Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-01-0554
10 • J-01-431 5/25/01 RESOLUTION NO. 01— 554 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF HAND-HELD TOOLS AND HAND-HELD POWER TOOLS FROM VARIOUS VENDORS FOR THE DEPARTMENT OF PURCHASING, TO BE USED BY VARIOUS CITY DEPARTMENTS, ON AN AS -NEEDED CONTRACT BASIS, UNDER EXISTING STATE OF FLORIDA CONTRACT NO. 445-001-99-1, EFFECTIVE THROUGH APRIL 23, 2002, AND ANY EXTENSIONS; ALLOCATING FUNDS FROM EACH OF THE GENERAL OPERATING BUDGETS OF THE VARIOUS USER DEPARTMENTS, AUTHORIZING PURCHASES AS NEEDED, SUBJECT TO AVAILABILITY OF FUNDS. WHEREAS, the Department of Purchasing requires the procurement of hand-held tools and hand-held power tools for use by various City departments on an as -needed basis; and WHEREAS, the City Manager and the Director of the Department of Purchasing recommend that the procurement of hand-held tools and hand-held power tools for us© by various City departments on an as -needed basis, under existing State of Florida Contract No. 445-001-99-1, be approved; and offs aara t�I N=Tura or JUN 142001 ubowulim Nu. 01- 554 WHEREAS, funds are available from each of the General Operating Budgets of the various user departments, authorizing purchases as needed, subject to availability of funds; 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 adopted by reference and incorporated as if fully set forth in this Section. Section 2. The procurement of hand-held tools and hand-held power tools from various vendors for the Department of Purchasing, to be used by various City departments, on an as -needed contract basis, under existing State of Florida Contract No. 445-001-99-1, effective through April 23, 2002, and any extensions, is approved, with funds allocated from each of the General Operating Budgets of the various user departments, authorizing purchases as needed, subject to availability of funds. Section 3. This Resolution shall become effective immediately upon adoption and signature of the Mayor.-'/ if the Mayor does not sign this Resolution, it shall become effective at the end of ton calendar days f.roir 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 3 01— 554 • • ATTEST: In 80000danoo with Miami Code Sm 2.59, alma the M ""Is legislation by slgnhg It in the designated place tI@CQC(i@5 ttir`eCtiVB Yritf'r the nit:ps0 frqi regarding Ramo. without the Mayor �f�l W6 `•,,]',e 11 f WALTER J. FOEMAN CITY CLERK did not hi ata approval of Page 3 of 3 01— 554 • CITY OF MIAMI, FLORIDA • C =9 INTER -OFFICE MEMORANDUM To: Honorable Mayor and DATE MAY 2 9 4r01, FILE Members of the City Commission SUBJECT! Resolution Authorizing Purchase of Tools, Band Held and Hand Held Power Tools FROM:im ez 4REFERENCES: State of Florida 1 y ana ENCLOSURES: Contract No. 445-001-99-1 RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing a citywide contract for the purchase of tools, hand held and hand held power tools from Various Vendors, under existing State of Florida Contract No. 445-001-99-1, effective until April 23, 2002, on as needed contract basis, subject to any extensions thereto by the State of Florida. Allocating funds therefore from the General Operating Budgets of the various operations departments and agencies, authorizing said purchases, as needed, subject to availability of funds. BACKGROUND Various municipalities, and agencies have realized substantial savings utilizing the State of Florida contract for the purchase of tools, hand held and hand held power tools. The Purchasing Department has a need to secure a citywide contract for this commodity for use by various city operations departments and agencies on an as needed, when needed contract basis under existing State of Florida Contract No: 445-001-99-1. It is therefore recommended that award be made to Various Vendors for the purchase of said commodities. CAG C/adm RmMemo 01- 554 June 4, 1999 ORANDUM NO : (445-001-99-1)-2 ; k t TO: Department Addressed FROM: H.P. Barker CPPD a Acting Director, State Purchasing„ c SUBJECT: Contract No. 445-001-99-1a n Title: Tools, Hand Held & Hand Held Power ToolsMI t Plewa make the following changes in the subject contract: r Delete. page: 13 Add: page: 13" (Rev 4 June 99) The purpose of this memorandum is to update the contract persons for GraiW Industrial Supply. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Bobby Hinson at (850) 489 7515, Suncom 278-7515. HPA/bhlmeb r, dq s r r1 ^s t iM'r"'j�LES# �i t�Z� 2 �V� 4t�M+s.ryti +r&w 5�'.�`.�'�� � f��` r" v ���} "� y a��?� °$F3�'����`� �� 4l� �' � � �,`y �vi �4x�� �`.a ��r?�.w �a`uh� a��,•�7��� r'�`�M94��a�a� � �`°�� �c�t�"�� fi ,��ti''4 01 554 .,,j�{iw�,. d ' U - t '}' +�' z +At YA . vw�i�'�et�='��L^�y�r�`,�r _ June 4, 1999 ORANDUM NO : (445-001-99-1)-2 ; k t TO: Department Addressed FROM: H.P. Barker CPPD a Acting Director, State Purchasing„ c SUBJECT: Contract No. 445-001-99-1a n Title: Tools, Hand Held & Hand Held Power ToolsMI t Plewa make the following changes in the subject contract: r Delete. page: 13 Add: page: 13" (Rev 4 June 99) The purpose of this memorandum is to update the contract persons for GraiW Industrial Supply. Any questions or problems in delivery or service that may arise regarding this contract should be directed to Bobby Hinson at (850) 489 7515, Suncom 278-7515. HPA/bhlmeb r, dq s r r1 ^s t iM'r"'j�LES# �i t�Z� 2 �V� 4t�M+s.ryti +r&w 5�'.�`.�'�� � f��` r" v ���} "� y a��?� °$F3�'����`� �� 4l� �' � � �,`y �vi �4x�� �`.a ��r?�.w �a`uh� a��,•�7��� r'�`�M94��a�a� � �`°�� �c�t�"�� fi ,��ti''4 01 554 �. r� � � �� n�' S �»e,a 't Rr � .;i` ,�.d' �i��&3...s°t.�H+Sv�t�w YE .it� +y .?Y�.kaS. �'s�� ^T.S � y 1+,. 3e+ � x � � �3�t`•:� + 3 e4 " ? `+i' a.a y�r '�fr 4 q k �7 y. d �s46t 4 *r 3 "' * s 1. 11, s�r:;'� i* r Yb.$ 5 Z' y...1 R2 *i`tr� .t"k �, •"� tYg .: ,� M1+4 LFI°r>f i 4X5 +5'i .ori§ �' �. fig`�y,t4u' G i zk "'i T k ' a. `..p 3.rrrj�'` o „.r '�4' ';E'a" i tis u�� v64 8 { �.0 �,"' 4; �d 8 WE t'fka bt.+dirx a7_1, ,.,vi-stj i< � AAS r «+' 4 �"axe^ � `°�y <k Tri '�'3 � a • �� g r {�{y,''a e . �i ���b �� i '9Yt �,ii+•� $'k�Gt�A#�lx &4 t''%a`F'^h f TO: Department Addressed 4 y a Ys v FROM: H. P. Barker, Jr., CPPDe xti 4 Acting Director, State Purchasing ' az ' t SUBJECT: Contract No. 445-001-99-I �r Title: Tools, Hand Held &Hand Held Power Tools r Please mike the Mowing changes in the subject contract: +� � -; Delete: Page: 19 Add: Page ' 19 *(Rev 27 May 99) The purpose of this memorandum is to cotroct the toll free phone number for Sean Ind. Sales. r, Any questions or problems in delivery or service that may arise regarding this contract should bo directed to Bobby Hinson at 488-7515. Suncom 278.7515, hitmnb@dms.stW fi.us GCB - F'� �+ 5 �✓ 1 '� ter+ ti. � �r � r ui '`i a , , 7 '•"Yh rte• "� �F , s 21,b a4 a 7 i 7. Y + f y, 3�t,t 7 i' kE '$$a y'-. sP ,.,k a,h�. x h xY roL.t .� F tmm��__ s ti s C(C�ds �c.' S ,•,,� , y'vthv i a �hw�'h ° i +i4 5gi �,i4f xm`,.v.:t 4`µti+r dCk'�'i"� f:"�"^"_'r~nt n"'s .n a'rs x f-,,+. r rh .: x x r e3.t�r tr z>,i Y r r CERTIFICATION OF CONTRACT TITLE: Tools: Hand Held & Hand Held Power Tools CONTRACT NO.. 445-001-99-1 BID NO.: 9-445-001-E CONTRACTOR(S): Ace Tool Company (A) Cameron & Barkley Company (A) Grainger Industrial Supply (A) MSC Industrial Supply (A) Sears Industrial Sales (A) Snap -on Tools Company (A) (Rev. 16 Aug. 00) EFFECTIVE: April 24, 1999 through April 23, 2002 SUPERSEDES: New Suite 315 ANY QUESTIONS, SUGGESTIONS, OR CONTRACT SUPPLIER PROBLEMS WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF BOBBY HINSON AT (850) 488-7515 SUNCOM 278-7515, E-MAIL mailto:hinsonb@dms.state.fl.ns A. AMORITY - Upon affirmative action taken by the State of Florida Department of Management Services on April 12, 1999, a contract has been executed between the State of Florida and the designated contractors. B. EFFECT - This contract was entered into to provide economies in the purchase of Hand Tools & Hand Held Power Tools by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the terms, prices, and conditions of this contract and with the suppliers specified. 01-- 554 9R�91 C. ORDERING INSTRUCTIONS - All purchase orders shall be issued in accordance with the attached ordering instructions. Purchaser shall order at the prices indicated, exclusive of all Federal, State and local taxes. All contract purchase orders shall show the State Purchasing contract number. product number, quantity, description of item, with unit prices extended and purchase order totaled. (This requitement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE- Agencies shall report any vendor failure to perform according to the requirements of this contract on Complaint to Vendor, form PUR 7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR 7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Any restrictions accepted from the supplier are noted on the ordering instructions. F. CONTRACT APPRA�St6L FORM - State Contract Appraisal, form PUR 7073 should be used to provide your input and recommendations for improvements in the contract to State Purchasing for receipt no later than 90 days prior to the expiration date of this contract. Authorized Signature bh/Ida Attachments ot- 564 • TPI J The purpose of this bid is to establish a 36 month contract for the purchase of Hand Tools and Hand Power Tools by all State of Florida agencies and other eligible users in accordance with Eligible Users paragraph, General Conditions. It is anticipated that the contract will be effective from April 24, 1999 through April 23, 2002. In addition to the eligible users referenced above and with the consent of the successful bidder(s) purchases may be made under the terms and conditions of this Invitation to BidiRequest for Proposal, by governmental entities located outside the State of Florida. Appropriate governmental entities' purchasing laws, rules and regulations shall apply to purchases made under this contract. SCOPE This Invitation to Bid shall be for Hand Tools and Handheld Power Tools, and their accessories. All products offered under this contract shall be new and unused and in current production. Remanufactured or refurbished products are not accepted. No items can be purchased under this contract if they currently appear on another State Term Contract. ESTIMATED QUANTITIES It is anticipated that the State of Florida agencies, and other eligible users, will expend approximately $3,000,000 under any contract resulting from this bid. These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing actual figures under the contract. DISTRICT BIDDING Bidder may condition bid for award in one or more geographic districts depicted on the attached map. Space is provided for bidder to indicate district bidding. Lacking any indication to the contrary, bids will be considered "Statewide". SPECIAL ACCOMMODATION Any person requiring a special accommodation at State Purchasing because of a disability should call State Purchasing at (850) 488.8440 at least five (5) workdays prior to the bid opening. If you are hearing or speech impaired, please contact the Division by using the Florida Relay Service which can be reached at 1 (800) 955- 8771 (TDD). 3 01- 554 All products bid must meet or exceed all conditions and specifications of the Invitation to Bid (ITB). When technical documentation is required by this ITB, its purpose is to demonstrate compliance of the product bid with applicable technical requirements of the ITB and to allow a technical evaluation of the product. Failure to provide the required technical documentation with the bid submittal shall make the bidder nonresponsive, unless State Purchasing, in its sole discretion and in the best interest of the State, determines the acceptability of the products offered through technical documentation available within the Division as of the date and time of bid opening. Such authority of the Division shall in no way relieve the bidder from the ultimate responsibility to submit the required technical documentation, nor shall any bidder assume that such documentation is otherwise available to the Division. The State shall not be responsible for the accuracy of the technical documentation in its possession. DELIVERY/MINIMUM ORDER All prices bid shall include delivery to ordering agency within 10 days after receipt of purchase order. Orders for less than $25.00 will not be processed. This provision shall not be used by an agency to circumvent the intent of the contract. AUTHORIZED DEALERS/DISTRIBUTORS AND/OR SERVICE LOCATIONS: On any contract where orders will be directed to Authorized Dealers/Distributors or listing Service Locations, this information shall be provided by the BIDDER as part of the bid package in hard copy, and on a 3.5 inch diskette in a Word for windows file. Any subsequent revisions shall be submitted in the same format to the DOP CONTRACT ADMINISTRATOR, for review and approval prior to implementation. Diskette must be formatted as: • "Word for Windows" • Font: Times New Roman 12 • Preset tabs o lyl • Margins: .5 Left and .5 Right, .5 Top and 1.0 Bottom • Portrait only -no landscape • No Tables No Headers or Footers • No Excel Files Failure to submit the information required in this section will be grounds for disqualification of your bid and/or removal from any resulting contract. NOTICE TO CONTRACTOR The employment of unauthorized aliens by any contractor is considered a violation of section 247A(e) of the Immigratior: and Nationalization Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 4 of - 554 • PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in f.s. 287.017 for CATEGORY TWO for a period of 36 morths from the date of being placed on the convicted vendor list. SUMMARY OF TOTAL SALES Contract supplier shall furnish State Purchasing a detailed Summary of Sales at the end of each quarterly contract period. Sales Summary shall include State contract numbers, contractor's name, the total of each commodity number. Failure to provide this information, including no sales, within thirty (30) calendar days following the end of each quarter may result in the contract supplier being found in default or unilateral cancellation of your contract by State Purchasing. CERTIFICATION An executed copy of certification page 8 of bid shall be completed by manufacturer and returned as a part of this bid. Failure to respond to this will subject the bid to rejection. PRICE LIST, CATALOGS, DESCRIPTIVE BROCHURES Contractor agrees to fumish participating agencies price schedules, catalogs and descriptive brochures as requested. PRICES Prices shall be submitted in the form of a discount off manufacturer's current published price list. Failure to submit with bid the unaltered price list as originally published, in general distribution and in effect on date of the bid opening, will result in rejection of the bid. Special published price lists, with selected items altered, shall be rejected. Discounted prices shall be firm net delivered prices to ordering agencies. For purchases over $500, agencies may negotiate with vendors for a volume discount when items are shipped to one location. List prices may be changed after one year however, discounts bid must remain constant throughout the term of the contract. PURCHASING CARD PROGRAM The State of Florida has implemented a purchasing card program through NationsBank, using the Visa network. Vendors will receive payment from the purchasing card in the same manner as other Visa purchases. Please indicate your ability to accept Visa in the space provided on the Ordering Instruction sheet of the bid. V t i 04 The contractor shall take out and maintain during the life of this agreement, WorkeW Compensation Insurance for all of his employees connected with the work of this project and, in can any work is sublet, the contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for an of the hitter's employees unless such employees are covered by the protection afforded by the contractor. Such insurance shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide, and cause each sub -contractor to provide, adequate insurance, satisfactory to the Purchaser, for the protection of his employees not otherwise protected. EVALUATION AND AWARD Award shall be made by Geographic Sections (see map), on a multiple award basis limited to four (4) awards for each manufacturer's brand per geographic section. To be eligible for an award bidder must be within 10 percent of the highest discount percentage bid. (Example: High 40%, Lowest possible 30%) Bidders may bid multiple districts. All other provisions of Awards Paragraph, General Conditions, shall prevail. •6 01- 554 Co=d Price Sheets BMW : Ace Tool Comnanv t Manufacturer Hid Price List Number m �6 AM Tools 12!26/98 259. t t r.,k3 y Chicago Pneumatic AT -67 45% Gray Pneumatic UR -11098 40% Ingersoll Rand MNPIr99 5136 Milton Tools 8X744 3096 NESCO PL -99 25% ; S.K. Hand Tools A942907 51% xi'i 4hrY. �' r ,.. r i a �7 fid„den Name: Cameron c Barkley ra r Manufacturer Bid Price Wig Smoka Cooper Tools 010199 IHTU S09b,h Dewalt 1999 44% Lnerpak USU0199IT 1596;s�, Milwaukee UPL-49 44'No yw�, Stanley Goldblatt STOB 9701 55'16,w�� Stanley Proto PR 101-9701 S494'ks�� Wilton 99 A t t`�^a� :V s er t4 i lit !r i. 3 k s a 4 r 'fit f P + h $ „� •«, �5 { 3 a .��^i-}. i # «`^ t'k dr M1 t W }6'f'1 yR..'.b�ifr f 5 L+� A Trn.Ea�";�a Nx v k, n r w x ,e a s .� a i c�.ngy, 1`+ y. M `` x 'j, 3" - �,, f fit` 9'� `�rns:"� �xi 6'��^'-'-$ 'ly�y,* ieti,Eus yx' r�fyxs,ih Kf� ik ';r e'i -?"'S, i� °5 rCctR"}U '.t.Ka Yf74 � yy , ' tFt y, 1'r n a z _, r �, 4 ;,✓,�,� �u r g 4 2� 'b'vC.• 4 v •<?+ , fK .i.?�'` S �' h" .°r" 't `4 P L.1�{ 1'.. m,y ff p ki ri r''f d^,C4, i5 # F�. yr •dzW',' !�,; rtYr Yt�' Ci,- A. +:tf': •,"`�"3�s4 *";}.> e� ,�' r"�! �,S ea"'� i'3 t.}' "-f ' - 1 w t � r s �� x� m +c x � r € rdM � `� axat,�?'''w ii �$t, �'*� � iv. ,�+'.e `�"v �' �.� ��`` �r•`47r "�S tf's,�'s f i t a F x 3 i� 1 k '1 +.•� f h y.,,. ib` it 4e'. .�'� atE awl r, Biddem Name: W.W. Orai= MUN&9turer Bid Prue Lilt Nnmbar % DjS Cooper Tool` 010199 -nm 509i bY�{� Dayton Grainger # 390 t5'K a ,x cr Dewalt 1999 48%�° r Fluke 11-1-98 1596`. Fowler #21 .20% ter<; ,. General Tool 798E A Greenfield Q 19801 PL 57°10 ` r Greenlee MA 2409 30% Ingersoll Rand CTPL-S0000 50% Kennametal Grainger #390 2296 { �t Kennedy Mfg. 1-1-99 3596} ° Milwaukee UMA9 4896 r�2 + Mitutoy8 97.1 iS9iv}r Poster Cable PC 1178 4596 Ridgid 1198 2296 'i "♦ `�� Skil 980130 4096_ j4 k Sleewm Grainger #390 1596 , Stanley Proto PR 101-9701 60.5% Stwmtt 132W Issue #46 2496 Teel Grainger #390 15%Yll Waterloo WIU 11/98 606 Westward Tool Clrasinger #390 156 .. x, t���sna♦^+,.ae 8 k ° .k 4+ 'tk ^�;�Cy.rzYr�-{'�ak�fivu' '�{5{n •`� �SeF` '; a+ w{ 1 � } � �+" a �, t 1� i � r' 4a a'w* � i gjw" uh' #a4� x'1ux t rE $Y $�i' Mk .ry 5 „�. NeF SCh .�.♦ arc rt r`1Ff �i�„�a° >n, `1 nib f"-h;F'd r YXp Ur},� 1M Y ixr't fah° kA ;d +�'" i` �' • 'i a, ' `a: ' 4s . Yfth i `"RZ ` 072 OR S` i ti*: S"}ti �rx F1 `' 5 Y: ♦ y E`et s raaynn 'sLr* k e`.r1�xr S esw [ . r4.,r••r } j rte.:- y 'r-`{. i ,y + y Y i n 3Y # Sk S�YM t C M7,k..v�-isTV' gGxtrb ' °4 i- Y'k w. H` k..,, 4�pf yH tS {kti Nv �K 4% k�i F*'c 4m da r v+ e,Y, ,� `SV 4 v i W. t -z� i '�; �S x� � a �.a �. r� �*�xr � x t, �r if � `t�"9o'x'��.'X+�r'in✓y P'�,��.+€' t c�r,.+ r�n�, b��L':j� , J 34, ♦ L }. as i 4'w', "? r �,,'-�, z xf> d a 1 -°f"i" +,^k '[ tw'.an.? � � ��k'„�"p � � r z yk.i ..� q+. �.. 'i -i 3Y ➢ . e' sok}:?�„ i1 t 'ywrs'k'�Y. A'�. ti`Aa'"tlx'": `Y+�'�..Kd � , x ,.� 1 i 6� t x>ie.efc � _� ';, a .:aak'"�' �, _♦ i r x� .rC`�`a�i � ed+l°'�1 1� � t A ^f4s �+$^ d x5'n. C'� nalmli i y t, a 01— Bidders Name,: MSC Industrial SHOWY Manufacturer Bid Price List Number % Discount Channellock UN -1 51.900/0 i; h Dewalt 1999 43.70% ha . Dranel Tools UC -199 43.70% N Ingersoll Rand MNPL 99 49.40'Yo # r Makita IPL 199 55% Master Tools MP -PR 32.50% 4 Milwaukee UPLN49 43.7°x6 Porter Cable PC 1178 43.7090 Sioux Automotive 98 A 43.70% Sioux Pneumatic 961 41.606/6 Stanley Challenger CH 337-9701 60.8096 Stanley Goldblatt STOB-9701 53.9°r6 Stanley Prow PR 101-9701 60.609 Ass s 4as , Williams PSD -196 60.80% n Bidders Name: Sears Industrial Sunnly .e Manufacturer Bid price List Number Craftsman Tools PL1991 5 # '- k Biddas- Name: Snap-On Tools A; Manufacturer Bid Price List Number; ` Snap-On IP1.9812 2504 i, i - 'r .y t;. h i*., ) ,Jk. }}.k t Pf b`; `'4t J&tTei' �`' �'' 7Y i� X � & - M 4•� M T+ 1 � 37 h N` fr 4'q�'.,f* il F i ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F58-2430752-001 VENDOR: ACE TQOL COMPANY (A) STREET ADDRESS OR P.O. BOX: 7337 BRYAN DAIRY ROAD CITY, STATE, ZIP: LARGO.FL. 33777 TELEPHONE: 727-544-4331 TOLL FREE NO.: -M-777-5910 ORDERING FAX NO.: 800-333-7224 REMIT ADDRESS: P.O. BOX 1650 CITY, STATE, ZIP: PINELLAS PARK. FL. <WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD> •. M INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: CHRIS KANE EL= C1,USTONM SUPPORT SUPELW§QR ADDRESS: 7337 BRYAN DAIRY ROAD CITY, STATE, ZIP: LARGO FL. 33777 TELEPHONE: 727-544.433,E TOLL FREE NO.: 800-777-5910 URI. HOME PAGE ADDRESS: 10 pi-- 554 • • ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: E57-0132885-001 VENDOR: CAMERON & BARKLEY COMPANY (A) STREET ADDRESS OR P.O. BOX: P.O. BOX 26879 CITY, STATE, ZIP: JACKSONVILLE. FL 32226.6879 TELEPHONE: 904-757-0211 TOLL FREE NO.: 800.342 4768 ORDERING FAX NO.: 904-757-9022 REMIT ADDRESS: P.O. BOX 26879 CITY, STATE, ZIP: JACKSONVILLE, FL 32226-6879 <WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD> PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: WILLIAM "BO" DEAN. ACCOUNT REPRESENTATIVE ADDRESS: P.O. BOX 26879 CITY, STATE, ZIP: JACKSONVILLE, FL 32226.6879 TELEPHONE: 904.757-0211 TOLL FREE NO.: 800-342-4768 URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS: 11 oi. 854 ORDERING INSTRUCTIONS Nor>r: ALL ORDERS SHOULD BE DIRECTED TO: (See List of Locals Dealers) PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: ADDRESS: CITY, STATE, ZIP: TELEPHONE: TOLL FREE NO.: URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS: Pat Garnett (North Florida) (407) 843.0875 (Rev 4 June 99) John Jones (Central Florida) (561)684-6895 (Rev 4 June 99) Toni Gmenan (South Florida) (954)524-4374 (Rev 4 June 99) 12 0J- M 0 0 To place an order see our Internet site @ http://www.erainger.com Call or fax your local Florida Grainger branches listed below: 20 Grainger branches ready to serve the State of Florida: SPURS Vendor Number 36.1150280 Daytona Beach -047 Ft, Myers -090 Jacksonville -005 843 Bill France Blvd. 12431 Metro Pkwy 720 Suemac Rd. Daytona Beach, FL 32117 Ft. Myers, FL 33912 Jacksonville, FL 32254 (904)274-5050 (941)768-5999 (904)781-8350 (904) 274-2255 (fax) (941) 768-1279 (fax) (904) 781-8327 (fax) Telephone sales Jacksonville -007 Ft. Lauderdale -001 Miami Area -149 8450 Phillips Highway 678I N.W. 17`x' Avenue 7200 N.W. 37`" Avenue Jacksonville, FL 32256 Ft. Lauderdale, FL 33309 Hialeah, FL 33147 (904)636-8896 (954)524-4374 (305)693-0959 (904) 636-8833 (fax) (954) 971-4753 (fax) (305) 691-0158 (fax) Miami Area -040 Miami Area -091 Miami Area -088 2255 NW 89 Place 10900 S.W. Quail Roost Dr. 2757 S. Park Road Miami. FI- 33172 Miami, FL 33157 Pembroke Park, FL 33009 (305)594-0587 (305)253-5563 (954)987-9801 (305) 594-0886 (fax) (305) 253-2711 (fax) (954) 987-9811 (fax) W. Palm Beach -003 Altamonte Sprines-139 Orlando4)06 1800 Florida Mango Rd. 1001 Douglas Avenue 4180 L B McLeod Rd. W. Palm Beach, FL 33409 Altamonte Springs, FL 32714 Orlando, FL 32811 (561)684-6895 (407)682-6567 (407)843-3220 (561) 686-1066 (fax) 407) 862-9034 (fax) (407) 422-2233 (fax) Mei ufne-122 Pensacola -072 Tallahassee -002 101 S. Wickham Rd. 4405 N. Palafox Street 3924 W. Pensacola St. W. Melbourne, FL 32904 Pensacola, Fl. 32505 Tallahassee, FL 32304 (407)951-1985 (850)435-4771 (850)575-4137 (407) 951-2003 (fax) (850) 435-8957 (fax) (850) 575-1764 (fax) Tampa Area431 Tampa Area -152 Tampa Area -044 12579 491s Street, N. 6685 Whitfield Industrial Ave. 2322 Cypress Street Clearwater, FL 33762 Sarasota, FL 34243 Tampa, FL 33609 (813)573-1777 (941)753-3904 (813)253-5316 (813) 573-1997 (fax) (941) 755-7969 (fax) (813) 251-0235 (fax) 13 IZi ORKIr 01- 554 0 • "16) :_Q1Zt. • MOTE: ALL ORDERS SHOULD BE DIRECTED TO: (See Attached List of Local Offices) Ii ORMMION: DIRECT INQUIRY TO: ofs M Ot-, B64 MSC Industrial Supply (F135526506-013) 8940 Western Way Suite 13 Jacksonville, Fl. 32256 888-281-6840 Lori Taylor - Team Leader MSC Industrial Supply(F135526506-014) 7655 West 20" Avenue Hialeah, Fl. 33014 800.432-4044 Carlos Moreno -Team Leader Y MSC Industrial Supply (F135526506-012) 1318 N.E. 17`" Place Ocala, Fl. 34470 888-772-4280r y .,, 4 s ,• s z , � to �< , � � � ,;� n Aaron Symonds- Team Leader MSC Industrial Supply (F135326506-009) 8249 Parkline Blvd. Suite 300 Orlando, Fl. 32809 800-340-2235 Paul Colon - Team Leader MSC Industrial Supply (F133526506.015) <y: 447-a South Central Drive FT. Walton, Fl. 32547 877-633-4498 Sandy Krolikawski-Team Leader 1 MSC Industrial Supply (F135526506-005) 1800 N. Powerline Rd. ` Pompano Beach, Fl. 33069 800.551-3751 >,. Ed Parkman-Team Leader . - t MSC Industrial Supply pp y (F135526506.007) 2186 Drew ST. � k Clearwater, Fl. 34625 800.753-7950 Alison Doherty -Team Leader Y < 16 Ot-, B64 • • ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F361750690-002 VENDOR: SEARS INDUSTRIAL SALES (A) STREET ADDRESS OR P.O. BOX: P.O. BOX 42538 CITY, STATE, ZIP: CINCINNATI. Off 45242-0538 TELEPHONE: 513-984-8118 TOLL FREE NO.: 1-800-776-8666 (Rev 27 May 99) ORDERING FAX NO.: 1-800-233-4557 REMIT ADDRESS: SEARS COMMERCIAL CREDIT CENTER. P.O. BOX 740020 CITY, STATE, ZIP, ATLANTA. GEORGIA 30374 <WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD> PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME AND TITLE: R.W.LEDBETTER. MANAGER, SE DISTRICT ADDRESS: 104 PATRICK AVE CITY, STATE, ZIP: FRANKLIN, TN 37064 - TELEPHONE: 615-791-4738 TOLL FREE NO.: 800-776-8666 EXT 780 URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS: 0 17 01. 554 • i ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: SPURS VENDOR NUMBER: F582069671-003 VENDOR: SNAP-ON TOOLS COMPANY STREET ADDRESS OR P.O. BOX: P.O. BOX 6900 CITY, STATE, ZIP: NQRCROSS, GEORGIA 30091-6900 TELEPHONE: 770-446-1110 TOLL FREE NO.: 800-947-6655 EXT, 4 INDUSTRIAL DESK ORDERING FAX NO.: 800-845-9548 REMIT ADDRESS: P.O. BOX 6900 NORCROSS, GEORM 30091-6900 CITY, STATE, ZIP: NORCROSS GEORGIA 30091-6900 <WILL ACCEPT THE STATE OF FLORIDA PURCHASING CARD> PRODU UffORMATION: DIRECT INQUIRY TO:NAME AND TITLE: SCOTT B. STEWARD DISTRICT SALES MANAGER. INDUST IVISION ml ADDRESS: 22760 VISTAWWOD WAY CITY, STATE, ZIP: BOCA RATON, FL. 33428 TELEPHONE: $61-479-2390 TOLL FREE NO.: 800-947.6655 EXT 3418 URL HOME PAGE ADDRESS: ELECTRONIC MAIL ADDRESS: scott.b.steward j8Bgon.com 01- 554 SERVICE REPRESENTIVES Bob DeFotest 3957 N.W. 43`d Court Gainesville, Florida 32606 Office 352-395.7550 Fax 352-395-6769 Voice Mai1800.947-6655 ext. 3322 Domenick DeSalvo 6804 Sagebrush Circle Sarasota, Florida 34243 Office 941-358-7575 Fax 941-358.7676 Voice Mail 800-947-6655 ext. 3909 Forrest Dickinson 7249 Bay Road Mobile, Alabama 36605 Office 334-443-7503 Fax 334-443.7503 Voice Mail 800-947-6655 ext.'3864 Vic Garcia 9985 N.W. 130'h Street Hialeah Gardens, Florida 33016 Office 305-556-7676 Fax 305-556-7364 Voice Mail 800.947-6655 ext. 3404 19 rimYf[iK 01- SSA • 11 ITEM: Tools, Hand Held & Hand Held Power Tools DEPARTMENT: Citywide TYPE OF PURCHASE: Contract REASON: The Purchasing Department has a need to secure a citywide contract for the purchase of tools, hand held and hand held power tools. RECOMMENDATION: it is recommended that award be made to various vendors, awarded under existing State of Florida Contract No. 445-001-99-1, for the purchase of tools, hand held and hand held power tools, effective through April 23, 2002, subject to any extensions thereto by the State of Florida, for the Department of Purchasing to be utilized citywide; allocating funds therefor from the General Operating Budgets of various user departments and agencies, authorizing said purchases, as needed, subject to availability of funds. �5z n 4, - /rector of Purchasing Dat Awar WwCow.mu Oi- 55 UUM1210 -