Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Response
City of f Nisei Request for Proposals (RFP) Procuroment Department Miami Riverside Center 44•a SW 2", Avenue, O" For Miami, Florida 33130 Web 5iie Address; www nuarnigrn rnn•!ry9cq�9ri grq RFPNruniber: Title: Issue Date/Tinie: RFPClosing Date/rinie: Pre-Bid/Pre-Proposal Conference: Pre-f3id/Pre-Proposal Date/Tianc: Pre-Bid/Pre-Proposal Location: Deadline far Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-il•lail Address: 763388 Request for Proposals for Stormwater Pump Station Maintenance and Repair, 11-012 2 21-SEP-2017 10-OCT -2 017 a' 14:00:00 Voluntary September 26,2017 at 10:00 a.m. CRY of i\Iiami tb1RC 61:11 Floor South Conference Room, 444 SW 2nd Ave, Miami FL33130 October 2.2017 at 5:00 p.m. Hansen, Anthony City of Miami - City Cleric 3300 Pan American Drive Miami FL 33133 US amliau5en B.'miamigo%%coin Contraacting 011icer Facsimile: (305) f00-5237 fate 1 of-l7 (:er1ilir:ttic)Ll Statement I}lea.,;e quote o11 this Corm. It aI!I+IIc:tl+te. net ITI'I,:eS litl• the ILL'L1}1sl listed. Reitllli signed d ul'ldillal and rdailin a ctlp\ for your tlt.5 ineILh1e ;111 cims, Irallsptll'41ti,tn II. Lle.t:IlalifL). he C'ill ,Y. el'+Ca Ilse rt hl to accept or r yrct all or ;lny part or au.; ;ubmis:iun. 1,_icc; 51:01.11d h tini filr a roust mini of 180 thys liTlld't\ illy the time .',ei Iin eluatllL' ul'the stlbiii_isiulls. IIt the event of errorsitt t {L_Ilti;t!11 or totals. the unit prices shall ,yu\'erii in detentlintitil. the quoted prices. I,.1'e (I1 cerlll\' 111,11 we have read Wul'sollella{II}Il, completed the neeessary CItICLtillentb, and propose I+J titrnish and deln r, t'.U,13, 0EST1\,\ 1 ION, the Items or services specified herein. The undersigned hcrcby ee rtill s that neither the 1: unl rLe lual party nor any or its principal U\\'LLeri or personnel have been eor\icled of any or Ilk' violations. or debarred or suspended as set in seeILUl1 1 i -1 f17 or Ordinance No, 1 227 f All exceptions to 'hi:, submission ha\e been doeu:rtented IhL seetLut1 beluii (reler LiL para rapli anti section). EXCEPTIONS. �4 2 t1'r+','t'lity that an, and all illtu'i1t:LLI,111 contained in this subtrin..;sitrip, true; and %te I ll further e±rLIIF tli.4l Illls sLl�itllis.Y,911 i; I11aiI,; t4'illi sill prior understanding. agreement, or connection \t ltb all\ cor'0I:llu t. dull. fit per.intl ,;IIhiiiiitiiu_ .I .rtdliuliS;;1011 101 the;.Litle' LS1:IIenaI., supplies, equipment, ur service. and is in all respeL't;, fair a iid 51'ithiltli edlllti4lLn ul fraud. We 1I L agree to al)ide by all I_riri and viiildlti,ln; lhthiti sol!'.it.lti„11 and eLr'fl \ that I in :Itilhuriz.t1 [u i.:11 this subL11i .CIt1I1 for alt. subn'ItteI 1'I�:Is pt'll}, the hllli'itt mg and ';i n you liaiue. PttOPOSER NA.rw•1E: Condo Electric Motor Repair, Corp. UU1�F.SS: 3615 East loth Court Hialeah, Florida 33013 A PFIoN'E. 305-691-5400 E1MA 11'' condoel@@beilsoulh.not SIGNED 131,'• TITLE: President DATE. October 9, 2017 FAX. 305-691-6564 C'FLE (Optional). Elector A. Gomez F:111 flit'; TOO r'U\IPI.E i'I_. si ;,';. avrs Rt.-TURN'I't11SJ:(iRu S1I.,LL tll..n41.\1.1f'1: ]�tS 1;1':S1)ONSE. Certifications Lzsal Name ul`Hull: Condo Electric Motor Repair, Corp Entity Type (Partnership, Sole Proprietorship, Corporation, etc.): Corporation Fed4raf Employer identification Number (FEIN): 59-2500665 Year Established: 1952 Office Location (City of Miami, Miami -Dad. County, or other): Miami -Dade County, City of Hialeah Business Tax Receipt/Occupational Liccnsc Number: 3513505, Miami -Dade County 3361722 Miami -Dade County Businoss Tax Receipt/Occupational License Ensuing Agency: 423210E13, City of Hialeah 332323A61 City of Hialeah 335312-3 City of Hialeah Ctusinesx Ta. Reeeipt'Occupati011a1 License Expiration Date: September 30, 2018 Will Subeontructor(s) be used? (Ycs or No) 1ryes, provide Subcontractor(s) information on Attachment (] - Supplement to Proposal. The Work performed by all Subcontractors listed cannot be more than ten percent (10i) or the total work for this Contract. Yes, Listed in attachment 0 Plen.ee list and acknowledge all acicicndunnladdend.l received. List the addcnduntladdend;i number and date of receipt (i.c. Addendum 1, 7/1/07), trrno a rklenclumladdcnda was/were issued, pIeasc insert N/A. Addendum No. 1 September 29, 2017 l'd e301-17 Lind: I I),2.iriptiun: Proposers ore nut required to enter uu} information in this seerinn. Proposers shall sahritlt their proposed prices aa,-llcaehment C- Prim: froposiii, Cate ury: 91063-00 Unit °Ft easure: Dollar 61nit Price: _- Vtunher of Unit:: 6 Total: P: kt.i:: 4 0147 4 CONDO ELECTRIC C MOTOR REPAIR 3615 E. 10lh Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Condo Electric Motor Repair, Corp. Ikkctor A. Gomez 3615 Ens( f 0th Court Hialeah, FL 33013 (305) 691-5400 (305) 691-656e1 - Fax r_onJoelrc'abeIIt;outh.atet City of Miami rive: Request for Proposals for Storrnwater Pump Station Maintenance and Repair, NI-0122 Rf--Pit 7633511 FEIN: 59-251}0665 S.1LE,S /C ItEPA] Rs I\[iLSf'14l,1L . tl!RI='Nl:•.N1U1UIt.4, • CIF:NEI:AIMh • FI 1,.( TR R Al iQ1IPNIFN1 •A1lIflNi L.I F("I'ItiCl. i ;CONDO ELECTRIC MOTOR REPAIR 3615 E. 101h Court 1 Hialeah, Florida 33013 Tel (305) 601-5400 1 Fax (305) 691-6564 Table of Contents: 1, Cover Page 2. Table of Contents 3. Executive Summary it, Minimum Qualification Requirements 5. Proposer's Relevant Experience, !_ialifications, and Past Performance a. Attachment B b. Attachment D c. Attachment A 6. Key Personnel Performing Services 7. Proposed Approach to Providing Services 8, Attachment C 9, Addenciurns Received (Bid Bond Attached) 10. Additional Certifications for Reference 11. City of Miami Local Office Certification SALES .5 Iu:PAlR.I 11*.1.110•;FRI11 \I01r)l.ti r::ENL:I:-\FOR ; • LECI !c 11 Lt11 Ir'arFT i • \I\rINE'L LJ -7-1,1 'I-1'+ti CONDO ELECTRIC RIC MOTOR REPAIR 3615 E. 10th Court) Hialeah, Florida 33013 Tel (305) 691-5400 y Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 763 335 Request fur Proposals for Storntwater Pump Station Maintenance and Repair, M-0 22 Experience. Qualifications and Past Performance. Condo Electric has been operating in Dade County since 1952. We have been providing Motor and pump repair, and maintenance services to the City of t4liami, Dade County, I'•fll.3ri11-flarfi' %/yi- tr'I-liy ill Miami tie.ich, City of Sunrise, City of Homestead. From Key West to ivlai tin County, too numerous to mention. We are very familiar with tine City of rbliami Stori',i iI:er Pump Statism Maintenance and Repair as we hod The contract or this service for approximately 1.0 years We are authorized Distributors and Warranty Repair Station for most major motor, pump, And generator manufactures. We have attached a copy of the original Mam.ifactor's correspondence Authorizing Condo Electric to serve as a warranty & repair station for their products. �lVe have experienced, welt qualified technicians in our shop that have worked for Condo Electric for niany years demonstrating superior craftsmanship and quality of work. We have attached a resume of employees with their qualifications and level of technical expertise. We own, all of the latest Diagnostic Equipment, Load Bank, Banker Instruments, to just name a few.. 'Niro;IRIelRI'I[ Sit) Iclltti \ItaI:', • FIfi_Tf;1r_ALhill IPMCt`I • AiAKINEt.'.LTt'l'lilor, CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691.6564 That facilitate accuracy and speed in the repair and maintenance of your equipment. We have also Submitted our equipment list for your review. We are an Easa Certified Shop, OSHA Compliant, UL Certified, Quality Control Program, Minority Owned, Living Wage Compliant, Drug free, Safety Program and Licensed Winding Shop. We are also a Certified Dade County Small Business Enterprise, as well as a Certified made County Disadvantage Business Enterprise. We are a Licensed General Contractor avftll all of our Occtpational Licenses up to dale. We are a Locally Owned Busirness a; well as a Locally Headquarter Business. We have worked vigorurrsty for many years, to establish a reputation well deserved, of Fair pr31:e:.an51 cure.rior service We look for,varrt to serving the Ciry of Miami, rout again, on this Stnrnrwarer Pirnrp Station !Maintenance 7ncl Repair Contract Sincerely, [-lector A. Gomez Presir Tent Condo Electric Motor Repair, Corp. SALES / It1:PAuRti Ii�iUlrti l hi It ` 11.-1k1NF. tlr_)rrrl;s • ;FINER, \ roRs • rl Fr 1tir..'•11. CC,I. Ii irf i • Al \RI.4L El E.t.• IRIE.I.\4S ),,A E A H 'No 335312-2 City of Hialeah Business Tax Receipt Mayor Carlos Hernandez (D.11)-7634-3) 0,Aocr r. Motor and Generator Manufacturing 2017-18 A A. . . flue pcs. • • - 1 pLIJ lic 074 t7:..•iri 71" ii lh: ht.11:411C, • ipt:LtriCti regular !or .1 . .11. 11",. .11 H,.lie;16, Fhrdj Coco ELECTRIC MOT 3R REPAIR P.O. EOX 3340 HIALEAH, FL 33013 . 0000 1.111_5' IS VOTA BILL Ficiine,m Location. 3615 E 10 CT E pi res Sqtornlie r 30, 20 is 000651 Local Business Tax Receipt Miami —Dade County, State of Florida -TIIIS IS iN10T A BILL - Q0 NOT PAY 3361722 BUSINESS NAME/LOCATION CONDO ELECTRIC MOTOR REPAIR 3615E10CT HIALEAH FL 33013 RECEIPT NO. RENEWAL 41160 OWNER SEC. TYPE OF BUSINESS CONDO ELECTRIC MOTOR REPAIR CORP2I3 SERVICE BUSINESS Emp1ayee(s) 10 EXPIRES SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Coda Chapter BA - Art. 9 To la PAYMENT RECEIVED BY TAX COLLECTOR $45.00 07/14/2017 CHECK21-17-065229 T1ds LoCaF Buelness Tax Rocotpt only confirms payment of tho Local Business Tax. The Receipt le note license, parmir, Of a codification of the holder's gnalillostions, to do business. Haider must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO, above must be displayed on all commercial vehicles - Mioml-Bodo Cede Sec &n-278. For stare Information, vied www.mlamidadq,govheaColloclar 4,1) l'ity (if HALEAH City of Hialeah Business Tax Receipt Niayar Carlos Hernandez 2017 18 \i 332323-k51 (OLL -.3446A13:, the rer ' . '1 • !,! . cod i4.:11. orcriv,,: thc buianci4 ipctirxti ,uhiccc to till; rcg.tilat. ...• ;.. p . o , • h . HECTOR GO \ I hi CONDO El. EC-11k1C matt REPAIR COR Ornamental and Architectural Metal Work Manufacturing cam() ELECTRIC MOTOR REPAIR CORP. P.O. BOX 334D HIALEAH, FL 33013 Validani,..: No 0000 THIS IS NOT A BILL Buitncss Location. 3575 E 10 CT Elpiro Sep(enther3(1, 2(113 City of Hialeah City of ALEAH Nt, 423210E13 Business Tax Receipt N1aror Carlos Hernandez (OLD-5999-652) 2I17 $ 280.00 I }i1' 111°r,IHI. t113r611r eiil'p hswd hrre I;,lh Il,lltl Ills' llt1,311ctiti r:r\ I'tilllllr'1'il rl3 G't{rw.' 111 „1 ,It14'I':Itt' III.• t111,Irit `=115'4'! Ilt'11 tillt t'I I„ III. weir III,ul, ,IWI result tI a1• of Ills• t th .,I 111.11t'.11}. 1101ui,a 01.5114.I. JOSI• tl k SPINt)t A09t slI)I l I 1'1'f1,',1�'Itrt.,,,a, Furniture Merchant. Wholesalera� CONDO ELCTRTC INOI1S`1"RTAL SUPPLY P. O. SOX 3340 11TAL,EA.Fr , FL 33013 \"ItII1li1Iiii, No 0000 THIS IS NOTA JELL Htr,ir,c,. I ot.thim 374E E 10 CT 1'wIrlressepi ,ttlrer iil, !0124 Local Business Tax Receipt Prliarii-Dade County, State of Florida -T}~i;'S 'tC' x B,LL - Cs] !iCJ r P.Vf 3370632 BUSINESS NAME..'LOCATION RECEIPT NO. CONDO ELECTRIC INDUSTR`A . SUPPLY INC RENEWAL 3746 E,L34:71 3513505 H!ALE4f' i 330l3 LBT EXPIRES SEPTEMBER 30, 2018 S1rua-tediscknye.- .• _... .-5. '401rttipii OliVN'ER SEC. TYPE OF BUSINESS CONDO ELEC INDUSTRIAL SUPPLY INC 220 TANG10,5, 0NAL PRO? O_ Emplayme(s) I PAYMENT nECE1VE0 0Y TAX COLLECTOR S45.0O '05/04/20-17 ChIECI(21-17-074368 This Local ilnsluossTax Anaoipt oafy confirms pitmans afzlro Laud 0iisiness Tos, Tlto Be_eiRr Is not a!icons% permit nr o corlilicalion of Ma holder's quolificolions, to do business. 'flakier must cnmply/fi!a any oedemata! or oangivernmmnrnl requiatnry lows and rand rodents which npply to the business . Tao RECEIPT V0. abavo must hn displayed nil all gmmmeiroia! veisiclai - Miami -Wide Ceati Snc Ilo-276, For mare ;dalmatian. vlail rem niiumirinrte gav'L43plactor STATE OF FLORIDA D1wPARTI111I IT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 DIAZ, AURELIO G CONDO ELECTRIC IINIDUSTRIAL SUPPLY INC PO BOX 5'10476 I(EY COLONY BEACH FL 33051 Congratulations! +WVith this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses rang from architects to yacht brokers, from boxers to barbeque restaurarns. and they keep Florida's economy strong. Every day we work to improve the way we up business fit order to serve you better. For information about our services, please log onto wuvw.myfloriclalicense.com. There you can find more ntormation about our divisions and the regulations That impact you, subscribe to department newsletters and leant more about the Department's initiatives Our mission al the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida. and congratulations on your new licensee RICK SCOTT,, GOVERNOR (850) 487-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC 1514390 ISSUED: 08/17/201 a CERTIFIED GENERAL CONTRACTOR DIAZ, AURELIO G CONDO ELECTRIC IMDUSTR'AL SUPPLY l I5 GE•RTIFIE❑ under the provisions of rn nss Fs. ErpnrNion'Je' AUG Jr Zurfl LI1309770002550 DETACH HERE KEN LAWSON, SECRETARY .STATE OF FI.ORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD GGC'I 5 I4390 The GENERAL CQNTRACTOR Narnecl below 15 CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 `DIAL_, AURELIO G CONDO ELECTRIC INDUSTRIAL SUPPLY IPIC 1028WOCEAN DR KEY COI.ONY BEACH FL 3305 ,SSIjED: OR/ or2e DISPLAY AS REQUIRED BY LA++U 3E0 t L ietle I TII002.iS1r1 CONDO ELECTRIC MOTOR REPAIR 3615 E. 101h Court / Hialeah, Florida 33013 Tel (305) 691-5400 7 Fax (305) 691-6564 City of Ivlianti Request for Proposal RFP Pluurher 763353 Request for Proposals for 5torn)warerPump Station Maintenance and Repair, NI.0122 (<lan e; Ti ie,, Rasurnr:s of Employees and Level of Repair Shop Expc!rtist Hector A. Grime! L)ir" ctoi - Pr•" ideni Nir (.ir)nl,:!7 has ov r4r) years of exp. I.1i� el't31it_ Operations at Condo Electric. lase G Director of Supply NIr Espinol..i has 31 years as director of condo Vice -President Supply. Mohamed Halaj Service Manager Mr. Halaj has over 30 years of exp. In service Management. 21 with Condo Electric. Hector Gomez Jr Purchasing Director Parts Mr. Gomez has has over 21 years at Experience in motor- and pump division of Purchasing. Sergio Tara fa Shop Foreman Mr. Taiafa is one of our shop foreman with Over 27 years of exp. in motor repair and Nlaintr_nance. w.1L1 ti �K I21. PAIlts ICI,i1iS•rl:lal.( t->JlNI.,Nitift)1*`) r)I:i<LI; I )1;-, LLB .Ttat 11 l;r)I II`\IFINU'f ('I I I`)f I:Ilivs CONDO ELECTRIC MOTOR REPAIR 3615 E 10lh Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Jorge A. Suarez Accoulrt Representative Mr. Suarez has over 30 years of exp. As service Coordinator with Condo Electric. Luis Dietz Inside Sales/New Erlr.lipfrlenr Mr. Diaz has over 25 years of experience with With Condo Electric Industrial Supply. Orlando Gomez Mechanical & Elect=1cal Mr. Gomez has over 20 years of exp in tile Supervi5ror area of (Mechanical and Ele l SUpeivisil7rl. Oil 11' f'leld ;.ervIC^Illln Mr Dia! IBIS a ire than J./ year; of l"ip to the Area of -motor, pump repair and maintenance. Rein.dlr•IO M. M1/ledernt, Field Serviceman Mir Miederos ha,, more than 12 years of ex,l, with Condo Electric in thr area of motor, pump repair And maintenance. Andres Oliveiro Field Serviceman Mr. Oliv?iro has over 15 years of exp. in the area Of motor and pump repair and maintenance Pedro Ponce Field Serviceman Mr. Ponce has 15 years of exp. in motor & pump Repair & Maintenance with Condo Electric. Fernando Quiros Field Serviceman Mr. Quiros has heerr a serviceman for Condo Electric since 1988. Jesus Perez Field Serviceman Mr. Perez has more than 10 years exp. in the Area at motor Lit pump repair & maintenance With Condo Electric b-11,ES 8: Il!:11A.IRS IP•Lr1 51 RI li. U 1r•'.iNE IIIiMks, + EI\L•kAIURS • ILE:C"I'kl(. 1i. Ec)I 11,N11iTRIP 91�I5 CONDO ELECTRIC MOTOR REPAIR 3615 E. 101h Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 .lose Galan Mechanic. IVIr. Galan has more. than 1.0 years exp. In the Area of motor & pump repair & maintenance Gabriel Castillo IVlechanic Mr. Castillo has more than 10 years exp. in the of motor repair & maintenance. Cristobal Labr'acla Mechanic Mr. Labrada has more than '10 years exp in Of motor repair & maintenance Ricardo Sosa Mechanic Mr. Sosa has more than 10 years exp in Area of motor 4 pump repair Nt nl:]lilt''Hd.iC Aurelio Suarez Mechanic Mr. Suarez has more than'10 years exp, In the area of motor & pump repair. Hector Timor Transporter with Condo Electric: For 12 years. Mr. Tiznil has been transporting heavy equipment Adam Espinola New Equipment Specialist Mr. Espinola has over 10 years of exp With Condo Electric. IVIaII( Rivera inside sales/new equipment 6VIr, Rivera has over 10 years of exp. With Condo Electric Industrial Supply. Denise Carbaflea Inside sales/new equipment P/Is, Carballea has over 10 years exp. With Condo Electric Mary Bialeck Inside sales/new equipment Ms. Bialeck Has over 15 year's exp.with With Condo Electric. SALES L. Rh:1'AUR , 1'LUti1RI li AI..1144L 11Vt1111:', • t.FN,L•RAlm, • FIE( "II Ih •Il ro.,IP\II \1 • 1111*`Isil hilt 14t1+'I1Mti 404 Y EA AS5�• CONDO ELECTRIC MOTOR REPAIR P�lirta Ainacrur Amos Rajas Sincerely, 36'15 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Administration aLcouI:ts Ms Alnador has over 20 years exp. with Payable/receivable with Condo Electric. Administrative accounts Mr. Rojas has over 25 years exp. ''vitl7 Payable/receivable with Condo Electric. Hector A. Gomez President Condo Electric Motor Repair, Corp. s -ll l• & t EPAIRs Ih.fali';'l-RI \l de +\I-\f INI- Ali 11r1R', ale, • I I kC Iltlt 1I 1:.0111'1\II NI • +\I - Rl\l FI E:c_'1Tti+ 11�ati CONDO ELECTRIC MOTOR REPAIR 3615 E. 101h Court / Hialeah, Florida 33013 Tel (305) 69 1-5400 / Fax (305) 691-6564 Assc Cily of Miami Request For Proposal REP Number 76338 Request for Proposal, for 5tormwater Pump Station Maintenance and Repair, M-0122 List of References 1)CITY OF MIAMI STCiRMVVATEft PUMP STATION MAINTENANCE AND REPAIR ANNUAL VALUE OF THE CONTRACT GQ0,000.00 APROX CO1NTRACT DURATION 15 YEARS DATES CLIENT CONTACT PERSON ELYROSA ESTEVEZ TITLE CITY ENGINEER E-MAIL ECSTEVEZ MIAMIG0V,COIVI PHONE NUMBER 305-416-1295 PRIME CONTRACTOR TOTAL RESPONSIBILITY OF THE CONTRACT IN ITS ENTIRETY THE CONTRACT WAS SUCESSFULLY COMPLETED ' 11 b., .t ItI:.l':tiIIt., I':I++ `.11'I tl bl.11•:II'i oI IIIJ! , • I"i t: tttiW, I.LF-! Ii;4s t Liu Ei',II i I t•. CONDO ELECTRIC MOTOR REPAIR 36'15 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 2) cr ry OF IvIIAMI BEACI-I STORMWATER PUMP STATION MAINTENANCE AND REPAIR ANNUAL VALUE OF THE CONTRACT $300.000.00 APROX CONTRACT DURATION 5 YEAR:) DATES CLIEIiI f COI'ITACT PERSON 1-VILE CITY ENGINEER ,ANTHONY MINICY E•MAll ANTI•IONYfv1INCYPtMIAMIBEACHPL.COV PHONE NUMBER 736-419-2056 PRIME CONTRACTOR COMPLETE RESPOSIBILITY FOR THE CONTRACT IN IT ENTIRETY CONTRACT IS ACTIVE AND ONGOING I4h1'111? I.,fo II+I11 '-1.11,Ii'1 Nil spial:. Irllt:.111}P' III( •1'/I 1 1.1)1,11".II.!I • 1-l\1.1 1 1J1, 11.1.I., CONDO ELECTRIC MOTOR REPAIR 3615 F. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 3) CITY OF HOMESTEAD SfOJIIvIti,VATER PUMP 5TA110N MAINTENANCE AND REPAIR ANNUAL VALUE OF THE CONTRACT $ 600,000.00 CONTRACT DURATION 5 YEARS DATES CL9[I'IT i I' VA+ TPE?SUhr REi'IE h,1ARTINE nCITYOFHOMESfcA[I.CUi'l IITLE CI fY ENGINEER RNIARTINEZ@CITY0Fi-IOME5TEAD.COivl pr•IONE Nt_IhiIBER 786-367-55O.t PRIME CONTRACTOR RESPONSIBLE FOR THE CONTRACT IN ITS ENTIRETY CONTRACT'S ACTIVE AND ONGOING 141 rr l�r PI 'L ', `.I.\F'I.1Nil'Hi::. • ;,f ralD 11� 1: I I r, II II"II to •'i I. 1. 11.1 I F' I+ r CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 69!-6564 Condo Electric Equipment List Overhead Bridge, 1 to 5 Tuns Floor Crane Hnrizontal/Ve.rtical Pr'P_5525, 5 to 120 Tons Latches, 24 to 72 Inches Swing Dynamic Balance Machines 0 to 12,000 Pounds Mcializkig Equipment FiPac•irlg Heaters Clearings Pullers, hyrlrai.di. Portable Balancer; Vibration Testers Laser Aligners Sandblasting Cabinets Farm Wound Coil Production Facility Air Conditioned Isolated Area For Rewinding Isolated Area For Cleaning Parts Machine Work Area Baking Oven For Staters Dipping Tank For Vanish Insulating VPI Facility Powrer 5tiliply Af For Testing Motors 2400 To 4160 Volts, 20001-IP SAI.Eti & RLI'AIIt:S Ic`a.)I wT1ti111 c ibl llii`d( \I(1ff.111.`+ riLNI.N. \1'rlli.ti • F.I.N 'I'kI1.'-\I loll fl'rLIEN+I \I VR1N 1.LEc 11,11'l \,4y CONDO ELECTRIC MOTOR REPAIR 3615 E. 10111 Court / Hialeah, Florida 33013 Tel (305) 691-5400 1 Fax (305) 691-6564 Pu+,ver Supply AC For Testing Motors 450 Volts, 3001-IP Power Supply AC For Testing Motors 1251•IP Power Supply For Dc Motors Ancl Current Brakes 1001-IF Data Base For Tracking Repairs For 5 Years And More Motor Circuit Evaluation System For Motors AC, DC PIDrtMlA, MCF Or Equal Quality Control Program Tracking Of Work Returned For Warranty Hi Pot. Testing AC and DC Up To 10,000 Volts Vibrating Ana(per IRO 2000 Or Equal kolatad Are,, Storeroom For Replacement Paris Facility For Balancing Rotors Over 36" In Diameter Load Bank For Generator Testing 1250Florsepowr-24 Test Equipment For Solid State Rectifiers Anrl Rotating Exciters Company Safety Program Vaughens Price & Productivity Guide For Electric Motor Work Scope And Repair Pricing Sincerely, Hector A. Gomez President Condo Cleciric Motor Repair, Corp. SALES c` Ri{PA1RN I+�Irr ,fR111 ,c \I-\tINI1=,tICrlc.rl:a rrN \i-::I \IuR5 • FIFE TRW -1i Carl II'NIP•f1 • A11L'Itvl- LL.L.r.CRItl.l\tti RFP NO.: 763388 Attachment B: Reference Submittal Form CATEGORY: Request for proposal RFP# 763388 FIRM NAME: Condo Electric Motor Repair, Corp. Reference , Summarized Requirements: Refer to the details in Section 2 Special Conditions, (Paragraph Section 2,5 2.5 References) to verify that the information provided will suffice as proof of meeting the requirements of this solicitation. Past Performance Reference Check #1 Company/Organization Name: City of Miami Address: Stormwater Pump Station Contact Person: Eiyrosa Estevez Contact Phone Number and Email: 305-416-1295 eestevez@miamigov.com Date of Contract or Sale: 15 year contract Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Stormwater pump maintenance and repairs, $600,000.00 approx. Past Performance Reference Check #2 Company/Organization Name: City of Miami Beach Address: Stormwater Pump Station Contact Person: Anthony Mincy Contact Phone Number and Email; 786-419-2056 anthonymincy@miamibeachfl.gov Contact E-mail (if applicable): anthonymincy@miamibeachfl.gov Date of Contract or Sale, 5 year contract Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Stormwater pump station maintenance and repair, $800,000.00 approx. Past Performance Reference Check #3 Company/Organization Name: City of Homestead Address: Stormwater Pump Station Contact Person: Rene Martinez Contact Phone Number and Email: 786-367-5501 rmartinez@cityofhomestead.com Contact E-mail (if applicable): rmartinez@cityofhomestead.com Date of Contract or Sale: 5 year contract Prime or Subcontractor: Prime Other (Description of Service, Total dollar value of Contract, etc.): Stormwater pump station maintenance and repair, $600,000.00 approx. 1 Attachment D — Supplement to Proposal RFP 763388 .... STORMWATER PUMP STATION MAINTENANCE AND REPAIR THIS COMPLETED FORM SHOULD 8E SUBMITTED WITH THE PROPOSAL, HOWEVER, SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST BY THE CITY, SHALL RESULT IN THE REJECTION OF THE PROPOSAL AS NON -RESPONSIVE. The undersigned authorized representative of the Proposer certifies the truth and accuracy of all statements and answers provided herein. 1. State the true, exact, correct and complete name of the partnership, corporation or trade name under which Proposer does business and the address of the place of business. (If a corporation, list the name of Ihe president and secretary. If a partnership, list the names of all partners. If a Trade name, list the names of the individuals who do business under the trade name). a The correct name of the Proposer is Condo Electric Motor Repair, Corp. b. The business is a (Sole Proprietorship) (Partnership) (Corporation) Corporation c. The address of principal place of business is: 3615 East lOth Court Hialeah, Florida 33013 d. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Hector A. Gomez Jose G. Espinola e. List all organizations which were predecessors to Proposer or In which the principals or officers of the Proposer were principals or officers. Condo Electric Motor Repair Condo Electric Industrial SuDDIY. Inc. f. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, Rs parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition NIA g. List and describe ail successful Performance or Payment Bond claims filed against Proposer's Surety(ies) during the last five (5} years. The list and descriptions should include claims against the bond of the Proposer and its predecessor organizalion(s). NIA h. List all claims, arbitrations, mediations, civil actions, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing Identification numbers; the name of the Project over which the dispute arose; a description of the subject matter of the dispute; and the final oulcome of the claim. N/A I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Proposer, its principals or officers or predecessor organizalion(s) were defendants. NIA Has the Proposer, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any governmental agency during the last five (5) years? If yes, provide details. NIA k. Under what conditions did the Proposer request change orders during the last five (5) years? N/A L What is the nature and amount of the three (3) largest change orders submitted by the Proposer within the past five (5) years, and their disposition? N/A 2. How many years has your organization been in business while possessing the following licenses, certifications, or registrations? License/Certification/Registration Name and Number S/MBE School Board of Broward County/3330-00491 92 # Years 10 Minority Business Certificate 20 U L Certification PTI(Q.E351119 EASA ACTIVE MEMBER 25 Owners Florida General ContractorICGC1514390 7 ISO 9001:2008/A-733 5 a Identity Proposcr's business trade? 3. VIlhat is the last Project of this nature that Proposer completed`? City of Homestead Stormwater Pump Station Maintenance and Repair :l Has Proposer ever failed to complete any Work awarded to its Organization? If so. where and why? None 5 Provide owner names. addresses and telephone numbers, and Surety and Project names. for all Projects for which Proposer has performed Work, where Proposer's Surety has intervened to assist in completion of the Project, whether or not a claim was filed. ,—� Jose G, Espinola Hector A, Gomez ti Cooper City, FL 786-586-6165 Miami Beach, FL 786-586-6153 Surety has never had to intervene, assist or file a claim) List the following information concerning all Contracts in progress as or the date of submission of tnis proposal {in case of joint ventures. list the information for all joint ventures} file»i.� C; Pump repair and City of Miami maintenance !Beach $800,000.00 Pump repair and maintenance City of Miami Pump repair and maintenance City of Homestead $600,000.00 Ongoing Ongoing Ongoing $600,000.00 i Ongoing Ongoing Ongoing 7 Hasa represen:ate of ple Proposer thoroughly inspected the Gily s Prolecl(sy? Coos the Propose, have a formulated plan for its performance? If so. please include. Yes Ef No El 8. 4'!lt Proposer stihrontracl any part of this Work7 If so, provide the following details for each Subcontraclor(s1 that will perform any Work. The Work performed by Subcontractors listed cannot be more than ten percent (10°40 of the total Work for this Contract. Champion Controls mate P rcentacis cf Wo"'. 'o be perform=`I 3.33% Ce:tificator. tiI-I � L•_scrip-ia-i o: SCADA, PLC, RTU, HMI, SEE ATTACHED. United Fire Protection 3.33% Vesda-Early Warning Smoke & Fire Systems "The foregoing list of Subconlractor(s) may not be amended after award of the Contract without the prior written approval of the City's Contract Administrator identified in the solicitation, whose approval will not be unreasonably withhold. 9. Identify equipment Proposer owns that is available for the Work? CSee attached.) 10. Identify equipment that Proposer wi1I purchase for the proposed Work? None 11. Identify equipment that Proposer will rent for the proposed Work? To be determined. 12. State the name of Proposers proposed Project Manager and Supervisor(s) and give details of their qualifications and experience in managing similar Work. Mohamed Hallaj, Project Contract Management; Amos Rojas) Administrative Accounts Payable/Receivable Tony Terafa, Engineering Technical Support; Jorge Suarez, Service Coordinator; Orlando Gomez, Field Serviceman RFP No. 763388 ATT1 ClP/1E T A - CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 1S-87, 18-89 and 18-120 Hector A. Gomez hereby certify that: i) l Hector A. Gomez am the (President/Secretary or Principal) of Condo Electric Motor Repair, Corp (Bidder's Firm) Ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement Code: a. (Bidder) hereby acknowledges that the awarded Contract has an on -site labor component greater than or equal to twenty -rive percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the Contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR b. (Bidder) Condo Electric hereby is certified by Miami -Dade County as a CSSE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the Bidder's CSBE certification must be included in the Bid document. ill) (Bidder) Condo Electric , , hereby agrees to comply with the Local Workforce Participation Requirements stated in Sectior 18-89 of the City of ivliami Procurement Code. iv) (Bidder) Condo Electric hereby agrees to comply with the Responsible Wages and Benefits Requirements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONiAL: v) (Bidder) Condo Electric hereby agrees to make assignments pursuant to item iii), above, to certified CSBE firms who maintain a "Local Office", as defined in City Code Section 18-73. STATE OF COUNTY OF Florida tvliami-Dade Before me. ,ka lotary Public duly commissioned, qualified and acting personalty, appeared Hector A. Gomez —'---- to me well known, who being by me first duly sworn upon oath says that he/she had peen authorized to execute the foregoing Certificate of Compliance with Sections 18-87, '18-89 and 18-'120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City Subscribed and Sworn to before me This 9th day of October , 20 17 My commission expires: September 22, 2021 Bonded by: National Notary Assn. Notary Public, State of Florida at Large Agar w MIftTA M AMA00A A to1ary Public -State at Florida Commission r GG 108406 My Comm, brpires Sep 22. 2021 kneed lhrau9hNatio-ralHata( eAcsn. AL .1P 5100,. I► City, of Miami CONDO ELECTRIC MOTOR REPAIR 36P5 E. 10th Count / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Request for Proposal RIP Plumber 763388 R,atinest For Proposals for Storinwatter Pump Station Maintenance and Repair, M•0112 Assigned Personnel I. Project Contract Management Piiollsented I•d�aIIaj Office Ph: 305 69:1.=5dOO Cell Ph: 786 229-9869 mohcondo(Obellsouth.net Aciniriru [ atik1a Accounts Payahl,:,/rteccoobt Amos Rojas Office: 305 691. 5400 irrcondofabellsouth.net 3 Engineering Technical Support Tony Terafa OFFice: 305 691-5400 4. Service Cordinator Jorge Suarez Office: 305 691,5400 Cell: 786 586-61119 jascondo@bell:;outh.net 5. Electrical 3t Mechanical Supervisor Orlando Gomez Office: 305-69 k -5400 SA1 1(,. & REPA111ti INDHSTRIAL11RINt-mr1IIiRs • I;E.iNE,:1Tr)RS • I-:Ir-Liplr -lL kt I II'11LNI • ‘I\I:1V1 LL.Et-FR1r"I\•Iti CONDO ELECTRIC MOTOR REPAIR 3615 E. 101h Court / Hialeah, Florida 33013 Tel (305) 691-5400 f Fax (305) 691-6564 6 Field Serviceman Oscar Diaz Jr. Office: 305 591-5400 Andres Oliveira Office: 305 691-5400 Sincerely. .•• 1-lector A. Gomez President Condo Electric Motor Repair, Corp. sA LES 8. R EPA I ItS Di. s ()Ps•(i1-91"..R PHZ, • I7J 'IRK xi_ dP‘1E.vi \I 141,41- 1.111.`FR111.1NS CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 69f-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 763388 Request for Proposals for 5torrnwater Pump Station PAaintenance and Repair, M-0122 List of Sub Contractors. Condo Electric will be performing the majority of the work required, but, in the Control Portion of the Sct pua, if need be we krvill be utilizing;' Champion Controls, Inc. fhev ar,= a well established business thar specializes in SCADA, PVC. BTU, and tFMI. They sire Llt,. Certified, and have several VFO Master Certified Commisioners Champion Controls, Inc. 811 N. W. 57rr' Place Fort Lauderdale, Florida 33309 Phone: 954 318-3090 SALES 8: REPAIR ISAI.'hNrt \Hsiui.S • GENEK\TURS • rL.L1.TRIi-\1 L.Iurll'\VI•.rT • 'VI \RI\Fii--L(TRIt:IvFti CONDO ELECTRIC MOTOR REPAIR 3615 E. 101h Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 In the CO2 Portion of the Scope, if need be utilizing' United Fire Protection Specializing in Ve.r1a-Early Warning Smoke acid fire Alarm Systems, Testing, Monitoring and Inspections, United Fire Protection 1.0260 AI W 47th Street Sunrise, Florida 33351 Prone: 9541 572-0119 Sincerely. Hector A. Gomez President Condo Electric Motor Repair, Corp, SA I I';4 & REPAIRS tl`.Iil ` It:l if ,X ti1.1141\t' Mr)I()[?'. 9i1.11`+i.l 1lI/RN • I I1'r IPIt N ri,NiHI'LILNI iI-( II It 1.1N, CONDO ELECTRIC MOTOR REPAIR 3615 E. 10lh Cowl / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 763388 Request: for Proposals for Stormwater Primp Station hilaintenance and Repair, NI.0122 Approach to Provide Service Condo Electric nrill comply with all of the Specifications and Scope of Services specified In the SPECIFICA riom Portion of the RFP. We will meet all I.e. ~-menu listed in section 3. t plasm 3 9, providing the required personnel, Following the frequency of schedule, Record Keeping and Reporting, Preventative Routine Ivlainteraance Program, Repair Schedule, and the Parts -- Pass Through Cost Re quirerrrent5 Our assigned personnel will be. monitored closely to assure complete compliance of the above Sincerely, Hector A. Gomez ('resident Condo Electric Motor Repair, Corp. sAl.f•:ti & REPAIR LVUlr.tilltl l ,� ‘•I \lrrrclla • tiE.t' ERArrlm:s • ELECTRICAL ht)( IP •11 f'a1 144 1l.IrVI I I f(II Ir'1au4 Attachment C - Price Proposal The Proposer mall subrlt H:5 price for p.rfuianlrnq ALL serviette listed here).. el each of the Iocadmne Identified allow,. Proposer mosl pay ahonuan le the -Frequency when proposing its price for each Item listed. There 6 no exception anew.' to this requirement. Pr opines IS requester) to fil 1n 1h. applicable blanks an this larla attel make no other marks. NF0 t;q..g3714 life HSWStwmr.lw Poop Sleben Mdnler..M. one Mom. MAlil 11MMd Srbern3M.plsn.Me ll.r.el'netadel engine, mttMenenee frees on factlen LI ettaf WkWKIwrI rr.gYMty �► a p .....• n.1.w � r d m.. •If qre 1r... rsr.rrrw�. 1...... Ice MY. sty 1,' tMe. m.aw _. It-W.a MM'I..,w N r.wM .rt. >•.M..d ulree MmM 'Sn+..M 11...er... , +.m .�.xe.r eM 1Mr a..r M.W Ixrr.�+.111 -.luw. .... n....r« 11,10 w..... Jaer•urn a eme...9 septCNon le ......... 88prod.. pwkq am.euay.. wal e 1...1 uls1ern. 79.1 eesm ....as Irana.lu.m em press, bvtfer.rel.nm, pwrm. 1 I wry..0, tuna, awml0 gnm.. pm.melon, mw components mai app.lenonran Info+. n11 ;mate,e.d tomato eves eoe+..nlmra. and MO ar 'apt.. aaaamwd0d Pmdnm i.e...+4N1 nett.1 ant remanrmemente s 0 Ceeaa.g "nevem Mernelru inn Lad 'rear P.rabSYeara Fern' Ira ....ea Pee acme shies+.em alien Mon,.. um:we. Yon) $sW 1U }l06 m prowprow0.h9 }75 5750.O0 575O.D1 5250 OJ 5'iS0.0O 5750.W MOM MOM Sr.Or 559,d00 a9 a [,....re Paw gale evae,a Week S27p00 520000 0520..0O 5150.00 5150.09 5150oa 555am 519, rn S15o1d 515a.da 5150.en St.gp Stm.LiL;n IMen. 0*9 a/yMe ewdvec.rt rreM+�rrme gown a'd..praa. na. -cow sna ar..n..napmlxns'Oros etMix .adap. Ode anima and lot xrcm•IC.Mbale On+11.rly 5•Inm 515O4Y1 SLlam $;l¢L.0 525000 1110O Sc.^.p 30.01 550.pdg SS.em.[4 59S,w 130u00 WALKUP52,ScYim 994Ad 511.3.d3 52.100ID 595.0 S10om 52100.00 S],'Sw.m 5Y.,011 flw,w 52.90000 StSO0.W 3='i0O S1W.m - 52.0a0.00 525W.m 595.00 50.0O 4U 5O. 2.590 57100.0O 595.0O SIWAM 5'�5O0.Q1 995.00 510 n0 17.50000 555AV 5:0O.'De SI.51O0O S7,SUO.OB 55.m10.0, SSm6ra y ICMnarm ubrsY mmn..ymr ttyemern 09329s..lwlemsamprr...aa ail.... vow .latch �lNM Perron 5270 0 nalwm s enemata w1Maw.n al mp«p on, xrvyh m. 5 1_leve ompowrdsedlednp Poerrantel meat errant rvhbar wp1by .n a 1cr ex ... m..as0mwe nu+uo. Rnalur..Mbanq y019.,.y}laemit. .rf pi owl. a liner+... ma. And rva2mne.aew3a la Ova., .............. Teal. Lid ' ee.....p real, +line' enr r.rn. pee prr.p.erwn..m .ern...rp. Sae Yren., S5p0OLA l eanarn a mmprnI. n1e1C11.9 an e1 g.m au..e.r4. b 01l. OFda p.Ms. nrc. pd.J. 'r.ons.a p'pwe.or..nl°'r'nPrrlrry.'nnrl ar.e ae 9wm toL W ... 11.1.w Miaewu... Tn. t$I U.PM.0SLa..a Farm1nr 2* Mt mere aw..n aN.r... rn.nlety'm.a.ca 00.hNy' SXd Kr ■ 5?ot CO 1smc0 46.17.0.+A 5I 21Y1.1d Sae.etoda lip-dur a 011180mia ere0nR11401M Mw+aye .w1e+n and Anamd Oe.,F1e..m at t ...me yrmp cu., Pmap., a..d1.1 mwe.S r.erpl rind •psamrnn.d.bm M Coy 17117 9mm.. M..rw.pr.. Task Lan tor ...Sulam FN." lot r..re. per pump Not. 1 naemrn..1Nlennye Mem., ' a. Jv relies 019 pl e.dr np .p.p+..waSnn..re..r ora mn. c urelcgmbJ.f,tm n.ag. e. Ord Se.w• Oe.arrmMd by. ceru5eer...... m"'rrrmM 1, 04 51.9U0 0 $YPOaJ)0 f Peden an IIaCr_9., al u.. CC: Om nerds+) Orden mei. AV..e..angnc, n do pa..wr.ae toe 4.1y mprm eneew see fx emu. a1 I9..eN0 any Orphan acne pane '. .,..nsM eew.n.epwl la a Wynn ream teche am, memmsnoe 9+m.. Mrwny S7.fiW'V Contra or ettmtva en peep n111.m..l.wbml plape.rndnlnd mw lingo and doh. /0 Ieemacmr h ae5pr.leb b o.r.a deter, ell w.... eel...IM net... b +tames.a04.94.P.wc....psaama.w roans sr Mums . cams. MOM.. eta re enable U. leri as p.m p..np Malmo JAR1°�' S^-5m0O 59.SPOIII 59.50000 3fn.5O0a 'Perform a %tw, keyed en e15..5n .wr9• .rnYd.9 erxw..waa uea4 9MNp54.e. ja4..na.prr.ccllum ntll...Lr0Cel pares) eee.e 0091.n.naarbn .n... neh r•rpel Ipaaana MC 4800 Tin rae.MO1+coca alit op.., of pergla an wraty m.o., 1S 13w.h..Mb.nMnl.d. CeoMs211rekSc0or of Um peonwp a...min Penner n5 9nd. 11111Mn7rra IS [a.p.l ten a9 cmonralnn. r.1I911n.9 pornr.e.9.Nn,n l.,m++.mncf. mwe9 el en .male. to sommors am rennimnaq b r.1etre DM Oars,* .9r 4m1W le-e an.Hnd Pee... • ...ammMy .aped a.dr.0.1.r.mwx.I a, loCa. um. deli)., .Alnpuemn Trra L. lam AtemSene o Forebt mono en Mr no se0on apr i.nnen w«kb Sienna lamL0 57100O 5350.000 5150.12.3 515000 51501XF 5110.00 4150.00 5150 LC St1Od1 5150.00 51O9.2W.d1 Attachment C - Price Prop°5.31 rr. Fla /631511 1111. 20101•02.200•1 N.. 0... 454.1....01 2.4 PK.. 23 0127 re m . 24 , 1110111•111 OA i014tran. nom 1 ortkrk. I i....40 magi...N..0. 112 0010. 3.3 , 0110 1.3.1•004 20.0..,... --... 0111.111P11 • •^ - • , .6110111 0 _ _.. r ' ': ....." ,,f,...,Z:.... r .. ,, , 4117 ,...., .1110001 Olaf 4 11•161.11 I na.,...rynn ..... 1 ea. .--'..-.--'-="--' i n. ....., "--"' s.......a a .59 .-........... n....„n• '',...., ..... -- ..,.....,-,,..-. -4, .....,.... 0 .......--,.. ."'.....“-- • • , .. - . . ,,,06.1 '" '''. "..... I' tanws Ina..., if A. r n .0.0 •• VIAL '....-.--. mu-v.-. ....5.001.0320.0. tal al 21.,.....12../..........40yambilara aot .04...0m.. ...• roc madorr 2.000,53 eemaciore. u ..1.0,2 ..n...1 Am ren...,N.210.,,, in Oyu., 111..,,am, 54...1...L... Te.l. 1.,•1 ter / 220,51•0000 ram, 10r f evil: Por 2..01 .0400.31, 0001.0014 1,,..1.. . ..„, ,...„, „.....,,..,,,,, 5300.00 5150 00 5150 00 5150.90 515000 5150 00 3150 CO 5350,00 5350 00 5150.00 125,10430.3 ' I 1002.0.4.1041.102, 13 I 14 ....b.net ormen AA MM. il reco.Lent• ...n any 301a p..21. 0.01 bz- Fa 65.01-4330. 470,912 Onc..3m011 al Erronsmn..01212-.....5 11.2•000.401.c.., t1 ...1..0910 0 Me501 1200 ...01 ,,.... .• 3.1 11.,0 kr.* aralem rorn002•21a, =W000001 rel 1.1.33 lards, 0102.0,202200 ,....1....arml N.L....a, 43avIcwa..-.1 5.1 p.0 rumps Wig 'NAM Abvnnieb.:1 Imago 70. 11.5011351.55.0.....03.01a0. mammy 555000 5350 5"5 l'XI 535,11.00 515 '"' " " r4 520300 5112100 5201140 510103 MUD 5100413 520000 5100.01/ 5700.013 0334. 5700 1.0 520044 s )nnos 110600 5109 00 5110 MI 510100 531.13120.1 5E45003 5117400.00 0.r.. a ,...3 rma.nen M lam:25..1i-mn,p1.5 and dm ...rag bor., 1.0 ...Nowa 1,11704 .43 091.,P,ES Of Vul 600010.' 010A,...,...41.1ff itytnn. IV Ta..1 on al wati. 24.1.02. 236.10% 001....p.0.2 2,24.,, 111. pm.p 300rin mara .1 ntly AMC. Wilhn Itmes 131 buz.3.... 23,5 21 nalcs Pravda 2 0111.en man.", P•rorl rot Yer,dantnamfaln, . rss .s.,-*, sq...- M....Wig 7.* U., ,,,, 202•54.0.12.90.- 140 ...Qs pm 0002 rlaton m.04-011.....22,2.02. n . , ''''''' , n.n, ' ''.." P."' 15 35 v....,. p0...11.501.!80.002 31 amer. wal,n unts as remor. gni amon 01 al 0r...q. .151.14 ami a.. wage m 0220/5 1.02acl 1. n.rt 502,... .u.1.1 II,. cc.10.02 .3 ,IS 1111.0,7PH1.1., PRI 1pronnn .3,,,. 2 nxcemary '03.51. 5150 00 5450 00 5354011 12erkmn.re3s .102 21.......rtmr, 2...1,,,,,.. leso mato, ...I 0u,..,•1 la ,..lx.r,,,. matle aUlaal 022103was pa..2. 011.0..1..m.g permka 2 000.0. 10 ma... 2 300 190 01.3•5 44,0011 ...i, 0law..38 5250 MI 5250.133 515400 52321 05 5100 CO 5103123 5340 CO 510040 5 30000 s I.Esaco 514000 510000 Smod sun no 510300 Swam swam 510000 5140130 510000 5350 en sun so swum 111 SiL54.00 2150.90 5100421 5102.04 514.1130 510003 sm.: a. 5:00.00 572.20000 315.2100.10 1> 5.....r., .....A.M.p 0.,flp fid.141A,o15 ,111.11:1. hellid, fritlinlVit cluiamnp ql me sssapo 520100 5504041 5100 re saso rsZF 510000 .___ 5550,,,, 537540 5350 40 550139 515003 510140 5350330 5410 re 12 91.5.4• 240..00 64.0 eantria. to... AI 004 ,..mtla Mama 510.... 53011 en 12521ntan,...13.abi 15 e n ..ap.c1122 01 neer on.1 • 11100 Otarmolkars Inc,53100 al.n nal 21-024 0 Owe, 1519 11.1w.10.31013.40,3 sa at gel. Nearle • *men 12.0320.0.0.3.211.0ma..231.0 go Ca, tang 13....10......,......laal. 3.40 r....925l5,000I' ....• ha“...., 20.5.... 23110,...k. 0.ch retwear ...et 11.00, 57520300 510.0123 cal 33.50003 51.100 00 20 0o1301rn an o...,012.1012.01rynd 1,.., 113.100.......,........, on....,, ...t,1,.......m. 0taimryt a/ P,..,.... 3 m.....1. 014.0, Sew mai Clvarawn rump ela Arm Ina.6.1:1 ar.1.0 3Puma 202....r.001 al 0.001 32,02 a.r WI ,3 • ...31...1 ...1 .502,0 0.0.1 .2.1 prawn m... wan as nor.. 2an,... a ...non Mt140-11, topon srdi 1501.1.11,1.1.1.7.119 Cry MN, -1,10.1nikl1AMIAnIreab -TM Utd WI .13,1512144 LI l'ann. 41 .1101.22, 0v0213010.0111.2221 29.22.15 ...go 55. „no . 5150133 21 72 0. ea r .011..... from Ma cam. vahms staxiiro at 10.4. k..... 203 San 2.1amn rh 2 51•201. 8 Oily 88083053 004 1211112r,....19 by S.A.1712 or .....30.1,1 equal ha Rm... 0.001 at Owe... 0.,2 23 ,ors........a v I Me Er q..s. na,,.., Oa Ora I, a 00.10022 2 t.......8., hut .31 1,00112 .11320, 3.1 in.larem nacaco.vy .poriurn, Oa 1,00. 0.,,,..,5, Am...ab %Moo 5350.01 23 Pnigmi ..010nr....01.M0. br 'awe M7, .21.120.0 eamp.,04.2014. 00.,...10. 3.00, 1.11......+K. a2.1013,m 90.1201,2 Stan... W505 11: 25 1,10.0121.. au trn.1 i 22 21.01.1 and mr54....5ar .1.2 Lary 0 killq 0 gip... I.e. 0..1' ,''. kl.140.1t, I Ve+1,11IIII nvaral., inyolr 2. .54051, 31+21Or/ 515,0.10... Attachment C - Price Proposal RP►/ it a tWtM*Vet Ptaa}Mllltn MMIF.IMII eel kept M all) bare! ( ■aaw■y,a/MalaPMpaaMorn 14.duitt!! ta■W.. mupManY bre or WON. ll at MR EaPfliation) A.-L....- ultimate aIyM Mattlnl,e1 P[tlaemea mart, slat&di %1A{nathe In and antenna aheeI tlkplayatcmrnenlly mx teaming der omenta;;DEP SIoine rank Pealirratlon alaca,d, Current C.nllradon dfhundaI atwantmmylCTRl. and the mrent laud 1o+ernmen, a<, mit (144:aml-0aae County 03111443. In aaation, mammal a lat for dlaaharae at the Tamdand Canal nnaa C-a on a weedy basis or an a drpy bah dot In, now, prela+. A. •p aw•. 1,0,11.411 )want mr asIlan. rh art Aron. m /minor. a.a..a time M=a. tyr Yew. 14 lindoe•rwa ore ww w..viuu.. nrnhr ,533h 510000 310103 5103-00 3)5 co 373 CO 519 tat 5i0d 315m 3/5m 505.00 5)97)T54G Peraorm anlmpenlan al Inwrlar and eatn0, I0Mmarenoa alarm totems. anoint related wldtalJn and temw.. Mid..k& and etenlul eO ikonent control, In tIpwnt we not Binned Mrepatemeni eJ htld Wbt. taro into...4lam 'watt,. un ra reed ara.ret a written mammy reporrtnfrry Inr.Hutto per pump arallen with imam monlnry Inw�aa, SPECIAL PROWIONS taardhry Tait $um, 04 GolUmn n PROPOSAL TOTAS: Sam of den. )■ • rTnu11ton a) Cant mat 'team 74141300 5300.000.rf0 SMm110 31.099.56s.00 S3.598.395.00 5t0100 3100.00 SICC CO 3103.4. 5)00d10 530.000O0 04as: LThe show m onoteda,lre are thene..Imwn.entio...t.[d mice ICr Pam hot nem. 2. the ma..m„m-nnt-rnr.er[Carty halo:Wa0 not al pock [Ie*Penaa, mantle, maeriatc. and maul an.... mac Indr..s, an Mx, ..,n.not ae• eimb.dr sad I ep..te 11 brthe Cac, 2 kmh.ok...dln/ th• tare. dram, tennpa.ve hm than be bawd' en m. Sttual ...L aadtrad. 4. The C., r.aerors ,M'r totwearnara,fie raze, for r..,e..t1.dinr P.,[nibp*[mail,imp Ian imp amntm. el mvl..11lVra. Additive Ito*errs M- 0 t22 Stor-rnwater Pump Station Maintenance Contract Unscheduled Service and Repair At the eptror1 i)f the On. the following looms Tiro to be tierad 0r1ry If necessary to TTimolaiil a col llpiet& vvorkin Alit/ n Stjtlori Cult IS tS) be Included as twit of a work ortieriSSlicid by the City for the complete repaiir, portal repair or replacement of an existing part or the installation of a ►rew part or equipment. Not to Exceed Cost of Item . . 29 The steam cleaning and sandblasting of one (1) pump and parts $1,300.00 30 The steam cleaning and sandblasting of one (1) motor and parts $1,300.00 31 The Winding double -dips and bakes of one (1) motor $1,200.00 32 The rewinding of one (1) stator and rotor $5,800.00 33 The replacement of bearings and seals for one (1) pump at any pump station. $3,900.00 34 The "on -site" performance of one (1) surge comparison tests $380,00 35 Dynamic balancing of one (1) rotor to be performed "on -site" $790.00 36 Checking the mechanical tolerances "on -site" of one (1) pump and one (1) motor. $1,900.00 37 Electrical and/or mechanical disconnection and connection of one (1) motor, including motor installation, reconnection, laser alignment, and on -site balancing 1800.00 38 The electrical disconnection and reconnection of one (1) transformer $1,400.00 39 The rewinding one (1) transformer $22,500.00 40 The replacement of one (I) pump magnetic starters (contactors) to include all associated operations. $1,700.00 41 The replacement of one (1) soft starter to include alI associated operations at any station $1,500,00 42 The complete repair, installation, and/or replacement of one (1) chain link gate at any pump station $990.00 43 The repair of alarm systems and sensors at one station. Note: the Contractor may subcontract this work out upon the written approval of the City Engineer $2,000.00 44 The complete repair, installation, and/or replacement of one (1) pump station metal walkable grating including grating servicing Riverview Pump Station located at outfall structure at NW 13 Avenue and Miami River $7,400.00 45 The repair of one (1) wall and/or one (1) roof hatch at any pump station $2,400.00 46 The repair of one (1) built-in ladder at any pump station $3,900.00 47 The repair of one (1) catwalk at any station including labor, materials and building permits to perform the task. $17 900 00 48 The repair of one (1) roof leak. $3,000.00 49 The complete painting of the exterior and interior of one (1) pump station building including but not limited to fuel, water and electrical conducts/fittings/pipings, floors, and re -painting of "no trespassing" signs. $6,000.00 50 The replacement of one (1) fuse at any pump station $250.00 51 The replacement of one (1) three-phase monitor at any pump station. $900,00 52 The setting and adjustment of one (1) float switch system at any station. $0.00 53 The replacement of one (1) float switch at any pump station. $700.00 54 The complete replacement of one (1) float switch system at any station. $700.00 5S The complete replacement of one (1) hurricane proof double entrance door including building permits at any pump station $6,500,00 56 The complete replacement of one (1) hurricane proof entrance single door including building permits at any pump station e4 500 00 57 The complete replacement of one (1) hurricane proof roll -up door including building permits at any pump station $7,900.00' 58 The replacement of one (1) circuit breaker at any pump station $7,900.00 59 The replacement of one (1) alternator at any pump station $3,500.00' 60 The replacement of one (1) 120V/240V transformer at any pump station $13,900.00 61 The replacement of one (1) 480V/240V transformer at any pump station $13,900.00 62 The station complete replacement of one (1) automatic bubbler control system at any pump $3,500.00 63 The replacement of a gasket for one (1) pump at any pump station $1,200.00, Additivc Items • !oft- 0122 Stormwater Pump Station Maintenance Contract Unscheduled Service and Repair At then notion (If the Laity. tl1' following items ore to be used oniy if necessary to n1Jintsrn) a ionipletel working pump station. Cost is to b included as part of a work order issued by the City fur the complete repair. partial repair or replacenitent of an existing part or the installation of new part or equipment. v Not to Exceed Cost of Item 64 The complete replacement of one (1) Electrical Transformer (30-1,500 kVA) and Phase Contactor at any pump station $55,000,00 65 The complete replacement of one (1) CO2 Fire protection system including but not limited to instrumentation, mechanical and electrical components, control panels, batteries, and carbon dioxide cylinders $35,000.00 66 The replacement of one (1) UPS (Uninterruptible Power Supply) for control panel at any pump station $12,000.00 67 The replacement of one (1) Surge Protective Device (SPD) at any pump station $12,000.00 68 The complete installation and/or replacement of one (1) crane winch at any pump station $3,000.00 69 The complete replacement of one (1) transducer at any pump station $2,500.00 70 The complete replacement of one (1) discharge manifold at any pump station _ $3,000.00 71 The replacement of one (1) relay at any pump station. $1,400.00 72 The replacement of one (1) delay at any pump station. $1,400.00 73 The replacement of weatherstrip seals for one (1) control panel at any pump station. $700.00 74 Perform sanding and painting with epoxy paint to one (1) slide or sluice gate system including frames and rails at any pump station. $3,000A0I 75 Perform sanding and painting with epoxy paint to one (1) bar screen climber system including frames, climber, rails, rakes, handrails and base frames at any pump station. $3,000.00 76 Perform an insulation test to one (1) motor on -site 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 at any pump station. $600.00 77 Perform a vibration test to one (1) pump, one (1) motor, and one (1) angle drive (if applicable) on -site In the presence of a City of Miami representative and submit a written report on the results of each test to the City Engineer al any pump station. $740.00, 78 Perform preventive maintanenace to one (1) FLYGT pump and motor as per manufacture's recomendations including but not limited to tightening screw joints to correct torque, changing oil in the oil housing, sand blasting, replacement of 0-rings, bearings and seals, cleaning and painting the Interior and exterior at any submersible pump station. $12,000.00 73 control Furnish five (5) master keys and sixty-seven (67) pad locks to fit all gates and electrical panels at all stations. $2 010,00 Additive Items 1 Unscheduled Repairs Activity Unit Cost 80 Emergency Crew (hourly rate per crew to operate/troubleshoot): For furnishing all labor, equipment, and materials necessary to provide a full crew to operate and provide twenty-four (24) 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, including working after hours (after 6:00 p.m. and before 7:00 a.m.) Saturdays, Sundays or Holidays. This is not related to the everyday full crew which shall consist of one "on -duty" Supervisor for all pump stations and a minimum of three (3) skillled laborers for all pump stations. $550.00 81 Temporary generator connect/disconnect at any station 82 50 ton Crane service for including flatbed truck at any pump station $1,500.00 $1,500.00 83 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 ail mechanical tolerances, assemble paint & run test. $3,500.00 84. 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) $3, 500,00 85 Disassemble one (1) centrifugal or propeller submersible pump in shop, inspect al! parts, check mechanical tolerances, provide written report, work- $3,500.00 scope & price quote 86 Chain Link Fence repair at any pump station including mobilization/and permit cost $3,900.00 87 Field service personnel to remove one clutch, bring to shop, inspect all parts, provide complete report and price quote for repair $1,200.00 88 The complete repair of one (1) hose bib assembly at any pump station $600.00 89 The complete repair of one (1) hurricane proof double entrance door including building permits at any pump station $3,500.00 90 The complete repair of one (1) hurricane proof entrance single door including building permits at any pump station $3,200.00 91 The complete repair of one (1) hurricane proof roll -up door including building permits at any pump station $6,800.00 92 The replacement of one (1) cathodic protection system (Zinc anodes) per $1 800.00 pump at any station 93 The complete repair, installation, and/or replacement of one (1) access floor hatch door at any pump station $2,800.00 94 The complete repair, installation, and/or replacement of one (1) roof exhaust fan at any pump station $2,500.00 Additive Items Unscheduled Repairs Activity Unit Cost 95 The complete repair, installation, and/or replacement of one (1) wall exhaust fan at any pump station $3 500 00 96 The complete repair, installation, and/or replacement of one (1) pump guide railing system at any submersible pump station $2 000.00 97 The complete repair, installation, and/or replacement of one (1) 6' camlock emergency pumpout at any submersible pump station $500.00 98 The replacement of one (1) Flygt pump monitoring and status control system at any submersible pump station $38 000 00 99 The complete repair of one (1) control panel including all instrumentation, mechanical and electrical components at any pump station $19,000.00 i00 The complete repair, installation, and/or replacement of one (1) main switch at any pump station $38 000 00 101 The complete repair of one (1) automatic bubbler control system at any pump station $28 000 00 102 The complete repair of one (1) Electrical Transformer (30-1,500 kVA) and Phase Contactor at any pump station $48,000.00 The complete repair of one (1) CO2 Fire protection system including but not 103 limited to instrumentation, mechanical and electrical components, control panels and carbon dioxide cylinders $25,000.00 104 The complete repair of one (1) discharge manifold at any pump station $3,000.00 105 The complete repair of one (1) crane winch at any pump station $1,000.00 106 Miscellaneous repairs not included in this list of items and at the discression of the City Engineer. $1 000.00 107 The complete replacement of an existing ATS includeing labor, material and programming per load requirements per specification and manufacturer recommendations, $40,000.00 108 The complete replacement of one (1) control panel including all instrumentation, mechanical and electrical components at any pump station $40,000.00 z-v 4,n�• i Orange Bowl Pump Station at 1775 NW 7 Street I Cpfi-'ilt..-74...'+r. $34,100.00 109 The complete replacement of one (1) new vertical 100hp, 700 rpm, 480v, 3 Phase Electric Motor including labor, materials, crane, flatbed, permits, delivery and disposal of old equipment. l 110 The refurnishment of one (1) new vertical 100hp, 700 rpm, 480v, 3 Phase Electric Motor including labor, material, permits, delivery and disposal of old equipment. $16,500.00 111 The complete replacement of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $8 700 0© 112 The refurnishment of one (1) vertical 50hp, 840 rpm, 480v, 3 Phase Electric Motor $5 goo 00 Additive Ftems Unscheduled Repairs Activity Unit Cost 113 The complete replacement of one (1) vertical 100hp, 580 rpm, 480v, 3 Phase Electric Motor $35,900.00 114 The refurnishment of one (1) vertical 100hp, 580 rpm, 480v, 3 Phase Electric Motor $g 800.00 115 The complete replacement of one (1) 30"-20,000-gpm FAIRBANKS- MORSE Pump $35 400,00 116 The refurnishment of one (1) 30"-20,000-gpm FAIRBANKS-MORSE Pump $24,800.00 117 The complete replacement of one (1) 24'"-10,000-gpm FAIRBANKS- MORSE Pump $45,000.00 118 The refurnishment of one (1) 24"-10,000-gpm FAIRBANKS-MORSE Pump $24,800.00 119 The complete replacement of one (1) 30"-19,300-gpm FAIRBANKS- MORSE Pump $45,000.00 120 The refurnishment of one (1) 30"-19,300-gpm FAIRBANKS-MORSE Pump $24,800.00 121 The complete replacement of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $50,000,00 122 The complete repair of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $30,000.00 123 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $28,000.00 124 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16,900.00 125 The complete replacement of one (1) slide or sluice gate including but not limited to frame, railing system, thread rod jack screw device. and plates at any pump station $70,000.00 126 The complete repair of one (1) slide or sluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $30,000.00 127 The complete installation and/or replacement of one (1) LIMITORQUE Control System at any pump station $30,000.00 128 The complete repair of one (1) LIMITORQUE Control System at any pump station $9 300.00 129 One (1) Aluminum Drainage Flap Gate for outfall located at Lawrence Canal $14,000.00 130 Repair or replacement of one (1) Cellunetics Telemetry System $20,000.00 40 Overtown Pump Station at 1515 NW 5oh Avenue ' The complete replacement of one (1) vertical 100hp, 700 rpm, 480v, 3 131 Phase Electric Motor $32,800.00 Additive Items 1 t Unscheduled Repairs Activity Unit Cost 132 The refurnishment of one (1) vertical 100hp, 700 rpm, 480v, 3 Phase Electric Motor $16,000,00 133 The complete replacement of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $17 000,00 134 The refurnishment of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $8 900 DD 135 The complete replacement of one (1) vertical 30hp, 1175rpm, 480v, 3 Phase Electric Motor $15,000.00 136 The refurnishment of ane (1) vertical 30hp, 1175rpm, 480v, 3 Phase Electric Motor $7,500.00 137 The complete replacement of one (1) 30"-20,000-gpm FAIRBANKS- MORSE Pump $34,400.00 138 The refurnishment of ane (1) 30"-20,000-gpm FAIRBANKS-MORSE Pump $24,800.00 139 The complete replacement of one (1) 24"-15,000-gpm FAIRBANKS- MORSE Pump $34,400.00 140 The refurnishment of one (1) 24"-15,000-gpm FAIRBANKS-MORSE Pump $24,800,00 141 The complete replacement of one (1) 16"-5,000-gpm CASCADE Pump $29,900.00 142 The refurnishment of one (1) 16"-5,000-gpm CASCADE Pump $19,400.00 143 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $28ODO 00 144 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16 900 00 145 The complete replacement of one (1) slide/sluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $70,000.00 146 The complete repair of one (1) slide/sluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $30,000.00 147 The complete installation and/or replacement of one (1) LIMITORQUE Control System at any pump station $30,000.00 148 The complete repair of one (1) LIMITORQUE Control System at any pump station $9,300.00 - 7-" Riverview Pump Station at 1301 NW 6h Street 3` fi `= } rv� 149 The complete replacement of one (1) horizontal US ELECTRIC MOTOR, 480v, 400hp, 580 rpm, 3 Phase Electric Motor $40 000 00 150 The refurnishment of one (1) horizontal US ELECTRIC MOTOR, 480v, 400hp, 580 rpm, 3 Phase Electric Motor $16 000,00 151 The complete replacement of one (1) vertical US ELECTRIC MOTOR, 480v, 500hp, 588 rpm, 3 Phase Electric Motor $49©00,00 152 The refurnishment of one (1) vertical US ELECTRIC MOTOR, 480v, 500hp, 588 rpm, 3 Phase Electric Motor $19 000.00 153 The complete replacement of ane (1) vertical 60hp, 1170rpm, 404TP, 480v, 3 Phase Electric Motor $10,500,00 154 y The refurnishment of one (1) vertical 6ahp, 1170rpm, 404TP, 480v, 3 Phase Electric Motor $6,9UD.U0 1 Additive kerns Unscheduled Repairs Activity Unit Cost 155 The complete replacement of one (1) 36"- 35,000-gpm FAIRBANKS $69,000.00 MORSE, 2 Stage Pump 1 S6 The refurnishment of one (1) 36"- 35,000-gpm FAIRBANKS-MORSE, 2 $29,000,00 Stage Pump 157 The complete replacement of one (1) 36"- 35,000-gpm FAIRBANKS- $35,500.00 NIJHUIS, 2 Stage Pump 158 The refurnishment of one (1) 36"- 35,000-gpm FAIRBANKS-NIJHUIS, 2 $24,8fl0.00 Stage Pump 159 The complete replacement of one (1) 16"-5,000-gpm CENTURY model "S" $29 oaa.00 Surnp Pump 160 Therefurnishment of one (1) 16"-5,000-gpm CENTURY model "S" Sump Pump$16 000 00 I 161 The complete replacement of one (1) AMARILLO Right Angle Gear Drive $60,000.00 162 The refurnishment of one (1) AMARILLO Right Angle Gear Drive $32,000.00 163 The complete replacement of one (1) FAIRBANKS-MORSE Gear Reducer $60,000,00 164 The refurnishment of one (1) FAIRBANKS-MORSE Gear Reducer $321,fl00.00 The complete replacement of one (1) INFILCO Automatic Bar Screen 165 Climber and associated components including but not limited to control $50,000.0fl systems and motor drives I The complete repair of one (1) INFILCO Automatic Bar Screen Climber and 166 associated components including but not limited to control systems and 530,000.00 motor drives i 76.E The complete replacement of one (1) Aluminum bar grate screen at any $28,OJ0 00 station. 968 _pump The complete repair of one (1) Aluminum bar grate screen at any pump $16,rJ04.40 station. The complete replacement of one (1) slide/sluice gate including but not 169 limited to frame, railing system, thread rod jack screw device, and plates at $74,000.00 any pump station The complete repair of one (1) slide/sluice gate including but not limited to 170 frame, railing system, thread rod jack screw device, and plates at any pump $30,400.00 station 171 The complete replacement of one (1) LIMITORQUE Control System at any $30 000.00 pump station 172 The complete repair of one (1) LUMITORQUE Control System at any pump $9 304.00 Station 173 Repair or replacement of one (1) Cellunetics Telemetry System $20,000.00 ty Lawrence Purnp Station at 342 SW 7 Avenue } 174 The complete replacement of one (1) vertical US ELECTRIC MOTOR, 480v, 200hp, 590 rpm, 3 Phase Electric Motor $36,000.00 175 The refurnishment of one (1) vertical US ELECTRIC MOTOR, 480v, 200hp, 590 rpm, 3 Phase Electric Motor $16,500.00 176 The complete replacement of one (1) vertical 100hp, 880rpm, 480v, 3 Phase Electric Motor $34,100.00 177 The refurnishment of one (1) vertical 100hp, 880rpm, 480v, 3 Phase Electric Motor $16,500,00 178 1 The complete replacement of one (1) vertical 40hp, 1170rpm, 480v, 3 Phase Electric Motor $8 g00 00 Additive Items Unscheduled Repairs Activity Unit Cost 179 The refurnishment of one (1) vertical 40hp, 1170rpm, 480v, 3 Phase Electric Motor $5,100.00 180 The complete replacement of one (1) 30"- 20,000-gpm FAIRBANKS- NIJHUIS, 580 rpm, 2 Stage Pump $35,400.00 181 The refurnishment clone (1) 30"- 20,000-gpm FAIRBANKS-NIJHUIS, 580 rpm, 2 Stage Pump $g 800.00 1 182 The complete replacement of one (1) 24" 15,000-gpm CASCADE pump $29,100.00 183 The refurnishment of one (1) 24" 15,000-gpm CASCADE pump $16,300.00 184 The complete replacement of one (1) 16"-5,000-gpm ALLIS CHAMBER pump $29 000.00 185 The refurnishment of one (1) 16"-5,000-gpm ALLIS CHAMBER pump $16,300.00 180 The complete replacement of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $50,000,00 187 The complete repair of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $30,000.00 188 The complete replacement of one (1) Aluminum bar grate screen at any dump station. $28 000.00 189 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16,900.00 190 The complete replacement of one (1) 40-inch width slide/sluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $70,000.00 191 The complete repair of one (1) 40-inch width slide/sluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $30,000,00 192 The complete replacement of one (1) 100-inch width slide/sluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $90,000.00 193 The complete repair of one (1) 100-inch width slidelsluice gate including but not limited to frame, railing system, thread rod jack screw device, and plates at any pump station $40,000.00 _ 194 The complete replacement of one (1) LIMITORQUE Control System at any pump station $7 000 00 195 The complete repair of one (1) LIMITORQUE Control System at any pump station $5 900 00 196 The complete replacement of one (1) Conveyor with Control System $70,000.00 197 The complete repair of one (1) Conveyor with Control System $70,000.00 198 Repair or replacement of one (1) Cellunetics Telemetry System $22,000.00 ,r rnr� h ;� r R� ,4 Y:. it �" 199 �, j West End Pump Station No. 1 at 6311 SW 6' Street " = West End Pump Station No. 2 at 6321 SW 2"d Street '- West End Pump Station No. 3 at 6450 Tamiami Canal Road -, - West End Pump Station No. 4 at 6250 Tamiaml Canal Road r- • _ _ .. -. The replacement of one (1) FLYGT, 6732 gpm, 85 hp Submersible Pump and Motor $34,100A0 200 The refurnishment of one (1) FLYGT, 5732 gpm, 85 hp Submersible Pump anc Motor $15880.a0 _ 201 The replacement of one (1) FLYGT, 8976 gpm, 98 90 hp Submersible Pump and Motor $36,000.00 Additive Items Unscheduled Repairs Activity I. 1 Unit Cost 202 The refurnishment of one (1) FLYGT, 8976 gpm, 98 90 hp Submersible Pump and Motor $16,880.00 203 The replacement of one (1) FLYGT, 5984 gpm, 34 hp Submersible Pump and Motor $28 600.00 204 The refurnishment of one (1) FLYGT, 5984 gpm, 34 hp Submersible Pump and Motor $12,400.00 205 The replacement of one (1) FLYGT, 8078 gpm, 60 hp Submersible Pump and Motor $32,900.00 246 The refurnishment of one (1) FLYGT, 8078 gpm, 60 hp Submersible Pump and Motor $12,400.00 207 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $28,000.00 208 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16,900.00 • z*kt{ 41.,• Anionio Mace° Pump Station at 5151 NW 7th Street , 4.- ;s The replacement of one (1) FLYGT, 3366 gpm, 25 hp Submersible Pump and Motor $27,800,00 209 210 The refurnishment of one (1) FLYGT, 3366 gpm, 25 hp Submersible Pump and Motor $12,400.00 2'I 1 The complete replacement of one (1) Aluminum bar grate screen at any Dump station. $28 DOD.00 212 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16,900.00 - 4107 ,..;. i..;-. :5 .r_..3 Belle Meade Pump Station at 7747 NE 8th Avenue ` -�,> R4` -ass tea7' 213 The replacement of one (1) EBARA 145 hp submersible propeller pump and motor $38,900.00 214 The refurnishment of one (1) EBARA 145 hp submersible propeller pump and motor $11,200.00 215 The replacement of one (1) EBARA 40 hp submersible propeller pump and motor $28,000.00 216 The refurnishment of one (1) EBARA 40 hp submersible propeller pump and motor $11,200.00 217 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $28 000 DD 213 The complete repair of one (1) Aluminum bar grate screen at any pump station. , $16,900.00 sfx{fit el. ee r > ' t �. �4 "` r.` `-"y`'+'' Brickell Avenue Pump Station �= .,,. 219 The replacement of one (1) FLYGT, 9119 gpm, 90 hp Submersible Pump and motor $38,900,00 220 The refurnishment of one (1) FLYGT, 9119 gpm, 90 hp Submersible Pump and motor $11,200.00 221 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $28 000.00 222 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16,900.00 �r San Marco island Pump Station a} q�,"- 223 The replacement of one (1) FLYGT, 6835 gpm, 44 hp submersible propeller ump and motor $32,000.00 224 The refurnishment of one (1) FLYGT, 6835 gpm, 44 hp submersible propeller pump and motor _ $11,200.00 Additive !tams Unscheduled Repairs Activity Unit Cost r 225 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $28,000 00 226 The complete repair of one (1) Aluminum bar grate screen at any pump station. $16 900 00 2;; Mary Brickell Village Pump Station' ''7c> ` �:f. .-',.� . 22l The replacement of one (1) FLYGT, 14362 gpm, 130 hp Submersible Pump and motor $58,000.00 228 The refurnishrnent of one one (1) FLYGT, 14362 gpm, 130 hp Submersible Pump and motor $21,900.00 22g The complete replacement of one (1) Aluminum bar grate screen at any •ump station. $28 000 00 230 The complete repair of one (1) Aluminum bar grate screen at any pump statron. $16 900 00 , 0.14; et( 1141;,441,,, ADDENDUM NO. 1 September 29, 2017 REQUEST FOR PROPOSALS NO.: 763388 S T ORMW1A ' R PUMP STATION !MAINTENANCE ,AND REPAIR, M-,O122 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, andlor deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Stormwater Pump Station Maintenance and Repair, M-0122 — RFP No.: 763388 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. Attachment C — Price Proposal worksheet has been revised and replaced in Oracle. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. 4/zzx -‘2e/f-e Annie Perez, CPPO, Director of Procurement c: RFP File BID BOND Bond No; n/a CONTRACTOR: (Name, legal status and address) CONDO ELECTRIC INDUSTRIAL SUPPLY, INC. 3746 EAST 10 CT HIALEAH, FL 33013 OWNER: (Name, legal slaws and address) City of Miami 444 SW 2nd Ave Ste 64 Miami, FL 33130 PROJECT; (Name, lacalia,T or address, and Project number, if any) SURETY: Hartford Fire Insurance Company (Name, legal slants and principal place of business) One Hartford Plaza Hartford, CT 06155 BOND AMOUNT: Five Wrcait of arrx tt of bid 570 anarit of bid Request For proposals for Stonnwater pump Station Maintenance and Repair Ivf-0122 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, admit;istrators, successors and assigns, jointly and severally, as provided herein, The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction ofthe Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to the American Institute of Architects Document A3I0, 2010 edition POWER OF ATTCRNFX Direct Inquiries/Claims Co: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford. Connecticut 06155 Bond.Claitn sethehartford. cony call. 888.266.3408 or fax 860-757.5835 Agency Name: BROWN & BROWN OF FLORIDA INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-221533 1-7 Hartford Fire Insurance Company, a eorpuration duty organized older the Ian's ofihe Stale of Connecticut fx x Hartford Casualty Insurance Company, n corporation duly urgaaized under the laws of the State or Indiana Hartford Accident and Indemnity Company, a corporation du!y organized under the laws of the State of Connecticut Hartford Underwriters Ins urance Company, a corporation duty organized under did lane of the Slate of Conneclicul Twin City Fire Insurance Company, a corporation duly organized under the Saws er be Stale of Indiana Hartford lnsurance Company or Illinois, a corporation duly organized titter the lam oriflc State of Illinois ) Hartford Insurance Company of the Midwest, a corporation duty organized tinder the laws oldie State of Indiana Hartford lnsure nee Company of the Southeast, n enlllorntiun duly Organized under the taws ol'ihe State of Florida having their home office in Hartford, Conneclicul. (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of un1 smi led a Fausto Alvarez, Ramon A. Rodriguez, David Aaron French, i•Iayra Podrig.lez oe MIAMI LAKES, Florida their true and lawful Attorneys) -in -Fact, each in (heir separate capacity if more than one is named above, to sign its name as surety{ies) only as delineated above by El, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pe.rmitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant la Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. John (dray. Assistant secretary COUNTY OF HARTFORD On this i l th day of January, 2016, before me Personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say that ho resides it the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals, that they were so affixed by authority of the Boards of Directors of said corporations and thal he signed his name thereto by like authority Hartford rs.6 I977,4f .'tit:_,�� M. Ross Fisher, Senior Vice President STATE OF CONNECTICUT 1 CERTIFICATE Nora M. Strvrka Notary Public NIA• Cnrwuicsiun E' pins t\larch 31. 2018 I, the undersigned, Assistant Vice President of the Companies, DO HCREf6Y CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of Septeitr r 12, 2017 Signed and sealed at the City of Hartford. a.',„ r'•er Yam. „:„ e.: I, --Kevin Heckman, Assistant Vice President 1201 dar of, Sept.:1111,er Si2.ned and sealed thk 2017 CONDO ELECTRIC INDUSTRIAL SUPPLY, INC. r• ( 1 r . , . iTrincipo ) Vj,......._ • . _,...-1,,, . .----., , -_.„_•-- il ,..- ,il,. &: 4 (ikowss) .),- ..4 7- -----;.22":P.. .... (7.ith.-) 9 ' • A 11 I • 113ororcl Fire Insurance Compnily (Tide) R.AMON A RODRIGUEZ. AT-FY-EN-FACT & FL RES AGENT The Company executing this botid vouches that this (14:wo men' conforms to the American Institute of Arch i t(tcts Doco in ern A31 0, 2010 edition ADVANTAGE INTERNATIONAL REGISTRAR ISO 9001 :2008 CERTIFICATE OF REGISTR.AT1ON This is to certify that CONDO ELE II Pd1C q 3615E.10Ct -Hialeah, leah, FL 33013 USA has successfully been assessed and found to conform with the ISO 90O1:2O00 quality rna.n lglernent system standard. The scope of this registration includes: Repair of electric motors, pumps, and other related equipment Date of Registration: August 29, 2015 Date of Expiration: August 28, 2018 Date issued/revised : July 31, 2015 (Registered Since Aiignst 29. 2012) Certificate PIr, A-733 Pf1//' Steve Barfoot, President Acivafitage International Registrar. lire 132C INoodntanor Drive, Rateioh, North Caro ina 2761er USA .S0.11 .41,!5 ..... .. —:. i- _..—.,._.—fnl r_ C. 1= E C. I r E L] 1 =OM 7177%fr:-.P.'145P,:7;"..Tir-.1.04-0';,,,,aithal,, • -.Z.15,1411,17,Malr..1-1.2.T.,71-11E-T,74EV-vw'w17,ker' •- t:1 .:, p....41:4. *e: ) " *, 114L. 4v17.7. i'VL‘or.Ljr:+ 5 Vey 1 rir 1.14 1'1 • .1.,7 X.,64=-:-.114‘;er J.:: • ,.,$ L-17r. ,177. ria ,., ..rir 'ar, -;7 ...,, ,-.. , „. — ...., gt , • i •:. It to . _ ' , (ii0/5, , . 4-r="a?, '-'' '1 4.-". ct..? -.iq'-/-yr.." 5:, ,'"--i' i t i if '.i'' e''-'11 4- -?' /1.'14 ...; 1..... ,i k'V P...,-1 4., (3, . .,•; :::, ,,.1 I, A !?,. vi, ; yy ....i.„, 41,,,., /....,6-+ ..,;,,,,,,,,4 , .....1,,, ‘,. . ye' '..i or .,....,- 4.,,,, .4....... ..1'... sL: :-..... -....14 ?:,.,' q-7' \ !`070='•.0..,, ci 4.; .°---' ,,-,• /51,,c' , T isri -, , g."1.. r:.! .0./-4 ,',.! P' 14, .f,f ,,,'„7 ia ,,.•z• o. Zf :, -, ..' L. il •-,t•"" 'IL--/ :a• , gir 2-1 la e a PE, f, a a is anActive rivienther of the )1ssociation and, as such, is entitled to air the tfits and privif:eges pertaining thereto for the current membership year. (14 -.417 (1 V This Certificate Expires illarch 31, 2018 MEMBER Ira [..t2M21. President & CEO 7151170,701^el'Er The Flectro.Mechanical Authority hylMFL).9flimiPIAFF-GFZEZ2IML*0',7::TEMILTerif:474; ..4 11, 14 JJ[EDPA47T=P,51Tilif (0,[t_FirREACIA PIPCISR:kM, _ . . FOR NG SU CCESSFULL'r THE PP.ESCili BED STANDARDS SET FORTH Y E- SUPPLIER C. OUTEACH PROGRAM OF THE SCHOOL. BOARD OF aRaIVARD COU FLOTUDA FOR • •'..s:c Q:7 d jt"-, 2 2.ti1 SIVLFOT-3) I .77 r Ji•=111-.31ry2,‘.17.-11•ii ON TEIS DAY • t= e r41-17, ./n [1.4 71 ,ro art PferoartniYent of State certify Null the rocortls of this office that CONDO ELECTRIC MOTOR REPAIR CORP, is a corporation organized under the Taws or the state ul' Florida. filed on April I, 1985. The document number ol'this corporation is H49S43, 1 further certify that said corporation has paid ail lees clue this office through December 31. 2017, that its most recent annual reporr!unitonn business report was filed on January 9, 20i 7, and that its status is active. 1 further certify that said corporx.ion has nol tiled Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Ninth day of Janual r, 2017 4,'`'4— Sec;"etar'`y f St 2 e l ritrking Number: CC'264121588 I To nothentieute this eerrIl eate.%isit the Following cite.enter this number. mid then follow the instructions tli1ltloyetl. I1Itps:1:5ersices.smthrLor'4Tilini4s Certitirote(?Itit;uos C'eriillenteAuthentieatton Ty from tho rorcls of rl s off if:21:11EL' CONID 0 EL EC. 1.1,11 C I ND U T1J AL 1_1PPLY, 11\1C. is a corpoi-;.F.:'d organi2nd the Si:de of Florida, N led on Febrt.r'sy 21, '1984. The documr numba. of this corpora an G815631. f uitt jai ceitiTy 2:12.d (7,0171301-2!:i 01-1 11E:5 pd dd 1 clue this off ce throui.Th Deo:a-it:sr 3-1 2017, th rnt rece: -aloud raport/uni•rOirn viL'..7.5f sc..' on '10, 2017, E17;CI thel s.z; f c-,::irpor8ii:i DO;', f 112d III CI 63 Crif 1-1)! 7,1SU! 011. Given under my hand and the Great Seal of the State of F I oi.i da at Tall ahasssa, the Capital, this the Tenth day of January, 20'17 /T) A I Tracle.ing ilurnbc : C:C42/7500756 1 To atriti€71i1caia INF; cot' t 11-1:€•rollowil )g Fi tz-r this nurnbei., i'ollow tits in2tructiowl• InpS: ihru r 1.7A 7..Gr • 7 t. 1."—% ; CONDO ELECTRIC I •1 1110 1.-41.;11111t-4, ly• .1 1'1+1'10)41 11 /24/2015 11/24/2017 ;• I 1;1i 11 I Cl 77A; e: t 11,4 .1 LI,.1 A' -1i,JL:01..'•114.11.4 .1.7, 7", •i, ' • 1,60 • I I. JZ-1),..0 • 'S5.1.1•01",; I0A.E. • .7o.'0.,,,.M.,(3,do 0 .1 • <.) • re ! 7,1 1.: :I..? November 24, 2015 r State or Florida Business Certification November 24, 2017 Florida Deportment of Management Services Torey Alston, Executive Director Office of supplier Diversity 1Yrt -If 15i I F.:1,1,3110Jc i t, 1:1 S-.5( 1.-Pq73 I" 5 I. ariUNE CEP TIFICAT)OtIS Din FGTOR Y PTKQ. E351119 Motors and Generators, Rebuilt for Use in Hazardous Locations pane Bottom Motors and Generators, Rebuilt for Use in Hazardous Locations Ste General information for Motors and Generators, Rebuilt for tLse In tiaiardous Locations CONDO ELECTRIC MOTOR REPAIR 3615 E LOTH CT FIIALEAIi, FL 33013 USA Last Updated on 2012-03-O2 E351119 Questions' Print this p?q5 Terms c r Use pane Too O 2012 UL LLC When the UL Lear Mark Is on the product, or when the word "Environment" i5 Included In the UL Mark, please search the UL Environment datdhas. for additional inrormatian regarding this product's certification. Thn appearance of a company's nar.:e or product in this database does not In itself ass -.ire that products so identified have been manufactured under Li-'s Fallow -Up Service, Only those products bearlrg the UL Mark should t:e crnsidered to be Listed and covered under UL's Follow -Up Service. Always look for the filar'.: on the product. U_ permits the reproduction of the material contained in the Online Certification Director/ subject to the following conditions: 1, The Guide Irformetian, Designs and/or Listings (flies) must be presorted in their entirety and Ina non -misreading manner, without any manipulation of the data (or drawings). 2. The statement "Reprinted from the Online Certifications Directory with permission from UL" must appear ad.acent to the extracted r. ate: ial. 1n 31ditian, the reprinted material must include a copyright notice in the fallowing format: "•7 2012 UL LLC'. I!It}:f .I 4( lil.l; 11i.r,'}i;1" i•l ii'\ iT\'i(C!i'It.},tf�'1_i,`,;I �, I.f! I'F: 11{�^ :� .1t ),IIIlI �rllrr�=r' �w 11^rlrr "r CITY OF MIAM.I LOCAL OFFICE CERTIFICATION (City Code. Chaplet IS, Article W. Section I S-73) SrJlicil;tti)n Tppc and Number: Solicitation Titic: N/A (i.e. IFQ/IFBIRIP• rrQ'RFL1 No. 123456) (Bidder/Proposer) hereby certifies compliance with the Loco/ (Via, rccluirwlrcll's stated under Chapter 1 S?Article III. Section 15-73, of the Code of the City of Miami. Florida, as Rifle -Wed. Loco/ office ocean:; a business within the ciry 1<<Ilit:h meet; all of (hu following criteria: 11) 1-133 /foil a staffed and fixed office or dslribetion point, operatimi lvitliin :1 permanent structure with it verifiable street address that is located evithin the corporate limits of the city, for a minimum aF twelve (1_7) mein 115 immediately preeei.iliy, (he date bids or proposals were received for the purchase or contract aI issue, C?r purposes (1f this see:'ion, "staffed" shall mean veriadbl., Call-rhI1C, on -site ctl',pIoyilreill al the local office Illy a minil'ln111 of fur (41)) ilrpl;'a per :alenda1' '.l-ael(, whether as n duly 3Ctilwri3ed employee, officer, principal er weal?I' or the focal business; :I pis( office hob sll[lll aal be S'Jlticicni lu constintle a lal:al tiftiee within the city (2) IC the business is focaled IIl ell: permanent structure pursuant to a lease, such lease 111115t be.. in writin,, Cur a leli l of nn less than Iitielve (13) months, been in effect fir no less than the twelve 1121 mouths immediately preceding the date bid:; or proposals were received, and br avtlila'ale for review and approval by the chief procurement officer or 113 designee) for recently-tsecuied leases that have Leal in effect for any period Tess than die twelve (12) months iilimeclia:ely preceding the dale bids or proposals were received, a prior fully -executed least within the Corp?Orate limits of the tits' Mal documents, In writing, continuous business residence within the corporate limits of the city for a term cf no less than the rwelve (I2) months II11InediaieIy preceding the elate bid or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available Cur review and approval by the chief procurement officer or its designee; further requiring t11a1 historical, cleared rent checks or oilier rent payment documentation in writinw thal documents local office tenancy shall be available fur re'. iew and approval by the chief procurement officer or its des ignee; 13) f las had, for a minimum of twelve (12) months iuiln' di:dely preceding the date bids or proposals were received for the purchase or contract at issue, a rurreut business 1a.0 receipt issued by both the city and Miami - Dade. Comity, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately precediii the date bids or proposals were received for tlic purchase or ct.'tllract at issue, any license 01' CL'rtl licrne of competency and certificate of use required by either the cily or f:fianll-Dade County [brit authorizes the perfurntance of said business operariotls: and I?) Has certified in turtling its ctitnlrltanrc utll ell,: f,,reyoin:.It the tout nl'sta>nnllinre its ..1)id or pralo,l3al t(' be .1: i:''I•_ tilt con.:ider:rtion miller this soclin::; pal. vith...l. I:_ ,. el• i, alert the lI^,u, r•„ofo 'NON eauprl tro_ Ll,ll'Ciil','.'al:It l:5 it I;1 support id' lid. focal lki ie coo.' hiorre by the hli: Mess applicant still:4l641111g a (lid ul' I}1'IIt1U:'i II. 1 r� r:':I ,'ir;• *r 3I i"h _ i:d6 :.t;, s ir,t.Pi,a: Vn PLEASE PROVIDE...HI : FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, (Llll- Ilim , on -site employ-mem at the local office YES NO for a minimum of forty (40) hours per calendar week? 1C fielder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer YES I I NO D N/A enclosed a copy or the lease? City of Miami: YES [ ] NO ' Excrnpr Cite Exemption: Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by thej Miami -Dade County: NO L 1 Exempt Exempt Clty of Miami and iMiaiiii-Dacle County? T-, - Cite Exemption: Has Bidder/Proposer enclosed a copy of the license., certificate of competency and certificate of use that authorizes the Y YES NO performance of Bicldcr/PI•oposer's business; operations? Bidder/Proposcr's signature below certifies compliance with the Local CJ jice requirements stated under Chapter 181Articte Ell, Section 18-73, of the Code of the City of Miami, Florida, as amended, Print Name (Bicldei/Proposer Authorized Representative) Sii_mature ='?f;;I C"i.r• Ili.ldtV.3' Cffic_[ :I,1'ae or, ;r",1_iyt3 Date STATE OF FLORIDA COUNTY OF Ceitiiieti to and subscribed before me this day of . 20 by (NOTARY SEAL) {Si121attwt'e f Notary Public -State of Florida) (Name o1 Notary TvILcl. Printed. or Stamped) Personally [tn1 \\'n OR Procluezcl ldenulicaticn Type of'denti fietvion Produced i+l ; _1.0 f:)•..I ': Flo.. _ L: 1 7f211:0ta 3