Loading...
HomeMy WebLinkAboutcontract awardCONTRACT AWARD SHEET DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION BPO NO.: ABCW0400380 BID NO.: 7271-2/07-OTR-CW Previous Bid No.: 4599-4/02-4 TITLE: Hydraulic, Parts, Supplies & Repairs (Pre-Qual.) COMMODITY CODE NO.: 060-61 OTR YEARS: Two (2) CONTRACT PERIOD: March 1, 2004 through February 28, 2007 LIVING WAGE APPLIES: ❑ YES ® NO AWARD BASED ON MEASURES: ❑ YES ® NO ® SR.PROCUREMENT AGENT: Martha Perez PHONE: 305-375-3248 ❑ Set Aside ❑ Goal ® Local Preference ❑ Prevailing Wages (Reso. 90-143) ❑ Living Wage I 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: ❑ Bid Preference ® BBE ® HBE ® WBE Owned Firms ❑ CSBE Level 591692614-01 Hydraulic Sales & Service Inc. P.O. Box 59-3576 Miami, FL 33159 Destination Net 30 As Required 800-622-6477 305-633-4677 305-638-5284 forighydraulicsales.com Fred Orig DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION AWARD S HEET.doc Revised 09i 'WOO F.E.LN.: 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: 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: 591919445 Hydraulic Associates Inc. 8311 NW 70`h St. #3059 Miami, FL 33166 Destination Net 30 As Required 305-994-7924 305-994-7925 keithscalf@aol.com Keith Scalf 361150280 WW Grainger P.O. Box 523010 Miami, FL 33152 Destination Net 30 As Required 305-594-3036 305-592-5611 wwgmaria@aol.com Maria Cayado 650390936 Altekco, Inc. 8340 NW 70 St. Miami, FL 33166 Destination Net 30 As Required 305-499-9797 305-499-9953 Bob Handy 630251578 Motion Industries, Inc. P.O. Box 278793 Miramar, FL 33027 Destination Net 30 As Required 305-821-6697 305-362-0524 Motionind-fl33(21 accesspro.net Harold Streem DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 2 AWARD SHEET.doe Revised 49/19/00 F.E.I.N.: VENDOR: STREET: CITYISTATEIZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE # PHONE: FAX: E-MAIL: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITYISTATEIZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE # PHONE: FAX: E-MAIL: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITYISTATEIZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE # PHONE: FAX: E-MAIL: CONTACT PERSON: F.E.I.N.: VENDOR: STREET: CITYISTATEIZIP: F.O.B. TERMS: PAYMENT TERMS: DELIVERY: TOLL FREE PHONE # PHONE: FAX: E-MAIL: CONTACT PERSON: 340866258 Applied Industrial Technologies 3030 N. Andrews Extension Pompano Bch., FL 33064 Destination Net 30 As Required 954-971-8000 954-974-7966 David Cotton 650128207 Hydraulic Technicians, Inc. 3735 NW 78 St. Suite #B Miami, FL 33147 Destination Net 30 As Required 305-836-4060 305-836-I975 hydraulic836@msn.com Asriel Sabastian 580254510 Genuine Parts Co. P.O. Box 520037, GMF Miami, FL 33152 Destination Net 30 As Required 305-599-0202 Ext. 18 305-597-9328 Jim Brodwolf 591573482 General Welding Services Inc. 8115 NW 56t St. Miami, FL 33166 Destination Net 30 As Required 305-592-9483 305-591-8540 Jose Sid DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 3 - AWARD SHEET.doc Reviled 09/19/00 PART #2: ITEMS AWARDED The awarded bidder(s), in Groups No. 1 thru 4 have been pre -qualified to participate in Spot Market Purchases for parts/supplies and repair services as required, when required by various County departments. When such requirements are identified, those awarded bidders that indicated in their proposals that they are able to provide the items as specified, shall be invited to offer a fixed delivered price for the specific item(s) or written Scope of Work issued by the County Agency. The bidder offering the lowest fixed price on the total order or project amount shall be awarded the order resulting thereof. The award of that order to one bidder does not preclude the ability of the remaining pre -qualified bidder(s) from submitting offers for other items. In some situations, the deciding factors for the basis of individual awards made under this contract may be determined by the need for authorized County personnel to pick up the item, the availability of the material, geographic location of the vendor and/or delivery time. This contract includes Participation Provisions for Certified Black Business Enterprises (BBE's) and/or Certified Hispanic Business Enterprises (HBE's) and/or Certified Women Business Enterprises (WBE's) as indicated in Appendix A of this Bid/Proposal solicitation. (Excluding purchases made by the Miami -Dade Housing Agency) GROUPS NO. 1 & 3 PURCHASE OF HYDRAULIC PARTS AND SUPPLIES The following vendors are Manufacturer's approved, certified or designated service distributor or stocking dealer of parts and supplies for the brands listed: Vendor: Altecko Inc. Grainger Brand: Sundstrand Napa Gates Hydac Miller Lube Devices Applied Ind. Asco Aro Brand Hydraulics Continental Hydraulics Daman Manifolds Deltrol Des -Case, Donaldson Filters Dynaequip Eaton Flow Ezy Good Year SPX Fluid Power Products Vendor: Genuine Parts Hydraulic Sales Hydraulic Assoc. Brand: Weatherhead Weatherhead Eaton Sigalarm Simplex LHA Europower Aeroquip Permco Hercules Bulldog Prince Direct Motion Indst. Hydraulic Tech. Alcon Prince Legris Behringer Anchor Flange Arrow Phneumatics Nopak MP Filtri USA Reotemp Note: All awardees of Group 1 & 3 must be notified and asked to submit price proposals for all purchases of parts and supplies. DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 4 AWARD SHEET.doc Revised 09! 19/00 GROUPS NO. 2 & 4 PURCHASES OF HYDRAULIC REPAIRS The awarded bidders have been pre -qualified to participate in spot market purchases on an as needed when needed basis. At this time the pre -qualified bidders shall be asked to submit an itemized written fixed price to the County within a 24-hour period after being contacted by the user department. The detailed quote must reflect all parts, labor and hourly rates utilized for the repair, with each item priced individually. Lump sum estimates are not acceptable. For all Repairs in Groups 2 of this contract, that the User Departments estimates will cost the County under $500.00; a minimum of three (3) vendors may be contacted for quotes in an alphabetical rotational basis, for such purchases. All awardees of Group 2 must be notified and asked to submit price proposals for all jobs over $500.00. The Procurement Liason of each department will instruct each of their user sections on where they are to start on the list. Emergency repairs may be awarded based on the availability of material, geographical location of the vendor and /or completion time, in the best interest of the County. The following vendors have met the minimum requirements established for this Bid. Vendors Altecko Inc. Hydraulic Sales Hydraulic Associates NOTE: The following vendor will be added , Group No. 2 only, via addendum once they have complied with insurance requirements. Vendors General Welding Services PART #3: AWARD INFORMATION ❑ BCC ® PMD AWARD DATE: 2/26/2004 BIDS & CONTRACTS RELEASE DATE: 2/26/2004 ADDITIONAL ITEMS ALLOWED: N/A SPECIAL CONDITIONS: N/A TOTAL CONTRACT VALUE: $3,720,600.00 AGENDA ITEM #: 1.1 OTR YEAR: N/A USER DEPARTMENT(S) DOLLAR ALLOCATED USER DEPARTMENT(S) DOLLAR ALLOCATED Aviation $ 270,000.00 Corrections $ 18,000.00 HUD $ 30,000.00 Transit $ 600,000.00 WASD $ 1,848,000.00 Parks $ 360,000.00 Solid Waste $ 165,000.00 Public Works $ 90,000.00 Sea Port $ 336,600.00 Vizcaya $ 3,000.00 DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 5 AWARD SHEET,doc Revised 09/19l00