HomeMy WebLinkAboutR-02-0514J-02-359
4/24/02
RESOLUTION NO. 02— 514
A RESOLUTION OF THE MIAMI CITY COMMISSION
AMENDING RESOLUTION NO. 98-993, ADOPTED
OCTOBER 13, 1998, FOR THE PROCUREMENT OF
HYDRAULIC PARTS, SUPPLIES AND REPAIR
SERVICES, UNDER EXISTING MIAMI-DADE CONTRACT
NO. 4599 -4/02 -OTR, TO PROPERLY REFLECT THE
CONTRACT OPTION FOR RENEWAL TERM TO FOUR
ADDITIONAL ONE-YEAR PERIODS AND ANY
EXTENSIONS.
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. Resolution No. 98-993, adopted October 13,
1998, is amended in the following particulars:'/
"Resolution No. 98-993
Section 2. The procurement of
hydraulic parts, supplies and repair services
from various vendors listed on the attached
contract award sheet, under existing
ii Words and/or figures stricken through shall be deleted. Underscored
words and/or figures shall be added. The remaining provisions are now
in effect and remain unchanged. Asterisks indicate omitted and
unchanged material.
CITY COMKISSION
MEETING OF
�,A a 0 r 2002
8escsl�ho�a Ido.
,02- 514
Miami -Dade Contract No. 4599 -4102 -OTR, and
any extensions, on a contract basis until
January 31, 1999, with the option to extend
for t-iiree (4-� four additional one-year
periods, for the Department of General
Services Administration, at a total annual
amount not to exceed $175,000.00, is lierreby
approved, with funds thefefein hereby
allocated from the Department of General
Services FY 198-99 Budget, Heavy Equipment
Garage, Account Code Nos. 509000.420901.6.670
($65,000) and 509000.420901.6.702 ($110,000).
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.�!'
PASSED AND ADOPTED this 9th day of May , 2002.
MANUEL A. DIAZ.,�YOR
ATTEST:
6MITILLA A. THOMPSO
CITY CLERK
APPRO AS 0 FORM -,aOf CORRECTNESS b
IL
Y ORNEY
W6190:tr:LB
zi 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 2
02- 514
CITY OF MIAMI, FLORIDA CA=6
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
FROM . arlos A. enez
City Manage
RECOMMENDATION
DATE: APR 9- 9 2'3OL FILE:
SUBJECT: Resolution Amending
Resolution No. 98-993,
Hydraulic Parts and Repairs
REFERENCES: Service — MD 4599-4/02-3
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution, amending
Resolution No. 98-993 adopted October 13, 1998, by including to the term of the contract the
verbiage "subject to further extensions by Miami -Dade County", to allow for the continuation of
hydraulic parts and repairs services under Miami -Dade County Contract No. 4599-4/02-3, to be
used by the Department of General Services Administration ("G.S.A."), Fleet Management
Division.
BACKGROUND
On October 13, 1998, Resolution No. 98-993 was adopted to provide hydraulic parts and repair
services, on a contract basis until January 31, 1999, with the option to extend for three (3)
additional one-year periods, to be used by the Department of General Services Administration, Fleet
Management Division.
The Miami -Dade contract allowed for the timely procurement of hydraulic parts and repair services
which enabled the expeditious repair of equipment, such as Solid Waste trash cranes. The
Department of G.S.A. wishes to continue to utilize Miami -Dade County Contract No. 4599-4/02-3,
and thus the request to amend the resolution.
FISCAL IlVIPACT: NONE
CAG7F'MAJM/ll
02- 514
J-98-1009
10/2/98
1.4
RESOLUTION NO.yl C) �1
A RESOLUTION, WITH ATTACHMENT, APPROVING
,THE PROCUREMENT OF HYDRAULIC PARTS,
SUPPLIES AND REPAIR SERVICES FROM
VENDORS LISTED ON THE ATTACHED CONTRACT
AWARD SHEET, UNDER EXISTING MIAMI-DADE
COUNTY CONTRACT NO. 4599 -4/02 -OTR, ON A
CONTRACT BASIS UNTIL JANUARY 31, 1999,
WITH THE OPTION TO EXTEND FOR THREE (3)
ADDITIONAL ONE-YEAR PERIODS, FOR THE
DEPARTMENT OF GENERAL SERVICES
ADMINISTRATION, AT A TOTAL ANNUAL AMOUNT
NOT TO EXCEED $175,000.00; ALLOCATING
FUNDS THEREFOR FROM THE DEPARTMENT OF
GENERAL SERVICES ADMINISTRATION FY
'98-99 BUDGET, HEAVY EQUIPMENT GARAGE,
ACCOUNT CODE NOS. 509000.420901.6.670
($651000) AND 509000.420901.6.702
($110,000).
WHEREAS, the Department of General Services
Administration is responsible for the maintenance of the
City's fleet of
heavy
equipment;
and
WHEREAS,
this
contract
will allow for timely
procurement of hydraulic parts, supplies and repairs of the
City's fleet of heavy equipment including Solid Waste
Department's trash cranes; and
WHEREAS, funds are available from the Department of
General Services Administration FY -98-99 Budget, Heavy
Equipment Garage, Account Code Nos. 509000.420901.6.670
ATTACHMENT tsjl
02- 514
-----------------
cmr cow
M L7MG OF
OCT 13 IM
no.
I
($65,000) and 509000.420901.6.702 ($110,000); and
WHEREAS, the City Manager and the Director of General
Services Administration recommend the procurement of
hydraulic parts, supplies and repair services from various
vendors listed on the attached contract award sheet, be
approved;
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 procurement of hydraulic parts,
supplies and repair services from various vendors listed on
the attached contract award sheet, under existing Miami -Dade
Contract No. 4599 -4/02 -OTR, on a contract basis until
January 31, 1999, with the option to extend for three (3)
additional one-year periods, for the Department of General
Services Administration, at a total annual amount not to
exceed $175,000.00,is hereby approved, with funds therefor
hereby allocated from the Department of General Services FY
'98-99 Budget, Heavy Equipment Garage, Account Code Nos.
509000.420901.6.670 ($65,000) and 509000.420901.6.702
($110,000).
Section 3. This Resolution shall become effective
02- 514
2
I
immediately upon its adoption and signature of the Mayor'/.
PASSED AND ADOPTED this 13th day of
October 1998
JOE CAROLLO, MAYOR
In accordance with Miami Code Sec. 2-36, since the Mayor did not ind;c22'? a �'
this legislation by signing it in the designatad place prn:^ded. s:,2..' - _ :.-
becomes effective with the elapse of ten (10) days from the date of a_,
regarding same, without the Mayor a
ATTEST:
Walter 06n. City Cleric
WALTER FOMIAN,_ CXXY CLERK
CORRECTNESS: v
+elTY ATTORNEY
W2 954:CSK
U2-- 514
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.
3
CONTRACT AWARD SHEET
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
BID NO.: 4599-4/02-4 Previous Bid No.: 4599-4/02-3
TITLE: Hydraulic Parts & Supplies
COMMODITY CODE NO.: 060-61 OTR YEARS: 4 LIVING WAGE APPLIES:
❑ YES ® NO
CONTRACT PERIOD: 02/01/2002 through 01/31/2003
AWARD BASED ON MEASURES: ❑ YES ® NO ❑ SRPROCUREMENT AGENT:
❑ PROCUREMENT AGENT:
❑ PROCUREMENT TECHNICIAN: Naurio Som
PHONE: 305-3754424
❑ Set Aside ❑ Bid Preference
❑ Goal ❑ BBE ❑ HBE ❑ WBE Owned Firms
❑ Local Preference ❑ CSBE Level
❑ Prevailing Wages (Reno. 90-143)
❑ Living Wage
PART #1: VENDOR AWARDED
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
TOLL FREE PHONE #
PHONE:
FAX:
E-MAIL:
CONTACT PERSON:
F.E.I.N.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
TOLL FREE PHONE #
PHONE:
FAX:
E-MAIL:
CONTACT PERSON:
591692614 01
Hydraulic Sales & Svice.
P.O. Box 59-3576
Miami, F133159
Destination
Net30
As Needed
800-622-6477
305-6334677
305-638-5284
fori@hydraulicsales.com
Fred Orig
650128207 01
Hydraulic Technician Inc.
3735 NW 78th Street. Ste B
Miami, fl 33147
Destination
Net30
As needed
N/A
305-236-4060
305-836-1975
hydraulic836@msn.com
Asriel Sebastian
591868788 01
Dynamic power Hydraulic
3377 NW 69`h Street
Miami, fl 33147
Destination
Net30
As needed
N/A
305-693-9797
305-696-1559
Dvnamic52Qaol.com
Glenn Wyatt
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
1
591919445 01
Hydraulic Associates Inc.
8311 NW 70'h Street
Miami, fl 33166
Destination
Net30
As needed
N/A
305-994-7924
305-994-7925
N/A
Keith Scalf
02- 514
AWARD SEEMT.&c
RewWW OWI%00
PART #2: ITEMS AWARDED
2.0 Pre -qualified vendors to be contacted for repairs
1. Hydraulic Sales & Service Inc.
2. Dynamic Power Hydraulic Inc.
3. Hydraulic Associates Inc.
4. Hydraulic Technician Inc.
Note: For jobs expected to be under $500.00, three (3) vendors may be contacted for quotes in an alphabetical
rotational basis.
3.0 Contact the following vendors for the purchase of PARTS ONLY.
Hydraulic Technician
Dynamic Power Hydraulic, Inc.
Hydraulic Sales & Service
Hydraulic Associates, Inc.
Note: The bidder who offers the highest percentage discount from the manufacturer's price list
shall be contacted first for the supply of these parts
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION 02— 514
2
AWARD SEMETAw
Revised 09/19/00
PART #3: AWARD INFORMATION
❑ BCC ® PMD AWARD DATE: 02/01/2003
BIDS & CONTRACTS RELEASE DATE: 1/31/2002
AGENDA ITEM #: N/A
ADDITIONAL ITEMS ALLOWED: BASED ON PRICE QUOTES
SPECIAL CONDITIONS:
TOTAL CONTRACT VALUE: $1,975,600.00
OTR YEAR: 4 OF 4
USER DEPARTMENT(S) DOLLAR ALLOCATED USER DEPARTMENT(S) DOLLAR ALLOCATED
AVIATION
$ 90,000.00 $
GSA/FLEET MGMT.
$ 544,500.00 $
MDTA
$ 200,000.00 $
PUBLIC WORKS
$ 30,000.00 $
SOLID WASTE
$ 115,500.00 $
CORRECTIONS
$ 6,000.00 $
MDHA
$ 10,000.00 $
PARKS & RECREATION
$ 120,000.00 $
SEAPORT
$ 112,000.00 $
WASAD
$ 616,000.00 $
VZO1
$ 1,500.00 $
$ $
$ $
$ $
$ $
$ $
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
3
02- 514
AWARD SE M.dx
Reused 09/ %W
Hydraulic
HydraulicHydraulic
Dynamic
y rau c
y ra yne Act on
of on
to co.
MANUFACTURERS
Supply
Tech.
Sales/Svc. ;Power
Assoc.
(LOR) Hydraulic
Industries
Inc.
Vickers
50%125%
Permco
40%
45%
20%
40% 40%
20%
H co
40%
25%
200A
Aerogulp
60%
30%
Eaton
50%
20%
15%
(3resen
40%
0%
20°h
kner ac
10%
12%
.S. Barnes30%
Itanley H d.
10%
H reco
15%
Gates
65%
20%
40%
15%
stad
°
and
25%
30%
20%
arl nn
30%
15%
.C.
10%one
16%
j
50%
Bland
35%
25%15%
att Seal
60%
er
15%anscom
66.5%
a hn
60%
0
25/o
rcules
55%
25%
Anchor Brass
50%
0%
S
35%
Posco .
10%
Power Team
12%
National Part
72.5%
Lenz
10%
DWyler
10%
S
66%
25%
30%
Se Co
50%
---
LSI,
25%
Brennan Ind.
61.90/0
25%
30%
40%
osch
42%
Weather Head
55%
20%
50% 40%
Cable Craft
45%
LHA
35%
Cim Tek
25%
Hernon
25%
Alemite
25%
10%
Atlas
25%
Simplex
20%
10%
Hellcoid
20%
MCMC
10%
Milton
25%
Flo Tech
25%
Hydro-Craft
25%
Hansen Coup.
25%
15%
PCC
rine Mfg.
30%
25%
20%
20% 20%
No Shok
25%
30%
Nachi
25%
Aquatech Sew.
15%
Champ Grader
15%
EI in Sweeper
15%
d allion
15%
John Sweeper
15%
Leach Equipment
15%
Loadmaster
15%
Peterbilt
15%
UEC
15%
Holan Aerial
15%
Pitman
15%
Reach-all
15%
Walden Aerial
15%
Snorkel
0%
Flow Ez
15%
30%
Webster Inst.
15%
Fla Seal/Rub
30%
Monarch H dr.
Comm.lnterte
2
20%
0%
40%
Chelse
20%
U1
M
ER
Summa
30%
40%
20%
TRW Ross
25%
15%
Savr Sunstrd
20%
40%
Denison
20%
Bloom
20%
tin a
20%
Pressure Con.
50%
Sna tits
20%
ENFM
30%
Mico
20%
Sum
20%
0%
Cross
30%
Gateway
30%
D nex
20%
H ilac Corp.
20%
Fenner Fluid
20%
Rek Roth
20%
Shroeder
10%
Oro -Line
20%
H. Bien Ind.
20%
Appllo,
15%
, crow
20%
A. CO
5%
Cliica o C II
10%
aman
15%
Delta Power
5%
Deltrol
5%
butt Norton
15%
Dyna Qui
15%
Oresen
10%
Macon
14 con
15%
15%
ITT tandard
10%
Kam(asskl/Sta
20%
25%
Le ds
5%
Marsh
5%
Mead Fluid D
i
15%
NoPak
15°�
m
Oberdorfer
5%
Ramsey Winch
5%
Rego
20%
Re roth
15%
Servo Kined
5%
Staffa
25%
Tobul
10%
TI Pneumotiv.
10%
Wlke
15%
Mannesmann
150/a
Parker
10%
Perfection
0%
20%
Dana
10%
Munc
10%
Danfoss
30%
Linde
20%
Thermal Tran.
15%
Cessna
I I
1
10%
Chief
20%
Sundstrand
20%
Heil
20%
AMENDMENT
MIAMI-DADE COUNTY
CONTRACT NO. 4599-4/02-4
ITEM: Hydraulic Parts and Repairs Service
DEPARTMENT: - GSA
TYPE OF PURCHASE: Amend Section 2 of Resolution No. 98-993
RECOMMENDATION: It is recommended that Resolution No. 98-993 adopted
October 13, 1998, approving the procurement of hydraulic
parts, supplies and repair services from Various Vendors,
to properly reflect the contract option for renewal term to
four (4) additional one-year periods, and the inclusion of
the term "subject to further extensions by Miami -Dade
County" to allow the continued use of Miami -Dade County
Contract No. 4599-4/02-4.
irector if Purc ing
ate
AwardAmend
02- 514