41
INVITATION TO BID NO.: 9513-0/12 OPENING: 2:00 P.M. WEDNESDAY, JUNE 15, 2011 MIAMI-DADE COUNTY, FLORIDA INVITATION TO BID 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.

9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 2: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 3: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 4: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 5: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 6: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 7: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 8: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 9: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 10: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 11: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 12: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 13: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 14: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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-

Page 15: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 16: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 17: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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 –

[email protected]

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.

Page 18: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 19: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 20: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 21: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 22: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 23: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 24: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 25: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 26: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 27: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 28: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 29: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 30: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 31: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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: __________

Page 32: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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

Page 33: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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: ________________________________________________________

Page 34: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 35: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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:

Page 36: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

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.

Page 37: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

APPENDIX

AFFIDAVITS FORMAL BIDS

Page 38: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12

Page 1 of 4 Revised 11/20/08

Page 39: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12

Page 2 of 4 Revised 11/20/08

Page 40: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12

Page 3 of 4 Revised 11/20/08

Page 41: 9513-0-12, Forklifts, Skid Steer, etc. 05102011 · Procurement Contracting Officer II: Km! Ra, C.P.M., CPPO, CPPB, CAP ... SBE/Micro Business Enterprise must be certified by the Department

MIAMI-DADE COUNTY INVITATION TO BID NO.: 9513-0/12

Page 4 of 4 Revised 11/20/08