See also document labeled Groups and Pre-qualified Bidders ......Oct 01, 2019  · ITB Paragraph 2.6...

16
ROAD MAP - 6819-5/17-5 Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services Pre-qualification of Bidders Page 1 __ _________ __Last Updated on 10/1/2019 I. Purchasing Instructions A. Purpose Submitters who meet or exceed the requirements established in the original solicitation are placed on pre-qualification lists, on a per group basis, that may be accessed by various County departments to obtain price quotations for the purchase and repairs of pumps, drives, and motors (units and parts), as needed, when needed. See also document labeled Groups and Pre-qualified Bidders (6819-5-17-3) Group 1: Purchase of New and Rebuilt Pumps, Drives, and Motors (Units and Parts) Group 2: Pump Repair and Maintenance Services Group 3: Motor/Drive Repair and Maintenance Services B. Quotation Directives o Bid tabulations MUST be provided to bidders upon request, prior to award. o All quotations are subject to the Cone of Silence. Per section 2-11.1(t) of the County code. o The most recent version of the County’s general terms and conditions apply to each quote. The latest version can be accessed by clicking on the following link http://www.miamidade.gov/procurement/itb-terms-conditions.asp , it is ISD Procurement Management’s suggestion to print the T&Cs for each quote and add them to the specific quote folder. o Please view the attachment entitled “Groups and Pre-qualified Bidders (6819-5-17-3)” to review the group and brands ITB Paragraph 2.6 When a requirement is identified by a County department, pre-qualified bidders within the affected group will be invited to offer a fixed price and a firm delivery time for the specific items. It will be the County department’s prerogative to contact all the prequalified bidders in the affected group to request a quotation, use a rotating system to request quotations from a number of pre-qualified bidders, limit the number of bidders based on specific requirements for the acquisition of specialized repairs, or to request quotations from the pre-qualified bidders for a specific brand/make within a group. The pre-qualified bidder offering the lowest fixed price on the total amount of the order shall be awarded the order, provided that the products or services proposed by the pre-qualified bidder meet the order’s specifications and requirements. The award of the order to one bidder does not preclude the ability of the remaining pre-qualified bidders from submitting offers for other orders as requested by County departments.

Transcript of See also document labeled Groups and Pre-qualified Bidders ......Oct 01, 2019  · ITB Paragraph 2.6...

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 1 __ _________ __Last Updated on 10/1/2019

I. Purchasing Instructions

A. Purpose

Submitters who meet or exceed the requirements established in the original solicitation are placed on pre-qualification lists, on a per group basis, that may be accessed by various County departments to obtain price quotations for the purchase and repairs of pumps, drives, and motors (units and parts), as needed, when needed.

See also document labeled – Groups and Pre-qualified Bidders (6819-5-17-3) Group 1: Purchase of New and Rebuilt Pumps, Drives, and Motors (Units and Parts)

Group 2: Pump Repair and Maintenance Services

Group 3: Motor/Drive Repair and Maintenance Services

B. Quotation Directives o Bid tabulations MUST be provided to bidders upon request, prior to award. o All quotations are subject to the Cone of Silence. Per section 2-11.1(t) of the County code. o The most recent version of the County’s general terms and conditions apply to each quote. The latest version can be accessed by clicking

on the following link http://www.miamidade.gov/procurement/itb-terms-conditions.asp , it is ISD Procurement Management’s suggestion to print the T&Cs for each quote and add them to the specific quote folder.

o Please view the attachment entitled “Groups and Pre-qualified Bidders (6819-5-17-3)” to review the group and brands

ITB Paragraph 2.6

When a requirement is identified by a County department, pre-qualified bidders within the affected group will be invited to offer a fixed price and a firm delivery time for the specific items. It will be the County department’s prerogative to contact all the prequalified bidders in the affected group to request a quotation, use a rotating system to request quotations from a number of pre-qualified bidders, limit the number of bidders based on specific requirements for the acquisition of specialized repairs, or to request quotations from the pre-qualified bidders for a specific brand/make within a group. The pre-qualified bidder offering the lowest fixed price on the total amount of the order shall be awarded the order, provided that the products or services proposed by the pre-qualified bidder meet the order’s specifications and requirements. The award of the order to one bidder does not preclude the ability of the remaining pre-qualified bidders from submitting offers for other orders as requested by County departments.

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 2 __ _________ __Last Updated on 10/1/2019

County departments may require specialized repairs for large motors, complex pump and motor assemblies, equipment located in sensitive or secure areas, equipment under warranty, or equipment representing a large investment of County funds. When a County department determines that a specialized repair is required, the County department may survey and evaluate the pre-qualified bidders in the affected group based on the specialized repair requirements. The department’s survey may include and evaluate the following items: repair shop equipment (i.e. metalizing equipment, lathes, cranes, presses, welding equipment, milling machines, bearing heaters, pullers, baking ovens, dipping tanks, load bank for generator testing), balancing technique, testing equipment, repair shop and repair personnel use of available technology, repair shop manufacturer approved certification, repair personnel and repair shop specific experience and certifications, repair shop positive past performance, and repair personnel security clearance. The department’s survey and evaluation will determine which otherwise prequalified bidders will be included in the quotation process for the specialized repair.

Emergency Orders

In the best interest of the County, for items either delivered by the vendor or picked-up from the vendor by authorized County personnel, the availability of the material, geographic location, and/or delivery time may be utilized as deciding factors for the basis of an award to a bidder when it is determined by a County department that a project is time sensitive or it is an emergency situation.

C. Preferences (except for federally funded entities)

The Bid Preference shall be applied first to the offers received from certified SBE and/or Micro/SBE vendors (This preference is given to vendors that are certified as SBE or Micro/SBE ONLY, NOT DBE). The following link may be accessed to verify if a firm is a SBE or Micro/SBE vendor http://www.miamidade.gov/smallbusiness/certification-lists.asp Note: If a business is a certified small business enterprise with SBD that business will be given the preference without regards to a commodity code.

SBE Preference shall be applied first as follows and as otherwise stipulated in Section 2-8.1.1.1.1 of the Code of Miami-Dade County: Case 1: Quotes of $100,000 or less. (SBE – set aside, if there is enough SBE certified bidders) Within the fiscal year, it is required that County departments expend with SBEs 100% of the total value of contracts less than one hundred thousand dollars ($100,000.00) for goods and/or services. The departmental requirement shall be complied with unless it is determines that there is not enough SBE certified pre-qualified bidders (minimum of 3). In the event it is determined that there is enough SBE certified pre-qualified bidders, participation shall be only among SBEs, and Micro SBEs shall automatically receive a ten (10) percent bid preference. Case 2: Quotes valued of 100,000 or less (not set-aside) A ten (10) percent bid preference shall automatically apply for Micro Business Enterprises. Case 3: Quotes valued over $100,000 and up to $1,000,000

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 3 __ _________ __Last Updated on 10/1/2019

A ten (10) percent bid preference shall automatically apply for SBEs/Micro Business Enterprises. The departments shall deduct the preference amount from the total bid or quoted price in order to calculate the price to be used for evaluation. The price the County will pay is the original price offered (excluding the 5% or 10% evaluation factors).

A preliminary ranking shall be prepared after applying the SBE/MicroSBE preference to determine the following: If based on the new evaluated prices an SBE or Micro/SBE bidder is ranked the lowest, the award of the quote will be to the SBE or

Micro/SBE bidder. No other preference will be applied to this specific quote. If based on the new evaluated prices none of the SBE or Micro/SBE bidders are ranked the lowest, the following preferences will be

applied to this specific quote.

Local Certified Service – Disabled Veteran Preference should be applied in accordance with Section 2-8.5.1 of the Miami-Dade County Code, a Local Certified Service Disabled Veteran Business Enterprise (VBE) shall receive a bid preference of 5% of the price bid (for the purpose of evaluation ONLY). A VBE who is also an SBE shall not receive the veteran’s preference and shall be limited to any applicable SBE preferences. These preferences will only be used for evaluating and awarding the bids and shall not affect the contract price. However, if a Local Certified Service-Disabled Veteran Business Enterprise is the lowest bidder as a result of a Best and Final Bid (also known as a BAFO), then the price submitted as part of the Best and Final Bid shall be the contract price. At the time of bid submission, the bidder must affirm in writing its compliance with the certification requirements of Section 295.187 of the Florida Status and submit this affirmation and a copy of the actual certification along with the bid.

Local and Locally-Headquartered Business Preference The evaluation of competitive bids is subject to Section 2-8.5 of the Miami-Dade County Code. Definitions: Local business means the vendor has a valid business tax receipt issued by Miami-Dade County at least one year prior to bid or proposal submission, and a physical business address located within the limits of Miami-Dade County from which the vendor operates or performs business. Firms who provide goods or services which are exempt from Miami-Dade Business Tax Receipt requirements shall be required to submit documentation, to the County's satisfaction, demonstrating the physical business presence of the firm within the limits of Miami-Dade County for at least one year prior to bid or proposal submission. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Miami-Dade County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County's tax base. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the status of its firm under this Section in a proposal or bid submitted to the County will lose the privilege to claim any preference under this Section for a period of up to one year. The County Mayor, in his discretion, may also recommend that the firm be referred for debarment in accordance with Section 2-8.4.1 of the Code of Miami-Dade County. Locally Headquartered Business means a Local Business as defined in this Section which has a Principal Place of Business in Miami-Dade County.

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 4 __ _________ __Last Updated on 10/1/2019

In any competitive bid process where award, if any, is to be made to the responsive and responsible bidder offering the lowest bid (the "Low Bidder" and "Low Bid" respectively), the following shall apply:

1. If the Low Bidder is not a Local Business, then any and all responsive and responsible Local Businesses submitting a price within ten

percent of the Low Bid, the Low Bidder, and any and all responsive and responsible Locally Headquartered Businesses submitting a price within fifteen percent of the Low Bid, shall have an opportunity to submit a best and final bid equal to or lower than the Low Bid.

2. If the Low Bidder is a Local Business which is not a Locally Headquartered Business, then any and all responsive and responsible

Locally Headquartered Businesses submitting a price within five percent of the Low Bid, and the Low Bidder shall have an

opportunity to submit a best and final bid equal to or lower than the Low Bid.

3. Award, if any, shall be made to the responsive and responsible bidder offering the lowest best and final bid.

4. Ties in best and final bid shall be resolved in the following order of priority: Locally Headquartered Business, Local Business, other

business.

5. If no best and final bid is required in accordance with the provisions above, award, if any, shall be made to the Low Bidder.

At this time, there is an Interlocal Agreement for Reciprocity of Local Business and Locally-Headquartered Business Preferences in effect between Miami-Dade and Broward Counties until September 30, 2015.

II. Prices – ITB Paragraph 2.7

Order prices shall be quoted as requested by the County department and shall remain fixed and firm until the delivery or pick-up and acceptance of the order is complete. Orders requiring special handling, such as air-freight or same day delivery, must be authorized by a County representative. Any additional charges resulting from special handling must be authorized by the County representative prior to order placing and must be shown on the vendor’s invoice as a separate item. Pre-qualified bidders for Groups 2 and 3 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 utilized for the repair with each item priced individually, all the labor involved and the hourly rates. Lump sum estimates are not acceptable. All quotations shall remain fixed and firm until all repairs are completed and invoiced at the originally quoted prices. No changes or additions shall be allowed without prior written consent from the user department.

III. Delivery requirements and completion of services - ITB Paragraph 2.17

Group 1 All parts purchased herein shall be delivered or ready for pick-up by County Personnel within the calendar days stated in the request for quote.

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 5 __ _________ __Last Updated on 10/1/2019

Should the awarded bidder fail to deliver in the number of days stated in its quote, the County may cancel the order and acquire the product through another source of supply and charge the bidder with any re-procurement costs. If the bidder fails to honor these re-procurement costs, the County may terminate its contract with the bidder. Groups 2 and 3 The completion date for repairs shall not exceed three (3) calendar days after receipt of notice to proceed, unless mutually agreed upon between the vendor and the user department and a written authorization by the user department is provided. Should the bidder to whom the repair work is awarded fail to complete the work within the number of days stated in the quotation, the County reserves the right to cancel the contract with the bidder and to secure the services through another source of supply to complete the work. If the County exercises this authority the County may at its option request payment from the bidder through invoice or credit memo, for any additional costs over and beyond the original quoted prices, which were incurred by the County as result of having to secure the

services elsewhere. If the bidder fails to honor this invoice or credit memo, the County may terminate the contract.

NOTE: Additional vendors that meet the pre-qualification requirements may be added by ISD Procurement Management via addendum. Always check the addenda log table, and all the attachments for latest award sheet addenda and additional vendors.

IV. Award History / Addendums to the Award Sheet

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

61 10/1/2019

Per manufacturer Crane Pumps & Systems, Inc., (CP&S) the only sole source Vendor authorized to distribute their products to municipalities within the State of Florida is Hudson Pump & Equipment. This authorization covers both new product sales and service, and effect all CP&S brands to include: Barnes, Burks, Crown, Deming, Prosser and Weinman.

R. Campbell

60 8/26/2019

MOTION INDUSTRIES, INC., dba MILLER BEARINGS Per Mr. Guillermo Betancourt, Account Representative with Motion Industries, Inc dba Miller Bearings the contact information should read: Name: Mike Dielman Email Address: [email protected] Contact Phone#: 954-704-8565 Contact Fax#: 954-704-9220

R. Campbell

59 08/05/19 Amtech Drives, Inc. has been added to Group 1 Brandon Nealey

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 6 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

58 07/11/19 Updated email address for Tencarva Machinery Company. Brandon Nealey

57 05/02/19

Modification processed +$10,000.00 to LB from VZ +$480,000.00 to LB from UN Total Mod Value +$490,000.00

Jason Edelstein

56 03/07/19 Barney’s Pumps has been added to group 3 and updated contact information Jason Edelstein

55 02/19/19 The Ware Group d/b/a Johnstone Supply has been added to group 1. Jason Edelstein

54 02/14/19 Tom Evans Environmental Inc has been added to group 2. Jason Edelstein

53 11/27/18 PSI Technologies Inc. FEIN 814980985-01 has been added to Group 1, 2, 3 Jason Edelstein

52 10/23/18

Condo Electric Industrial Supply is qualified for the following manufacturers; Loren Cook, Greenheck Fan Corporation, American Coolair Corporation, Cincinnati Fan, S&P USA Ventilation Systems, LLC, Jenco Fan, Hoffman & Lamson, Composite Fan Technology, Fuji Electric Corp of America, Powered Aire Inc., Ventilation Specialists, Inc., United Enertech, MK Plastics, Metal Industries, Paramount Fabricators and Arrow United Industries.

Jason Edelstein

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 7 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

51 09/07/18 Design Controls Inc. has been added Group 1, 2, 3. Lindan Li

50 08/21/18 Protec, Inc. has been added to Group 1 Jason Edelstein

49 08/09/18 Florida Electric Motor Co. of Miami Inc. can now perform services in Miami-Dade County Facilities Jason Edelstein

48 08/02/18 Address changed for Power & Pumps Inc. Jason Edelstein

47 07/27/18 Vendor Custom Pump & Controls, Inc. has been added to Group 2. Jason Edelstein

46 07/25/18 Added additional Brands for Southeast Pump Specialist Inc., Custom Controls Technology, Inc. Jason Edelstein

45 07/23/18 Southeast Pump Specialist Inc. has submitted updated contact information. Jason Edelstein

44 07/23/18 Southeast Pump Specialist Inc. has been recognized as the sole source supplier for Chesterton and Summit Pump products.

Jason Edelstein

43 07/18/18 Southeast Pump Specialist Inc. FEIN 020718253 has been added to Groups 1 and 2. Jason Edelstein

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 8 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

42 07/16/18 Arroyo Process Equipment, Inc. has provided the required documentation to add Toyo Pumps North America to the list of manufacturers/brands.

Jason Edelstein

41 7/13/18 Custom Controls Technology Inc. FEIN 650003633 has been added to Groups 1 and 2. Jason Edelstein

40 7/2/18 As per Mod (Merge#10966), 5 year extension has been reflected on BPOs. Increased total allocation for amount of $79,199,000.

Lindan Li

39 5/8/18

Based on documents received, the following clarification is being made: TENCARVA MACHINERY CO dba. HUDSON PUMP & EQUIPMENT is the sole distributor for Brand Allis-Chalmers (Pumps)

Lindan Li

38 3/7/18 Arroyo Process Equipment, Inc. has provided the required documentation to add Hyundai Tencarva dba Hudson Pump & Equipment has provided the required documentation to add Allis Chalmers.

Lindsay Collazo

37 2/15/18 Muncie Reclamation & Supply Company FEIN 363648851-02 has been added to Groups 1. Lindan Li

36 2/8/2018 Transfer from WS to AV in the amount of $300,000 Lindsay Collazo

35 2/07/18 Bearing Distributors, Inc. has been added to contract for Group 1. Mylena

Gonzalez

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 9 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

34 1/19/18 Thompson Pump & Manufacturing Co., Inc. has been added to the contract for Groups 1, 2 and 3. Lindsay Collazo

33 1/16/18 Pre-qualification pool 6819-5/17-5 has been extended for 3 months until 7/31/18 as per approved modification.

Lindsay Collazo

32 1/10/18 Carter & VerPlanck, Inc. has provided the required documentation to add Vogelsang. Barney’s Pump, Inc. has provided the required documentation to add JWC Environmental. The Groups and Pre-qualified bidders table has been updated to reflect this information.

Lindsay Collazo

31 11/14/17 Power & Pumps Inc. added to the contract for Group 1, 2 & 3. The Groups and Pre-qualified bidders table has been updated to reflect the brands for which Power & Pumps, Inc. is approved to provide.

Mylena Gonzalez

30 10/6/17 T A C Armature & Pumps Co. has provided the requested insurance documentation and is now active for Groups 1, 2 and 3.

Lindsay Collazo

29 10/4/17 T A C Armature & Pumps Co. is active for Group 1 and inactive for Groups 2 and 3 until updated insurance is provided.

Lindsay Collazo

28 7/31/17 Hudson Pump & Equipment is the authorized distributor in Florida for Crane Pumps & Systems also including Barnes, Burks, Crown, Deming, Prosser and Weinman.

Andrea Chung

27 7/17/17 Barney’s Pumps has provided the required documentation to add FLOWSERVE to the list of manufacturers/brands. The Groups and Pre-qualified bidders table has been revised to reflect this information.

Andrea Chung

26 6/30/17 Xylem Water Solutions USA Inc. added to back Groups 2 & 3 Andrea Chung

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 10 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

25 5/2/17 Electrix USA Inc. has been added again to the contract since vendor has provided the insurance documentation.

Adriana Antolinez

24 4/12/17 Roadmap has been updated to reflect the following: Siemens Industry Inc. FEIN 132762488 03 has been added to Groups 1 and 3

Adriana Antolinez

23 03/24/17

Next OTR is in place, roadmap updated, notified user department(s) and vendor(s) accordingly. Vendors Hydraulic Technicians, Inc, Alm Machine Inc., and Electrix USA Inc were deleted from the contract due to insurance. Once documents are complete they will be added back to the contact.

Andrea Chung

23 7/17/17 Barney’s Pumps has provided the required documentation to add Flowserve to the list of manufacturers/brands. The Groups and Pre-qualified bidders table has been revised to reflect this information.

Andrea Chung

22 12/27/16 FCX Performance Inc./DBA Florida Sealing Products, Miami Dade Pumps & Supply Co., and MKI Services Inc. add back to contract

Andrea Chung

21 12/22/16 Roadmap has been updated to reflect the following: The Tool Place Corp. FEIN 650281492 01 has been added to Group 1

Adriana Antolinez

20 12/22/16 Barney’s Pumps added back to contract. Andrea Chung

19 12/14/16 Roadmap has been updated to reflect the following: Florida Sealing Products. FEIN: 311644350-02 has been added to BPO# ABCW1600374.

Ingrid Bernal

18 11/28/16 Roadmap has been updated to reflect the following: Condo Electric Industrial Supply Inc. FEIN: 592377544-01 has been added to BPO# ABCW1600374 and is pre-qualified under group 1 only.

Ingrid Bernal

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 11 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

17 11/16/16 Transfer $1.7 million fom WS to MT Andrea Chung

16 11/03/16 Added a Vendor - Groups 1 ,2 and 3 Ingersoll Rand

Adriana Antolinez

15 11/1/16 Added a Vendor – Group 1 TSC Jacobs, Inc.

Adriana Antolinez

14 7/28/16 Added Manufacturer Point Eight Power to Group 1 under Condo Electric Ralph E. Tipton

13 3/17/16 WW Grainger has provided the required documentation to add Yellow Jacket Pumps to the list of manufacturers/brands. The Groups and Pre-qualified bidders table has been revised to reflect this information.

Yuly Chaux-Ramirez

12 3/08/16

Transfer of funds from Water and Sewer to Public Works, completed 03/08/2016.

Department Allocation Transferred Modified Allocation

Water and Sewer $ 25,614,858 ($200,000) $ 25,414,858

Public Works $ 182,000 $ 200,000 $ 282,000

Ingrid Bernal

11 02/18/16 Deactivated 02, added vendor 03 for Hudson Pump and Equipment. Pamela J. Jones

10 1/5/16 Applied Industrial Technologies (340866258-01) changed name to Applied Industrial Technologies-Dixie Inc (340866258-02)

Yuly Chaux-Ramirez

9 11/17/15 Funds in the amount of $100,000 have been transferred from WASD to MDPR. Yuly Chaux-

Ramirez

8 10/28/15 Funds in the amount of $200,000 have been transferred from WASD to MDPR. Yuly Chaux-

Ramirez

7 7/23/15 Roadmap has been updated to reflect the following: Condo Electric Industrial Supply Inc. is pre-qualified under group 1 only. Condo Electric Motor Repair Corp is pre-qualified under groups 2 and 3.

Yuly Chaux-Ramirez

6 7/20/15 Quigar Electric Inc. complied with the County’s Insurance requirements, and the Groups and Pre-qualified bidders table reflects this change. Also, Section C (preferences) of this roadmap has been updated with new comments.

Yuly Chaux-Ramirez

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 12 __ _________ __Last Updated on 10/1/2019

Add no. ↓

Date issued ↓

Event ↓

Agent ↓

5 7/2/15 MDCR has accessed this contract with an allocation of $75,000 which was donated by WASD. Yuly Chaux-

Ramirez

4 6/9/15 Miller Bearings In. (590788465-01) has been acquired by Motion Industries (630251578). The company is now operating under the following name and suffix. Motion Industries Inc. d/b/a Miller Bearings (630251578-02)

Yuly Chaux-Ramirez

3 5/18/15 HYDRA SERVICE(S) INC has complied with Insurance requirements, and has been added to the list of pre-qualified bidders.

Yuly Chaux-Ramirez

2 7/2/15 Funds in the amount of $500,000 have been transferred from WASD to MDT. Yuly Chaux-

Ramirez

1 8/4/14

Contract Amendment No. 1: Modified the contract language as follows: Section 2 Paragraph 2.6.2 Group 1: Purchase of New and Rebuilt Pumps, Drives, and Motors (Units and Parts) Shall be regularly engaged in the business of providing pumps, drives and/or motors And / or Shall be regularly engaged in the business of units and parts for pumps, drives, and motors

Mary Hammett

Business Name Fein Suffix

Gro

up

1

Gro

up

2

Gro

up

3 Can the vendor

perform services in

County Facilities** (Yes / No)

Phone Fax Contact E-mail

Allapattah Electric Motors Inc 201770809 1 X X NO 305 325-0330 305 545-7159 David Galdona [email protected]

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 13 __ _________ __Last Updated on 10/1/2019

Business Name Fein Suffix

Gro

up

1

Gro

up

2

Gro

up

3 Can the vendor

perform services in

County Facilities** (Yes / No)

Phone Fax Contact E-mail

ALM Machine Inc. 650662574 1 X YES 305-255-9919 305-255-9941 Francisco Menendez

[email protected]

American Plumbing Supply Co Inc. Dba American Plumbing & Electrical Supply

591203555 1 X 305 532-3447 305 532-5540 Howard Gross [email protected]

Amtech Drives, Inc. 010743094 1 X 770-469-5240 770-469-5241 Carolyn Davis [email protected]

Applied Industrial Technologies-Dixie Inc. 340866258 2 X X X YES 954 974-8000 954 974-7966 Joe M. Alfonso [email protected]

Arroyo Process Equipment Inc . 591215112 1 X X X YES 863 533-9700 863 533-4907 George Boyer [email protected]

Barneys Pumps Inc. 590720312 1 X X X YES 954 346-0669 954 346-0993 Jimmy Hidalgo [email protected]

Bearing Distributors, Inc. 340089320 1 x YES 786-265-3261 305-876-0004 Guillermo Iraheta [email protected]

Carter & Verplanck Inc. 590913697 1 X 813 287-0709 813 282-0818 Pelayo J. Cantos Walter K. Clarence

[email protected] [email protected]

Condo Electric Industrial Supply Inc. 592377544 1 X 305 691-5400 305 691-6564 Jose G Espinola [email protected]

Condo Electric Motor Repair Corp. 592500665 2 X X YES 305 691-5400 305 691-6564 Hector A Gomez [email protected]

Custom Controls Technology, Inc. 650003633 1 X X YES 305 794-5028 305 818-5976 Jose R. Varela [email protected]

Custom Pump & Controls Inc. 592751562 1 X X 813 886-6255 813 886-3508 Skip Dorton [email protected]

Dade Pump And Supply Co. DBA De Ruiter Electric Motor

650498570 1 X X X NO 305 235-5000 305 235-5004 John Delaney [email protected]

Donerite Pumps Inc. 451732547 1 X X X YES 305 953-3380 305 953-4452 Luis Jose Navarro [email protected]

Economic Electric Motors Inc. 592562577 1 X 305 471-0196 305 471-4475 Barbara Fiander [email protected]

Electrix U S A Inc. 650743874 1 X X X YES 305 687-4884 305-439-4747

305 685-9339 Peter Cornilliac Allan P. Cornilliac

[email protected] [email protected]

F J Nugent & Associates Inc. 593370448 1 X 407 936-1139 863 441-1535

407 936-1640 Tom Mcnamara Bobby Wherry

[email protected] [email protected]

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 14 __ _________ __Last Updated on 10/1/2019

Business Name Fein Suffix

Gro

up

1

Gro

up

2

Gro

up

3 Can the vendor

perform services in

County Facilities** (Yes / No)

Phone Fax Contact E-mail

Fcx Performance Inc. DBA Florida Sealing Products

311644350 2 X X X YES 863 425-9611 863 425-0507 James G. Murphy [email protected]

Florida Electric Motor Co. Of Miami Inc. 591474199 1 X X X YES 305 759-3835 305 758-3963 John Assalone [email protected]

Generating Systems Inc. 650251091 1 X 786 339-6157 305 225-6337 Fernando Perez [email protected]

Hydra Service(S) Inc. 631209755 1 X X X YES 407 330-3456 954-240-9359

407 330-3404 561-852-1948

Paul Robinson Brian Shields

[email protected] [email protected]

Hydraulic Technicians Inc. 650128207 1 X X Asriel Sebastian [email protected]

Ingersoll-Rand Company 135156640 2 X X X Yes 716-392-4416 270-527-7097

270-527-7099 Peter Chase Sheila Smith

[email protected] [email protected].

Johnstone Supply 263590999 1 X 786-476-7340 786-476-7319 Brian Nichols [email protected]

Kaman Industrial Technologies Corp. 060914701 2 X X X YES 305 573-8424 305 573-7366 Pablo Rodriguez [email protected]

King Pumps Inc. 591561473 1 X 305-754-0677 305-754-6477 Al Miranda [email protected]

Lakeside Equipment Corp. 361358760 1 X X X YES 630-837-5640 630-837-5647 Steven Eckstein [email protected]

Miami Dade Pump & Supply Co. 205648517 1 X X X NO 305 751-3535 305 756-0239 Dionisio A. Estrada [email protected]

Miami Industrial Motors Inc. 592428073 1 X X X NO 305 593-2370 305 592-3155 Mario J Garcia [email protected]

Mki Services Inc. 592607904 1 X 954-755-2092 954-341-9370 James B Kelley [email protected]

Motion Industries Inc. DBA Miller Bearings

630251578 2 X 305-593-1724 305-593-9423 Gabriel Fernandez [email protected] [email protected]

Motive Power Inc. DBA Swiger Coil Systems A Wabtec Company

232872369 1 X X X YES 216 362-7500 216-410-9770

216 362-1496 Michael Trivisonno Alan Goldstein

[email protected] [email protected]

Muncie Reclamation & Supply Company Dba. Muncie Transit Supply

363648851 2 X N/A 800-428-8610 (ext.20206) 765-216-3284

765-213-3325 Karen Louck [email protected]

MWI Corporation 590613752 2 X 954 426-1500 954 426-1582 Dennis Whittaker [email protected]

Pats Pump & Blower LLC 043769717 1 X X X YES 407 841-7867 407 648-2096 Kevin Fender [email protected]

Power & Pumps Inc. 591776697 1 X X X YES 954-347-0400 904-356-8717 Yoel Romero [email protected]

Protec Inc. 591432374 1 X YES 305-979-4898 305-477-2514 Stephen Cieslak [email protected]

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 15 __ _________ __Last Updated on 10/1/2019

Business Name Fein Suffix

Gro

up

1

Gro

up

2

Gro

up

3 Can the vendor

perform services in

County Facilities** (Yes / No)

Phone Fax Contact E-mail

PSI Technologies, Inc 814980985 1 X X X YES 954-914-2777 866-344-1639 Eric Doverspike [email protected]

Quigar Electric Inc. DBA Ace Pump & Supply Bee Electric Motors

591877663 2 X X X YES 954 981-7424 954 963-2289 Domingo Garcia [email protected] [email protected]

R C Beach & Associates Inc. 592109591 1 X 727 736-3696 727 733-2647 Vivian Provost [email protected]

Sanders Company Inc. 591662530 1 X 772 220-2900 772 220-3088 David Sanders [email protected]

Siemens Industry Inc. 132762488 3 X X YES 954-609-3809 678-297-7461 Miguel Gimenez [email protected]

Southeast Pump Specialist Inc. 020718253 1 X X YES 863-456-7867 706-772-2030 Luke Swanson [email protected]

Southeastern Wastewater Equipment Corp. DBA Southeastern Pump

650508057 1 X 954 781-8400 954 781-8434 Karen S. Sheline John Veerling Thomas Bavota

[email protected] [email protected] [email protected]

Southern Mechanical Seals Inc. 591366756 1 X 954-596-8592 561 266-8547

954-596-5875 561 266-8549

Carolyn N Werner [email protected]

Sullivan Electric & Pump Inc. 592242421 1 X X X YES 561 588-5886 561 582-9344 Gary T Sullivan [email protected]

T A C Armature & Pumps Corp. 592724260 1 X X X YES 305 835-8845 305 835-8273 Jorge Martinez [email protected]

Taw Miami Service Center Inc. 650516082 2 X X X YES 305 884-1717 305-725-6878

305 883-7516 George Guillen Howard Poteet

[email protected] [email protected]

Tencarva Machinery Co. DBA Hudson Pump & Equipment

561198229 3 X X YES 863 665-7867 863 666-5649 Lee Gregory [email protected]

The Tool Place Corporation 650281492 1 X 305-591-5650 786-262-2129

305-591-5653 Edgar Bischoff Martha Idarraga

[email protected] [email protected]

Thompson Pump & Manufacturing Co., Inc.

591286389 1 X X X Yes 561-624-7801 561-371-3498

386-761-0362 Allan Curry Pat Kennedy

[email protected]

Tom Evans Environmental Inc 593442773 1 X X Yes 863-619-3789 863-619-8098 Thomas F Evans [email protected]

Tradewinds Power Corp. 592489267 1 X 305 592-9745 305 592-7461 Diego J Aleaga [email protected]

ROAD MAP - 6819-5/17-5

Pumps, Drives, and Motors: Purchase of New and Rebuilt Units and Parts, and Repair and Maintenance Services

Pre-qualification of Bidders

Page 16 __ _________ __Last Updated on 10/1/2019

Business Name Fein Suffix

Gro

up

1

Gro

up

2

Gro

up

3 Can the vendor

perform services in

County Facilities** (Yes / No)

Phone Fax Contact E-mail

TSC Jacobs, Inc. 593637027 1 X 813-888-5556 813-854-2183 Todd Rubens [email protected]

W W Grainger Inc. DBA Grainger 351150280 1 X 305-594-3036 800-459-2727 George Joseph [email protected]

Xylem Water Solutions USA Inc. 452080074 1 X X X YES 305 661-9375 561-699-4077

305 661-9374 561-848-1299

Eduardo Badell Rick Reyes

[email protected] [email protected]