Loading...
HomeMy WebLinkAboutR-00-0301J-00-278 3/30/00 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING BIDS PURSUANT TO INVITATION FOR BIDS NO. 99-00-073, FOR THE PROCUREMENT OF AERIAL BUCKET TRUCK REPAIR SERVICES, ON A SHORT TERM CONTRACT BASIS FROM ALTEC INDUSTRIES, INC., FOR ITEM NO. 1-D, IN THE AMOUNT OF $4,575, AND BAKER EQUIPMENT ENGINEERING, FOR ITEM NOS. 1-A, 1-B, 1-C AND 1-E, IN THE AMOUNT OF $52,095.94 AND A PROVISION FOR SPECIAL ITEMS IN THE AMOUNT OF $2,000, FOR A TOTAL AMOUNT NOT TO EXCEED $58,670.94, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, PROJECT NO. 311702.429401.6.670. WHEREAS, the Department of General Services Administration, Fleet Management Division, is in charge of repairs and maintenance of five high -lift bucket trucks used by various departments; and WHEREAS, the age and condition of the equipment necessitates numerous repairs and the requirement of a contract to expedite the repairs in a timely and cost effective manner; and WHEREAS, pursuant to public notice, Invitation for Bids No. 99-00-073 were mailed to sixteen (16) potential bidders; and WHEREAS, two (2) sealed bids were received on February 2, 2000; and WHEREAS, funds are available from Capital Improvement Program, Project No. 311702.429401.6.670; and CM COMMISSION, MEETING OF APR 9 3 2000 Resolution No. X01 r. . F% WHEREAS, the City Manager and the Director of General Services Administration recommend that the bids received from Altec Industries, Inc. and Baker Equipment Engineering, be accepted and awards made to the lowest responsive and responsible bidder,'on an item by item basis, as more particularly described in the attached Bid No. 99-00-073; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bids received on February 2, 2000, pursuant to Invitation For Bids No. 99-00-073, for the procurement of aerial bucket truck repair services, on a short term contract basis from Altec Industries, Inc. for Item No. 1-D, in the amount of $4,575, and Baker Equipment Engineering, for Item Nos. 1-A, 1-B, 1-C and 1-E, in the amount of $52,0.95.94 and a provision for special items, in the amount of $2,000, for a total amount not to exceed $58,670.94, for the Department of General Services Administration are hereby accepted, with funds Page 2 of 3 �� Ju l I , 6 therefor hereby allocated from Capital Improvement Program, Project No. 311702.429401.6.670. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 13th day of April , 2000. JOE CAROLLO, MAYOR 16 accordance with Miami Code Sec. 2-36, since the Mayor did not Indicate approval of this legislation by signing it in the designated piacc; urnJ0C-d noa becomes effective with the elapse of ten (10) dayw td vt Com ` sicn actin regarding same, without the Mays„ 'f "risir, a , waltel�oerman, City Clea ATTEST: WALTER J. FOEMAN CITY CLERK APPROV24S 5eFQ, ANI�SCORRECTNESS &_ DRO VILARELLO I ATTORNEY 4264:RCL �i 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 3 of 3 TABULATION OF BIDS REPAIR FIVE (5) BUCKET TRUCKS BID NO. 99-00-073 r Item No. Description 1 REPAIR FIVE (5) BUCKET TRUCK A) City Unit: 1805 - Model -0656 B) City Unit:1806 - Model 0056 C) City Unit: 40001- Model;A39H'" D) City Unit: 40002 - Model AS336P E) City Unit: 40005 -`Model LAH321S 2 Provision for special Items . ,P "•ify• { P Approval.- Prepared by Ramon Berges, CPPB, 2/7/2000 Page 1 Departm rector/Designee 0 CITY OF MIAMI OF THE CITY CLERK BED SECURITY LIST BID ITEM: AERIAL BUCKET TRUCK REPAIR SERVICE 11'e BID NO: .99-00-073 DATE BID(S) OPENED: , FEBRUARY 2, 20,00 TIME 11:00 a. m. the �ment f received ( --------- —) envelops on behalf of Person receiving bid(s) on (Date) ity or Miami. Florida Bid No. 99-00-073. • • 3) UNITS FOR REPAIR: A. City Unit: 1805 Make Reach All Aerial Model: 0056 Year: 1985 Length: 56 Ft. S/N:7095 The below listed repairs shall be completed by the vendor. ❑ Remove. and jeseal power take off.. . ❑ Remove pump and reseal o Remove and reseal collector block J ❑ Replace hoses in booms' . t;ae o Replace safety, and operational decals o Replace upper control linkage addpins ❑ Coat outrigger tubes with graphite''� o Replace lower boom hinge pm and bushings o Replace levelingfinder rod grid cY - install missing control ❑ Replace lower boomte.N insert -2' .. l` Q Replace boom rest pads,-:..-. s> :: o Replace boom tip coverr._,.:.a . z zaf ae. f ❑ Replace missing bucket liner F rt tFRW 44y Q Repair star/stop'circuit and captive o Replace hydraulic ydraulie oilik M1M1 B. 1 l } City Unit: 1806 Make:Reac All h Aerial A Model:0056 Year: 1985 f. Length: 56 Ft. _ SIN: 7102 The below listed repairs shall be completed by the vendor. o Remove top of hydraulic tank and clean out suction strainer o Remove and reseal collector block o Replace hydraulic oil o Replace operational and safety decals o Repair left rear outrigger control handle o Coat outrigger tubes with graphite ❑ Replace hose from outrigger transfer valve r { Page 2 of 4 'Licy of Nhami, Horida Bid No. 99-00-073 ❑ Replace loweeom insert o Remove and replace upper boom elbow pins and bushings o Replace all boom rest pads o Remove, disassemble, inspect, reseal, and reinstall lower boom cylinders. u,-, Repair start/stop circuit and captive air lines � C. City Unit: 40001 Make: Arm Lift Aerial Model: A39H Year: 1988 Length: 34 Ft. S/N:2639-H-553 The below listed repairs shall be completed by the vendor. y `�_4 tP".1 day ygr��,YAfs;;;ytk, -r y�:Srf, s,[ir� t o Remove and replace bucket shock, = rN l y o Replace safety land wamg in , decals including V lower control tags o Remove and replace lower boom pins and bushings o Remove and replace scissors.pivot.pins-and bushings C3 Remove and replace hoses' f" inside booms-ts o Replace wiring harness inside booms. o Remove and replace lower boom lift cylinder pins'and bushings o Replace tank p breather and sight gauge rx : -9' � f 44 control valve o Reseal lower con �x ;t o Repair rotation motor leak N 3 o Prep and repaintYglass.booms o Replace turret bearings " " t The below listed repairs shall be completed by the vendor. o Remove and replace hoses at upper boom lift cylinder o Remove and reseal collector block o Remove and replace breather cap o Remove and rebuild upper control head o Remove and replace lower control cover o Remove and replace boom rest pads o Remove, disassemble, inspect, reseal, and reinstall upper boom cylinders Page 3 of 4 D. AR City Unit: 40002 Make: Altec Aerial Model: AS336P Year: 1992 Length: 36 Ft. SIN: 0192-WO120 The below listed repairs shall be completed by the vendor. o Remove and replace hoses at upper boom lift cylinder o Remove and reseal collector block o Remove and replace breather cap o Remove and rebuild upper control head o Remove and replace lower control cover o Remove and replace boom rest pads o Remove, disassemble, inspect, reseal, and reinstall upper boom cylinders Page 3 of 4 k-nty of Miami, Florida Bid No. 99-00-071 o Remove and Oir upper control guard �. Q Remove and replace throttle control actuating cylinder o Remove and refinish bucket and step assembly o Replace bucket liner r, E. City Unit: 40005 Make: Lift All Aerial Model: LAH-32-IS Year. 1994 Length: 32 Ft. S/N: 4461059432FB The below listed ... repdirs shall be completed by'the vendor. . .. ....... ... V<_.': .y'.:9a-" .iti,+ '� .; y' 1 n a i�Yir r sG •�;' i i_� ; o 'Remove and replace power take off s o Remove and replaQe lower boom cylinder, elbow, main hinge, and scissors arm pins and bushings y o Remove, disassemble, inspect, and reseal lower b66m"liftCYlinder o Remove and.replaceuppea-,boomunder. rod endA cy control tube o Remove and replace upper control guard o Replace tx missing upper conh+ol boot ,.. . Replace.y Y y aryl ,. _ 'w_�__ Replace e s Y t -:"Q7 MR, Q a Ot C. 1 W, .,+ _. -. .. _ u Xt 3 ;cf' --tT Page 4 of 4 ' � AWARD RECOMMENDATION•RM BID NUMBER: 99-00-073 COMMODITY/SERVICE: AERIAL BUCKET TRUCK REPAIR DEPARTMENT/DIVISION: G.S.A./FLEET MANAGEMENT DIVISION TERM OF CONTRACT: SHORT TERM .0 NUMBER OF BIDS DISTRIBUTED: 16 NUMBER OF BIDS RECEIVED 2 METHOD OF AWARD: RECOMMENDED VENDOR(S): BAKER EQUIPMENT ALTEC INDUSTRIES SPECIAL ITMES LOWEST RESPONSIVE & RESPONSIBLE BIDDER, ON AN ITEM BY ITEM BASIS STATUS: NON-LOCAL/NON-MINORITY NON-LOCAL/NON-MINORITY CONTRACT VALUE: $52,095.94 575.00 $ 2,000.00 _ TOTAL: $58,670.94 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION The..,Department of General 'Services Administratson,., Fleet Management= Di_vision, `is= respon'sl , e ` 6±*l the "repair' and maintenance'of five (5) high�•lift bucket trucks that are used by --.various city' departments-. Due. -.-,to . the age' of this equipment,,'numerous repairs' -are needed that are 'too labor , intensive to` repair' in house. Ths'contr'act will 'allow our Yy departn4�... k met to expedite 'the necessary. -;,repairs -yin. the most timely. and cost effec't''ve' manner;. x, y ,ng rK 'Y ACCOUNT CODE(S): CIP Project No. 311702.429401.6.670 $59,670.94 DEPARTMENT APPROVAL: BUDGET REV W APPROVAL: CHASING APPROVAL: b�LI-3h610-0 Department i tor/ Luie Brennan J y . Ca e Designee Int Di or OTHER FUNDING APPROVALS, IF APPLICAB TITLE: 0//P Admin. / 2 CZc PAGE 2 OF 2 S0 i Q.- CrrY OF MIAMI, FLORIDA - INTER -OFFICE MEMORANDUM CA6 TO: The Honorable Mayor and Members of the C' Commission FROM: / onald H. Warshaw City Manager RECOMMENDATION• DATE: VAR 2 8 2000 FILE SUBJECT: Resolution Accepting Bids and Authorizing Contract Award REFERENCES: for Aerial Bucket Truck Repair Services ENCLOSURES: Bid No. 99-00-073 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bids of Altec Industries, Inc., non-local/non-minority vendor located at 2570 Old Okeechobee Road, West Palm Beach, Florida 33409, for Item 1-D in a proposed amount of $4,575; and Baker Equipment Engineering, non-locaUnon-minority vendor located at 8811 Maislin Drive, Tampa, Florida 33637, for Items 1-A, I -B, 1-C, and 1-E in a proposed amount of $52,095.94; and a Special Item provision in a proposed amount of $2,000, for the procurement of aerial bucket truck repair services, on a short term contract, in a proposed total amount of $58,670.94. Funds are allocated from Capital Improvement Program, Project No. 311702.429401.6.670. BACKGROUND: The Department of General Services Administration ("G.S.A.") has analyzed the bids received pursuant to Bid No. 99-00-073. Sixteen (16) Invitations for Bids were mailed and two (2) responses were received. Two (2) vendors submitted the lowest responsive and responsible bids on a per item basis and are, therefore, recommended for award. The Department of G.S.A., Fleet Management Division, is responsible for the repair and maintenance of five (5) high -lift bucket trucks that are used by various city departments. Due to the age of this equipment, numerous repairs are needed that are too labor intensive to repair in-house. This contract will allow our department to expedite the necessary repairs in the most timely and cost effective manner. DHWt41l1 0— 301 AWARD RECOMMENDATION PERM BID NUMBER: 99-00-073 COMMODITY/SERVICE: AERIAL BUCKET TRUCK REPAIR DEPARTMENT DIVISION: G.S.A./FLEET MANAGEMENT DIVISION TERM OF CONTRACT: SHORT TERM NUMBER OF BIDS DISTRIBUTED: 16 NUMBER OF BIDS RECEIVED: 2 METHOD OF AWARD: LOWEST RESPONSIVE & RESPONSIBLE BIDDER, ON AN ITEM BY ITEM BASIS RECOMMENDED VENDOR(S):. BAKER EQUIPMENT ALTEC: INDUSTRIES SPECIAL ITMES STATUS: NON-LOCAL/NON-MINORITY NON-LOCAL/NON-MINORITY CONTRACT VALUE: $52,D95.94 $ 4,575.00 $ 2,000.00 TOTAL: $58,670.94. THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Department of General Services Administratcion, . Fleet Management Division, is responsible for the repair and maintenance of five (5) high -lift bucket trucks that are ACCOUNT CODE(S): used by various city departments. Due to the age of this equipment, numerous repairs are needed that are too labor intensive to repair in-house. This contract will allow our department to expedite the necessary repairs in the most timely and cost effective manner. CIP Project No. 311702.429401.6.670 $59,670.94 DEPARTMENT APPROVAL: BUDGET REV APPROVAL: JCHASIC�G APPROVAL: J O Department i tor/ We Brennan Ja eDesigneeInt OTHER FUNDING APPROVALS, IF APPLICAS TITLE:_��� 3 13 20cc7 PAGE 2 OF 2 U01. TABULATION OF BIDS REPAIR FIVE (5) BUCKET TRUCKS BID NO. 99-00-073 Item No. Description 1 REPAIR FIVE (5) BUCKET TRUCKS A) City Unit: 1805 - Model 0056 B) City Unit: 1806 Model 0056 C) City Unit: 40001- Model A39H D) City Unit: 40002 - Model AS336P E) City Unit: 40005 - Model LAH321S 2 Provision for special Items Prepared by Ramon Berges, CPPB, 2/7/2000 Altec Industries, Inc 2570 Old Okeechobee Road West Palm Beach, Florida 33409 Non-Local/Non-Minority Price No Bid No Bid No Bid No Bid $ 2,000.00 Baker Equipment Engineering 8811 Maislin Dr Tampa Florida 33637 Non-Local/Non-Minority Price $ 17,742.11 $ 15,002.45 $ 6,344.40 $ 5,044.09 $ 13,006.98 $ 2,000.00 Approval: l Page 1 Departm rector/Designee BID ITEM: CITY OF MIAMI OF THE CITY_ CLERK BID SECURITY LIST AERIAL BUCKET TRUCK REPAIR SERVICE BID NO: 99-00-073 DATE BIDS) OPENED: FEBRUARY 2, 2000 TIME 11:00 a. m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECAAK BAKER EQUIPMENT ENGINEERING See attach " rto�� t - ALTEC INDUSTRIES, INC. idrwhechew snsentntoc?roc 0 "Offers frora, rece_.ed".�_ are hereby rA;ec, _.. .... . a c• r 5 received ( ) envelops on behalf of Person receiving bid(s) on (Date) CIO f the cement Citv of Miami; Florida _ Bid No. 99-00-073 o Remove top of hydraulic tank and clean out suction strainer o Remove and reseal collector block v Replace hydraulic oil v Replace operational and safety decals c a Repair left rear.outrigger control handle U Coat outrigger tubes with graphite o Replace hose from outrigger transfer valve . Page 2 of 4 t City of Miami, Florida Bid No. 99-00-073 o Replace lower boom insert o Remove and replace upper boom elbow pins and bushings o Replace all boom rest pads ❑ Remove, disassemble, inspect, reseal, and reinstall lower boom cylinders 0.. Repair start/stop circuit and captive air lines C. City Unit: 40001 Make: Arm Lift Aerial Model: A39H Year: 1988 Length: 34 Ft. S/N: 2639-H-553 The below listed repAirs shall be completed by the vendor. ❑ Remove and replace bucket shock o Replace safety 8nd warning decals including lower control tags ❑ Remove and replace lower boom pins and bushings ❑ Remove and replace scissors pivot pins and bushings o Remove and replace hoses inside booms ❑ Replace wiring harness inside booms = ❑ Remove and replace lower boom lift cylinder pins and bushings o Replace tank breather and sight gauge ❑ Reseal lower control valve ❑ Repair rotation motor leak ❑ Prep and repaint -glass booms ❑ Replace turret bearings D. The below listed repairs shall be completed by the vendor. ❑ Remove and replace hoses at upper boom lift cylinder o Remove and reseal collector block ❑ Remove and replace breather cap ❑ Remove and rebuild upper control head o Remove and replace lower control cover ❑ Remove and replace boom rest pads ❑ Remove, disassemble, inspect, reseal, and reinstall upper boom cylinders Page 3 of 4 00— i Page 4 of 4 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: AERIAL BUCKET TRUCK REPAIR SERVICE BID NO: 99-00-073 DATE BIDS) OPENED: FEBRUARY 2, 2000 i TIME 11 :00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK BAKER EQUIPMENT ENGINEERING See attached bid ALTEC INDUSTRIES-, INC. WQ recQived bid which w only one co py s sent to PhOCL ®¢fir$ fr0ri . 17n!e. rece.lved isiii^� f c All are hereby re, t ye Person receiving bid(s) on ( ) envelops on behalf of (Date) r fement k. t I I % 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, FI. 33133 for the following: BID NO. 99-00-073 AERIAL BUCKET TRUCK REPAIR SERVICE I OPENING DATE: 11:00 A.M. WEDNESDAY, FEBRUARY 2, 2000 (Deadline for Request of additional information /clarification: January 24, 2000) A VOLUNTARY pre-bid conference will be held at the General Services Administration Building located at 1390 NW 20th Street, in lobby. Miami Florida on January 27, 2000, at 10:00 a.m. The purpose of this conference is to allow potential Proposers an opportunity to ,present questions to staff and obtain clarification of the requirements of the Bid documents. It ;is mandatory that a representative (s) of the bidder attend in order to qualifyto bid. Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI -DADS COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). AD NO. 4417 Donald H. Warshaw CITY OF MIAMI City Manager - LOGO I > oro r > r -n z 01 q .0 -IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and "retain Pink copy. DISTRIBUTION:White - G.S.A.; Canary - Department City. of. Miami .•�- co.,F REQUISITION, FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the"advertis m nt with thi5 r i ition.' 1. Department:.. f 2. Division: 1�c,tir�r L i.e�rViC€a .ecimii str.i:i4i1t' 3. Account Code number: j 4. Is this a confirmatiom 5 "IPrepared by: 314.702o429401eE,2€-, El, Yes' 0: No 1 L - Yd Grp z 6. Size of. advertisement: 7. Starting ,date: ; 8. Telephone number.' 1/13/90 i 00) 5 75-5130 9. Number- of times this advertisement is to be 10. Type of advertisement: published: 11 Legal ❑ Classified ❑ Display 11...Rernarks: . Aeriai lkc' ke't Tr' uck Repair Se' v abg BI .0 9-00-0-13 12. )01 o. Publication, 'Date(s) of Advertisement Invoice No. Amount MIAMI TTw IES MI7- I REVIEG'a DIA 10 LAS _AMERICAS ) I 4 r-- C:2 h Y. 1 2 i 171 .n ter_ ;'( 13. r- > ¢ Approved a Z CA� ❑ Disapproved `- Department .Director/Designee Date Approved for Payment" Date .0 -IGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and "retain Pink copy. DISTRIBUTION:White - G.S.A.; Canary - Department