidder offering the
lowest price, as stipulated in Section 2, Paragraph 2.6, may be required to
demonstrate the equipment, which has been proposed, for evaluation by and at no
cost to the County. The purpose of the demonstration is to observe the equipment
in an operating environment and verify its capability, suitability, and adaptability vis-
à-vis the performance requirements stipulated in the bid. If a demonstration is
required, the County will notify the bidder of such in writing and will specify the
date, time and location of the demonstration. If the bidder fails to perform the
demonstration on the date stipulated in the notice, the County may elect to reject
the bidder's proposal or to re-schedule the demonstration. The County will be the
sole judge of the acceptability of the equipment in conformance with the Bid
Specifications and its decision shall be final.
2.9.5 The equipment used for the demonstration shall be the same as the manufacturer's
model identified in the bidder's proposal. Accordingly, the equipment used in the
demonstration shall create an expressed warranty that the actual equipment
provided by the bidder during the contract period shall be similar to the equipment
used in the demonstration. Should that equipment be new, not previously
demonstrated and conforms to all bid specifications and requirements, the County
reserves the right to purchase that equipment upon successful completion of the
demonstration and approval by the Board of County Commissioners, if required.
EQUIPMENT FURNISHED
2.9.6 The equipment furnished by the bidder, during the term of the Contract, shall be
new and the most recent model available. Demonstrator models are not
acceptable. Any optional components that are required in accordance with the Bid
Specifications (refer to Section 3, of this Bid Solicitation) shall be considered
standard equipment for the purposes of this solicitation. Any optional components
that are recommended by the equipment manufacturer for the application intended
must be included and will be considered standard equipment for the purposes of
this solicitation. The application and usage of all components, sub-components or
parts must be in accordance with their manufacturers' recommendations, as well as
the recommendations of all associated component manufacturers. Omission of any
essential detail from these specifications does not relieve the vendor from furnishing
a complete and ready to work unit. The silence of specifications on any point shall
mean that only the finest commercial practices of the industry shall apply and all
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 10 - -
interpretations of the Bid Specifications shall be so governed. The unit shall conform
to all applicable Occupational Safety and Health Administration (OSHA), State and
Federal, and American National Standards Institute (ANSI) requirements and
standards, and Department of Transportation (D.O.T.) regulations. All components
and included craftsmanship are to be in accordance with current Society of
Automotive Engineers (S.A.E.) standards and recommended practices. The
engineering, materials and workmanship shall exhibit a high level of quality and
appearance, consistent with or exceeding the industry standards.
2.9.7 The equipment and features required are listed in the bid specifications (refer to
Section 3, entitled “Technical Specifications”). The County may, after delivery and
acceptance of the initial equipment ordered, make changes to the required
equipment or equipment options supplied, provided; 1) such changes are mutually
agreed between the bidder and the County, 2) all changes in per unit pricing are no
more than the change in per unit documentable cost to the bidder, and 3) that the
net amount of any such changes is no more than five percent of the per unit price
originally bid. Bids requiring a pre-construction conference, or, the construction and
approval of a prototype unit, will be considered in satisfaction of the initial
equipment order provision of this paragraph.
BIDDER STATUS
2.9.8 Please refer to Section 2, Paragraph 2.6.2, 2.6.3, and 2.6.4
2.9.9 Please refer to Section 2, Paragraph 2.6.2, 2.6.3, and 2.6.4
WARRANTY REQUIREMENTS
2.9.10 The successful bidder shall supply and be responsible for the equipment’s warranty.
Equipment furnished shall have a warranty of twenty-four months (24) bumper to
bumper.
When equipment or component manufacturers provide a warranty with coverage in
excess of that stipulated herein, that additional coverage shall not be diminished by
the requirements of this paragraph. When equipment or component manufacturers
provide a warranty with less coverage than that stipulated herein, the vendor shall
provide a supplemental warranty that meets or exceeds the warranty requirements,
as stipulated herein. The warranty terms shall be subject to Delay In Start Warranty
Program (commence when the equipment is put into service), if available from the
equipment’s manufacturer.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 11 - -
2.9.11 The bidder shall be responsible for promptly correcting any warranted deficiency, at
no cost to the County, at a warranty service center that meets the criteria stated in
Paragraphs 2.6.3 or 2.6.4 within five (5) calendar days after the County notified the
bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or
fails to correct or replace the defect within the period specified, the County may, at
its discretion, notify the bidder in writing that the bidder may be found in violation
of the Contract or be subject to contractual default if the deficiencies are not
corrected and/or replacement or repairs are not completed to the satisfaction of the
County within the specified timeframe. If the bidder fails to satisfy the warranty
within the period stipulated in the notice, the County may (a) place the bidder in
default of its contract, and/or (b) procure the products or services from another
vendor and charge the bidder for any additional costs that are incurred by the
County, either through a credit memorandum or through invoicing.
2.9.12 The successful bidder and/or their local service representative may be required to
enter into an Original Equipment Manufacturer (OEM) parts and service supply
agreement with Miami-Dade County, during the useful life of the equipment
furnished. This maintenance support agreement would be to supply parts, repairs
and training or service at the County's discretion. By the submission of this bid, the
bidder agrees to enter into such agreement at the County's discretion, with parts
and labor pricing at rates no higher than industry standard.
DELIVERY AND PAYMENT
2.9.13 All prices shall be quoted F.O.B. destination point. Deliveries are authorized at the
County’s Fleet Management’s Shop 2 (Truck), 6100 SW 87 Avenue, Miami, Florida
33173 between the hours of 8:00 A.M. and 2:00 P.M. weekdays, or at another
location or at times that may be so designated on the purchase order. Contact the
Facility Supervisor, Luis Duarte, at (305) 273-4125, forty-eight (48) hours prior to
delivery.
2.9.13.1 Water and Sewer Department (WASD) deliveries are authorized at
the WASD South Miami Heights Body Shop, 20900 SW 117 Avenue,
Miami, Florida 33177 between the hours of 8:00 A.M. and 2:00 P.M.
weekdays, or at another location or at times that may be so
designated on the purchase order. Contact Steadford Dalhouse, at
(786) 268-5060, forty-eight (48) hours prior to delivery.
2.9.14 Delivery is required within the number of days stated by the bidder within the Bid
Proposal. In no case may this date be later than 180 days from the date that the
County department orders the equipment by sending a printed Purchase Order to
the awarded bidder. All deliveries are to be made in accordance with good
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 12 - -
commercial practice. All equipment shall be delivered in full compliance with the
bid specifications and requirements, and must be in excellent condition and ready to
work. Upon verification of compliance with these requirements, the County will
accept the delivered equipment. See Paragraph 2.9.16 for defective delivery
correction requirement.
2.9.15 Upon failure to deliver the equipment in accordance with good commercial practice,
in excellent and ready to work condition, and in full compliance with bid
specifications and requirements to the County within the lesser of; the time stated,
by the bidder in their Bid Proposal or the number of days stipulated in Paragraph
2.9.14, the bidder shall be subject to charges for liquidated damages in the amount
of one tenth of one percent (.001) per unit purchase order price, per calendar day
that each individual unit is not delivered acceptably. This charge for liquidation
damages is in addition to other remedies and timetable requirements listed in
Paragraph 2.9.16 below.
2.9.16 The bidder shall be responsible for promptly correcting any equipment delivery
deficiency, at no cost to the County, within ten (10) calendar days after the County
notifies the bidder of such deficiency in writing. If the bidder fails to correct or
replace the defect within the period specified, the County may, at its discretion,
notify the bidder in writing that the bidder may be found in violation of the Contract
or be subject to contractual default if the deficiencies are not corrected and/or
replacement or repairs are not completed to the satisfaction of the County within
the specified timeframe. If the bidder fails to satisfy the delivery requirements
within the period stipulated in the notice, the County may (a) place the bidder in
default of its contract, and/or (b) procure the products or services from another
vendor and charge the bidder for any additional costs that are incurred by the
County either through a credit memorandum or through invoicing.
2.9.17 The County shall issue payment after completion of items (a) and (b) below, and as
per the payment provisions established in Section 1, Paragraph 1.2, (H) (1):
a. The delivered unit is successfully inspected for compliance with all
specifications and requirements and is accepted (including delivery of the
required training manuals as per Paragraph 2.9.18).
b. All documentation described in the Purchase Order has been received as
stipulated therein. The language that will appear in the successful bidders
Purchase Order is:
Application for Certificate of Title and/or Equipment Registration (HSMV-
8040), Certification of Motor Equipment Sale Tax Exemption (MVC Form DR-
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 13 - -
41A), Motor Equipment Dealer Title Reassignment Supplement (DHSMV
82994), Manufacturer’s Statement of Origin To A Motor Equipment and
Service Policy shall be made out in the name of:
Miami Dade County, Florida
2225 N.W. 72nd Avenue
Miami, Florida 33122.
c. These documents must be dated to coincide with the delivery of the
equipment, send all papers to:
General Services Administration
Materials Management Division - Capital Inventory Section
2225 N.W. 72nd Avenue
Miami, Florida 33122
d. All documents must be properly filled out and completed, signed and
notarized by an authorized individual with no strike-overs on any documents.
Non-compliance will result in payment delays.
e. The invoice is to be made out in triplicate to the name of the department as
indicated on the Purchase Order and mailed to the same address as shown
on the Purchase Order. The equipment key numbers are to be noted on the
invoice.
PARTS, REPAIRS AND TRAINING MANUALS
2.9.18 The successful bidder shall supply the County with access to a comprehensive
training manual which describes the appropriate use of the equipment purchased,
and a comprehensive repairs and parts manual which identify the component parts
and which describe the appropriate process for repairing the equipment purchased.
If supplied in other than internet access form, hard copy manuals meeting these
requirements must be furnished via hard written or printed copy, CD or DVD. Where
hard copy manuals are provided, one copy per equipment ordered to a maximum of
seven (7) copies are required and shall be delivered with the first equipments on a
one for one basis prior to the County issued payment.
MOTOR EQUIPMENT LICENSE REQUIREMENT
2.9.19 Compliance with Chapter 320 of the Florida Statutes
Please refer to Section 2, Paragraph 2.6.5.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 14 - -
2.10 LIQUIDATED DAMAGES
Please refer to Section 2, Paragraph 2.9, Sub-Paragraph 2.9.15
2.11 INDEMNIFICATION AND INSURANCE
Intentionally Omitted
2.12 BID GUARANTY
Intentionally Omitted
2.13 PERFORMANCE BOND
Intentionally Omitted
2.14 CERTIFICATIONS
Intentionally Omitted
2.15 METHOD OF PAYMENT
Please refer to Section 2, Paragraph 2.9, Sub-Paragraph 2.9.17
2.16 SHIPPING TERMS
Please refer to Section 2, Paragraph 2.9, Sub-Paragraph 2.9.13
2.17 DELIVERY REQUIREMENTS
Please refer to Section 2, Paragraph 2.9, Sub-Paragraph 2.9.14
2.18 BACK ORDER ALLOWANCE
Intentionally Omitted
2.19 WARRANTY REQUIREMENTS
Please refer to Section 2, Paragraph 2.9, Sub-Paragraph 2.9.10
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 15 - -
2.20 CONTACT PERSON FOR ADDITIONAL INFORMATION
2.20.1 For any additional information regarding the terms and conditions of this solicitation
and resultant contract, Contact: Km! Ra, at (305) 375-1291; or via email at –
2.20.2 To allow the County adequate time to respond, requests for clarification and
additional information should be submitted at least forty-eight (48) hours before the
Bid Opening Date.
2.21 COUNTY USER ACCESS PROGRAM FEE (UAP)
2.21.1 USER ACCESS FEE
a. Pursuant to Miami-Dade County Budget Ordinance No. 03-192, this contract
is subject to a user access fee under the County User Access Program (UAP)
in the amount of two percent (2%). All sales resulting from this contract, or
any contract resulting from this solicitation and the utilization of the County
contract price and the terms and conditions identified herein, are subject to
the two percent (2%) UAP. This fee applies to all contract usage whether by
County Departments or by any other governmental, quasi-governmental or
not-for-profit entity.
b. The vendor providing goods or services under this contract shall invoice the
contract price and shall accept as payment thereof the contract price less the
2% UAP as full and complete payment for the goods and/or services specified
on the invoice. The County shall retain the 2% UAP for use by the County to
help defray the cost of the procurement program. Vendor participation in
this invoice reduction portion of the UAP is mandatory.
2.21.2 JOINT PURCHASE
a. Only those entities that have been approved by the County for participation
in the County’s Joint Purchase and Entity Revenue Sharing Agreement are
eligible to utilize or receive Miami-Dade County contract pricing and terms
and conditions. The County will provide to approved entities a UAP
Participant Validation Number. The vendor must obtain the participation
number from the entity prior to filling any order placed pursuant to this
section. Vendor participation in this joint purchase portion of the UAP,
however, is voluntary. The vendor shall notify the ordering entity, in writing,
within 3 work days of receipt of an order, of a decision to decline the order.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 2
SPECIAL CONDITIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 16 - -
b. For all ordering entities located outside the geographical boundaries of
Miami-Dade County, the successful vendor shall be entitled to ship goods on
an “FOB Destination, Prepaid and Charged Back” basis. This allowance shall
only be made when expressly authorized by a representative of the ordering
entity prior to shipping the goods.
c. Miami-Dade County shall have no liability to the vendor for the cost of any
purchase made by an ordering entity under the UAP and shall not be deemed
to be a party thereto. All orders shall be placed directly by the ordering
entity with the vendor and shall be paid by the ordering entity less the 2%
UAP.
2.21.3 VENDOR COMPLIANCE
If a vendor fails to comply with this section, that vendor may be considered in
default by Miami-Dade County in accordance with Section 1, Paragraph 1.23 of this
contract solicitation and the resulting contract.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 17 - -
3.1 SUMMARY
3.1.1 The purpose of this solicitation is to establish a Contract for the purchase of several
forklifts, skid steer, power sweeper, and a self-propelled articulating boom lift, for
Miami-Dade County.
3.1.2 These mobile equipment will be operated by County staff employed at the Port of
Miami, the Miami-Dade Water and Sewer Department (WASD), and the General
Services Administration (GSA), Fleet Management Division; and must be able to
operate within the physical confinements of the Port and WASD and GSA Shops.
3.1.3 The following clauses define each equipment’s description, purpose of use, and
minimum specifications:
3.2 FORKLIFT (PORT OF MIAMI)
3.2.1 DESCRIPTION AND PURPOSE
Two (2) forklifts each with a 6,000 lbs. lifting capacity to conform to the operational
requirements of the Facilities Maintenance Division at the Miami-Dade Seaport
Department. These will be used to lift and relocate air-conditioning equipment,
concrete barriers, and for the loading and unloading of heavy or bulky items used by
the Division.
3.2.2 EQUIPMENT USAGE OVERVIEW
a. Installation, removal and maintenance procedures on portable guard booths,
large signs and fabricated steel frames and supports require the use of a
forklift.
b. Installation, removal and maintenance procedures are performed on
concrete water bays with heavy concrete slabs and pipe configurations.
c. Passenger gangways are positioned on the dock or transported to the
maintenance facility. The gangways are up to 17 feet long and weigh
between 700 and 1,400 lbs.
d. Air-conditioning compressors and other components weighting up to 5,000
lbs. are unloaded from flatbed trucks and positioned in staging areas for
installation by crane.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 18 - -
3.2.3 MINIMUM SPECIFICATIONS
a. Lifting Capacity: 6,000 lbs. lifting capacity at 24” load center
b. Mast: 2-stage, tilting, side shifter, maximum retracted height = 8’7”, working
height of forks =16’
c. Forks: Length – 48”
d. Engine: Diesel, Minimum 80 HP
e. Transmission: Automatic with heavy duty cooling
f. Exhaust: Vertical Outlet type
g. Tires: Pneumatic, foam filled /rated for 6,000 Lbs.
h. Steering: Power
i. Ground Clearance: 12”
j. Lights: Two (2) headlights, front and rear working lights, hazard flashing
lights, top mounted amber strobe, turn signals.
k. Safety: Back-up alarm, rear-view mirror, fire extinguisher
l. Operator’s Station: Open operator’s station, adjustable suspension seat with
operator restraint system, standard gauges to include: fuel level, voltmeter,
engine oil pressure, parking brake, battery charge indicator, engine coolant
temperature, hour meter, air pressure and warning lights.
3.3 SKID STEER LOADER (PORT OF MIAMI)
3.3.1 DESCRIPTION AND PURPOSE
To purchase one (1) skid steer loader with the lifting capacity and ability to accept
specified accessories necessary to conform to the operational requirements or the
Facilities Maintenance division at the Port of Miami-Dade County. This equipment
will be used to dig trenches, move fill material, drill sign and fence post holes and
break pavement and other concrete structures.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 19 - -
3.3.2 MINIMUM SPECIFICATIONS
a. Rated Operating Capacity: 3,000 Lbs.
b. Engine: Diesel; Minimum 80 Hp; Liquid cooled; 12 mph travel speed (2 speed
operation).
c. Hydraulic System: Pump capacity of 20.7 GPM; Auxiliary High Flow 37 GPM
and with leak proof type hydraulic quick disconnects to properly operate
below accessories. If available include covers for the quick disconnect to
prevent contamination when not in use.
d. Dimensions: Length 115”; Width 72”; height 81”; Wheelbase 49”; Turning
radius 85”.
e. Tires: Pneumatic; Gel filled
f. Steering: Power
g. Lights: Two (2) headlights, front and rear working lights, hazard flashlights,
top mounted amber strobe, and turn signals.
h. Safety: Back-up alarm, rear-view mirror, fire extinguishers.
i. Operator’s Station: Adjustable suspension seat with operator restraining
system, standard gauges to include: fuel level, voltmeter, engine oil pressure,
parking brake, battery charge indicator, engine coolant temperature, hour
meter, air pressure and warning lights.
j. Accessories: Auger: Width 10 ¼“; Height 20 ¾”; Dig depth 62”; Torque and
Speed medium; Hydraulic Breaker: Blows per minute 1300@17 GPM Impact
energy class 3,000 Ft. lb.; Tool diameter 2.56”.
3.4 POWER AIR SWEEPING MACHINE (PORT OF MIAMI)
3.4.1 DESCRIPTION AND PURPOSE
To purchase of one (1) small/compact, maneuverable and roadworthy sweeping
machine having the capacity to conform to the operational requirements of the
Housekeeping Division at the Port of Miami-Dade County. This equipment will
primarily be used to air sweep concrete floors of multi-level, confined –space
Parking Garages with 79” ceiling heights, cargo sheds, warehouses, outdoor parking
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 20 - -
lots with asphalt flooring and must be able to pick up small debris such as leaves,
small sheets of paper, loose dirt, light-weight trash, light gravel, saw dust, powered
or granular waste and scrap materials.
3.4.2 MINIMUM SPECIFICATIONS
a. Type: Air/Suction Sweeper; Tilt cab
b. Overall Height: May not exceed 78” (to allow for safe operation in the Port’s
Parking Garages).
c. Sweeping Path: Brushes retracted – approximately 47”; Maximum brush
extension – 80” (Dimensions to fall within these limits to maximize
maneuverability in the Parking Garages).
d. Extraction System: Free gloating suction box
e. Hopper: (Dumpable) Capacity: Minimum 1.20 cubic yards – 1,000 Lbs.;
Composition: Stainless steel; Hopper dump height must exceed 57” and be
equipped with a water ejection system (Dump height must accommodate the
dumpsters where waste is deposited for transport from the Port).
f. Engine: Diesel capable of propelling the unit at a speed of at least 20 mph
and sweeping speed of 8 mph.
g. Water Tank: Minimum 50 gallon tank for dust control spray operation. (This
tank and the hopper must be composed of corrosion resistant material due
to the seaside (salty) environment at the Port of Miami.)
h. Tires: Solid or pneumatic
i. Steering: Power; Four wheel drive; Front wheel steering; Turning radius 128”
maximum; Ground clearance 5.25” minimum (to accommodate restricted
turning space in parking garages.)
j. Lights: Two (2) headlights, front and rear working lights, hazard flashing
lights, top mounted amber strobe, and turn signals (all safety lighting).
k. Safety: Back-up alarm, rear-view mirror, fire extinguisher; Hydrostatic and
mechanical braking.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 21 - -
l. Operator’s Station: Adjustable suspension seat with operator restraint
system; Air-conditioning; Standard gauges to include: fuel level, voltmeter,
engine oil pressure, parking brake, battery charge indicator, engine coolant
temperature, hour meter, air pressure and warning lights.
m. Required Equipment: Pressure washer and Auto-lube system
n. Acceptable brand and model: Tennant Green Machine 636 or an approved
equal.
3.5 45’ SELF-PROPELLED ARTICULATING ARM BOOM LIFT (PORT OF MIAMI)
3.5.1 DESCRIPTION AND PURPOSE
One (1) 45’ Self-propelled articulating arm boom lift with a jib to meet the
requirements of the Facilities Maintenance Division. This equipment will be used to
facilitate maintenance and repair procedures performed by the Facilities
Maintenance Division at the Port of Miami. Some examples of projects and
procedures where this equipment will be used are: Surface preparation, priming
and painting mechanical and structural surfaces exposed to the effects of the salty
environment at the Port; painting office and Passenger Terminal facilities;
maintaining light poles and fixtures; trimming trees; caulking windows and accessing
roof.
3.5.2 MINIMUM SPECIFICATIONS
a. Power: Diesel engine
b. Jib: 5 ft (1.52m) jib boom
c. Tires: Rough terrain pneumatic
d. Drive: 4 Wheel Drive (All wheel drive)
e. Axle: Oscillating
f. Accessories: All required safety equipment
g. Productivity: Air line to platform, tool tray
h. Power: 2,500 – 3,500 watt AC Generator.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 22 - -
3.6 FORKLIFT (GSA – SHOP 3D)
3.6.1 DESCRIPTION AND PURPOSE
One (1) forklift is required for this facility. The forklift at this facility will be
used daily by shop personnel to perform various tasks. These tasks range
from moving palletized or un-palletized cargo onto or off of a truck bed
and/or shelving, removal and installation of hydraulic cylinders, and vehicle
radiators using a fork mounted boom listed below. This forklift will be
operated inside the shop on concrete surfaces as well as outside the shop on
asphalt surfaces.
3.6.2 MINIMUM SPECIFICATIONS
a. A LPG powered forklift with the OEM automatic transmission, standard size
overhead cab guard protection and no less than a 6,000 lb load rating 14 feet
from the ground at a 24” load center. Provide forklift with a tiltable 3 stage
mast with integral side shift, standard load backrest for carriage, and
appropriately rated for the load 48” long forks with remotely adjustable
spread capability. Include largest available LPG tank for model bid.
b. Solid pneumatic tires applicable for use on asphalt and concrete pavement.
c. An on/off switch is to be provided to control 2 adjustable front and 2
adjustable rear work lights. The work lights are only to operate when the key
is in the “on” position. A variable pitch backup alarm and a 360 degree
viewable all amber LED safety light mounted on top of cab guard is to be
provided and installed. The LED safety light is to operate anytime the key is
in the “on” position.
d. Spare largest available LPG tank for model bid.
e. Attachments
1. Attachable work platform with 48” length and 48” width with 36”
railing and gate entry. Platform must have no less than two (2)
anchor points for two (2) safety lanyards attached to personnel. A
retention system must be provided to prevent the platform from
falling off the forks.
2. Vestil Manufacturing Automatic Eagle Beak Drum Lifter Model #
FMDL-1 or equal approved by the County. Requests for approval of
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 23 - -
other products must be received no later than ten (10) days prior to
bid opening.
3. Vestil Manufacturing Orbital Telescoping Lift Master Boom Model #
LM-OBT-6 or equal approved by the County. Requests for approval of
other products must be received no later than ten (10) days prior to
bid opening.
3.6.3 Optional Item
A. With the bid submittal, the bidder should provide a list and corresponding
pricing of all available no deductible parts and labor extended warranty
coverage available for the forklift.
3.7 LANDFILL FORKLIFT (GSA – SOP 3C)
3.7.1 DESCRIPTION AND PURPOSE
One (1) rough terrain two wheel drive (2WD) vertical mast forklift is required
for this facility. The forklift at this facility will be used daily by shop
personnel to perform various tasks. These tasks range from moving
palletized or un-palletized cargo onto or off of a truck bed and/or shelving,
removal and installation of hydraulic cylinders on various types of
equipment, vehicle radiators and fluid tanks using a fork mounted boom
listed below , removal and installation of bulldozer tracks, removal and
installation of wheel loader buckets, etc. This forklift will be operated on
the concrete surfaces found at the shop, asphalt surfaces surrounding the
shop and unimproved grounds and soft underfoot terrain found at this landfill
location. This unit will be required to operate in all kinds of inclement weather and
will be stored outside exposed to such weather.
3.7.2 MINIMUM SPECIFICATIONS
a. A diesel powered forklift with the OEM automatic transmission, standard size
overhead cab guard protection and no less than a 8,000 lb load rating 14 feet
from the ground at a 36 inch load center and largest available fuel tank for
model bid. Provide forklift with a tiltable mast with integral side shift,
standard load backrest for carriage, and appropriately rated for the load 72”
long fully adjustable forks along the carriage with locking capability.
b. Pneumatic tires applicable for use on asphalt, concrete pavement and
unimproved/soft underfoot grounds.
c. Two (2) on/off switches are to be provided. One (1) switch is to control 2
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 24 - -
adjustable front work lights. The second switch is to control one (1)
adjustable rear work light. The work lights are only to operate when the key
is in the “on” position
d. Attachment
1. Vestil Manufacturing Telescoping Lift Master Boom Model # LM-1T-8
or equal approved by the County. Requests for approval of other
products must be received no later than ten (10) days prior to bid
opening.
3.7.3 Optional Item
A. With the bid submittal, the bidder should provide a list and corresponding
pricing of all available no deductible parts and labor extended warranty
coverage available for the forklift.
3.8 FORKLIFT (GSA – SHOP 2)
3.8.1 DESCRIPTION AND PURPOSE
One (1) forklift is required for this facility. The forklift at this facility will be
used daily by shop personnel to perform various tasks. These tasks range
from moving palletized or un-palletized cargo onto or off of a truck bed
and/or shelving, lifting of the front or rear of a vehicle off of the ground with
the hydraulic wheel lift attachment listed below to transport the unit from
our storage lot to our auction lot, completely lifting off of the ground
severely wrecked vehicles and transporting them by forklift to the auction
lot from the storage lot via the use long fork extensions listed below over
the standard forks or loading these units onto trucks with these same fork
extensions, movement of various types of trailers via the use of fork
mounted compact style trailer spotter, lifting of employees on a work
platform to work on a canopy that is no less than 16 feet from the ground,
and other work as necessary. This forklift will be operated on the concrete
surfaces found at the shop, and asphalt surfaces surrounding the shop and lots.
3.8.2 MINIMUM SPECIFICATIONS:
a. A diesel powered forklift with the OEM automatic transmission, standard size
overhead cab guard protection and no less than a 10,000 lb load rating 5 feet
from the ground at a 36 inch load center when using the fork extensions
listed below, and largest available fuel tank for model bid. Provide forklift
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 25 - -
with a tiltable mast with a 16 foot fork height reach, integral side shift, and
standard load backrest for carriage. The forks must be fully adjustable along
the entire carriage and be the locking type. The forklift must be provided
with a fourth valve to properly operate the fork mounted wheel lift
attachment listed below. The forklift must be able to enter into a door way
measuring 10 ft. high and 8 ft wide
b. Solid Pneumatic tires applicable for use on asphalt and concrete pavement.
c. An on/off switch is to be provided to control 2 adjustable front and 2
adjustable rear work lights. The work lights are only to operate when the key
is in the “on” position. A variable pitch backup alarm and a 360 degree
viewable all amber LED safety light mounted on top of cab guard is to be
provided and installed. The LED safety light is to operate anytime the key is
in the “on” position.
d. Attachments
1. Vestil Manufacturing Load Platform Model # FTLP-5454-HR with
safety system to prevent the unit from falling off of the forks,
completely removable railing along the entire perimeter of the
platform, and two separate mounting points for safety lanyards for
personnel when the railings are installed or equal approved by the
County. Requests for approval of other products must be received no
later than ten (10) days prior to bid opening.
2. Vestil Manufacturing 72” long loop style fork extensions or equal
approved by the County. Requests for approval of other products
must be received no later than ten (10) days prior to bid opening.
3. Miller Industries Chevron Auto Grip Forklift Attachment “No
Substitution” with quick disconnects leak proof type fittings on the
hoses supplying hydraulic fluid to the unit as well as on the forklift,
the quick disconnect to be installed as close as possible to the
carriage. Include wheel safety straps for the attachment to prevent
the vehicle being towed from falling off the lift and covers for all of
the quick disconnects (on lift truck and on attachment) to prevent
contamination when not in use if available.
4. Automation Devices Inc., Fork-Rhino Shackled Configuration Rhino
Receiver compact style fork mounted trailer spotter attachment or
equal approved by the County. Requests for approval of other
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 26 - -
products must be received no later than ten (10) days prior to bid
opening.
5. A day of training for up to 10 individuals on the proper
installation/removal and use of the above attachments with the
forklift.
3.8.3 Optional Item
A. With the bid submittal, the bidder should provide a list and corresponding
pricing of all available no deductible parts and labor extended warranty
coverage available for the forklift.
3.9 LPG FORKLIFT (WASD – METER SECTION WAREHOUSE)
3.9.1 DESCRIPTION AND PURPOSE
These specifications describe the minimum requirements for the purchase of one
(1) pneumatic lift truck LP powered forklift that will be used outdoors and indoors in
the existing property of the Meter Section Warehouse and yard facility. In addition
to operating in a warehouse, the forklift must be able to safely pass through
industrial doors that are approximately ten (10) feet wide and up to twelve (12) feet
high. The equipment must have the capacity to lift and move a fully loaded pallet
weight ranging from 2,400 lbs. to a maximum weight capacity of up to 3,600 lbs.
load. Additional load and lift requirements include the capacity to lift to a height of
approximately four (4) feet and place these loads above ground level onto the rear
of a flat bed pick-up truck and lower the carriage/forks/and/or tilt the mast forward
as required.
3.9.2 The bidder shall supply a chart from the product’s manufacturer showing the forklift
is rated to carry and move the loads at the heights and weights required.
3.9.3 Manufacturer’s standard safety yellow/construction yellow paint.
3.10 LPG FORKLIFT (SWM)
3.10.1 DESCRIPTION AND PURPOSE
The Department of Solid Waste Management (SWM) needs one (1) heavy duty
propane gas forklift that is easy to operate and has integral side shift in the carriage.
The unit to be supplied shall be able to lift 1,000 lbs. of materials @ a 24inch load
center onto shelving up to 12’ high. It shall be able to load and off load materials
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 3
TECHNICAL SPECIFICATIONS
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
- - 27 - -
from the side or rear of standard height delivery trucks. The unit must be equipped
with 2 locking forks 42”long and the forks must be adjustable along the carriage.
This forklift must have the ability to be used on facility roadways at the landfills,
transfer stations, and TRC’s and some off road operation to include grassy area and
rock paved areas. This equipment will be used by multiple divisions within SWM
(Garbage, Trash, and the Environmental Division, etc.).
3.10.2 The forklift will also be used to move 4 ft. by 4 ft pallets that may have up to four
drums of oil that weigh in total about 2,400 lbs; will be used to load 5 ft by 5 ft
pallets of discarded electronic recycling equipment on to trucks weighing
approximately 1,500 lbs; loading and unloading of two (2) cyd. commercial trash
containers that are 79” wide by 52” long by 38” high and weighing approx. 375 lbs;
four (4) cyd. commercial trash containers that are 79” wide by 89” long by 51” high
and weighing approx. 735 lbs; six (6) cyd. commercial trash containers that are 79”
wide by 90” long by 54” high and weighing approx. 990 lbs; and eight (8) cyd
commercial trash containers that are 79” wide by 118” long by 51” high and weigh
approximately 1,400 lbs.. This lift truck will also be used to unload stacked
residential garbage and recycling carts that range from 35 gallons to 95 gallons and
can weigh approximately 1,800 lbs.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
SECTION 4
BID SUBMITTAL FORM
- - 28 - - Revised 5/20/09
OPENING: 2:00 P.M.
Wednesday, June 15, 2011
NOTE: Miami-Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished upon
request.
Issued by:
Km Ra
DPM
Purchasing Division
Date Issued: This Bid Submittal Consists of Pages 28
through 34 and the Affidavits
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such
other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid
Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated
time and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying
Bid Submittal Requirement.
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift
A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids.
A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the
contract by the successful bidder and Miami-Dade County.
DO NOT WRITE IN THIS SPACE
ACCEPTED _____ HIGHER THAN LOW _____
FIRM NAME: ______________________________________
NON-RESPONSIVE _____ NON-RESPONSIBLE _____
DATE B.C.C. ___________ NO BID _____
ITEM NOS. ACCEPTED _________________________________
COMMODITY CODES: 560-75, 760-04, 765-77, 075-44
Procurement Contracting Officer II Km! Ra
RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND AFFIDAVITS.
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON PAGE 34OF SECTION 4,
BID SUBMITTAL FORM SHALL RENDER THE VENDOR INELIGIBLE FOR LOCAL PREFERENCE.
FAILURE TO SIGN PAGE 34OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER YOUR BID NON-
RESPONSIVE.
Submit Bid To:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st
Street
17th
Floor, Suite 202
Miami, Florida 33128-1983
PLEASE QUOTE PRICES F.O.B. DESTINATION, FREIGHT ALLOWED, LESS TAXES,
DELIVERED INMIAMI-DADE COUNTY, FLORIDA
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12 BID SUBMITTAL FOR:
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom
FIRM NAME: ______________________________________________________________
- - 29 - - Revised 5/20/09
Estimated
Item No. Quantities Description Unit Price Total
1. 2 each Forklifts, 6,000 lb capacity
As per Technical Specifications in
Section 3, Paragraph 3.2 $___________ $______________
Manufacturer:______________________________
Model No.:_________________________________
Days to deliver after receipt of order: __________
2. 1 each Skid Steer Loader, 3,000 lbs capacity
As per Technical Specifications in
Section 3, Paragraph 3.3 $___________ $______________
Manufacturer:______________________________
Model No.:_________________________________
Days to deliver after receipt of order: __________
3. 1 each Power Air Sweeping Machine
Tennant Green Machine 636 or approved
equal
As per Technical Specifications in
Section 3, Paragraph 3.4 $___________ $______________
Manufacturer:______________________________
Model No.:_________________________________
Days to deliver after receipt of order: __________
4. 1 each Self-Propelled Articulating Arm Boom Lift, 45 feet
As per Technical Specifications in
Section 3, Paragraph 3.5 $___________ $______________
Manufacturer:______________________________
Model No.:_________________________________
Days to deliver after receipt of order: __________
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12 BID SUBMITTAL FOR:
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom
FIRM NAME: ______________________________________________________________
- - 30 - - Revised 5/20/09
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12 BID SUBMITTAL FOR:
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom
FIRM NAME: ______________________________________________________________
- - 31 - - Revised 5/20/09
A. List the Name and Address of the Manufacturer’s-Approved Service Facility in Miami-
Dade or Broward County as per Section 2, Paragraph 2.6.3 and 2.6.4:
1. Equipment Description: ______________________________________________________
Name of Facility: ________________________________________________________
Address: ______________________________________________________________
Telephone No: ________________________________________________________
Contact Person: ________________________________________________________
2. Equipment Description: ______________________________________________________
Name of Facility: ________________________________________________________
Address: ______________________________________________________________
Telephone No: ________________________________________________________
Contact Person: ________________________________________________________
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12 BID SUBMITTAL FOR:
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom
FIRM NAME: ______________________________________________________________
- - 32 - - Revised 5/20/09
3. Equipment Description: ______________________________________________________
Name of Facility: ________________________________________________________
Address: ______________________________________________________________
Telephone No: ________________________________________________________
Contact Person: ________________________________________________________
Note: Use additional sheets, if necessary.
B. Bidder’s Submittals Checklist:
� Per Section 2, Paragraph 2.9.3:
Bids that are submitted with standard product literature which offer technical data
or product descriptions indicating the item or product bid does not meet the
required specifications must be accompanied by a letter, on the bidder's company
stationary, identifying those differences and describing how compliance with the
required specifications is to be accomplished.
� Per Section 2, Paragraph 2.9.10:
Equipment Warranty Information.
o Per Section 3, Optional Items
Attach information on no-deductible extended warranties for each specific item bid.
� Per Section 2, Paragraph 2.6.2
Provide documentation that the bidder is the equipment manufacturer, fabricator or
approved dealer.
� Per Section 2, Paragraph 2.6.3 and 2.6.4
Identify location of service center in Miami-Dade or Broward County.
o Per Section 2, Paragraph 2.6.5
If applicable, a copy of the motor vehicle dealer’s licence.
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
- 33 - Revised 5/20/09
SECTION 4
BID SUBMITTAL FOR:
Forklifts, Skid Steer, Power Sweeper, and Articulating Boom
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN CONNECTION WITH
THIS BID:
Addendum #1, Dated
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
PART II:
NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE: DATE:
TITLE OF OFFICER:
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
- 34 - Revised 5/20/09
BID SUBMITTAL FORM
Bid Title: Forklifts, Skid Steer, Power Sweeper, and Articulating Boom Lift___________________________________________________________
By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami-Dade County Code. Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the Miami-Dade County Ethics Commission prior to submittal of a Bid response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a statement in a form satisfactory to the Clerk disclosing the employee’s interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County Commissioners, must be submitted with the response to the solicitation.
In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the appropriate
form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate form in relation to each
solicitation may be considered as evidence that the Bidder is not a responsible contractor.
The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being considered for award.
Pursuant to Miami-Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County.
Place a check mark here only if bidder has such conviction to disclose to comply with this requirement.
LOCAL PREFERENCE CERTIFICATION:
For the purpose of this certification, a “local business” is a business located within the limits of Miami-Dade County (or Broward County in accordance with the
Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of this solicitation and
contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of
employment opportunities and the support and increase to the County’s tax base.
Place a check mark here only if affirming bidder meets requirements for Local Preference. Failure to complete this certification at this time (by checking the
box above) shall render the vendor ineligible for Local Preference.
LOCAL CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Service-Disabled Veteran Business
Enterprise is a firm that is (a) a local business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of
Florida Department of Management Services as a service-disabled veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.
Place a check mark here only if affirming bidder is a Local Certified Service-Disabled Veteran Business Enterprise. A copy of the certification must be submitted
with this proposal.
COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program
For the County’s information, the bidder is requested to indicate, at ‘A’ and ‘B’ below, its general interest in participating in the Joint Purchase Program of the County
User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor participation in the
Joint Purchase portion of the UAP is voluntary, and the bidder’s expression of general interest at ‘A’ and ‘B’ below is for the County’s information only and shall not
be binding on the bidder.
A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental, quasi-
governmental or not-for-profit entities located within the geographical boundaries of Miami-Dade County?
Yes No
B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other
governmental, quasi-governmental or not-for-profit entities located outside the geographical boundaries of Miami-Dade County?
Yes No
Firm Name: _____________________________________________________________________________________________________
Street Address: ___________________________________________________________________________________________________
Mailing Address (if different): _______________________________________________________________________________________
Telephone No.: ________________________________________ Fax No.: _________________________________________
Email Address: ________________________________________ FEIN No. __/__-__/__/__/__/__/__/__
Prompt Payment Terms: _____% _____ days net _____days (Please see paragraph 1.2 H of General Terms and Conditions)
*“By signing this document the bidder agrees to all Terms and Conditions of this Solicitation and the resulting Contract.”
Signature: ________________________________________________________________________ (Signature of authorized agent)
Print Name: __________________________________________ Title: ____________________________________________
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE
TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-
RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT
WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS OFFER.
APPENDIX
AFFIDAVITS FORMAL BIDS
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
Page 1 of 4 Revised 11/20/08
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
Page 2 of 4 Revised 11/20/08
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
Page 3 of 4 Revised 11/20/08
MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12
Page 4 of 4 Revised 11/20/08