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