HomeMy WebLinkAboutProposal Bid Form00400. PROPOSAL BID FORM: (Page 1 of 20) Firm's Name: CONDO ELECTRIC MOTOR REPAIR, CORP.
Address: 3615 EAST 10TH COURT
HIALEAH, FLORIDA 33Q1,3
Date: NOVEMBER 14. 2006
City of Miami, Florida
Office of the City Clerk
City Hall, 1st Floor
3500 Pan American Drive
Miami, Florida 33133-5504
The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named
herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered
into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in
all respects, made fairly and in good faith without collusion or fraud.
The Bidder further declares that it has examined the existing sites of the Work and informed itself fully of all
conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents
and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied
itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required
information with the bid; and that this bid is submitted voluntarily and willingly.
The Bidder agrees, if this bid is accepted, to contract with the City, a State of Florida municipal corporation,
pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials,
equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and
complete within the time limits specified the Work covered by the Contract Documents for the Project entitled:
Bid No: 05-06-120
Title: STORMWATER PUMP STATIONS MAINTENANCE AND REPAIR CONTRACT,
B-30395
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of
security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the
required Certificate(s) of Insurance,
The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to
execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the
required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the
Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the
City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words
shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity
requirements in order to arrive at the total. In case of an error in the extension of prices, the numerical unit price
will govern.
Bid No. 05-06-120 Page 18
00400. PROPOSAL BID FORM: (Page 2 of 20)
Note: Bidders are bidding on a BASE BID or a TOTAL bid cost basis for the purpose of determining the
lowest responsive and responsible bidder. However, Bidders will be paid based on the line item
breakdown, contained in the Bid Form, with payments based on actual work performed. Bidders must
submit bid prices for all Items. Failure to bid on all items will result in the bid being rejected as non-
responsive. The City will award a Contract to the lowest responsive responsible Bidder based on the
total Combined Total Price stated below.
Our items and lump sum bid prices include the total.cost for the work specified in this bid, consisting of furnishing
all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bid
Specifications.
* * * * * * * * * * *•* * * * * * * * * * * * * * * * * * * * * * * * * * * * * ********************* * * * * * * * * *
BASE B1D: The sum of items 1 through 4 based on a one (1) year completion time
$ 229,400.00
TWO HUNDRED TWENTY NINE THOUSAND FOUR HUNDRED DOLLARS AND NO CENTS.
Written Amount
TOTAL BID: The sum of the BASE BID and any combination
of additive items based on a one (1) year completion time.
$ 610,137.00
SIX HUNDRED TEN THOUSAND ONE HUNDRED THIRTY SEVEN DOLLARS AND NO CENTS. •
Written Amount
# * * * * * * * * * * * * * * * * i * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * *
Note to Bidders:
The City reserves the right to reject ail bids.
The City reserves the right to award the Base Bid, Total Bid or any combination of items, whichever
arrangement is best for the City of Miami.
The BASE BID and TOTAL BID are based on a one (1) year contract. The City, at its sole discretion, may opt to
renew (OTR) the Contract for the BASE BID price or for the BASE BID price, TOTAL BID or any combination of
additional bid items for four (4) additional one year terms pending on the availability of funding and the
contractor's performance. Addition of the additive items to the BASE BID shall be at the sole discretion of the
City.
Failure to submit a complete PMP and RS will deemed the bidder non -responsive.
Bid No. 05-06-120 Page 19
00400. PROPOSAL BID FORM: (Page 3 of 20)
ITEM 1: MAINTENANCE CONTRACT - BUILDING PUMP STATIONS
For furnishing all labor, materials, and equipment to maintain all motors, pumps, building structures, utility lines,
and appurtenances on a daily basis in accordance with the attached Preventative Maintenance Plan (PMP) for
the following pump stations: Riverview Pump Station located at 1301 NW 6th Street, Overtown Pump Station
located at 1630 NW 4th Avenue, Lawrence Pump Station located at 342 SW 7th Avenue, and Orange Bowl Pump
Station located at 1775 NW 7th Street, as described in Section 01000, Pump Stations General Equipment
Inventory of these specifications, the unit price of
($300.00) THREE HUNDRED Dollars and
NO Cents x 365 =
per day
$ $109.500.00
ITEM 1
ITEM 2: MAINTENANCE CONTRACT — SUBMERSIBLE PUMP STATION
For furnishing all labor, materials, and equipment to maintain on a daily basis for a one (1) year period all motors,
pumps, and appurtenances in accordance with the attached Preventative Maintenance Plan (PMP) the NW 14th
Street Pump Station located at 1385 NW 37th Avenue, as described in Section 01000, Pump Stations General
Description, the unit price of
($60.00) SIXTY Dollars and
NO Cents x 365 = $ $21,900.00
ITEM 2
per day
ITEM 3: REPAIR WORK — BUILDING PUMP STATIONS
For furnishing all labor, materials, and equipment to perform all necessary repairs to maintain the following pump
stations in a fully functional condition. Repairs are to be performed as necessary and in accordance with the
weekly Repair Schedule (RS) submitted with this bid at the following locations: Riverview Pump Station located at
1301 NW 6th Street, Overtown Pump Station located at 1630 NW 4th Avenue, Lawrence Pump Station located at
342 SW 7th Avenue, Orange Bowl Pump Station located at 1775 NW 7th Street, and the NW 14th Street Pump
Station located at 1385 NW 37th Avenue, refer to Section 01000 Supplemental Conditions, the unit price of
($1500.00) ONE THOUSAND FIVR mrramium Dollars and
NO Cents x 52 $ $78,000.00
ITEM 3
weekly
Bid No. 05-06-120
Page 20
00400. PROPOSAL BID FORM: (Page 4 of 20)
ITEM 4: CONTINGENCY ALLOWANCE: $20,000
Provisions for Special items necessary for the maintenance and/or repair of the pump stations which may arise
unexpectedly and are not covered by either of the MAINTENANCE CONTRACT, the RS, or the PMP.
$ 20,000
ITEM 4
ADDITIVE ITEM 1: MAINTENANCE CONTRACT — PROPOSED PUMP STATION NO. 1
For furnishing all labor, materials, and equipment to maintain Proposed Pump Station No. 1 located at of the
Intersection of SW 63rd Court and SW 61" Street in accordance with the PMP submitted and as stated in Section
01000 Supplemental Conditions.
($60.00) SIXTY
NO
daily
Dollars and
Cents x 365 = $ $21,900.00
ADDITIVE ITEM 1
ADDITIVE ITEM 2: MAINTENANCE CONTRACT — PROPOSED PUMP STATION NO. 2
For furnishing all labor, materials, and equipment to maintain Proposed Pump Station No. 2 located at in the
Intersection of SW 63rd Court and SW 2nd Street in accordance with the required PMP as stated in Section 01000
Supplemental Conditions.
($60.00) SIXTY Dollars and
NO
daily
Cents x 365 = $ $21,900.00
ADDITIVE ITEM 2
Bid No. 05-08-120
Page 21
00400. PROPOSAL BID FORM: (Page 5 of 20)
ADDITIVE ITEM 3: MAINTENANCE CONTRACT — PROPOSED PUMP STATION NO. 3
For furnishing all labor, materials, and equipment to maintain Proposed Pump Station No. 3 located in the Median
Island of the Intersection of NW 64`h Court, NW 3rd Street, and Tamiami Canal Road in accordance with the
required PMP as stated in Section 01000, Supplemental Conditions.
($60.00) SIXTY
daily
ADDITIVE ITEM 4: MAINTENANCE CONTRACT - PROPOSED PUMP STATION NO. 4
For furnishing all labor, materials, and equipment to maintain Proposed Pump Station No. 4 located in the Median
Island of the Intersection NW 62 Court, NW 5 Street, and Tamiami Canal Road in accordance with the required
PMP as stated in Section 01000, Supplemental Conditions.
Dollars and
NO Cents x 365 = $ $21,900._00
($60.00) SIXTY Dollars and
NO
daily
ADDITIVE ITEM 3
Cents x 365 = $ $21.900.00
ADDITIVE ITEM 4
ADDITIVE ITEM 5: MAINTENANCE CONTRACT — PROPOSED PUMP STATION NO.5
For furnishing all labor, materials, and equipment to maintain Proposed Pump Station No. 5 located in the
Southwest Corner of the Antonio Maceo Park at the intersection of NW 7'h Street and NW 51Bt Avenue in
accordance with the required PMP as stated in Section 01000, Supplemental Conditions.
($60.00) Dollars and
NO Cents x 365 = $ $21,900.00
ADDITIVE ITEM 5
daily
Bid No. 05-06-120
Page 22
00400. PROPOSAL BID FORM: (Page 6 of 20)
ADDITIVE ITEM 6: REPAIR WORK — PROPOSED PUMP STATION NO. 1
For furnishing all labor, materials, and equipment to perform all necessary repairs on an as needed basis to all
pumps, motors, generators, and miscellaneous appurtenances of Proposed Pump Station No. 1 located at of the
intersection of SW 63rd Court and SW 6th Street in order to maintain a fully functional pump station system in
accordance with the repair schedule submitted herein. Minimum requirements for the repair schedule are
included in Section 01000, Supplemental Conditions.
($125.001 ONE HUNDRED TWENTY FTVIZ Dollars and
NO Cents x 365 = $ $45,625.00
daily
ADDITIVE ITEM 7: REPAIR WORK — PROPOSED PUMP STATION NO. 2
For furnishing all labor, materials, and equipment to perform all necessary repairs on an as needed basis to all
motors, pumps, generators, and miscellaneous appurtenances for Proposed Pump Station No. 2 located at the
intersection of SW 63rd Court and SW 2nd Street in accordance with the RS submitted herein.
ADDITIVE ITEM 6
_11125.00) ONE HUNDRED TWFT'v FTVF. Dollars and
NO Cents x 365 = $ $45,625.00
daily
ADDITIVE ITEM 8: REPAIR WORK — PROPOSED PUMP STATION NO. 3
For furnishing all labor, materials, and equipment to perform all necessary repairs for Proposed Pump Station No.
3 located in the Median Island of the Intersection of NW 64'h Court, SW 3 Street, and Tamiami Canal Road in
accordance with the repair schedule submitted herein.
($125.00) ONE HUNDRED TWENTY FIVE
NO
daily
Dollars and
ADDITIVE ITEM 7
$45,625.00
Cents x 365 = $
ADDITIVE ITEM 8
Bid No. 05-06-120
Page 23
00400. PROPOSAL BID FORM: (Page 7 of 20)
ADDITIVE ITEM 9: REPAIR WORK — PROPOSED PUMP STATION NO. 4
For furnishing all labor, materials, and equipment to perform all necessary repairs for Proposed Pump Station No.
4 located in the Median Island of the Intersection NW 62 Court, NW 5 Street, and Tamiami Canal Road in
accordance with the repair schedule submitted herein.
($125.00) ONE HUNDRED TWENTY FIVE
NO
daily
Dollars and
Cents x 365 = $ $45,625.00
ADDITIVE ITEM 9
ADDITIVE ITEM 10 REPAIR WORK — PROPOSED PUMP STATION NO. 5
For furnishing all labor, materials, and equipment to perform all necessary repairs to all motors, pumps,
generators, and miscellaneous appurenances in order to maintain in fully functional condition Proposed Pump
Station No, 5 located in the Southwest Corner of the Antonio Maceo Park at the intersection of NW 7 Street and
NW 51s' Avenue in accordance with the repair schedule submitted herein.
($125.00) ONE HUNDRED TWENTY FIVE Dollars and
NO
daily
Cents x 365 = $ $45.625.00
ADDITIVE ITEM 10
ADDITIVE ITEM 11: For furnishing all labor, equipment, and materials necessary to provide a full crew to
operate and provide twenty-four hour access to all pump stations during City of Miami emergencies, such as prior
to, during, or in the immediate aftermath of a hurricane or other severe storm, as determined by City
Administrators, Emergency Manager, City Officials, or the ENGINEER until the emergency situation has ceased.
A full crew shall consist of one supervisor for all pump stations and three (3) skillled laborers per pump station.
($5000.00) FIVE THOUSAND Dollars and
NO Cents x 1 = $ $5000.00
One full crew per emergency event ADDITIVE ITEM 11
Bid No. 05-06-120
Page 24
00400. PROPOSAL BID FORM: (Page 8 of 20)
ADDITIVE ITEMS
12
13
14
15
16
17
18
19
20
21
22
Activity
Operating generator at
Riverview and Orange Bowl
Pump Stations, per hour
Temporary generator
connect/disconnect
Remove & install one vertical
motor at any station
Crane service for one motor
remove/install including flat
bed truck
Disassemble one motor in
shop, inspect all parts, steam,
and sandblast parts, steam
clean winding and bake dry,
double dip & bake winding,
perform surge comparison
test, dynamically balance
rotor, check all mechanical
tolerances, assemble paint &
run test,
Field personnel to remove one
Pump & Gear from any station,
bring to shop, disassemble,
inspect, and provide complete
work -scope of repair (includes
personnel, crane, & flatbed
truck)
Crane service to remove one
pump at any station
Disassemble one pump in
shop, inspect all parts, check
mechanical tolerances,
provide written report, work -
scope & price quote
Chain Link Fence repair at any
pump station, price per linear
feet
Repair the sprinkler system at
any pump station per linear
feet
Field service personnel to
connect generator to A.T.S. at
any Station and run test with
pump
Unit Cost
$ 35.00
$ 75.00
$ 300.00
$ 1000.00
$ 1500.00
$ 2500.00
$ 1000.00
$ 1500.00
$ 9_50
12.50
$ 300.00
Total Units
128
1
1
1
1
1
1
1
300'
100'
1
Total Cost
$ 4480.00
75.00
$ 300.00
$ 1000.00
$ 1500.00
$ 2500.00
$ 1000.00
$ 1500.00
$ 2aso_on
$ 1250.00
$ 300.00
Page 25
Bid No. 05-06-120
00400 PROPOSAL BID FORM: (Page 9 of 20)
23
24
25
26
27
28
Repair thread rod jack screw
device with new steel gate and
thread rod : disassemble jack
screw device on -site, remove
thread rod & gate plate,
manufacture new thread rod
and new gate plate, sand blast
all parts. Repair device and
install new rod & gate at any
station
Field service personnel to
inspect & troubleshoot one
pump control at ANY Pump
Station and provide report
Field service personnel to
remove one clutch, bring to
shop, inspect all parts, provide
complete report and price
quote for repair for a Pump
One Magnetic Starter 150 hp
Labor to install one Magnetic
starter (contactor) 150 hp
Test all backflow preventers
once per year and submit
annual certification to the
Miami -Dade Water and Sewer
Department by a certified
plumber
$ 12,457.00
300.00
$ 300.00
$ 1500.no
600.00
$ 5000.00
1
1
1
1
3
1
$ 12,457.00
$
300.00
$ 300.00
1500 00
$ 1800.00
$ 5000.00 _
Bid No. 05-06-120
Page 26
00400. PROPOSAL BID FORM: (Page 10 of 20)
PREVENTIVE MAINTENANCE PLAN (PMP) Worksheet Submitted by: Condo Electric/Hector (amez
This PMP must be used for estimating the daily price quoted in Bid Item 1, Bid Item 2, Additive Item 1,
Additive Item 2, Additive Item 3, Additive item 4, and Additive Item 5 which are all the bid items labeled —
Maintenance Contract.
• Daily inspection of pumps, windings, stators, rotors, bar screens, gears, motors, and motor components,
and appurtenances. Clean and lubricate according to manufacturer's instructions. Adjust, repair, or
replace as needed.
• Daily complete inspection of angle drives, conveyors, bar screen systems, and associated components.
Adjust, repair, or replace as needed.
• Daily inspection of clutches and drive mating equipment. Adjust, repair, or replace as needed.
• Daily inspections of any and all gate structures, to include slide gates, sluice gates, and rod screw
devices and appurtenances. Adjust, repair, and replace as needed.
• Regular fluid and filter changes of diesel engines. General lubrication and tune-ups per manufacturer's
specifications.
• Daily inspection of all belts. Adjust, repair and/or replace as needed.
• Daily inspection of diesel engines. Maintain fluid levels and filters, replacing filters as necessary. General
lubrication and tune-ups per manufacturer's specifications.
Daily inspection of breathers, fuel pressure gages, lubricating oil pressure gates, tachometers, water
temperature gages, heat exchangers, regulator devices, etc. Adjust, repair, and replace as necessary.
• Daily inspections of water and petroleum product piping and fittings, Adjust, repair, or replace any
deficiency noted.
• Test all backflow preventers once per year and submit annual certification to the Miami -Dade Water and
Sewer Department by a certified plumber.
• Complete cleaning of wet wells of accumulated garbage and debris once per year, especially sand and
silt accumulations at the bottoms of wet wells.
• Monitoring and documentation of underground and above -ground storage tanks and monitoring wells.
• An electrical and mechanical inventory shall be taken of the equipment on a monthly basis.
• Weekly inspection, cleaning and lubrication of transformers.
• For a complete working system inspect daily alternators and batteries.
• Daily inspection of wiring, grounding, ground wires, safety switches, connections in the electrical panel
board, and circuit breakers.
• Detailed inspection of all electrical transformers, Inspection of safety switches. Adjust, repair, and replace
as needed.
• The replacement of fuses as needed.
• For a complete working system inspect alternators, batteries, etc. Adjust, repair, or replace as needed.
• Setting and adjustment of float switch levels, as needed.
• At each station, inspection and maintenance of any emergency "standby" generators that may be present.
Inspection of generators to be performed at least once per week. Maintenance, lubrication and exercise
of generators as needed, according to the manufacturer's instructions. Contractor is responsible for
contacting manufacturer if needed to perform routine maintenance.
• Daily inspection of pump magnetic starters ("contactors"). Adjust, repair, or replace as needed.
• Daily inspection of soft starters. Adjust, repair, or replace as needed.
• At each station where applicable, maintenance of the fuel storage tanks, to include the use of fuel
additives, fuel tank flushing, removing accumulated water from sumps, and maintaining each fuel tank in
accordance with any and all permits issued by the Miami -Dade County Department of Environmental
Resources Management. Daily visual inspections of all storage tank system components, including but
not limited to tanks, piping, monitoring wells, interstitial monitoring devices, and sumps. Maintain a
weekly log of inspections which notes condition of all components and results of interstitial monitoring.
Bid No. 05-06-120
Page 27
00400. PROPOSAL BID FORM: (Page 11of 20)
• At each station where applicable, maintenance of the fuel storage tanks, to include the use of fuel
additives, fuel tank flushing, removing accumulated water from sumps, and maintaining each fuel tank in
accordance with any and all permits issued by the Miami -Dade County Department of Environmental
Resources Management. Daily visual inspections of all storage tank system components, including but
not limited to tanks, piping, monitoring wells, interstitial monitoring devices, and sumps. Maintain a
weekly log of inspections which notes condition of all components and results of interstitial monitoring.
• At each station, inspection and maintenance of the overall building for structural integrity and architectural
appearance of the building.
• Daily inspections of fences, gates, trees, lawn, sprinkler systems, overall landscaping, etc. Adjust, repair,
or replace any deficiency noted. Maintain the pump station fencing and gates system in a safe and proper
working condition.
• General Housekeeping at each station
• Grass and shrubs cutting, tree trimming and general landscaping to maintain a safe and clean
environment at all pump stations at all times.
• Application of fertilizers and non -restricted use pesticides as necessary.
• Sweeping and washing pump station floors as needed, to provide a safe and healthy working
environment
• Removal and disposal of garbage, debris, and other waste materials as needed
• Wall and roof minor repairs (patching) and minor interior painting as needed.
• Exterior painting as needed.
• Contractor is responsible for providing all materials necessary for housekeeping, to include trash bags,
paint, brushes, rollers, light bulbs, brooms, mops, etc.
• Inspection of all instrumentation and controls, adjust, repair, or replace as needed.
• Daily inspection of instrument panels, governor controls, etc. Adjust, repair, or replace as needed.
• Daily inspection of interior and exterior illumination, alarm systems, sensors, mechanical and electrical
equipment controls and. Adjust, repair, and replace as needed.
• Daily inspections of wall and roof hatches, louvers, ladders, catwalks, gratings, Adjust, repair, or replace
any deficiency noted
Daily record keeping of maintenance performed on all electrical and mechanical equipment including
underground and above -ground fuel storage tanks and associated monitoring wells as per Miami -Dade
County and State of Florida regulations.
• Maintain a log of all activities performed at each station. Display prominently the following documents:
FDEP Storage Tank Registration Placard, Current Certification of Financial Responsibility (CFR), and the
current local government permit (Miami -Dade County DERM).
• Identify and notify promptly the ENGINEER of any non -routine maintenance activity and prepare for his
approval a detailed cost estimate of any activity so identified as beyond the scope of work of the
preventative maintenance contract plan.
• Submit monthly reports to the City ENGINEER of all routine activities performed at each station including
visual examinations of equipment performance, tightness, pressure, and integrity tests, test results,
equipment and other repairs, general operation and maintenance records with the monthly invoices. The
City reserves the right not to approve any monthly invoice not accompanied by a monthly report
describing maintenance and repairs performed during that month.
• Maintain an adequate inventory of material and supplies to perform routine preventative maintenance
(Some inside storage at each site is available). Material and supplies to comprise the maintenance
package include but are not limited to: belts and tune-up parts, filters, grease, lubricants, (for diesel
engines and other mechanical equipment) light fixtures, bulbs, breakers, batteries, brooms, paint,
brushes, rollers, weed killer, fertilizers, fumigants, garbage bags, pesticides (for general housekeeping),
garden hoses and nozzles, extension cords, and any other tools and equipment used in any preventative
maintenance program.
• Other:
Bid No. 05-06-120 Page 28
00400. PROPOSAL BID FORM: (Page 12 of 20)
This PMP may be adjusted as needed through written requests to the ENGINEER.
SCHEDULE REPAIR (SR) Worksheet Submitted by: Condo Electric/ Hector Gomez
This preventive RS must be used for estimating the daily price quoted in Bid Item 3, Additive Item 6,
Additive item 7, Additive Item 8, Additive Item 9, and Additive Item 10, which are all the bid items labeled
— Repair Work.
• Troubleshooting all pump and motor components, bar screens, slide gates, sluice gates, conveyors,
refuse containers, and/or any other mechanical appurtenances, as necessary, minimum one hundred fifty
(150) hours of troubleshooting per year.
• The complete repair of pump station motors and pumps, as needed, including the removal and installation
of pumps and/or motors and provision of crane service, as necessary. Minimum of seven (7) pump and
seven (7) motor removals and installations per year as needed.
• The disassembling and reassembling of pumps and motors in a machine shop, as necessary for repairs,
minimum of eight (8) pump disassemblings and reassemblings and eight (8) motor
disassemblings/reassemblings per year.
• The disassembling and reassembling of clutches, minimum five (5) per year.
• The complete repair of gears, including removal and installation, minimum three (3) per year.
• The inspection of all pump and motor parts, as needed for repair, minimum of eight (8) pump and eight
(8) motor inspections.
• The steam cleaning and sandblasting of all pump and motor parts, as needed, minimum three (3) times
per year.
• Winding double -dips and bakes, to be performed "in-house" as needed, minimum three (3) per year.
• The rewinding of stators and rotors, minimum 3 per year.
• The replacement of bearings and seals, minimum 3 per year.
• The machining of ball bearings, minimum 3 per year.
• The " in-house" performance of surge comparison tests, as needed, minimum three (3) times per year.
• Dynamic balancing of all rotors to be performed "in-house", as needed, minimum three (3) dynamic
balancings per year.
• Checking all mechanical tolerances of pumps and motors, to be performed "in-house" as needed,
minimum seven (7) tolerance checks per year.
• The performance of any and all diagnostic tests necessary during the repair process, as needed,
minimum of fourteen (14) diagnostic tests per year.
• The repair of any gate structures, such as, but not limited to, slide gates, sluice gates, and rod screw
devices, including the manufacture of new gate structures and the replacement of any existing gate
structures, as needed, minimum four (4) repairs per year.
• The removal, repair, and installation of pump gears, as needed, minimum three (3) removals, three (3)
repairs, and three (3) installations per year.
• The removal, transport to machine shop, disassembly, inspection, repair, and installation of pump
clutches, minimum three (3) removals, three (3) repairs, and three (3) installations per year.
• The performance of seven (7) vibration and on-line tests in the presence of a City of Miami representative
and the submission of a written report on the results of each test to the City engineer.
• Repair backflow preventers as necessary and maintain free from leaks, minimum two (2) repairs per
existing backflow preventer per year.
Bid No. 05-06-120 Page 29
• Connecting and disconnecting pumps to emergency and electrical grid power, as needed, minimum four
(4) per existing pump station per year.
• Operating pump stations via power supplied by emergency "standbby" generators, as needed, for a
minimum of 80 hours per pump station per year.
• Performing any tests necessary prior and subsequent to the connection and disconnection of generator
power and reconnection of pumps to the electrical grid, minimum four (4) test batteries per existing pump
station per year. Note: a test battery includes all tests necessary prior to connection and disconnection of
generator power at a given pump station during a single power outage event.
• Electrical and/or mechanical disconnection and connection of motors, including motor installation,
reconnection, laser alignment, and on -site balancing. Minimum of seven (7) per year.
• The electrical disconnection and reconnection of transformers, minimum of five (5) disconnections and
five (5) reconnections per year.
• Troubleshooting of electrical panels and float switches, minimum seventy-five (75) hours per year.
• Repair of electrical panels, minimum five (5) repairs per year.
• Repair of float switches, minimum five (5) float switch repairs per year.
• The rewinding of transformers, minimum per year.
• The complete repair of emergency "standby" generators, minimum two (2) repairs per year.
• The complete repair, installation, and/or replacement of pump magnetic starters (contactors) as
necessary, to include all associated operations. Minimum of four (4) repairs and four (4) replacements
and/or installations per year.
• Repair and maintenance of all sprinkler systems at the pump stations, as needed, minimum two (2) per
year.
• The repair of fences and gates, as needed, minimum ten (10) repairs per year.
• Troubleshooting of all instrumentation and control systems, as necessary, minimum one hundred fifty
(150) hours of troubleshooting per year,
• Complete repair of all instrumentation and control systems, as necessary, minimum five (5) repairs per
year.
• The complete repair of instrument panels and governor controls, as needed. Minimum ten (10) repairs
per year.
• The repair of interior and exterior illumination systems as necessary. Minimum ten (10) repairs per year.
• The repair of alarm systems and sensors, as necessary. Minimum of ten (10) repairs per year. Note: the
Contractor may subcontract this work out upon the written approval of the City Engineer.
• The repair and/or replacement, as needed, of any pump station gratings, minimum four (4) gratings per
year.
• The repair of wall and roof hatches, minimum four (4) repairs per year.
• The repair of pump station built-in ladders, as needed, minimum five (5) repairs per year.
• The repair of pump station catwalks, minimum five (5) repairs per year
• To replace, as needed, generator or pump batteries and properly dispose of used batteries, minimum two
(2) batteries per existing pump station per year.
• To transport any equipment or components to and from the Contractor's machine shop, as necessary for
repairs.
• Other:
This SR may be adjusted as needed through written requests to the ENGINEER.
Bid No. 05-06-120
Page 30
00400. PROPOSAL BID FORM: (Page 14 of 20)
DIRECTIONS: COMPLETE PART 1 OR PART II, WHICHEVER APPLIES, AND PART III.
Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Part II: xx No addendum was received in connection with this Bid.
Part III; Certifications
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply
with all the stated requirements.
1. Affirmative Action Plan
Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to
Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and
2. First Source Hiring
Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032,
pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's responsiveness
to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may
be considered cause for annulment of a contract between the successful bidder and the City of Miami; and
3. Non -Collusion
Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any
interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or
arrangement with any other person; and
4. Druc Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the
actions that will be taken against employees for violations of such prohibition;
Bid No. 05-06-120 Page 31
00400. PROPOSAL BID FORM: (Page 15 of 20)
(2) Establishing a continuing drug -free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(ii) The Bidder's policy of maintaining a drug -free workplace;
(ill) Any available drug counseling, rehabilitation, and employee assistance programs; and
(iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace;
(3) Giving all employees engaged in performance of the Contract a copy of the statement required by
subparagraph (1);
(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition
of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation
occurring in the workplace no later than five (5) calendar days after such conviction;
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii)
above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the
position title of the employee;
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking
one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring
in the workplace:
(i) Taking appropriate personnel action against such employee, up to and including termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation
program approved for such purposes by a federal, state, or local health, law enforcement, or other
appropriate agency; and
(7) Making a good faith effort to maintain a drug -free workplace program through implementation of
subparagraphs (1) through (6); and
5. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any agency,, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with
the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
Bid No. 05-06-120 Page 32
00400. PROPOSAL BID FORM: (Page 16 of 20)
(2)If any funds other than Federal appropriated funds have been paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee
of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan,
or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
(3) This undersigned shall require that the language of this certification be included in the award documents
for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and
cooperative agreements) and that all sub -recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a pre -requisite for making or entering into this
transaction imposed by Section 1352, Title 31, V.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
* Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies
to covered contract/grant transactions over $100,000 (per QMB).
6, Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency.
b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public
transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making
false statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal,
State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification;
and
d. Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall
submit an explanation to the City of Miami.
Bid No. 05-06-120
Page 33
00400. PROPOSAL BID FORM: (Page 17 of 20)
Attached is a Bid Bond [K], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's
Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of
for the sum of
THIRTY THOUSAND FIVE HUNDRED AND SIX Dollars ($ 30,506.00 ), (5% OF BID)
The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by signing and
completing the spaces provided below.
Firm's Name: CONDO ELECTRIC MOTOR REPAIR, CORP.
Signature:
Printed Name/Title:
City/State/Zip:
Telephone No.:
HECTOR A. GOMEZ PRESIDENT
HIALEAH, FLORIDA 33013
(305) 691-5400
Facsimile No.: (305) 691-6564 E-Mail Address: CONDOEL@BELLSOUTH.NET
Social Security
No. or Federal Dun and 15-687-6062
I.D.No.: 59-2500665 Bradstreet No.:
(if applicable)
If a partnership, names and addresses of partners: CORPORATION
JOSE G. ESPINOLA 5085 STILLWATER TERRACE COOPER CITY, FLORIDA 33330
HECTOR GOMEZ JR. 11131 NW 60TH COURT HIALEAH, FLORIDA 33012
VICE PRESIDENT
SECRETARY/TREASIRREI
Bid No. 05-06-120
Page 34
400. PROPOSAL BID FORM: (Page 18 of 20)
CERTIFICATE OF AUTHORITY
(IF CORPORATION) CONDO ELECTRIC MOTOR REPAIR,CORP.
I HEREBY CERTIFY that at a meeting of the Board of Directors of
a corporation organized and existing under the laws of the State of FLORIDA , held on the 8 day of NOVEMBER ,
2006 , a resolution was duly passed and adopted authorizing (Name) HECTOR -A. GOMEZ as
(Title) PRESIDENT of the corporation to execute bids on behalf of the corporation and providing that hislher
execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further
certify that said resolution remains in full force and effect.
IN WITNESS . HE: • F, I have hereunto set my hand this 8TR, day of NOVEMBER , 20 06 .
(14
Secretary:
Print RECTOZ JR
CERTIFICATE OF AUTHORITY
I HEREBY CERTIFY
1
, held on t
(Name)
provides that his/her executio
(IF PARTNERSHIP)
at a meeting of the Board of Directors of
, a partnership organized and existing under the laws of the State of
a resolution was duly passed and adopted authorizing
itle) of the to execute bids on behalf of the partnership and
f, attested by a partner, shall be the official act and deed of the partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, l have hereunto set my hand this , day of , 20
Partner:
Print:
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign
bid documents on behalf of the joint venture. If there Is no joint venture agreement each member of the joint venture must sign
the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
1 HEREBY CERTIFY that, 1 (Name)
, individually and doing business as (d/b/a)
f p e cable) have executed and am bound by the terms of the bid to which
this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Signed:
Print:
Bid No. 05-06-120 Page 35
00400. PROPOSAL BID FORM: (Pane 19 of 20)
NOTARIZATION
STATE OF FLORIDA
SS:
COUNTY OF MIAMI—DADE
The foregoing instrument was acknowledged before me this 1OTH day of NOV ER , 20 06 , by
HECTOR A. GOMEZ who Is personally known to me or who has produced
(KNOWN) as identification and who (did / did not) take an oath.
4-,
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
MIRTA M. AMADOR
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
MIRTA M. AMADOR
MY COMMISSION # DD 432715
EXPIRES: Soplambir 22, 2009
BcndadThru Wiry Ruoila UndlrwrHars
Bid No. 05-06-120 Page 36
00400. PROPOSAL BID FORM: (Page 20 of 20)
SUB -CONTRACTORS
Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no
Subcontractors are to be used, insert the word "Self" in the spaces under "Name of Subcontractor".
SUBCONTRACTOR'S
COUNTY -MUNICIPAL
NAME OF OCCUPATIONAL
TYPE OF WORK SUB -CONTRACTORS LICENSE NUMBER
1. Mechanical
2. Plumbing
3. Electrical
4. Machine Shop
5. Testing Services
6. Waste Disposal
7. Building/Civil/Site
8. Structural
9. Other
SELF
SELF
SELF
SELF
SELF
N/A
N/A
N/A
SELF
Bid No. 05-06-120 Page 37