Loading...
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