Loading...
HomeMy Public PortalAboutResolution No. 23-157 Piggyback MDC contract with Hadronex for Smartcovers for Service Area 7Sponsored by: Interim City Manager RESOLUTION NO. 23-157 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO PIGGYBACK THE MIAMI-DADE COUNTY CONTRACT (BID NO. EVN0000005) WITH HADRONEX, INC. D/B/A SMARTCOVER SYSTEMS TO PURCHASE SMARTCOVERS FOR SERVICE AREA 7 WITHIN THE CITY, IN AN AMOUNT NOT TO EXCEED FORTY-NINE THOUSAND, NINE HUNDRED DOLLARS ($49,900.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Interim City Manager recommends that the City Commission approve the procurement of Nine (9) SmartCovers in order to acquire the data that the Miami -Dade County Department of Environmental Resources Management (DERM) needs to prove that the public collection system is sound in relation to Pump Station 7; and WHEREAS, rainy season testing of service area 7 indicated sewer flow extremely higher than the maximum allowed, even after the relining of the entire collection system and rehabilitation of all manholes; and WHEREAS, SmartCovers will allow the City to monitor the pattern of this flow, in addition, it will provide the City with notice every time a sanitary sewer manhole is opened in order to mitigate flooding; and WHEREAS, the Interim City Manager recommends that the City Commission authorize the immediate execution of an agreement with Hadronex, Inc. d/b/a SmartCover Systems for SmartCovers, in an amount not to exceed Forty -Nine Thousand Nine Hundred Dollars ($49,900.00); and WHEREAS, Miami -Dade County previously awarded a contract to various pre - qualified vendors, to purchase Process Control and Instrumentation Equipment (attached as exhibit "A"), pursuant to its Request to Qualify EVN0000005, for a contract term commencing June 18, 2023 and ending on June 30, 2028; and WHEREAS, pursuant to Section 2-318 (3) of the City's Purchasing Code allows for purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and Resolution No. 23-157 programs. The City Interim Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds it in the best interest of the City and its residents to enter into an emergency agreement, attached hereto as Exhibit "A", with Hadronex, Inc. d/b/a Smartcover Systems for SmartCovers, for an amount not to exceed Forty -Nine Thousand, Nine Hundred Dollars ($49,900.00). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the Interim City Manager to enter into an emergency agreement, attached hereto as Exhibit "A", with Hadronex, Inc. d/b/a Smartcover Systems for SmartCovers for an amount not to exceed Forty -Nine Thousand, Nine Hundred Dollars ($49,900.00). Section 3. SCRIVENER'S ERRORS Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, following review by the City Attorney, and without need of public hearing, by filing a corrected copy of same with the City. SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED AND ADOPTED this 11th d.'y •f October, 2023. aylor Jr., Mayor EST: a Flores, City Clerk 2 Resolution No. 23-157 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burn d tte Nor -Weeks, P.A. City Attorney Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 4-0 Commissioner Bass ABSENT Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-Locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: City Mans er: Darvin E. Williams CM Signature: C -> 1 ,, - L• Commission Meeting Date: 10/11/2023 Item Type: (Enter X in box) Resolution Ordinance Other X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: i (EnterX in box) 1$t Reading 211 beading x Public Hearing: (EnterX in box) Yes No Yes No x x Funding Source: Account# :86- 5356308 Enterprise Fund (Enter Fund & Dept) Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#:Piggyback x Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • Q L 1 • f• Sponsor Name City Manager Department: Public Works Sewer Division City Manager Short Title: A resolution of the City Commission for the purchase of SmartCovers Staff Summary: Issue / Recommendation: Pump Station 7 is under moratorium, caused by extraneous flows from Glorieta Gardens private sewer collection system. Staff recommends the City Commission approve the procurement of Nine (9) SmartCovers to acquire the proof DERM needs to prove that the public collection system is sound. The purchase shall be made from the Miami Dade County piggyback contract from. Hadronex, Inc. dba/SmartCover Systems, Background: Rainy season testing of service area seven indicated sewer flow extremely higher than the maximum allowed; this is the case after the entire collection system was relined and all manholes were rehabilitated. SmartCovers will allow the city to monitor the pattern of these flows, in addition it will provide us with notice every time a sanitary sewer manhole is opened to mitigate flooding in the area. Financial Impact: This procurement will be funded through the Water Sewer CIP 86-536308. Proposed Action: Staff recommends the City Commission approve the procurement SmartCovers Pump Station #7 service area at a cost $49,900.00, based on the Miami -Dade County Bid NO. EVN0000005 from Hadronex, Inc. dba/SmartCover Systems. 1 Attachment: 2. Agenda 2. Sale Quotation $49,900.00Grand Total $49,900.00Total Price 0.00%Discount $49,900.00SubtotalRevised Proposal 1 year servcies and 9 unitsDescription Public Works Dept. 12950 Lejeune Road OPA-LOCKA, FL 33054 USA Ship To City of Opa-LockaShip To Name 780 FISHERMAN ST., 4th FLOOR OPA-LOCKA, FL 33054 USA Bill To City of Opa-LockaBill To Name mfox@smartcoversystems.comEmail Maureen FoxPrepared By 00000386Quote Number 9/30/2023Expiration Date 9/11/2023Created Date2110 Enterprise Street Escondido, CA 92029 United States Company Address Product Product Code Sales Price Quantity Total Price System SubSonic SC-Q-SB-15 $4,605.00 9.00 $41,445.00 Labor Installation Installation Labor $500.00 9.00 $4,500.00 Freight Freight out $310.00 1.00 $310.00 ASM SmartLevel ASM-SC1 $405.00 9.00 $3,645.00 ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT - PREQUALIFICATION Updated: August 10, 2023 CONTRACT ADMINISTRATOR: Sherry Y. Crockett, sherry.crockett@miamidade.golv, 305.375.4693 I. OVERVIEW: This Request to Qualify (RTQ) will be used to purchase original equipment manufacturer (OEM) process control and instrumentation (PCI) equipment, parts, and accessories under Group A; services to include OEM repairs, inspection, testing and calibration of PCI equipment under Group B; and i nstallation of PCI equipment under Group C, for multiple Miami -Dade County departments . Supplier/Vendor submittals are accepted throughout the term of the RTQ for placement in such Pool. II. TERM The term of the Pool is sixty (60) months from June 18, 2023 through June 30, 2028. The Pool shall remain open for the term of the RTQ, enabling Vendors to be pre-qualified at any time during the term. User Departments: Miam i Dade Water & Sewer Department (WASD), Parks, Recreation and Open Spaces (PROS) and Regulatory Economic Resources (RER) III. PREQUALIFIED VENDORS: The following vendors have been pre-qualified to provide process control and instrumentation equipment, parts, and accessories which includes repair services, inspection, testing and calibration of equipment and installation services for the Miami Dade Water & Sewer Department (WASD), Parks, Recreation and Open Spaces (PROS) and Regulatory Economic Resources (RER). Vendor Name Address Contact Email Phone Groups Accutech Instrumentation, Inc. 6500 Bowden Road Suite 304 Jacksonville, Fl 32216 Enrique J. Rueda enrique@accutech.net 305.331.5683 A & B AWC, Inc. 6655 Exchequer Road Baton Rouge, LA 70809 Jim Davis Jim.davis@awc-inc.com 561.777.0303 A, B & C Beamex, Inc. 2152 NW Park way SE Suite A Marietta, GA 30057 Lance Cobb Lance.cobb@beamex.c om 770.951.1927 A & B CL2 Solutions, LLC 2020 Heartland Circle Valrico, Fl 33594 Jason Erskine jason@cl2solutions.co m 813.629.2720 A, B & C Conde Process Control, LLC 14609 SW 153rd Place Miami, FL 33196 Laurent Conde laurent@condeprocess. com 305.219.6816 A, B and C Corcel Corp 2461 NW 23rd Street Miami, FL 33142 Ray Corona sales@corcelcorp.com 305.636.1880 A DMT Instruments, LLC 815 N McGowan Avenue Crystal, Fl 34429 David Morrissey sales@dmtinstruments. com 407.488.4598 A & B Fluid Control Specialties , LLC 111 Maritime Drive Sanford, Fl 32771 Robert Whritenour rwhritenour@fc- spec.com 407.579.5000 A, B and C Gilson Engineering Sales of Florida, Inc. 1038 NE 35th Avenue Homestead, FL 33033 Luis Aristeigui eta la@gilsoneng.com 305.916.0590 A & B ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT - PREQUALIFICATION Updated: August 10, 2023 Vendor Name Address Contact Email Phone Groups Hach Company 5600 Lindberg Drive Loveland, CO 80538 Glenn Machado gmachado@hach.com 970.214.9094 A & B Hadronex, Inc./dba/SmartCover Systems 2110 Enterprise Street Escondido, CA 92029 Maureen C. Fox mfox@smartcoversyte ms.com 855.291.1980 Ext 211 A, B and C Hydraulic Sales & Service, Inc. 3700 NW South River Dr Miami, FL 33142 Stephen Butt sbutt@hydraulicsales.c om 305.633.4677 A Lewis & Associates, Inc. PO Box 16518 Tampa, Fl 33687 Nancy Cobb ncobb@la-fl.com 813.986.8450 A & B Nova Water and Sewer Supplies, LLC 5409 NW 74th Avenue Mi ami, FL 33166 Vincent Bolinches vbolinches@novawater web.com 305.900.3909 A, B and C PRO-CO, Inc. 910 Belle Avenue Suite 1000 Winter Springs, Fl 32708 Bill Grabe bgrabe@aol.com 407.830.6969 A & B PSI Technologies, Inc. 3520 Investment Lane Unit 3 Rivera Beach, FL 33404 Brian Gretzinger brian@psi-techinc.com 305.998.1371 A Quinn Associates Group, Inc. 309 N. Howard Avenue Tampa, Fl 33606 Paul Quinn paul@quinnassociates. com 813.254.5211 A TriNova, Inc. 4485 Laughlin Drive S Mobile, AL 36693 Mainara Costa Mainara.costa@trinovai nc.com 863.682.4500 Ext 1086 A, B and C IV. MANUFACTURERS LIST Refer to Roadmap Attachment V SPOT MARKET QUOTE PROCEDURES Prior to advertisement Prior to advertising an ITQ or WOPR, Departments are reminded that: • Ensure you are using the latest ITQ template: https://intrax.miamidade.gov/procurement/library/itq-solicitation-template.pdf • Ensure you are inviting all applicable vendors to participate in the ITQ or WOPR. Unless bidding to a specific group or as otherwise outlined in the RTQ, all vendors shall be invited to participate in the ITQ or WOPR. • Insurance Requirements, if necessary, should be detailed in the subsequent spot market solicitation. All ITQs and WOPRs shall be sent to Risk Management (Maxine Lodenquai, Maxine.Lodenquai@miam idade.gov) for review of applicable insurance requirements, prior to issuing the ITQ/WOPR. The requirements provided by Risk Management must be included in your ITQ /WOPR. • All ITQs and WOPRs must be submitted to the Small Business Division of the Internal Services Department (Laurie Johnson, Laurie.Johnson@miamidade.gov) for Small Business Enterprise measures and wage requirements pri or to issuing the ITQ/WOPR. The measures and wage requirements provided by Small Business must be included in your ITQ /WOPR. • All ITQs must be posted to the Cone of Silence Log located here: https://i ntrax.miamidade.gov/apps/ISD/SBDCOS/Home/Index Prior to award recommendation Prior to making an award, Departments are reminded that: • Obtain a signed Non-Collusion Affidav it from the vendor to be recommended for award if the award value exceeds $250,000. The Collusion Affidavit shall list all vendors that participated in the process. • Check that the recommended vendor is responsible; including checking the pre-award Vendor Website at ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT - PREQUALIFICATION Updated: August 10, 2023 http://intra.miamidade.gov/procurement/vendor-compliance.asp . Departments may want to include a check of the vendor’s performance history i n BTS. (Go to Vendors Home Page, click on Registered Vendors, locate the vendor, in that vendor’s profile, click on the Non.Perf.Hist. button.) • Check that the vendor has the applicable insurance on file in the Risk Management database. If not, seek an insurance certificate for the proper coverages and return a copy to Risk Management. At Award Recommendation • Pursuant to Section 2-11.1(t) of the County Code, all ITQs and WOPRs are subject to the Cone of Silence. Once an award recommendation is made, the department issuing the ITQ shall log onto the Cone of Silence Report and remove the project here: https://intrax.miamidade.gov/apps/ISD/SBDCOS/Home/Index . • In your notice to participants of the quote results, copy the Clerk of the Board (clerkbcc@miamidade.gov) and include language advising the vendor that the Cone of Silence is lifted. (sample language - In accordance with the referenced solicitation, and Section 2-8.4 of the Code of Mi ami -Dade County, you are hereby notified that the ___ department, recommends award of this quote to:_______. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Sect ion 2-11.1(t) of the County Code.) • When the award value exceeds $25,000, allow for a three (3) business day protest period, beginning the day after the award recommendation is posted with the Clerk and notification is sent to all participants. It is the responsibility of the user Department Director to ensure compliance with the above-mentioned procedures. Purc hases under thi s pool will be subject to random review or audit by County authorities, including but not limited to, the Strategic Procurement Department, Audi t and Management, and the Office of the Inspector General. ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT - PREQUALIFICATION Updated: August 10, 2023 V. EVENT LOG NO. DATE ISSUED DESCRIPTION Officer 6 08/10/2023 Added vendor Beamex, Inc. to the pool. See r oadmap attachment. Sherry Y. Crock ett 5 07/18/2023 Added vendor Hydraulic Sales & Service, Inc. to the pool. See roadmap attachment. Sherry Y . Crockett 4 07/07/2023 Added Corcel Corp to pool. AWC, Inc. added additional manufacturers. See roadmap attachment. Sherry Y. Crockett 3 06/30/2023 Added vendors AWC, Inc. and Gilson Engineering Sales of South Florida, Inc. to the pool . See roadmap attachment. Sherry Y. Crockett 2 06/23/2023 Conde Process Control, LLC has added an additional manufacturer Schneider Electric . See roadmap attachment. Sherry Y. Crockett 1 06/22/2023 Added vendors CL2 Solutions, LLC, Lewis & Associates, Inc., Pro-Co, Inc., and Quinn Associates Group, Inc. to the pool . See roadmap attachment. Sherry Y. Crockett