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