Loading...
HomeMy WebLinkAboutR-01-0211J-01-162 3/8/01 RESOLUTION NO. 0 1 2 11 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF RECHTIEN INTERNATIONAL FOR THE PROCUREMENT OF ONE (1) AERIAL BUCKET TRUCK FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, IN AN AMOUNT NOT TO EXCEED $143,401; ALLOCATING FUNDS FROM CAPITAL IMPROVEMENT PROJECT NO. 311702, ACCOUNT CODE NO. 429401.6.840. j WHEREAS, the Department of General Services Administration requires the procurement of one (1) aerial bucket truck for the maintenance and repair of various City of Miami structures and electrical devices; and WHEREAS, pursuant to public notice, Invitation for Bids No. 00-01-056R was mailed to twenty-three (23) potential bidders; and WHEREAS, four (4) January 3, 2001; and responses were received on CITY COR MISSION MEETING OF 01 MAR e 9 2001 01 X211 WHEREAS, the City Manager and the Director of the General Services Administration recommend that the bid received from Rechtien International be accepted as the lowest responsive and responsible bid; and WHEREAS, funds are available from Capital Improvement Project No. 311702, Account Code No. 429401.6.840; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The January 3, 2001 bid received from Rechtien International for the procurement of one (1) aerial bucket truck for the Department of General Services Administration, in an amount not to exceed $143,401, is accepted, with funds allocated from Capital Improvement Project No. 311702, Account Code No. 429401.6.840. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y 1J If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 3 01- 211 PASSED AND ADOPTED this 8th day of March , 2001. JOE CAROLLO, MAYOR In accordance WithMk'Imi Code Sec. 2-3t, since the Ma or did not Indlcaetp� v t this iegislation by signing it in the designated 918 rovid g becomes effective with the elapse ten (i0 s the to of Co issic regarding same, without the Ma r exeer r �/ ATTEST: WALTER J. FOEMAN CITY CLERK CITY'ATTORNEY 5095:LB:BSS:DB J. CORRECTNESS t/ Page 3 of 3 ��_�� CITY OF MIAMI, FLORIDA CA=2 INTER-OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission RECOACKEENDATION: DATE: FILE: FEB 2 3 2J41 SUBJECT: proposed Resolution Authorizing the Purchase of REFERENCES: One (1) Aerial Bucket Truck ENCLOSURES: Bid No. 00-01-56R It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Rechtien International, a Non-Minority/Non-Local vendor, located at 7227 N.W. 74' Avenue, Miami, Florida 33166 for the procurement of one (1) Aerial Bucket Truck for the Department of General Services Administration, in an amount not to exceed $143,401. Funds are available from Capital Improvement Program, Project No. 311702.429401.6.840. BACKGROUND: The Department of General Services Administration has analyzed the.bids received pursuant to Bid No. 00-01-56R. Twenty-three (23) Invitations for Bids were mailed and four (4) responses were received. The bid submitted by Rechtien International was the lowest most responsible and responsive bid meeting specifications (price includes the chassis, aerial device and options b -g). This aerial bucket truck will be used by the Division of Property Maintenance for the maintenance and repair of various city structures and electrical devices. �l CAGftlk/A /ll 01- 211 B1.. AWARD RECOMMENDATION FvQM BID NUMBER: 00-01-56R COMMODITY/SERVICE: AERIAL BUCKET TRUCK DEPARTMENT/ DIVISION: GSA/PROPERTY MAINTENACE DIVISION TERM OF CONTRACT: SINGLE PURCHASE NUMBER OF BIDS DISTRIBUTED: 23 NUMBER OF BIDS RECEIVED: METHOD OF AWARD: RECOMMENDED VENDOR(S): LOWEST MOST RESPONSIBLE AND RESPONSIVE BIDDER MEETING SPECIFICATIONS STATUS: CONTRACT VALUE: Rarbtian Tntornatinnal Non-Minority/Non-Local $143.401 TOTAL: $143.401 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: • For the purchase of one aeiral bucket truck for the Department of General Services Administration. This aerial bucket truck will be used by the Division of Property Maintenance for the maintenance and repair of various city structures and electrical devices. ACCOUNT CODE(S): CIP, Pro 9401.6.840 CIP BUDGET REVIEW APPROVAL: Linda M. Haskins Director OTHER FUNDING APPROVALS; IF APPLICABLE: PAGE 2 OF 2 PURCHASING APPROVAL: J y S. er Dir r TITLE: 01- 211 VENDORS: ITEM DESCRIPTION EST. CITY. 1 New Complete Aerial Bucket Truck, as per 1 EA Bid Specifications Manufacturer/Model No. Model Year Options: a Extended Warranty Beyond Standard Warranty b Compartment c Platform Engine Control d Material Lifting System e Hydraulic Extendable Jib I Electric Monitor and Audio Warning Devise g Fiberglass Tool Trays h Upgrade the Transmission to Allison MD 0 World Series 1 Install a ClearDrain Mfg. P/N 61223-501T Prepared by Ramon Berges, 1/11/01 Rechtlen International 7227 NW 74th Avenue Miami, FI 33166 Non-local/Non-Minority PRICE 1 $ 131,798.00 I MTI V74A-801P-4RFEZ & INT 12000-2001 N/A $ 2,457.00 $ 513.00 $ 5,936.00 $ 557.00 $ 2,030.00 $ 110.00 Included Included BID NO. 00-01-56R AERIAL BUCKET TRUCK TABULATION Baker Equipment Engineering P.O. Box 25609 Richmond Va 23260 Non-Local/Non-Minority PRICE $ 212,667.00 POSI Plus 500 -65 -AE 2001 $ 500.00 $ 1,000.00 Included $ 3,500.00 $ 3,500.00 N/A $ 100.00 Standard $ 725.00 MTI Insulated Products 9733 Indianapolis Rd Fort Wayne In 46809 Non-Local/Non-Minority PRICE o $ 132,068.00 MTI V7A--801P-4RFE2 2000 N/A $ 2,457.00 $ 513.00 $ 5,936.00 $ 557.00 $ 2,030.00 $ 110.00 N/C $ 791.00 Altec Industries P.O. Box 10264 Birmingham At 35202 Non-Local/Non-Minority PRICE NON-RESPONSIVE' Failed to sign Bid Certification Form CITY OF MIAMI, OF THE CITY CLERK BID SECT= LIST AERIAL BUCKET TRUCK BID ITEM: e BID NO: 00-01-056R DATE BID(S) OPENED: JANUARY 3, 2001 TIME 10:00 a.m. $IDDER RICHTIEN INT. TRUrbutrou..,_.....r.....-- MTI INSULATED PRO AZTEC INDUSTRIAL, INC. Emu"!t'rf� BAKER EQUIPMENT ENGINEERING CO. Abfi we received bid which wa n y one copy o t sent to Procureme i�0 BID LINEAR DYNAMICS INC. v EQUIPMENT TECHNOLOGY, INC.JMX azcer Fe Mrs received i:a?1- c,� r' �' ., r'- j - are herajoy rw--;cc eu c.z ,.i - .,.. _-_•-, E,,., i t-rs 1 a ' t stn eeceived ,_) ea -- Person,� bid(s) velaps on beltaif of EMCH.ASIMU DEPARTMENT (City De wmmt) an - (Due) SIGNED: 211 t 41 BID ITEM: BID NO: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST AERIAL BUCKET TRUCK 00-01-056R DATE BID(S) OPENED: JANUARY 3, 2001 TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK RICHTIEN INT. TRUCKS See attached bid MTI INSULATED PRODUCTS ALTEC INDUSTRIAL, INC. BAKER EQUIPMENT ENGINEERING CO. We received bid which wa Inly one copy of th sent to Procureme NO BID LINEAR DYNAMICS INC. EQUIPMENT TECHNOLOGY, INC. "r)ffprs from !in r received t7m )7. u.7. c r ef;eFsif ;,n Ma MCI 11 are hern:bS Y'ioEec'— :'t,1 c,:s Person receiving bid(s) received �) envelops on behalf of � ' PURCHASING DEPARTMENT (City Department)on /Z — 3 - ©eg (Date) SIGNED: r Deputy City Clerk CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: BID NO. 00-01-056R AERIAL BUCKET TRUCK OPENING DATE: 10:00 A.M. WEDNESDAY, JANUARY 3, 2001 (Deadline for Request of additional information/clarification: December ;7,20001 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). Carlos A. Gimenez CI'T'Y OF MIAMI City Manager LOGO AD NO. 7233 r� T- C JGS/PC 503 Rev. 12/89 j Routing: Forward White and Canary to G.S.A. (Procurement managements ana retam rmK copy. DISTRIBUTION: White - G.S.A.; Canary - Department 07233 City of Miami This number must REOUISITION FOR ADVERTISEMENT appear in the advertisement INSTRUCTIONS: Please d and attach a copy of the dv rti m nt with this i ' ' n. 1. Department: 2. Division: CENERA1., SERVICES ADMINISTRATION 3. Account Code numb- 4. Is this a confirmation: 5. Prepared by: 3117;1,,.429401.6.287 ❑ Yes ❑ No LOURDES LOPEZ 6. Size of advertisement: 7. Starting date: 8. Telephone number: 12/13/00 9. Number of times this advertisement is to be 10. Type of advertisement: published: ONCE Legal ❑ Classified ❑ Display 11. Remarks: AERIAL BUCKET TRUCK BID NO. 00-01-056 12. Publication Date(s) of Invoice No. Amount Advertisement MIAMI TIMES MNAMI REVIEW DIARIO LAS AMERICAS �r 13. Approved Disapproved r Department Director/ signe Date Approved for Payment Date C JGS/PC 503 Rev. 12/89 j Routing: Forward White and Canary to G.S.A. (Procurement managements ana retam rmK copy. DISTRIBUTION: White - G.S.A.; Canary - Department