Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: August 12, 2019 FILE: City Manager FROM: Annie Perez, CPPO, Director \, Department of Procurement r� SUBJECT: Recommendation of Award for Citywide Storm Water Pump Station Repair and Maintenance Services REFERENCES: Request for Proposals ("RFP") No. 1062381 ENCLOSURES: Price Sheet, Survey RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of RFP 1062381 to Condo Electric Motor Repair Corp. ("Condo Electric"), the sole responsive and responsible Proposer, to provide citywide storm water pump station repair and maintenance services for the Department of Public Works. The awarded vendor, contract terms, and amount are shown below. RFP No./Title: RFP 1062381, Citywide Storm Water Pump Station Repair and Maintenance Services Contract Amount: Contract Term: Recommended Vendor: Approximately $1,040,779.00 annually (aggregate of $5,203,895.00 for five (5) years), subject to availability of funds for succeeding fiscal years Initial term for a period of three (3) years, with the option to renew for two (2) additional one (1) year periods Condo Electric Motor Repair Corp., 3615 East 10'h Court, Hialeah, FL 33013 BACKGROUND: On May 3, 2019, Procurement issued RFP No. 1062381, under full and open competition to obtain the services of an experienced and qualified proposer for the provision of storm water pump station repair and maintenance services. On May 30, 2019, one (1) proposal was received. An Evaluation Committee completed the review and evaluation of the sole responsive proposal and determined that Condo Electric was a qualified, responsive, and responsible proposer. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendatio Approved: EmNio T. Gonzalez, Ph.D., City Manager Date: f/z / c: Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Operations Sandra Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Alan M. Dodd, P.E., Director, Public Works Yadissa Calderon, CPPB, Assistant Director PR19226 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City Manager FROM: Annie Perez, CPPO �I Procurement Director` - DATE: July 1, 2019 FILE: SUBJECT: Recommendation to Negotiate a Contract for Storm Pump Station Repair and Maintenance Services REFERENCES: RFP No. 1062381 ENCLOSURES: Bid Security List Committee Score Sheets RECOMMENDATION: Based on the finding below, the Department of Procurement ("Procurement") hereby requests approval to negotiate with the highest ranked, sole responsive and responsible Proposer, Condo Electric Motor Repair, Corp. ("Condo Electric"), to provide storm pump station repair and maintenance services ("Services") for the Department of Resilience and Public Works ("Public Works"). BACKGROUND: On May 3, 2019, Procurement issued Request for Proposals ("RFP") No. 1062381, under full and open competition, on behalf of Public Works, to obtain proposals from experienced, qualified firms to provide the Services. Proposers were required to meet all of the minimum qualification requirements established in the RFP, in order to be deemed qualified to provide the Services. One (1) proposal was received in response to the RFP. Condo Electric were deemed responsive and responsible. A survey was completed to determine why no other proposals were received. One prospective proposer was not in favor of the solicitation terms and decided not to propose. The Evaluation Committee ("Committee") met on June 26, 2019, and has completed the review and evaluation of the proposal, following the guidelines published in the RFP. The final score is as follows: Proposer Score (max. 500) 1 Condo Electric Motor Repair, Corp. 442 The Committee decided not to hold oral presentations. Due diligence was conducted to determine responsibility. There were no performance or compliance issues and no adverse findings related to Condo Electric's responsibility. Prior to negotiations, Procurement will further review the proposal submitted by the recommended Proposer. The following individuals will participate in the negotiations: PR19197 Tahlia Gray, Procurement Analyst, Procurement Juvenal Santana, Deputy Director, Public Works Christopher Bennett, Assistant Director, Public Works Elyrosa Estevez, Professional Engineer III, Public Works CONSENSUS STATEMENT: The Committee recommends Condo Electric for the following primary reasons: (1) their storm pump experience is exceptional; (2) they have a solid operating history working with a number of municipalities in the South Florida area; (3) they have a maintenance facility where they own their equipment and can manufacture parts onsite; and (4) being a local supplier, their responsiveness is always timely. Copies of the score sheets for each Committee member are attached, as well as a composite score sheet. Approved: Emit, . Gonzalez, Ph.D., City Manager Date:7/1--1 c: Joseph F. Napoli, Deputy City Manger Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Infrastructure Sandra Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Alan E. Dodd, P.E., Director, Public Works Juvenal Santana, P.E., CFM, Deputy Director, Public Works Christopher Bennett, Assistant Director, Public Works Yadissa Calderon, CPPB, Assistant Director, Procurement PR19197 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Storm Pump Maintenance and Repair Services BID NUMBER: RFP 1062381 DATE BID OPENED: May 30, 2019 TIME: 2:00 p.m. BIDDER Condo Electric Motor Repair \L./0 ,11,c,../: ij PersonyReceiving Bid(s) , On: (k r',_ ' T Iay's Date BID TOTAL AMOUNT See attached See attached Received (1) bid(s) on behalf: Procurement C t Depaii entt l rr t 1 PREPARED BY: U� t � � )0 /; .! / ; 1 Deputy City Clerk RFP 919382 was re -solicited as RFP 1062381. No terms were changed. From: To: Cc: Subject: Date: Attachments: Howard Mills Gray. Tahlia George Guillen; Juan Hernandez; Janine CaIleid RFP 919382 Storm Sewer Pump Station Repair and Maintenance Services Friday, March 1, 2019 3:32:52 PM image002.pnq imaae003.onq imaoe004.onq CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good afternoon Ms. Gray, In response to your request to determine the barriers to Contractor participation with the above referenced RFP TAW offers the following comment: TAW Miami Service Center, Inc. as well as Tampa Armature Works, Inc. corporate believe that the current RFP requirements set forth by the City of Miami for Storm Sewer Pump Station Repair and Maintenance, as well as subsequent listed contract conditions are inconsistent with what TAW Miami Service Center, Inc. believes to be the industry practice for work of this nature. As a result, TAW Miami Service Center, Inc. decided not to submit a bid in response to this RFP. In addition, due to a company -wide computer issue, we were unable to respond to the RFP on 02/27/2019. However, as always, we appreciate the City of Miami and its work with TAW Miami Service Center, Inc. over the last eight years. Regards, T#►W -� OE.. Howard Mills I Corporate Contract Manager Tampa Armature Works, Inc. 6312 78th Street I Riverview, FL 33578 Tel: 813-621-5661 x1246 I Fax: 813-425-0933 Howard,Mills(atawinc.com I www.tawinc.com Excellence in creating innovative solutions for the supply, control and use of energy Shop Our E-commerce Site shop.tawinc.com Confidentiality Notice: This e-mail transmission and any documents, files or previous e-mail messages attached to it may contain confidential information that is legally privileged. If you are not the intended recipient, or a person responsible for delivering it to the intended recipient, you are hereby notified that any disclosure, copying, distribution or use of any of the information contained in or attached to this transmission is STRICTLY PROHIBITED. If you have received this transmission in error, please immediately notify us by reply e-mail, or by telephone at the direct dial number above and destroy the original transmission and its attachments without reading or saving in any manner. Thank you. TAW® is a registered trademark of Tampa Armature Works, Inc. and Subsidiaries. Gray, Tahlia From: Gray, Tahlia Sent: Monday, August 12, 2019 4:39 PM To: Howard Mills Cc: George Guillen; Juan Hernandez; Janine Calleja Subject: RE: RFP 919382 Storm Sewer Pump Station Repair and Maintenance Services Good afternoon, We issued RFP 1062381 for the subject services, I wanted to be sure that TAW's reason for not responding is still as it was provided for RFP 919382. Please advise. Thank you! Best regards, Tahlia R Gray, MBA Procurement Analyst City of Miami Procurement Department 444 SW 2 Ave, 6th FL Miami, FL 33130 : 305 416-1912 A: 305 400-5019 tgray@miamigov.com Website: http://www.miamigov.com/procurement/ "Serving, Enhancing, and Transforming our Community„ CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. From: Howard Mills [mailto:Howard.Mills@tawinc.com] Sent: Friday, March 1, 2019 3:33 PM To: Gray, Tahlia <tgray@miamigov.com> Cc: George Guillen <George.Guillen@tawinc.com>; Juan Hernandez <Juan.Hernandez@tawinc.com>; Janine Calleja <Janine.Calleja@tawinc.com> Subject: RFP 919382 Storm Sewer Pump Station Repair and Maintenance Services CAUTION: This is an email from an external source. Do not dick links or open attachments unless you recognize the sender and know the content is safe. Good afternoon Ms. Gray, 1 In response to your request to determine the barriers to Contractor participation with the above referenced RFP TAW offers the following comment: TAW Miami Service Center, Inc. as well as Tampa Armature Works, Inc. corporate believe that the current RFP requirements set forth by the City of Miami for Storm Sewer Pump Station Repair and Maintenance, as well as subsequent listed contract conditions are inconsistent with what TAW Miami Service Center, Inc. believes to be the industry practice for work of this nature. As a result, TAW Miami Service Center, Inc. decided not to submit a bid in response to this RFP. In addition, due to a company -wide computer issue, we were unable to respond to the RFP on 02/27/2019. However, as always, we appreciate the City of Miami and its work with TAW Miami Service Center, Inc. over the last eight years. Regards, Howard Mills I Corporate Contract Manager Tampa Armature Works, Inc. 6312 78th Street I Riverview, FL 33578 Tel: 813-621-5661 x1246 I Fax: 813-425-0933 Howard.Millsna tawinc.com I www.tawinc.com Excellence in creating innovative solutions for the supply, control and use of energy Shop Our E-commerce Site shop.tawinc.com Confidentiality Notice: This e-mail transmission and any documents, files or previous e-mail messages attached to it may contain confidential information that is legally privileged. If you are not the intended recipient, or a person responsible for delivering it to the intended recipient, you are hereby notified that any disclosure, copying, distribution or use of any of the information contained in or attached to this transmission is STRICTLY PROHIBITED. If you have received this transmission in error, please immediately notify us by reply e-mail, or by telephone at the direct dial number above and destroy the original transmission and its attachments without reading or saving in any manner. Thank you. TAW® is a registered trademark of Tampa Armature Works, Inc. and Subsidiaries. 2 RFP NO. 1062381 STORMWATER PUMP STATION MAINTENANCE AND REPAIR EVALUATION OF PROPOSALS COMPOSITE CONDO ELECTRIC MOTOR REPAIR, CORP. EVALUATION PROPOSERS CRITERIA Maximum Points Per Member Elyrosa Estevez Lee Wilkins Carlos Castro Carlos Garcia Hermes Diaz Maximum Total Points (5 members) Total Points (5 members) Proposers relevant experience, qualifications, and past performance 30 28 29 27 27 27 150 138 Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this Contract, and experience and qualifications of subcontractors 20 20 15 16 18 18 100 87 Proposer's approach to providing the Services requested in this solicitation 30 29 29 25 27 21 150 131 Proposer's Proposed Price 20 18 20 16 18 14 100 86 TOTAL POINTS 100 95 93 84 90 80 500 442 CHAIRPERSON SIG CHAIR RSON PINT NAME: I 71,11 12 C-1ti 7^y REVIEWED BY SIGNATURE: v6 REVIEWED BY PRINT NAME: 1 Pres f S Yvv DATE: �7(7;/l7 DATE: Li 2 vA 9 7/9/2019 RFP NO. 1062381 STORMWATER PUMP STATION MAINTENANCE AND REPAIR EVALUATION OF PROPOSALS Hermes Diaz, Director, City of Coral Gables EVALUATION PROPOSERS CRITERIA Maximum Points Condo Electric Motor Repair, Corp. Proposer's relevant experience, qualifications, and past performance 30 Z7 Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this Contract, and experience and qualifications of subcontractors 20 1 :QU Proposer's approach to providing the Services requested in this solicitation 301 Proposer's Proposed Price 20 1 cl TOTAL POINTS i,• 100 eC) PRINT NAME: DATE: r)(7//S 6/6/2019 RFP NO. 1062381 STORMWATER PUMP STATION MAINTENANCE AND REPAIR EVALUATION OF PROPOSALS Carlos Garcia, Superintendent, Public Works, City of North Miami EVALUATION PROPOSERS CRITERIA Maximum Points Condo Electric Motor Repair, Corp. Proposers relevant experience, qualifications, and past performance 30 Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this Contract, and experience and qualifications of subcontractors 20 Proposer's approach to providing the Services requested in this solicitation 30 Proposer's Proposed Price 20 1 g TOTAL POINTS 100 -' a PRINT NAME: k_a/fo5 c c DATE: ---„2,C-/7 6/6/2019 RFP NO. 1062381 STORMWATER PUMP STATION MAINTENANCE AND REPAIR EVALUATION OF PROPOSALS Carlos Castro, W&S Operations Manager, Miami Dade County EVALUATION PROPOSERS CRITERIA Maximum Points Condo Electric Motor Repair, Corp. Proposers relevant experience, qualifications, and past performance 30 74 Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this Contract, and experience and qualifications of subcontractors 20 Proposer's approach to providing the Services requested in this solicitation 30 .e>-'6. - Proposers Proposed Price 20 16 TOTAL POINTS 100 4 Cti�>tc> DATE: 6/6/2019 RFP NO. 1062381 STORMWATER PUMP STATION MAINTENANCE AND REPAIR EVALUATION OF PROPOSALS Lee Wilkins, Superintendent, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Condo Electric Motor Repair, Corp. Proposer's relevant experience, qualifications, and past performance 30 261 Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this Contract, and experience and qualifications of subcontractors 20 1� Proposer's approach to providing the Services requested in this solicitation 30 029 Proposer's Proposed Price 20 JQ. TOTAL POINTS 100 9 SIGNATURE: t LI PRINT NAME: Lee (-U/l/.i/i3 DATE: 6/6/2019 RFP NO. 1062381 STORMWATER PUMP STATION MAINTENANCE AND REPAIR EVALUATION OF PROPOSALS Elyrosa Estevez, Engineer, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Condo Electric Motor Repair, Corp. Proposer's relevant experience, qualifications, and past performance 30e, Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this Contract, and experience and qualifications of subcontractors 20 Proposer's approach to providing the Services requested in this solicitation 30 2q Proposer's Proposed Price 20 1 TOTAL POINTS 100 9 5 SIGNATURE: PRINT NAME: DATE: 6/77. 617-0/ - 6/6/2019 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph. D DATE: June 7, 2019 City Manager FROM: Annie Perez, CPPO, Director Procurement Department SUBJECT: Appointment of Evaluation Committee for RFP No. 1062381 — Stormwater Pump Station Maintenance and Repair Services REFERENCES: RFP No. 1062381 The Procurement Department ("Procurement") on behalf of the Department of Resilience and Public Works ("Public Works"), issued Request for Proposals ("RFP") No. 1062381 on May 3, 2019, for Stormwater Pump Station Maintenance and Repair Services. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Evaluation Committee ("Committee") to evaluate and score the proposals. Each of the members of the Committee has the requisite knowledge and experience to evaluate the proposals pursuant to the RFP. Chairperson (non -voting) Tahlia Gray, Procurement Analyst, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) 1. Lee Wilkins, Superintendent, Public Works, COM 2. Elyrosa Estevez, PE, Supervisor, Public Works, COM External Committee Members (voting) 1. Carlos Garcia, Stormwater Coordinator, City of North Miami Public Works Department 2. Carlos Castro, Water and Sewer Operations Manager, Miami Dade County Water and Sewer Department 3. Hermes Diaz, PE, Interim Director and City Engineer, City of Coral Cables Alternate Committee Members 1. Carlos Pau, Superintendent — Heavy Fleet, General Services Administration Department ("GSA"), COM APPROVED: // / / Emilio T./Gonzalez, PhD, City Manager Date AP:tg c: Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, Chief of Operations Sandra Bridgeman, CPA, Assistant City Manager, Chief Financial Officer Rafael Suarez -Rivas, Esq., Senior Assistant City Attorney, City Attorney's Office Alan M. Dodd, P.E., Director, Public Works Juvenal Santana, P.E., C.F.M., Deputy Director, Public Works Yadissa Calderon, CPPB, Assistant Director, Procurement PR19157 9/6/2019 Detail by Entity Name DIVISION OF CORPORATIONS tti.org 1)17E,jJrJ" ; cJ r r r rl Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation CONDO ELECTRIC MOTOR REPAIR CORP. Filing Information Document Number H49843 FEI/EIN Number 59-2500665 Date Filed 04/01/1985 State FL Status ACTIVE Principal Address 3615 E 10TH CT HIALEAH, FL 33013 Changed: 01/30/1998 Mailing Address P 0 BOX 3340 HIALEAH, FL 33013 Changed: 06/22/2009 Registered Agent Name & Address GOMEZ, HECTOR 3615 E. 10TH COURT HIALEAH, FL 33013 Officer/Director Detail Name & Address Title PD GOMEZ, HECTOR 4775 COLLINS AVENUE #1408 MIAMI BEACH, FL 33140 Title VSD GOMEZ, HECTOR J. 11131 NW 60TH CT HIALEAH, FL 33012 Title VD search sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=CONDOELECTR... 1/2 9/6/2019 Detail by Entity Name ESPINOLA, JOSE G 5085 STILLWATER TERRACE COOPER CITY, FL 33330 Annual Reports Report Year Filed Date 2017 01/09/2017 2018 01/08/2018 2019 01/09/2019 Document Images 01/09/2019 — ANNUAL REPORT View image in PDF format 01/08/2018 -- ANNUAL REPORT View image in PDF format 01/09/2017 — ANNUAL REPORT View image in PDF format 01/22/2016 -- ANNUAL REPORT View image in PDF format 01/13/2015 — ANNUAL REPORT View image in PDF format 01/08/2014 — ANNUAL REPORT View image in PDF format 01/16/2013 -- ANNUAL REPORT View image in PDF format 01/04/2012 -- ANNUAL REPORT View image in PDF format 02/16/2011 -- ANNUAL REPORT View image in PDF format 01/12/2010 -- ANNUAL REPORT View image in PDF format 06/22/2009 -- ANNUAL REPORT View image in PDF format 03/17/2008 — ANNUAL REPORT View image in PDF format 03/26/2007 — ANNUAL REPORT View image in PDF format 03/31/2006 — ANNUAL REPORT View image in PDF format 04/26/2005 -- ANNUAL REPORT View image in PDF format 04/07/2004 -- ANNUAL REPORT View image in PDF format 03/31/2003 —ANNUAL REPORT View image in PDF format 03/31/2002 —ANNUAL REPORT View image in PDF format 02/19/2001 — ANNUAL REPORT View image in PDF format 03/02/2000 -- ANNUAL REPORT View image in PDF format 03/31/1999 — ANNUAL REPORT View image in PDF format 01/30/1998 -- ANNUAL REPORT View image in PDF format 05/02/1997 — ANNUAL REPORT View image in PDF format 05/09/1996 -- ANNUAL REPORT View image in PDF format 04/11/1995 -- ANNUAL REPORT View image in PDF format search. su nbiz.org/Inquiry/Corpo ration Search/Search ResultDetai I?i nq ui rytype=E ntityN ame&directionType=1 n iti al&searchN ameOrd er=CONDOE LECTR... 2/2 TABLE OF CONTENT #1 MAY 23, 2019 CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 CONDO ELECTRIC MOTOR REPAIR, CORP. Hector A. Gomez 3615 East 10th Court Hialeah, FL 33013 (305) 691-5400 (305) 691-6564 — Fax condoel@condoelectric.com COVER PAGE City of Miami Title: Request for Proposals for Storm Pump Station Repair and Maintenance Services RFPIt 1062381 FEIN: 592500665 DUE: MAY 30, 2019 SALES & REPAIRS INDUSTRIAL& MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 1 TABLE OF CONTENT # 2 MAY 23, 2019 Assoc\l" CONDO ELECTRIC MOTOR REPAIR 3515 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Table of Contents: 1. COVER PAGE 2. TABLE OF CONTENT 3. EXECUTIVE SUMMARY - CERTIFICATION STATEMENT 4. MINIMUM QUALIFICATION REQUIREMENTS RESUMES - CONTRACTORS LICENSE - BUSINESS TAX - EQUIPMENT LIST - SAMPLE PROJECTS - SUB CONTRACTORS 5. PROPOSER'S RELEVANT EXPERIENCE - QUALIFICATIONS - PAST PERFORMANCE - REFERENCE SUBMITTAL - ATTACHMENT A 6. KEY PERSONNEL PERFORMING SERVICES 7. PROPOSED APPROACH TO PROVIDING SERVICES 8. ATTACHMENT C 9. BID BOND ATTACHED 10. ADDITIONAL CERTIFICATIONS FOR REFERENCE SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 2 TABLE OF CONTENT # 3-1 MAY 23, 2019 CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 1062381 Request for Proposals for Storm Pump Station Repair and Maintenance Services 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 Miami, Dade County, Miami -Dade Water & Sewer, City of Miami Beach, City of Sunrise, City of Homestead, From Key West to Martin County, too numerous to mention. We are very familiar With the City of Miami Stormwater Pump Station Maintenance and Repair as we had The contract for this service for approximately 10 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 Manufactor's correspondence Authorizing Condo Electric to serve as a warranty & repair station for their products. We have experienced, well qualified technicians in our shop that have worked for Condo Electric for many 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, SALES & REPAIRS INDUSTRIAL & fvlARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 3 TABLE OF CONTENT # 3-2 APp CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 MAY 23, 2019 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 Dade County Disadvantage Business Enterprise. We are a Licensed General Contractor with all of our Occupational Licenses up to date. We are a Locally Owned Business as well as a Locally Headquarter Business. We have worked vigorously, for many years, to establish a reputation well deserved, of Fair prices and superior service. We look forward to serving the City of Miami, once again, on this Storm Pump Station Repair and Maintenance Services. Sincerely, Hector A. Gomez President Condo Electric Motor Repair, Corp. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 4 TABLE OF CONTENT #3-3 MAY 23,2019 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: NONE We (I) certify that any and all infonnation contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME• HECTOR A. GOMEZ CONDO ELECTRIC MOTOR REPAIR,CORP. ADDRESS• 3615 EAST 10TH COURT HIALEAH, FLORIDA 33013 PHONE: 305 691-5400 FAX 305 691-6564 EMAILCONDOELa@CONDOELECTRIC.COM CELL(Optional)• SIGNED BY: TITLE: PRESIDENT DATE• 5/23/2019 FAILURE TO COMPLETE, SIGN —AND RETURN THIS FORM SHALL I)ISOUALIFY THIS RESPONSE, Page 2 of 59 PAGE 5 TABLE OF CONTENT # 3-4 MAY 23, 2019 Certifications Legal Name of Firm: CONDO ELECTRIC MOTOR REPAIR, CORP Entity Type: Partnership, Sole Proprietorship, Corporation, etc. CORPORATION Year Established: ESTABLISHED 1952 INCORPORATED APRIL 1, 1985 Office Location: City of Miami, Miami -Dade County, or Other MIAMI-DADE COUNTY Business Tax Receipt/Occupational License Number: LIC. NO. 3361722 RECEIPT NO. 41160 Business Tax Receipt/Occupational License Issuing Agency: MIAMI-DADE COUNTY/STATE OF FLORIDA Business Tar Receipt/Occupational License Expiration Date: SEPT. 30, 2019 Will Subcontractor(s) be used? (Yes or No) YES Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/18). If no addendum/addenda was/were issued, please insert N/A. N/A Proposer has reviewed the attached Sample Professional Services Agreement ("Agreement"). Does Proposer acknowledge that the attached Agreement is an example of the standard Agreement used in conjunction with the provisions of these services, and Proposer will be required to execute an Agreement in substantially the attached form. In addition, Proposer shall acknowledge that certain clauses are non-negotiable. Yes/No YES Page 3 of 59 PAGE 6 TABLE OF CONTENT #3-5 MAY 23, 2019 Line: 1 Description: PROPOSERS SHALL NOT ENTER A UNIT PRICE ON THIS LINE. PROPOSERS SHALL SUBMIT THEIR PRICES UTLIZING ATTACHMENT C - PRICE PROPOSAL, LOCATED UNDER THE HEADER AND ATTACHMENTS SECTION OF THIS SOLICITATION IN THE iSUPPLIER SOURCING SYSTEM. Category: 91381-58 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 4 of 59 PAGE7 TABLE OF CONTENT # 4-1 !Q2 ,CONDO ELECTRIC MOTOR REPAIR w 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 1062381 Request for Proposals for Storrn Pump Station Repair and Maintenance Services MAY 23, 2019 Names Titles Resumes of Employees and Level of Repair Shop Expertise Hector A. Gomez Shop Director President Mr. Gomez has over40 years of exp. Directing Operations at Condo Electric. Jose G. Espinola Director of Supply Mr. Espinola has 34 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 of Experience in motor and pump division of Purchasing. Sergio Tarafa Shop Foreman Mr. Tarafa is one of our shop foreman with Over 27 years of exp. In motor repair and Maintenance. Dayan Carballea Asst. Shop Manager Mr. Carballea has over 14 years experience with Condo Electric. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 8 TABLE OF CONTENT # 4-2 MAY 23, 2019 ,CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Jorge A. Suarez Account Representative Mr. Suarez has over 30 years of exp. As service Coordinator with Condo Electric. Luis Diaz Inside Sales/New Equipment Mr. Diaz has over 25 years of experience with With Condo Electric Industrial Supply. Orlando Gomez Mechanical & Electrical Mr. Gomez has over 20 years of exp. in the Supervisor area of Mechanical and Electrical Supervision. Oscar Diaz Jr. Field Serviceman Mr. Diaz has more than 17 years of exp. In the Area of motor, pump repair and maintenance. Reinaldo M. Mederos Field Serviceman Mr. Mederos has more than 22 years of exp. with Condo Electric in thr area of motor, pump repair And maintenance. Andres Oliveiro Field Serviceman Mr. Oliveiro 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 been a serviceman for Condo Electric since 1988. Jesus Perez Field Serviceman Mr. Perez has more than 10 years exp. in the Area of motor & pump repair & maintenance With Condo Electric. SALES & REPAIRS INDUSTRIAL& MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 9 TABLE OF CONTENT # 4-3 ,CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Conrado Madrazo Alvarez Mechanic Daniel Mena Contreras Mechanic Jose Galan Mechanic Gabriel Castillo Mechanic Cristobal Labrada Mechanic Ricardo Sosa Mechanic Aurelio Suarez Mechanic Rudy Hernandez Transporter Adam Espinola New Equipment Specialist Mark Rivera inside sales/new equipment Denise Carballea Inside sales/new equipment Mary Bialeck Inside sales/new equipment MAY 23, 2019 Mr. Alvarez has more than 10 years exp. in motor repair. Mr. Contreras has more than 15 years exp.in pump repair. Mr. Galan has more than 10 years exp. in the Area of motor & pump repair & maintenance Mr. Castillo has more than 10 years exp. in the Of motor repair & maintenance. Mr. Labrada has more than 10 years exp. in Of motor repair & maintenance Mr. Sosa has more than 10 years exp. in Area of motor & pump repair & maintenance. Mr. Suarez has more than 10 years exp, In the area of motor & pump repair. Mr. Hernandez has over 5 years exp. driving heavy equipment. Mr. Espinola has over 10 years of exp. With Condo Electric. Mr. Rivera has over 10 years of exp. With Condo Electric Industrial Supply. Ms. Carballea has over 10 years exp. With Condo Electric Ms. Bialeck Has over 15 years exp.with With Condo Electric. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 10 TABLE OF CONTENT # 4-4 MAY 23, 2019 Mirta Amador Hector Garcia Sincerely, Hector A. Gomez President ,CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Administration accounts Ms. Amador has over 20 years exp. with Payable/receivable with Condo Electric. Administrative accounts Mr. Garcia has over 12 years exp. Payable/receivable Condo Electric Motor Repair, Corp. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 11 TABLE OF CONTENT # 4-5 DEPARTMENT OF BUSINE_S AND4aR,OFESSIONAL REGULATION CONSTRUCTI D: II _,DIVISTIliSLIICENSING BOARD THE GENERAL CONTRACT,01 1�E E,( i:�IS.CEf01.F• E ,.UNDER THE PROVISIC)N OFICHAPg >ER 489r E0RICrA T TUTES ' ; 0".`; t' 10 S oT� ¢sEtpw��?!:ti' . •:,-e� , _;- .fir— t�`+� co , >c iCxM'OTlJ;R �E� iRCd .., y Li CE SE4.61,1VBER' C+Gc4527 6i EXPIRATION=n ST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document_ TABLE OF CONTENT # 4-6 MAY 23, 2019 WALEX11-1 No- 335312-3 City oil lialeah Business Tax Receipt dlayar Carlos licrminder (OLD-7694-3) 2018 9 r\nwunt. $ 130.00 the permit. film in cngt limed here ha; paid the huiinrss lac required to agate in nr npcntc the business specified auhjcct to the regulations and rcitrictimn of the Cis) of I lialealt. Flnrida Owier Tqn• a/7Laindss Ka for and Generator Manufacturing CONDO ELECTRIC MOTOR REPAIR P.O. BOX 3340 HIALEAH, FL 33013 Validating i to : 0000 C'ity of No 423210E13 • THIS IS NOT ,'I RHLL City of Hialeah Business Tax Receipt Mayor Carlos Hernandez (OLD-5999-652) Business l.ncatiun: 3615 E 10 CT Expires September 30, 2019 201849 Amount: $ 280.00 fhe person. firm nr corp listed here has paid the husinc'u lac Wilted to engage iu nr operate the business specilkcl subject to the mtaulatiuns and restrictiuns orate City ol'1 haltelt. Florida Ouncr LOSE G ESPINOI .\ (PRLSIDENtI rnfrncss Furniture Merchant Wholesalers COhrDO ELCTRIC INDUSTREAL SUPPLY P. O. Box 3340 HIALEAH, FL 33013 Validaunu Nu : 0000 THIS IS NOT ri RILL lhisinca lucatton 3746 E 10 CT Expires September 30, 2019 PAGE 13 TABLE OF CONTENT # 4-7 MAY 23, 2019 H ALEAH No: 335312-3 Ciy of Hialeah Business Tax Receipt Mayor Carlos Hernandez (OLD-7694-3) 201849 Amount: $ 130.00 The person, firm or corp. listed here has paid the business tax required to engage in or operate the business specified subject to the regulations and restrictions of the City of Hialeah, Florida Owner: Type of Business: Motor and Generator Manufacturing CONDO ELECTRIC MOTOR REPAIR P.O. BOX 3340 HIALEAH, FL 33013 Validating No.: 0000 THIS IS NOT A BILL Business Location: 3615 E 10 CT Expires September 30, 2019 PAGE 14 TABLE OF CONTENT # 4-8 012076 Miami=Dada County, State of Pidrida .THISIsNorAelu- DoHQTPAY - •. 3361722 OU51NES6 NANyE/LOCATION •nECEII'T'NO. D CPO ELEttRICMO* REPAIR .RENEWAL , 38 f 5 E 10T11 CT 41160 HIALEAH FL 33013 owNBn SEC. TYPE OF BUSINESS CONiDO.LECTRIC MOTOR REPAIR 1ORPila SEELVICE BUSINFjSS Emplo/ee(s) "10 SEPTEMBER';3% 0:19 ` • Must l a dliPlayaa! alpla.s otfius_iness . Purillapi riiltnly Cade Cliapter BA <l(rd: 9 & io . PAYMENT,RECRIV€O' BX TAH CO(.LECTCII 14:5,00 01/06/2010 " CHECK21-118-056710 This Lneni Orulnee Tni Ilacal t only nrms pnymant al Iho L(hams; aonl oms; Tax. The Amnia' Is nal a Rainy;in;. liana, dr o carlllto0llanal dm Iraldor'oans quallllcanotu, to da hualnoia, Ilaldor must ample sllh oml pavmnnlonlol or nanauornmontai laauletary la}9a and lugalramdnls which apply. la Iha hnslnass. rid RECEIPT No. hbavo must !so dispinyod on all connnoreial nhlclos +Rliond-Onda Coda San 1a-275. Far Mato hdormadon,rlalluaYy.odu klaing7ytugap bloc MAY 23, 2019 PAGE 15 MAY 23, 2019 TABLE OF CONTENT # 4-9 Condo Electric Motor Repair, Inc. Of Hialeah, FL is an)Lctive 91,1cin6cr of the Association. and, as such,, rs cntitCcd to alCthe rights and privi Teges pertainilt©. tfiercto f or!'tf e currcrtt mcr &r'sfiipycar. This Certificate Expires March 31, 2020 MEMBER -- — The Elocho.MochanIcol Authority 4 TABLE OF CONTENT # 4-10 MAY 23, 2019 ADVANTAGE T\I INTERNATIONAL REGISTRAR ISO 9001:2015 CERTIFICATE OF REGISTRATION This is to certify that CONDO ELECTRIC 3615 E. 10 Ct. Hialeah, FL 33013 USA has successfully been assessed and found to conform with the ISO 9001:2015 quality management system standard. The scope of this registration includes: Repair of electric motors, pumps, and other related equipment Date of Registration: Date of Expiration: Date issued/revised August 29, 2018 August 28, 2021 August 24, 2018 (Registered Since: August 29, 2012) Certificate No. A-733 Steve Barfoot, President Advantage Intematlonal Registrar, Inc. 1320 Woodmanor Drive, Raleigh, North Carolina 27614 USA (Form No. Al 097ISO 9001/06,1nnv.edvenfavereolstratrorn Tele: (919) 946 6994) A C C R E D I T E D MANAGEMENT SYSTEMS CERTIFICATION 9O Y PAGE 17 MAY 23, 2019 TABLE OF CONTENT # 4-11 PTKQ.E351119 - MOTORS AND GENERATORS, REBUILT FOR USE IN HAZARDOUS LOCATIONS Motors and Generators, Rebuilt for Use in Hazardous Locations See General Information for Motors and Generators, Rebuilt for Use in Hazardous Locations CONDO ELECTRIC MOTOR REPAIR 3615 E 10TH CT HIALEAH, FL 33013 USA E351119 Last Updated on 2012-03-02 The appearance of a company's name or product in this database does not in itself assure that products so identified have been manufactured under UL's Follow -Up Service. Only those products bearing the UL Mark should be considered to be Certified and covered under UL's Follow -Up Service. Always look for the Mark on the product. UL permits the reproduction of the material contained in the Online Cerufcauon Directory subject to the following condlUons: 1. The Guide Information, Assemblies, Constructions, Designs, Systems, and/or Certifications (files) must be presented in their entirety and in a non -misleading manner, without any manipulation of the data (or drawings). 2. The statement 'Reprinted from the Online Certifications Directory with permission from UL" must appear adjacent to the extracted material. In addition, the reprinted material must include a copyright notice in the following format: "9 2019 UL LLC" TABLE OF CONTENT # 4-12 MAY 23, 2019 0 / --0111.771,127- t: L/ ' Lit fit Nd1KLv4L WELDING INSPECTION SPECLILLST Edward Enriquez 1786-302-3547 I eddle@nwisllc.com 15680 SW 12 Terrace, Miami, FL 33194 �•-'a��xi�i,:..� ti� �.�,t `xt[ t444n4- T.a.¢:i:� Welder Name Client No. Luis E, Almeida LA12.18N Process rGTAW Pipe ID 2.32 Welding Code Position Base Material uJ JLi/al Welder ID 7569 AWS D1.6-07 6G/45'/Up 316 / 316 Lab No. Thickness Plata Range Qualified Pipe Range NWIS-03 .276"° Test Dale 12/02/2018 Plate Pipe itibe 1/8° to Unlimited 1' to Unlimited Procedure Groove/Fillet F AWS Fig 4.27 Specilicallan No. Backing Na. AWS A5.9 No Shielding Gas Classlllcatlon ArCO2 ER-316L Flux IN/A J Diameter Trade Name ProStar 3/32°/1/8° AWS "F" No. #6 JJi�{/Si!'L ror Jammow Weld Appearance Test Results Test Results Good Undercut None Piping Porosity None 2 coupons were bent sideways per AWS 4.10.1,1 and accepted per 4.10,2.3 2 coupons were bent sideways per AWS 4,10.1,1 and accepted per 4.10.2.3 •s.gY_h�yj ��� r Our representative was present to witness (he above welder qualify on the test stated above and attest that he/she is able to produce quality welds that are acceptable to the AWS welding code standard requirements. The welder is therefore certified to perform fillet welds in the 1 F/G, 2F/G, 3F/G & 4F/G position on pipe or plate end in the range that was tested on. This certification will remain In good standing for 6 months or max one (1) year, with proof of continued work performance from qualified personnel. The welder identified above Is Qualified to pertorm welds in the shop/field as per specified code. �1rRau lirir�fa:�o �srisGAa � ilfsjaoHl �41(t ip<Toe4�e GAaitaihe�fifferiref.=1 a Respectfully Submitted; National Welding Inspection Specialists, LLC, (NWIS) Virginto Enr•iquez, CWI vkiti-. ed Signature C ' # : 10063 . LLC. M *pis re • rued. r rlana,al Welding Ins Autho ,obn spenouu � �R lnid, a 4urfgrr, tl '' i�r owt en; tuna \\` QciEXP.IUi.')_'t 12/02/2019 Esp. date PAGE 19 TABLE OF CONTENT # 4-13 4 )0� WelderName: Alain Mejias WelderID: 64_24 ► : iI )Oi Welder: X Operator: _ Eye Correction: N/A `� ►4+ ► 1 MAY 23, 2019 j�"ytii?'r�°^Pn,..:...g'4fiti'G`�O.v'',ia'9�"C„9.9F'•A'°b��•-?e'•O'a'r>b0��?-D.P''""'W'''T'°'�y',;w''{•''A�°�9v' �r'r`q''P„0'9v9',4'��►v9vpvv'sOv��^''1'r•9'c,vyvpe'.►„' ,-a.aAaeo„ /a,n..a.a.am.v.a:a;meia.,...,amA,m.a,a.a. ,. ,a,a..area. A.k..e,.aaa.a....„®...d,.; . erfcan sting 6 Inspection ►0+ 1 ►�1 1 ►411; • ►p+ (iG STICK ►4 �w Date Tested: 08/1 1/2017 Lab Number: ATI-VII-2017 � ? 1e WELDER QUALIFICATION TEST REPORT ► ►Q+ ►0, 17a Client: Condo Electric Motor Repair Corp. Address: 3615 East 1011i Court Hialeah, FL. 33140 �� 4 6615 S.W, 4ISt Street Miami FL, 33155 TESTING VARIABLES ►4+ Process: SMAW e41 Position: J6C;) Progression: UPHILL ►4+ Test Base Metal Spec: G' SCH 40 PIPE Spec: ASTM A53 ►6+ ►,e Filler Metal Spec: AWS A5.1 ►0+ ►�+ Current: AC: DCX (Reverse) ►4+ /01 Visual Test Results: IV Guided Bend Test Results: ► ► ► ► ►0 Iw ►0 ► ►i ► � �4� Radiographic Test Results: 41 Test witness By: EdoarJ. Alfonso CW1 # 09080191 ►Qi 1�1 01 Process Qualified For: SMAW Thickness Qualified For: Up to 0.560" e Position Qualified For: Groove Fillet 4� C_IP PJP 5 Plate: ALL ALL Plate: ALL di Pipe: ALL ALL Pipes: ALL . CERTIFICATION STATEMENT el Respectfully Submitted; American Testing & Inspections Edgar!. Alfonso, CWIExpiration Date: 08/I I/2018 01 305-219.1805 Manual: X Automatic: Classification: E6010 &7018 Shielding Gas: N/A TEST RESULTS Passes: Single_ Mat'l No: MM=1 F No,:3 &4 Flow Rate: N/A Machine: _ 0+ 41 Mat'lThick:0280" ►0+ 1+ Size: t/g" ►$+ Backing: None ►�+ 1, I ►01 0+ 4i ►�i ►Or ►+ ►�i ►41 ►4e ►1 PIPE DIA: 2.875" to UNLTD. ►4+ l+ 4+ ►4i ►41 ►4i ►4,1 ►04 141 ►01 ►71 041 14,1 '01 ►Oi 41 101 1+ Multiple: X We certify that the statements in this record are correct and that the test welds were prepared welded and tested in Accordance with the requirements of Clause 4 of AWS D 1.1 M (2010) Structural Welding Code -Steel. ATTENTION Please be aware.lhat ,ie.daN past the eaplrat on.date yeti.wEI not he able to renew thla aualiricahon. Recertlacahon tee win be required. ^r d At rr,co G�G901tIi I P,Virg01tt Pass: X Fail: Pass: X Fail: _ Pass: _ Fail: _ Radiographers: NIA QUALIFICATION VARIABLES PAGE 20 TABLE OF CONTENT # 4-14 MAY 23, 2019 Ipt•Iy :►.•.h: ?1703-OMRI03..:6XI ),'SAI'.rye'3',flh.D�.''�`a'd04aPPF.KOP1W?Da49•SAI.I RISIIIXVX$1-;aq:11.2,1 '` -FETA4'g'�4P:111M191:41: �0. il, erfcan 7 sting '�' inIspection 1,; bra ►_+ ),�a 6615 S.W. 41 st Street Miami FL. 33155 ' a j$i 60 STICK ►�+ P®+ Date Tested: 08/1 1/2017 Lab Number: ATI VI[-2017 ►�+ Pe WELDER QUALIFICATION TEST REPORT ►I >Ti Client: Condo Electric Motor Repair Corp. Address: 3615 East I0'h Court Hialeah, FL. 33140 r4i 4 Q � �� Welder Name: Rene Montejo Welder [D: 8075 ��� ��� Welder: X Operator: _ Eye Correction: N/A)7:4� )+ TESTING VARIABLES ►+ ►e Process: SMAW Manual: X Automatic: Machine: ►�� V—Positicnr, f6e)- Progression: UPHILL Passes: Single_ Multiple: X ►4+ V Test Base Metal Spec: 6" SCH 40 PIPE Spec: ASTM A53 14Int'l No: M-I Mat'IThick:0.280" ►+ ►o1 I,Ai P�,+ Filler Metal Spec: AWS A5.1 Classification: E6010 &70 18 F No.:33 R4 Size: 1/8" ►4+ ►e+ Current: AC: DCX (Reverse) Shielding Gas: N/A Flow Rate: N/A Backing: None ►7+ ►r + TEST RESULTS X '0' Visual Test Results: Pass: X Fail: _ ��� ,1;1e, V Guided Bend Test Results: Pass: X Fail: _ ►v 4 Radiographic Test Results: Pass: _ Fai1: _ ► + ►44 '" Test witness By: Edgar J. Alfonso CWI g 09080191 Radiographers: NiA ®� ',e QUALIFICATION VARIABLES i 66+ Process Qualified For: SMAW Thickness Qualified For: Up to 0.560" PIPE DIM 2,875" to UNLTD, ►4+ ,Qv Position Qualified For: Groove Fillet ►V+ )0: CJP PJP ►@+ Y w )0 Plate: ALL ALL Plate: ALL ►,3 4 .0 Pipe: ALL ALL Pipes: ALL �• ►�i CERTIFICATION STATEMENT )i C• 'V We certify that the statements in this record are correct and that the test welds were prepared welded and tested in :6, ►0. Accordance with the requirements of Clause 4 of' AWS D 1.I M (2010) Structural Welding Code -Steel. ►e+ 4 ^ 4 Azar- -All'ofik`:1. LaRITEEMONtileate.heawarelhat 3a days past the expindoadate you wal not NO V►+ 0i040101 he able renew this qualification.Re•eertlficatton tee will he required. ^" ►e ® C i DP, lilil20id ►®+ ►e� Respectftllly Submitted; ►�+ ►�� American Testing & Inspections — Phi PQi Edgar]. Alfonso, CWI Expiration Date; 08/11/2018 ►�+ ►�i 305.219-1805 Pi ►Q�4itAr41At.Tat.X►t.~4*.�Aid1.i►11+TgsAi g:j;.+Ng4.TB.t.C* ti+AT+N+I¢Xte4A�.�e,0,Est.►tir,/;K+X*:F. �Arik: A1I�tI~t:K+,At4 AAAtItA PAGE 21 TABLE OF CONTENT # 4-14 MAY 23, 2019 ly3,v a.::C71, y-•v,-3•0:7 n:•47-3:. � 7:7^.^v►;w3+Kpvy:`v,>.vgw.�:..>vl:°4"..47-374.'` '' v:SW, 371:'-i...v � .$79'e'.�'�:3'�:h q•�•1- • 'V.'s"¢`?►'��v-4•o' - - "9 �el',A.00..9. A. aA.3.,AAdafa.dn,B,h\ {%.A A,Old\.AZ...D. �A..aAAAAN .,A,,A,8,A.d6A.AAe,la.S.A.0,AAa�AAA"d41 t`� 6615 S.W. 4I' Street Miami FL. 33155 ► 6 ►8 ►�i ►Q ►gi 6G STICK ► iLab Number: ATI-VII-2017 ► ►A4 Date Tested: 08/1 1/2017►� ►4+ WELDER QUALIFICATION TEST REPORT >4 l4i Client: Condo Electric Motor Repair Corp. Ad ess: 361 5 East 10'' Court Hialeah, FL. 33140 )41 t� 46 tI Welder Name: Alfredo Amestoy Welder ID: 6896 t4� l:i ►n ►44 ►e ►�� Welder: X Opet ttat: _ Eye Correction: NIA t� ►44 TESTING VARIABLES ►4 IVProcess: SMAW Manual: X Automatic: _ Machine: _ ►4 ►i + ► Position: (6G) Progression: UPHILL Passes: Single • Multiple: X ►Qi ►41 Test Base Metal Spec: 6" Sal40 PIPE Spec: ASTM A53 Mat'l No: M_I Mat'IThick:0,280" t V Filler Metal Spec: AWS A5,1 Classification: E6010 &70I8 F No.:3 &rl Size: 1/8" ►�4 V Current: AC: DCX (Reverse) Shielding Gus: N/A Flow Rate: NIA Backing: None ►�4 ►4 ►�4 >44 TEST RESULTS ►�4 ►e ► 4 gVisual Test Results: Pass: X Fail: _ �4 ),V1 Guided Bend Test Results: Pass: X Fail: r. t�v A0 0 Radiographic Test Results: Pass: _ Fail: _ ►_� "V Test witness By: Ed;arJ. Alfonso CWI i/ 09080191 Radiographers: N/A 61 t0 ►41 OUALIFICATION VARIABLES t+ll'+ 41 Process Qualified For: SMAW Thickness Qualified For: Uo to 0.560" PIPE DIA: 2.875" to UNLTD. ►�4 04 ►@+ ►6 Position Qualified For: Groove Fillet ��i �41 CJP PJP t�i � +,9� Plate: ALL ALL Plate: ALL �4 b b 10 Pie; ALL ALL Pipes: ALL ►44 ►�4 CERTIFICATION STATEMENT >44 ► .1 1�4 ��� We certify that the statements in this record are correct and that the test welds were prepared welded and tested in t4i 114 Accordance with the requirements of Clause 4 oFAWS D1.1 M (2010) Structural Welding Code -Steel. ►4 ► t 4--Please-Phase be swan-thatd0 da Ott-Ihe expiration data 4 ► 3P,) AnIY.:ti7 Yt P P you Nt8 not- i4i !t be able to renew this quail! !cation. Retertltkation tee ,ni be requited. ! >�4 1�. Respectfully Submitted; ' ;i "'�13•►1'i jj`S WI M0'9.1 ► 4 ►et American Testing & Inspections ►�4 ►�4 ► j EdgarJJ. Alfonso, CWI of .�------"' Expiration Date: 04/11/2018 ►40 ►�w ►4+ 305-219-1805 / + 1gi;:-q+i/ t�+Vigsititt►�Aatl'ad.AAA .AOAdt�-0A•► •da'► '�A�AsitZBA�b..�6, /.+A4,A'►.�A4A4A+�tJVX.Ali:'►'',Y�ti+XeltAtj,�►A�►,'�ki+I~,1Ai PAGE 22 TABLE OF CONTENT # 4-15 MAY 23, 2019 t /EA SA 9hCF ASSOG�r�O CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Condo Electric Equipment List Overhead Bridge, 1 to 5 Tons Floor Crane Horizontal/Vertical Presses, 5 to 120 Tons Latches, 24 to 72 Inches Swing Dynamic Balance Machines 0 to 12,000 Pounds Metalizing Equipment Bearing Heaters Bearings Pullers, hydraulic Portable Balancers Vibration Testers Laser Aligners Sandblasting Cabinets Form 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 Power Supply AC For Testing Motors 2400 To 4160 Volts, 2000HP SALES & REPAIRS INDUSTRIAL& MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 23 TABLE OF CONTENT # 4-16 Ci AP EA �CONDO ELECTRIC MOTOR REPAIR N�2 �PhCFASSO��P�\O 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Power Supply AC For Testing Motors 460 Volts, 300HP Power Supply AC For Testing Motors 125HP Power Supply For Dc Motors And Current Brakes 100HP Data Base For Tracking Repairs For 5 Years And More Motor Circuit Evaluation System For Motors AC, DC PDMA, NCE Or Equal Quality Control Program Tracking Of Work Returned For Warranty Hi Pot Testing AC and DC Up To 10,000 Volts Vibrating Analyzer IRO 2000 Or Equal Isolated Area, Storeroom For Replacement Parts Facility For Balancing Rotors Over 36" In Diameter Load Bank For Generator Testing 1250 Horsepower Test Equipment For Solid State Rectifiers And Rotating Exciters Company Safety Program Vaughens Price & Productivity Guide For Electric Motor Work Scope And Repair Pricing Sincerely, Hector A. Gomez President Condo Electric Motor Repair, Corp. MAY 23, 2019 SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 24 TABLE OF CONTENT # 4-17 MAY 23, 2019 CONDO ELECTRIC METAL DIV. EQUIPMENTS 1. BIRMINGHAM LATHE NSL 19X60 2. SUMMIT LATHE 28X160 3. SUMMIT LATHE 51X240 4. HEM, INC SAW MACHINE IH105A-4 5. CINCINNATI 101 SHEAR 6. SUMMIT 10' PRESBRAKE 7. JET MILLING MACHINE #1 8. BRIDGEPORT MILLING MACHINE SERIES 1 9. GROB VERTICAL AW MACHINE 10. JET VERTICAL SAW MACHINE 11. DO ALL SAW MACHINE 12. GE RICHARDS AND COLO VERTICAL LATHE 13. KWIK-WAY BORING BARS AND STANDS MACHINE 14. KNEE #4 MILLING MACHINE 15. IKEDA RADIAL DRILL 16. CINCINNATI SHAPER 24" 17. ABELL-HOWE PILLAR JIB CRANE (2 CRANES) 18. ERCOLINA PIPE BENDER 19. ELGA 12' HYDRAULIC SHEAR 20. CHICAGO ELECTRIC SPOT WELDER 21. MILLER HELIARC 22. SPOOLMATIC 15A AND 30A MILLER WELDING MACHINE 23. MILLER PLASMA MACHINE 24. SPECTRUM 2050 55 AMP MILLER WELDING MACHINE 25. (2 MACHINES) MILLERMATIC 252 WELDING MACHINES 26. MILLERMATIC 251 AND M-25 GUN WELDING MACHINE 27. MAXSTAR 1505, STL,AND STH WELDING MACHINE 28. SHOPMATE 300/300 DX MILLER WELDING MACHINE METAL DIVISION, ENRIQUE GIL, 05-09-2019 PAGE 25 TABLE OF CONTENT # 4-18 MAY 23, 2019 METAL FABRICATION PAGE 26 TABLE OF CONTENT # 4-19 MAY 23, 2019 PAGE 27 Title: CONDO ELECTRIC MOTOR REPAIR,CORP. RFP No.: 1062381 List of Subcontractors Completion of Form This form is initially to be completed and submitted with the IFB, listing all Subcontractors to be used under this Contract. This form is to be updated after award of the Contract as additional Subcontractors are added or changed. Submit additional pages as neceassary. Name of Firm Address Scope of Work Licenses Value of Work % of Work CHAMPION CONTROLS 811 N.W. 57 PLACE FT LAUD 33309 SCADA,PLC,RTU, ELECTRICAL 3.33% HMI,VFD,UL UL, VFD MASTER UNITED FIRE PROTECTION 10260 N.W. 47 ST SUNRISE FL 33351 VESDA-EARLY WAR FIRE 3.33% SMOKE & FIRE SYS CO2, TESTING MONITORING INSPECTIONS Note: 1. The work performed by Subcontractor(s) listed cannot equal more than fiftenn percent (15%) of the total work for the Contract. 2. The foregoing list of Subcontractors may not be amended after award of the Contract without the prior written approval of the City's Project Manager identified in the Solicitation, whose approval will not be unreasonabley withheld. Name of Proposer: CONDO ELECTRIC MOTOR REPAIR, CORP. Name of Individual Completing Form: Date: 5/23/2019 HECTOR A. GOMEZ Signature: _____d(,...c—dA---------- 6-a 1N8WH0` 1!V 018 OZ-i # 1N31NO0 JO 318V1 660Z `CZ AVIN TABLE OF CONTENT # 4-21 MAY 23, 2019 CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 1062381 Request for Proposals for Storm Pump Station Repair and Maintenance Services List of Sub Contractors. Condo Electric will be performing the majority of the work required, but, in the Control Portion of the Scope, if need be we will be utilizing: Champion Controls, Inc. They are a well established business that specializes in SCADA, PLC, RTU, and HMI. They are UL Certified, and have several VFD Master Certified Commisioners. Champion Controls, Inc. 811 N. W. 57th Place Fort Lauderdale, Florida 33309 Phone: 954 318-3090 SALES & REPAIRS INDUSTRIAL & MARINE MOTORS GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 29 TABLE OF CONTENT # 4-22 MAY 23, 2019 BID ATTACHMENT D-3 z CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th 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 Vesda-Early Warning Smoke and Fire Alarm Systems, Testing, Monitoring and Inspections. United Fire Protection 10260 N. W. 47`h Street Sunrise, Florida 33351 Phone: 954 572-0119 Sincerely, Hector A. Gomez President Condo Electric Motor Repair, Corp. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 30 TABLE OF CONTENT # 5-1 MAY 23, 2019 BID ATTACHMENT A Reference Submittal Form FIRM NAME: CONDO ELECTRIC MOTOR REPAIR,CORP RFP NO.: 1062381 Reference Section 2.7 Summarized Requirements: Refer to the details in Section 2 Special Conditions, (Paragraph 2.7 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: 3500 PAN AMERICAN DRIVE MIAMI, FL 33133 Contact Person: ELYROSA ESTAVEZ 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.): STORM WATER PUMP MAINTENANE AND REPAIR APPROX. $600,000.00 Past Performance Reference Check #2 Company/Organization Name: CITY OF MIAMI BEACH Address: 451 DADE BLVD MIAMI BEACH, FL 33139 Contact Person: ALFREDO PEREZ JR. Contact Phone Number and Email: 305 673-7625 ALFREDOPEREZJR@MIAMIBEACHFL.GO Contact E-mail (if applicable): ALFREDOPEREZJR@MIAMIBEACHFL.GOV Date of Contract or Sale: 5 YEAR CONTRACT CURRENTLY ONGOING Prime or Subcontractor: PRIME Other (Description of Service, Total dollar value of Contract, etc.): STORM WATER PUMP STATION MAINTENANCE & REPAIR APPROX. $800,000.00 Past Performance Reference Check #3 Company/Organization Name: CITY OF HOMESTEAD Address: 505 N W 9TH STREET HOMESTEAD FL 33030 Contact Person: DENNIS MAYTAN Contact Phone Number and Email: 305 247-1801 DMAYTAN@CITYOFHOMESTEAD.COM Contact E-mail (if applicable): DMAYTAN@CITYOFHOMESTEAD.COM Date of Contract or Sale: 5 YEAR CONTRACT CURRENTLY ONGOING Prime or Subcontractor: pRIME Other (Description of Service, Total dollar value of Contract, etc.): PUMP STATION MAINTENANCE AND REPAIR APPROX. $600,000.00 PAGE 31 TABLE OF CONTENT #5-2 BID ATTACHMENT A-1 EA SA a c So ,CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 1062381 Request for Proposals for Storm Pump Station Repair and Maintenance Services List of References 1)CITY OF MIAMI STORMWATER PUMP STATION MAINTENANCE AND REPAIR ANNUAL VALUE OF THE CONTRACT $600,000,00 APROX CONTRACT DURATION 15 YEARS DATES CLIENT CONTACT PERSON ELYROSA ESTEVEZ TITLE CITY ENGINEER E-MAIL EESTEVEZ@MIAMIGOV.COM PHONE NUMBER 305-416-1295 PRIME CONTRACTOR TOTAL RESPONSIBILITY OF THE CONTRACT IN ITS ENTIRETY THE CONTRACT WAS SUCESSFULLY COMPLETED SALES & REPAIRS INDUSTRIAL & ,NIARINE MIOTORs • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS MAY 23, 2019 PAGE 32 TABLE OF CONTENT # 5-3 BID ATTACHMENT A-2 EA SA ,CONDO ELECTRIC MOTOR. REPAIR �Ph a CF ASSOC 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 2) CITY OF MIAMI BEACH STORMWATER PUMP STATION MAINTENANCE AND REPAIR ANNUAL VALUE OF THE CONTRACT $800,000.00 APROX CONTRACT DURATION 5 YEARS DATES CLIENT CONTACT PERSON ALFREDO PEREZ JR. TITLE CITY ENGINEER E-MAIL ALFREDOPEREZJR@MIAMIBEACHFL.GOV PHONE NUMBER 305 673-7625 PRIME CONTRACTOR COMPLETE RESPOSIBILITY FOR THE CONTRACT IN IT ENTIRETY CONTRACT IS ACTIVE AND ONGOING MAY 23, 2019 SALES & REPAIRS INDUSTRIAL. & ,NL•kRJNE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • NIARIiNL- ELECTRICIANS PAGE 33 TABLE OF CONTENT # 5-4 MAY 23, 2019 ATTACHMENT -A-3 EA SAo ,CONDO ELECTRIC MOTOR REPAIR CF ASSOG\ 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 3) CITY OF HOMESTEAD STORMWATER PUMP STATION MAINTENANCE AND REPAIR ANNUAL VALUE OF THE CONTRACT $ 600,000.00 CONTRACT DURATION 5 YEARS DATES CLIENT CONTACT PERSON DENNIS MAYTAN TITLE CITY ENGINEER E-MAIL DMAYTAN@CITYOFHOMESTEAD.COM PHONE NUMBER 305 247-1801 PRIME CONTRACTOR RESPONSIBLE FOR THE CONTRACT IN ITS ENTIRETY CONTRACT IS ACTIVE AND ONGOING SALES & REPAIRS INDUSTRIAL& MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 34 TABLE OF CONTENT # 6-1 Ley oc-N- APR- C PhFO A SSO City of Miami ,CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Request for Proposal RFP Number 1062381 Request for Proposals for Storm Pump Station Repair and Maintenance Services. Assigned Personnel 1. Project Contract Management Mohamed Hallaj Office Ph: 305 691=5400 Cell Ph: 786 229-9869 moh@condoelectricmotor.com 2. Administrative Accounts Payable/Receivable Hector Garcia Office: 305 691-5400 hg@condoelectricmotor.com 3. Engineering Technical Support Tony Te ra fa Office: 305 691-5400 4. Service Cordinator Jorge Suarez Office: 305 691-5400 Cell: 786 586-6149 jas@condoelectric.com 5. Electrical & Mechanical Supervisor Orlando Gomez Office: 305-691-5400 MAY 23, 2019 SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 35 TABLE OF CONTENT # 6-2 MAY 23, 2019 APF :"EASA� /2 Py(-e Assoc), ,CONDO ELECTRIC MOTOR REPAIR 6. Field Serviceman Conrado Madrazo Alvarez Office: 305 691-5400 Daniel Mena Contreras Office: 305 691-5400 Sincerely, Hector A. Gomez President Condo Electric Motor Repair, Corp. 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 36 TABLE OF CONTENT # 7 MAY 23, 2019 ,CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Request for Proposal RFP Number 1062381 Request for Proposals for Storm Pump Station Repair and Maintenance Services Approach to Provide Service Condo Electric will comply with all of the Specifications and Scope of Services specified In the SPECIFICATION Portion of the RFP. We will meet all requirements listed in section 3.1 thru 4.0 providing the required personnel, Following the frequency of schedule, Record Keeping and Reporting, Preventative Routine Maintenance Program, Repair Schedule, and the Parts— Pass Through Cost Requirements. Our assigned personnel will be monitored closely to assure complete compliance of the above. Sincerely, Hector A. Gomez President Condo Electric Motor Repair, Corp. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS PAGE 37 Attachment C - Price Proposal RFP No, 919382 ITEM II RCP 1062381 Stormwater Pump Station Maintenance and Repair Scheduled Maintenance Items (Includeseregular mdntanarice crew per Section 3.1 of the Solicitation) Frequency lolldl Statloni'.'-- A 8 ' C 0-?'©00©00©0© r. p,.,,.nw yes mt f,n.1 "' 1 0.,ne..+ '�� llwnne Iwrer Wvre) !.IX rq.evwl r 4 , .v Ls., ew •9 / .Leis . u Y ). We#Ese ewes a tyoil. helm Mrenlo Mene .Wen End hero AWe#end Mmm Spvmpfretlon futon No.f Mellon Co 2!4351 slate Ne.Les* natlon o+,. alSo 14. Bell. McWe . Nw )rt 4,eec 4111W Rx Sne.t 1W Ind Sweet •hMUN Can aoN )ate..a� )70 NC awnua i1.aKYell avenue 12. An Muce rYne PwgSurlen lump Steles )melee a*we 13. Mary bNlaY f.emrUry LLN VI Nap Bump fret*. pry. 11 Perform an Inspection of all electrical transformers, safely switches, soft starters and pump magnetic starters Including contactors, delays and relays at each station. Provide a written monthly report and recommendations to City using 'Routine Maintenance Task List for PumpSlallons Form' for results per pump station with each monthly Invoice, Perform an Inspection of Interior and exterior Illumination Including the replacement of light bulbs, light fixtures and light switches as needed. Inspect alarm systems. sensors. mechanical and electrical equipment controls. Provide a written monthly report and recommendations to Clly using "Routine Maintenance Task List for PumpSlallons Form" for results per pump station with each monthly Invoice. Monthly 592n,00 5920.00 $920.00 $345.00 $345.00 $345.00 5345.00 $345.00 $345.00 $345.00 S345.00 $345.00 $70,3An on 12 Maintain each fuel tank In accordance with any and all permits Issued by the Miami -Dade County Department of Environmental Resources Management Including the removal of accumulated voter or diesel from fuel port sumps. Perform a visual Inspection of all storage diesel fuel lank system components, including but not limited to tanks. piping, monitoring wells, interstitial monitoring devices, and fuel port sumps using "DERM Ahoveground Storage Tank Monthly Visual Inspection Log". Monthly $402 00 $402.00 $402.00 5230.00 $230.00 $230.00 $230.00 5230.00 5230.00 5230,00 5230.00 530,552.00 13 Perform a visual Inspection of fences, fence gates, and the overall building for structural integrity and appearance of the building per station Including the removal of graffiti on all walls, panels, sidewalks, surrounding building, and pump Mallon signs al any station within three (3) bossiness days of notice. Provide a written monthly report and recommendations to City using "Routine Maintenance Task List for PumpSlallons Form' for results per pump station with each monthly Invoice. Monthly $155.00 $155,00 5155.00 5255.00 57,440,00 $517.00 $517.00 $517.00 $115.00 $115.00 $115.00 $115.00 $115.00 $115.00 5115.00 5115.00 5115.00 5134.472.00 14 Perform a general housekeeping at each station such as removal and disposal of garbage. debris, and other waste materials. Inspect trash containers including their corresponding lids, framing and wheals, and replace or repair, If necessary, Weekly 15 Perform grass and shrubs culling. tree trimming. tree culling and general landscaping inside station property and swale area including permits, if needed, to maintain a safe and clean environment at all pump stations at all times. Monthly $287.00 $287.00 5287.00 5287,00 $115.00 5115.00 5115.00 5115.00 5115.00 $115.00 5115.00 $115.00 $115.00 526,196.00 16 17 Sweeping and washing pump station floors as needed including pressure cleaning of the trash containers area to provide a safe and healthy working environment. Monthly BI-annually Monthly $402.00 $345.00 $402.00 $402.00 5402.00 $345.00 $345.00 5345.00 519,296.00 5402.00 5804.00 $16,560.00 Pressure cleaning of outran concrete spillway al Belle Meade Pump Station. Perform an inspection or wall and roof hatches, louvers, ladders, catwalks, metal walkable gratings at Riverview, Lawrence. Orange Bowl and Overtovm pump stations (Including grating serivIcing Riverview Pump Station located at outlall structure al NW 13 Avenue and Miami River) and perform minor repairs as needed. Provide a written monthly report and recommendations to City using "Routine Maintenance Task List for PumpStations Form for results per pump station with each monthly invoice. 18 19 20 23.Perform 22 23 Drain water from the check valves structure al Brickell Avenue and San Marco Pump Stations BI-weekl y Monthly Quarterly Annually Monthly S115.00 $172.00 $372.00 $201.00 $201,00 5115.00 $115.00 S115.o0 $172.00 $172.00 58,944.00 52,064.00 $688.00 $402.00 Suso0 Sino0 S115.00 $135.00 Suso0 Sus 00 5115,00 5115.00 5115.00 517,940.00 Add 8veowpu 01 briquets by Summit or approved equal for mosquito control at Odn pump station. cleaning of the Ecovaull servicing the Orange Bowl Pump Station Including but not limited to all labor and materials necessary to perform the task, Perform replacement of batteries for "exit" signs, control panel components, and fire supression systems al Lawrence and Orange Bowl Pump Stations, Monthly, submit an electrical and mechanical Inventory status of approved repairs of the equipment with each monthly Invoice, 24 SPECIAL PROVISIONS $300,000.00 Total Sum of Column Q 5737,335.00 PROPOSAL TOTAL: Sum of Items 24+(Total Sum x 3 Contract Years) $3,112,005.00 Notes: 1. The above proposed price are the maxlmum-not-to-exceed price for each fine item. 2. The maxlmum-not-to-exceed price Includes all put of pocket expenses, including materials, and miscellaneous costs and fees, as they will not be reimbursed separately by the City. �-1 Attachment C - Price Proposal The Proposer shall submit Its price for performing ALL services listed herein, at each of the locations identified above. Proposer must pay attention to the "Frequency" when proposing its price for each Item listed. There is no exception allowed to this requirement. Proposer Is requested to fill In the applicable blanks on this form and make no other marks. RFP No.919382 ITEMa RFP 1062381 Stormwater Pump Station Maintenance and Repair Scheduled Maintenance llama (Includes regular maintenance crew Section 3.l of the I 8 per Solicitation) Frequency g q eulldln5 Stations ' Submersible Stations room a°.. r a ,x• A D C - 0- E F G H 1 1 k L M 1.xn.,.i.., ;le, aHW,, Hr. 7t.«,.��.e 1211w 7w a.«,ur ,o.n..° Iv,n �i f.ro<d 1NW Si. 4,fn Lmenrebl • i rl xw hMl.r.e1 . iO eAeam ns1.n°n 4 ,flew ep soee, Welt End """"' auau9110.t 0111 SW en SUM 7Wa0fna hno smwn Me l:uu SW Td R,en aWmEndhmm uelen Mo cease taN.,M C.,.IaeM f "rs"a'O"1p ron 110.s6150 esa r.,.a.nfuwnp.e lo. Rene uase 71a7 ME NI Menu. u. akl.na..na. hmpnn,e0 u. son uereiu.n0 Pumpfrwbn 11.nl.'', vpaN Wnro lnt,vn 1 Perform a complete Inspection of water and petroleum product piping and fittings, control panel systems, goal switch systems. transducers systems, bubbler systems, pumps. windings, stators, rotors, gears. motors. motor components, and appurtenances. Inspect oil condition and levels on pumps and motors, and add or replace oil as needed. Provide a written monthly report and recommendations to City using "Routine Maintenance Task List for PumpSlalions Form" for results per pump station with each monthly Invoke. Perform a complete inspection of all gale structures, to include slide gates, sluice gates, and rod screw devices and appurtenances. Provide a written monthly report and recommendations to CIIy using "Routine Maintenance Task List for PumpSlalions Form" for results per pump station with each monthly invoice. Monthly $402.00 $402.00 $402.00 $287.00 $287.00 5287.00 $287.00 $287.00 5402.00 $287.00 5402.00 544,784.00 2 Clean bar grate screens. Weekly $253,00 5253,00 5253.00 5172.00 5172.00 $172.00 $172.00 5172.00 5172.00 $172.00 $172.00 5172.00 $11e,964 n0 3 Clean and lubricate all gale structures to include sluice gales, slide gates, rod screw devices, bar Eccrees climbers. railings of sluice gates, slide gales and bar screen climbers. Quarterly 5241.00 $241.00 5241.00 5109.00 $109,00 $109.00 $109.00 5109.00 $109.00 $109.00 $109.00 $109.00 $6,816.00 4 Clean and lubricate conveyor system and associated components at Lawrence pump station Quarterly y N/A 5287.00 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A $1,148 00 5 Perform a complete inspection of roll -up doors. angle drives, bar screen systems. and associated components including the replacement of rubber vapors for the bar screen climbers as needed at Lawrence. Riverview and Orange Bowl pump stations, and provide a written monthly report and recommendations to City using "Routine Malnlenance Task List for PumpSlalions Form' for results per pump station with each monthly invoice. Monthly $287.00 $267.00 5287.00 5920.00 5920.00 5920.00 $920.00 5920.00 5920.00 5920.00 510,332.00 6 7 Perform a complete Inspection of conveyor system and associated components at Lawrence pump station. Provide a wnllen monthly report and recommendations to City using "Routine Maintenance Task List for PumpSlations Form" for results per pump station with each monthly Invoice. Perform a lest of all back0ow prevenlers and submit annual certification to the Miami Water and Sewer Department by a certified plumber Monthly Annually $920.00 5115.00 $920.00 5920.00 5920.00 $1,380.00 $10,120.00 8 Perform an Inspection of the CO2 fire retardant system and its appurtenances in the pretense of a City represenlalive and Fire Recue al Lawrence and Orange Bawl pump stations. Provide written report to the City for testing results per pump station by qualified contractor. Annually $2,070.00 $2,070.00 $1,070.00 56,210.00 9 Complete cleaning of pump slatlon wet wells of all accumulated garbage and debris. Contractor Is responsible to provide all labor, all materials Including but not limited to inflatable pipe plugs, air compressors. air hoses, air circulators. collection of debris, etc. to complete this task at each pump station. Annually 510,925.00 510,925.00 510,925.00 510,925.00 52,875.00 52,875.00 52.875.00 52,875.00 $2,875.00 52.875.00 52,875.00 $2,875.00 $2,875.00 569,575.00 10 Perform a visual inspection of loose wiring. grounding. ground wires, safety switches, alarms, connections in the electrical panel board, instrumentation, governor controls, circuit breakers and fuses. This Inspection includes the opening Openers and visually ins0ecting for signs or overheated, cleaning the Interior of the panel with a vacumm cleaner as needed. retightening the control wiring connections, retightening power wiring usingalarque wrench, opening of the magnetic contactors and retightening if needed, and cleaning with scotch.brge if needed. Provide a written monthly report end recommendations t0 City using 'Routine Maintenance Task List for PumpStalions Form" for results per pump station with each monthly invoice. Maintain record of hours of opertation for each pump al all stations. weekly $287.00 $287.00 5287.00 $172.00 5172.00 $172.00 5172.00 $172,00 5172,00 5172.00 5172.00 $172.00 St25,2saeo ITEM 8 RFP 1062381 Stormwater Pump Station Maintenance and Repair Scheduled Maintenance Items (Includes a regular maintenance crew per Section 3.1 of the Solicitation) Frequency Attachment C - Price Proposal Building A Stations C Submersible Stations H M snraww sw«e stcsw rM Ann.. o..ns+n • Or aa.l vn pa,snm eft LM Pu,P e.w.ft End Pump Wen Ene Pumn Sn662:6.1 sullen NP.a af50 9. Wre E. Pump lnbso.adle Meada II. anusemM¢o llAnu. li 9m elrland nMary adnen mn St66on� a Steen Mp.i station Na. a; 6]se swam sVIaEa Pump Stl.n nvt tin Wed 631.15W alA Straitines Imo.. Gnat MHO "ONE Iamlaml Canal ReedaM Annue Pump Mellen Pump SOU. II 3. Nothwlthstanding the rates above, compensation shall be based on the actual work assigned. 4. The City reserves the right to negotiate the rates for renewal and/or extension periods, and for any additional work assigned. 5. Maintain a log of all activities performed at each station Including a sign In and sign out sheet 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 (Mlaml.Dade County DERM). The user department Is responsible for checking stations daily. RFP No. 919382 Additive Items Stormwater Pump Station Maintenance Contract Unscheduled Service and Repair At the option of the City, the following items are to be used only if necessary to maintain a complete working pumpstation. Cost is to be included aspart of a P 9 work order issued by the City for the complete repair, partial repair or replacement of an existing part or the installation of a new part or equipment. ti ,.r . ' n .',s'` . fa �k� _„ 25 The steam cleaning and sandblasting of one (1) pump and parts $1,495.00 26 The steam cleaning and sandblasting of one (1) motor and parts $1,495.00 27 The Winding double -dips and bakes of one (1) motor $1,380.00 28 The rewinding of one (1) stator and rotor $6,670.00 29 The replacement of bearings and seals for one (1) pump at any pump station. $4,485.00 30 The "on -site" performance of one (1) surge comparison tests $437.00 31 Dynamic balancing of one (1) rotor to be performed "on -site" $908.00 32 Checking the mechanical tolerances "on -site" of one (1) pump and one (1) motor. $2,185.00 33 Electrical and/or mechanical disconnection and connection of one (1) motor, including motor installation, reconnection, laser alignment, and on -site balancing. $2,070.00 34 The electrical disconnection and reconnection of one (1) transformer $1,610.00 35 The rewinding one (1) transformer $25,875.00 36 The replacement of one (1) pump magnetic starters (contactors) to include all associated operations. $1,955.00 37 The replacement of one (1) soft starter to include all associated operations at any station $1,725.00 38 The complete repair, installation, and/or replacement of one (1) chain link gate at any pump station $1,138.00 39 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 $2 300.00 40 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 $8,510.00 41 The repair of one (1) wall and/or one (1) roof hatch at any pump station $2,760.00 42 The repair of one (1) built-in ladder at any pump station $4,485.00 43 The repair of one (1) catwalk at any station including labor, materials and building permits to perform the task. $20,585.00 44 The repair of one (1) roof leak. $3,450.00 45 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. $6,900.00 46 The replacement of one (1) fuse at any pump station $287.00 47 The replacement of one (1) three-phase monitor at any pump station. $1,035.00 48 The setting and adjustment of one (1) float switch system at any station. $0.00 49 The replacement of one (1) float switch at any pump station. $805.00 50 The complete replacement of one (1) float switch system at any station. $805.00 51 The complete replacement of one (1) hurricane proof double entrance door including building permits at any pump station $7 475.00 52 The complete replacement of one (1) hurricane proof entrance single door including building permits at any pump station $5,175.00 53 The complete replacement of one (1) hurricane proof roll -up door including building permits at any pump station $9,085.00 54 The replacement of one (1) circuit breaker at any pump station $9,085.00 55 The replacement of one (1) alternator at any pump station $4,025.00 56 The replacement of one (1) 120V/240V transformer at any pump station $15,985.00 57 The replacement of one (1) 480V/240V transformer at any pump station $15,985.00 58 The complete replacement of one (1) automatic bubbler control system at any pump station $4,025.00 59 The replacement of a gasket for one (1) pump at any pump station $1,380.00 P`►1 Additive Items Stormwater Pump Station Maintenance Contract Unscheduled Service and Repair At the option of the City, the following items are to be used only if necessary to maintain a complete working pump station. Cost is to be included as part of a work order issued by the City for the complete repair, partial repair or replacement of an existing part or the installation of a new part or equipment. , Not co Exceed Cost of Item • 60 The complete replacement of one (1) Electrical Transformer (30-1,500 kVA) and Phase Contactor at any pump station $63,250.00 61 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 $40,250.00 62 The replacement of one (1) UPS (Uninterruptible Power Supply) for control panel at any pump station $13,800.00 63 The replacement of one (1) Surge Protective Device (SPD) at any pump station $13,800.00 64 The complete installation and/or replacement of one (1) crane winch at any pump station $3,450.00 65 The complete replacement of one (1) transducer at any pump station $2,875.00 66 The complete replacement of one (1) discharge manifold at any pump station $3,450.00 67 The replacement of one (1) relay at any pump station. $1,610.00 68 The replacement of one (1) delay at any pump station. $1,610.00 69 The replacement of weatherstrip seals for one (1) control panel at any pump station. $805.00 70 Perform sanding and painting with epoxy paint to one (1) slide or sluice gate system including frames and rails at any pump station. $3,450.00 71 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. $3,450.00 72 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. $690.00 73 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 at any pump station. $851.00 74 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. $13,800.00 75 Furnish five (5) master keys and sixty-seven (67) pad locks to fit all gates and electrical control panels at all stations. $2,311.00 Additive Items Unscheduled Repairs Activity Unit Cost 76 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, including but not limited to, $632.00 hurricanes or other severe storms (prior to, during, or the immediate aftermath), as determined by City Administrators, Emergency Manager, City Officials, or the ENGINEER until the emergency situation has ceased. This includes working after hours (after 6:00 p.m. and before 7:00 a.m.), Saturdays, Sundays or Holidays. This is not related to the regular 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. 77 Temporary generator connect/disconnect at any station $1,725.00 78 50 ton Crane service for including flatbed truck at any pump station $1,725.00 79 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. $4,025.00 80 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) $4,025.00 81 Disassemble one (1) centrifugal or propeller submersible pump in shop, inspect all parts, check mechanical tolerances, provide written report, work- scope & price quote $4,025.00 82 Chain Link Fence repair at any pump station including mobilization/and permit cost $4,485.00 83 Field service personnel to remove one clutch, bring to shop, inspect all parts, provide complete report and price quote for repair $1,380.00 84 The complete repair of one (1) hose bib assembly at any pump station $1,690.00 85 The complete repair of one (1) hurricane proof double entrance door including building permits at any pump station $4,025.00 86 The complete repair of one (1) hurricane proof entrance single door including building permits at any pump station $3,680.00 87 The complete repair of one (1) hurricane proof roll -up door including building permits at any pump station $7 820.00 88 The replacement of one (1) cathodic protection system (Zinc anodes) per pump at any station $2 070.00 89 The complete repair, installation, and/or replacement of one (1) access floor hatch door at any pump station $3,220.00 90 The complete repair, installation, and/or replacement of one (1) roof exhaust fan at any pump station $2 875.00 Additive Items Unscheduled Repairs Activity Unit Cost 91 The complete repair, installation, and/or replacement of one (1) wall exhaust fan at any pump station $4,025.00 92 The complete repair, installation, and/or replacement of one (1) pump guide railing system at any submersible pump station $2 300.00 93 The complete repair, installation, and/or replacement of one (1) 6" camlock emergency pumpout at any submersible pump station $690.00 94 The replacement of one (1) Flygt pump monitoring and status control system at any submersible pump station $43,700.00 95 The complete repair of one (1) control panel including all instrumentation, mechanical and electrical components at any pump station $21,850.00 96 The complete repair, installation, and/or replacement of one (1) main switch at any pump station $43,700.00 97 The complete repair of one (1) automatic bubbler control system at any pump station $32,200.00 98 The complete repair of one (1) Electrical Transformer (30-1,500 kVA) and Phase Contactor at any pump station $55,200.00 99 The complete repair of one (1) CO2 Fire protection system including but not limited to instrumentation, mechanical and electrical components, control panels and carbon dioxide cylinders $28,750.00 100 The complete repair of one (1) discharge manifold at any pump station $3,450.00 101 The complete repair of one (1) crane winch at any pump station $1,150.00 102 Miscellaneous repairs not included in this list of items and at the discression of the City Engineer. $1,150.00 107 The complete replacement of an existing ATS includeing labor, material and programming per load requirements per specification and manufacturer recommendations. $46,000.00 108 The complete replacement of one (1) control panel including all instrumentation, mechanical and electrical components at any pump station $46,000.00 Orange Bowl Pump Station at 1775 NW 7th Street 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. $39,215.00 110 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. $18,975.00 111 The complete replacement of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $10,005.00 112 The refurnishment of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $6,785.00 Additive Items Unscheduled Repairs Activity Unit Cost 113 The complete replacement of one (1) vertical 100hp, 580 rpm, 480v, 3 Phase Electric Motor $41,285.00 114 The refurnishment of one (1) vertical 100hp, 580 rpm, 480v, 3 Phase Electric Motor $11,270.00 115 The complete replacement of one (1) 30"-20,000-gpm FAIRBANKS- MORSE Pump $40,710.00 116 The refurnishment of one (1) 30"-20,000-gpm FAIRBANKS-MORSE Pump $28,520.00 117 The complete replacement of one (1) 24"-10,000-gpm FAIRBANKS- MORSE Pump $15,750.00 118 The refurnishment of one (1) 24"-10,000-gpm FAIRBANKS-MORSE Pump $28,520.00 119 The complete replacement of one (1) 30"-19,300-gpm FAIRBANKS- MORSE Pump $51,750.00 120 The refurnishment of one (1) 30"-19,300-gpm FAIRBANKS-MORSE Pump $28,250.00 121 The complete replacement of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $57,800.00 122 The complete repair of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $34,500.00 123 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 124 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 125 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 $80,500.00 126 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 $34,500.00 127 The complete installation and/or replacement of one (1) LIMITORQUE Control System at any pump station $34,500.00 128 The complete repair of one (1) LIMITORQUE Control System at any pump station $10,695.00 129 One (1) Aluminum Drainage Flap Gate for outfall located at Lawrence Canal $16,100.00 130 Repair or replacement of one (1) Cellunetics Telemetry System $23,000.00 Overtown Pump Station at 1515 NW 5th Avenue 131 The complete replacement of one (1) vertical 100hp, 700 rpm, 480v, 3 Phase Electric Motor $37,720.00 Additive Items Unscheduled Repairs Activity Unit Cost 132 The refurnishment of one (1) vertical 100hp, 700 rpm, 480v, 3 Phase Electric Motor $18,400.00 133 The complete replacement of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $19,550.00 134 The refurnishment of one (1) vertical 50hp, 800 rpm, 480v, 3 Phase Electric Motor $10,235.00 135 The complete replacement of one (1) vertical 30hp, 1175rpm, 480v, 3 Phase Electric Motor $17,250.00 136 The refurnishment of one (1) vertical 30hp, 1175rpm, 480v, 3 Phase Electric Motor $8 625.00 137 The complete replacement of one (1) 30"-20,000-gpm FAIRBANKS- MORSE Pump $39,560.00 138 The refurnishment of one (1) 30"-20,000-gpm FAIRBANKS-MORSE Pump $28,520.00 139 The complete replacement of one (1) 24"-15,000-gpm FAIRBANKS- MORSE Pump $39,560.00 140 The refurnishment of one (1) 24"-15,000-gpm FAIRBANKS-MORSE Pump $28,520.00 141 The complete replacement of one (1) 16"-5,000-gpm CASCADE Pump $34,385.00 142 The refurnishment of one (1) 16"-5,000-gpm CASCADE Pump $22,310.00 143 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 144 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 145 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 $80,500.00 146 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 $34,500.00 147 The complete installation and/or replacement of one (1) LIMITORQUE Control System at any pump station $34,500.00 148 The complete repair of one (1) LIMITORQUE Control System at any pump station $10,695.00 Riverview Pump Station at 1301 NW 6th Street 149 The complete replacement of one (1) horizontal US ELECTRIC MOTOR, 480v, 400hp, 580 rpm, 3 Phase Electric Motor $4,600.00 150 The refurnishment of one (1) horizontal US ELECTRIC MOTOR, 480v, 400hp, 580 rpm, 3 Phase Electric Motor $18,400.00 151 The complete replacement of one (1) vertical US ELECTRIC MOTOR, 480v, 500hp, 588 rpm, 3 Phase Electric Motor $56,350.00 152 The refurnishment of one (1) vertical US ELECTRIC MOTOR, 480v, 500hp, 588 rpm, 3 Phase Electric Motor $21,850.00 153 The complete replacement of one (1) vertical 60hp, 1170rpm, 404TP, 480v, 3 Phase Electric Motor $12,075.00 154 The refurnishment of one (1) vertical 60hp, 1170rpm, 404TP, 480v, 3 Phase Electric Motor $7,935.00 Additive Items Unscheduled Repairs Activity Unit Cost 155 The complete replacement of one (1) 36"- 35,000-gpm FAIRBANKS- MORSE, 2 Stage Pump $79,350.00 156 The refurnishment of one (1) 36"- 35,000-gpm FAIRBANKS-MORSE, 2 Stage Pump $33,350.00 157 The complete replacement of one (1) 36"- 35,000-gpm FAIRBANKS- NIJHUIS, 2 Stage Pump $40,825.00 158 The refurnishment of one (1) 36"- 35,000-gpm FAIRBANKS-NIJHUIS, 2 Stage Pump $28520.00 159 The complete replacement of one (1) 16"-5,000-gpm CENTURY model "S" Sump Pump $33,350.00 160 Therefurnishment of one (1) 16"-5,000-gpm CENTURY model "S" Sump mp $1,840.00 161 The complete replacement of one (1) AMARILLO Right Angle Gear Drive $69,000.00 162 The refurnishment of one (1) AMARILLO Right Angle Gear Drive $36,800.00 163 The complete replacement of one (1) FAIRBANKS-MORSE Gear Reducer $69,000.00 164 The refurnishment of one (1) FAIRBANKS-MORSE Gear Reducer $369,150.00 165 The complete replacement of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $57,800.00 166 The complete repair of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $34,500.00 167 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 168 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 169 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 $80,500.00 170 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 $34,500.00 171 The complete replacement of one (1) LIMITORQUE Control System at any pump station $34,500.00 172 The complete repair of one (1) LIMITORQUE Control System at any pump station $10,695.00 173 Repair or replacement of one (1) Cellunetics Telemetry System $23,000.00 Lawrence Pump Station at 342 SW 7th Avenue 174 The complete replacement of one (1) vertical US ELECTRIC MOTOR, 480v, 200hp, 590 rpm, 3 Phase Electric Motor $41,400.00 175 The refurnishment of one (1) vertical US ELECTRIC MOTOR, 480v, 200hp, 590 rpm, 3 Phase Electric Motor $18,975.00 176 The complete replacement of one (1) vertical 100hp, 880rpm, 480v, 3 Phase Electric Motor $39,215.00 177 The refurnishment of one (1) vertical 100hp, 880rpm, 480v, 3 Phase Electric Motor $18,975.00 178 The complete replacement of one (1) vertical 40hp, 1170rpm, 480v, 3 Phase Electric Motor $10,235.00 Additive Items Unscheduled Repairs Activity Unit Cost 179 The refurnishment of one (1) vertical 40hp, 1170rpm, 480v, 3 Phase Electric Motor $58,650.00 180 The complete replacement of one (1) 30"- 20,000-gpm FAIRBANKS- NIJHUIS, 580 rpm, 2 Stage Pump $40,710.00 181 The refurnishment of one (1) 30"- 20,000-gpm FAIRBANKS-NIJHUIS, 580 rpm, 2 Stage Pump $11,270.00 182 The complete replacement of one (1) 24" 15,000-gpm CASCADE pump $33,465.00 183 The refurnishment of one (1) 24" 15,000-gpm CASCADE pump $18,745.00 184 TThe ccomplete replacement of one (1) 16"-5,000-gpm ALLIS CHAMBER pu $33,350.00 185 The refurnishment of one (1) 16"-5,000-gpm ALLIS CHAMBER pump $18,745.00 186 The complete replacement of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $57,800.00 187 The complete repair of one (1) INFILCO Automatic Bar Screen Climber and associated components including but not limited to control systems and motor drives $34,500.00 188 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 189 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 190 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 $80,500.00 191 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 $34,500.00 192 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 $103,500.00 193 The complete repair 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 $46,000.00 194 The complete replacement of one (1) LIMITORQUE Control System at any pump station $8,050.00 195 The complete repair of one (1) LIMITORQUE Control System at any pump station $6,785.00 196 The complete replacement of one (1) Conveyor with Control System $80,500.00 197 The complete repair of one (1) Conveyor with Control System $80,500.00 198 Repair or replacement of one (1) Cellunetics Telemetry System $25,300.00 West End Pump Station No. 1 at 6311 SW 6th Street West End Pump Station No. 2 at 6321 SW 2nd Street West End Pump Station No. 3 at 6450 Tamiami Canal Road West End Pump Station No. 4 at 6250 Tamiami Canal Road 199 The replacement of one (1) FLYGT, 6732 gpm, 85 hp Submersible Pump and Motor $39,215.00 200 The refurnishment of one (1) FLYGT, 6732 gpm, 85 hp Submersible Pump and Motor $19,412.00 201 The replacement of one (1) FLYGT, 8976 gpm, 98 90 hp Submersible Pump and Motor $41,400.00 Additive Items Unscheduled Repairs Activity Unit Cost 202 The refurnishment of one (1) FLYGT, 8976 gpm, 98 90 hp Submersible Pump and Motor $19,412.00 203 The replacement of one (1) FLYGT, 5984 gpm, 34 hp Submersible Pump and Motor $32,890.00 204 The refurnishment of one (1) FLYGT, 5984 gpm, 34 hp Submersible Pump and Motor $14,260.00 205 The replacement of one (1) FLYGT, 8078 gpm, 60 hp Submersible Pump and Motor $37,835.00 206 The refurnishment of one (1) FLYGT, 8078 gpm, 60 hp Submersible Pump and Motor $14,260.00 207 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 208 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 Antonio Maceo Pump Station at 5151 NW 7th Street 209 The replacement of one (1) FLYGT, 3366 gpm, 25 hp Submersible Pump and Motor $31,970.00 210 The refurnishment of one (1) FLYGT, 3366 gpm, 25 hp Submersible Pump and Motor $14,260.00 211 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 212 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 Belle Meade Pump Station at 7747 NE 8th Avenue 213 The replacement of one (1) EBARA 145 hp submersible propeller pump and motor $44,735.00 214 The refurnishment of one (1) EBARA 145 hp submersible propeller pump and motor $12,880.00 215 The replacement of one (1) EBARA 40 hp submersible propeller pump and motor $32,200.00 216 The refurnishment of one (1) EBARA 40 hp submersible propeller pump and motor $12,880.00 217 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 218 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 Brickell Avenue Pump Station 219 The replacement of one (1) FLYGT, 9119 gpm, 90 hp Submersible Pump and motor $44,735.00 220 The refurnishment of one (1) FLYGT, 9119 gpm, 90 hp Submersible Pump and motor $12,880.00 221 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 222 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 San Marco Island Pump Station 223 The replacement of one (1) FLYGT, 6835 gpm, 44 hp submersible propeller pump and motor $36,800.00 224 The refurnishment of one (1) FLYGT, 6835 gpm, 44 hp submersible propeller pump and motor $12,880.00 Additive Items Unscheduled Repairs Activity Unit Cost 225 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 226 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 Mary Brickell Village Pump Station 227 The replacement of one (1) FLYGT, 14362 gpm, 130 hp Submersible Pump and motor $66,700.00 228 The refurnishment of one one (1) FLYGT, 14362 gpm, 130 hp Submersible Pump and motor $25,185.00 229 The complete replacement of one (1) Aluminum bar grate screen at any pump station. $32,200.00 230 The complete repair of one (1) Aluminum bar grate screen at any pump station. $19,435.00 BID BOND Bond No: n/a CONTRACTOR: SURETY: Hartford Fire Insurance Company (Name, legal status and address) (Name, legal status and principal place ofbusiness) CONDO ELECTRIC INDUSTRIAL SUPPLY, INC. One Hartford Plaza 3746 EAST 10 CT Hartford, CT 06155 HIALEAH, FL 33013 OWNER: (Name, legal status and address) City of Miami 444 SW 2nd Ave Ste 64 Miami, FL 33130 BOND AMOUNT: PROJECT: Request for proposals for Stormwater pump Station Repair and Maintenance Services, RFQ919382 (Name, location or address, and Project number, if any) 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, administrators, 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 (1) 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 of the 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 herefrom 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 A310, 2010 edition 1 Signed and sealed this 25th day of February 2019 (Witness) CONDO ELECTRIC INDUSTRIAL SUPPLY, INC. (Principal) (Seal) (Title) Hartford Fire Insurance Company (Title) RAMON A RODRIGUEZ, ATTY-IN-FACT & FL RES AGENT The Company executing this bond vouches that this document conforms to the American Institute of Architects Document A310, 2010 edition 2 POWER UP ATTORNEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford, Connecticut 06155 Bond.0 laims(olthehartford.com call: 888-266-3488 or fax: 860-757-5835 Agency Name: BROWN & BROWN OF FLORIDA INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-221533 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut I ] Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut n Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana �1 Hartford Insurance Company of Illinois, a corporation duly organised under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited : Fausto Alvarez, Ramon A. Rodriguez, David Aaron French, Mayra Rodriguez of MIAMI LAKES, Florida their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, 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 permitted 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 to 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 Gray, Assistant Secretary COUNTY OF HARTFORD On this 11 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 he resides in 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 that he signed his name thereto by like authority. ss. Hartford M. Ross Fisher, Senior Vice President STATE OF CONNECTICUT 1 CERTIFICATE Nora M. Stranko Notary Public My Commission Expires March 31, 2018 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY 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 February 25 , 2019 Signed and sealed at the City of Hartford. co - POA a16 Kevin Heckman, Assistant Vice President TABLE OF CONTENT # 10-1 MAY 23, 2019 BID ATTACHMENT B INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory and subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. PAGEEy TABLE OF CONTENT # 10-2 BID ATTACHMENT B-1 Professional/Errors and Omissions Liability MAY 23, 2019 Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client clue to incompetence, errors or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage PAGE 5 ; TABLE OF CONTENT # 10-3 MAY 23, 2019 BID ATTACHMENT B-2 Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against Toss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2nd Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City PAGE 55 TABLE OF CONTENT # 10-4 MAY 23, 2019 BID ATTACHMENT B-3 to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. PAGE57 TABLE OF CONTENT # 10-5 MAY 23, 2019 BID ATTACHMENT E CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his/her knowledge, 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 an 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. 2. If any funds other than Federal appropriated funds have been paid or wit be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officers or employee of Congress, or an employee or 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. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that II subrecipients 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 prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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. The Contractor,CONDo ELECTRIC MOTOR REPAIR certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31, U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor/Contractor's Authorized Official Name and Title of Contractor/Contractor's Authorized Official HECTOR A. GOMEZ PRESIDENT Date: 5/23/2019 PAGE 5€i Pump Station Maintenance and Repair Frequency Schedule Scheduled Time to Inspect the Station Station Address Monday Tuesday Wednesday Thursday Friday Riverview Pump Station 1301 NW 6th Ave X X X Overtown Pump Station 1515 NW 5 AVE X . X X Lawrence Pump Station 342 SW 7th Ave X X X Orange Bowl Pump Station 1775 NW 7th St X X X West End Pump Station No. 1 Intersection of SW 63rd Ct (on NE corner) & SW 6th St X West End Pump Station No. 2 Intersection of SW 63rd Ct (on NE corner) & SW 2nd St X West End Pump Station No. 3 Intersection of NW 64th Ct between NW 3rd St & Tamiami Canal RD X West End Pump Station No. 4 Intersection of NW 62nd Ct between NW 5th St & Tamiami Canal RD X Antonio Maceo Pump Station 5151 NW 7th St X Mary Brickell Village Pump Station Mary Brickell Village - 700 SW 1 Place X San Marco Island Pump Station in front of 1384 Venetian Way X Brickell Avenue Pump Station Median at Brickell Ave & SE 12 ST X Belle Meade Pump Station Intersection of NE 8th Ave (dead end) & NE 77th Terr X 0 1N31NHOVIIV ale 9-06 # 1N31NOO dO 318V1 660Z `£Z AVIN TABLE OF CONTENT # 10-7 MAY 23, 2019 CONDO-4 OP ID: M5 AcCPREP CERTIFICATE OF LIABILITY INSURANCE `---'' DATE(MM/OD/YYYY) 10/12/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). PRODUCER BROWN & BROWN OF FLORIDA INC 14900 NW 79th Court Suite#200 Miami Lakes, FL 33016-5869 Patricia FS Mendoza CONTANAME: Patricia FS Mendoza (NC. N . Eane305-364-7800 FAX ,Nog 305-714 4401 E-MAIL ADDRESS: INSURER(SI AFFORDING COVERAGE NAIC A INSURER A:HartfOrd Fire Ins. Co. 19682 INSURED Condo Electric Motor Repair Corporation Condo Electric & Industrial Supply, Inc. P.O. Box 3340 Hialeah, FL 33013.0340 INSURER B :Hartford Fire Ins. Co. 19682 INSURER C :Twin City Fire Ins. Company 29459 INSURERD: INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TR TYPE OF INSURANCE ADDL INS D SUBR WVD POUCYNUMBER POUCYEFF 1MMIDD/YYYYUMM/DO/YYYYL POUCY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1,000,000 CLAIMS -MADE X OCCUR X 210ESOF5987 10/22/2018 10/22/2019 PREMISEES aoccurrrence) 5 300,000 MED EXP (Any one person) S 10,000 PERSONAL &ADV INJURY 5 1,000,000 GEN'L AGGREGATE OMIT APPLIES PER: GENERAL AGGREGATE s 2,000,000 X POLICY I 1 jREa J J LOC PRODUCTS - COMP/OP AGG 5 2,000,000 OTHER. S AUTOMOBILE LIABILITY COMBINED SINGLE UMIT (Ea accident) 5 1,000,000 B X ANY AUTO X 21UUNLH6921 10/2212018 10/22/2019 60DILYINJURY (Perperson) 5 — ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) 5 X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) S X 5 UMBRELLA UAB X OCCUR EACH OCCURRENCE 5 2,000,000 C X EXCESSLIAB CLAIMS -MADE 21XS0N0583 10/22/2018 10/22/2019 AGGREGATE 5 2,000,000 DED RETENTION 5 0 5 WORKERS COMPENSATION LIABILITY PER OTH- STATUTE ER AND EMPLOYERS' Y i N ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT 5 OFFICER/MEMBER EXCLUDED? I J (Mandatory In NH) N l A E.L DISEASE - EA EMPLOYEE S If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POUCY UMIT 5 B Garage Keepers Legal Liability 21UUNLH6921 10/22/2018 10/22/2019 Collision 150,000 Comprehen 150,000 DESCRIPTION OF OPERATIONS r LOCATIONS i VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) City of Miami is additional insured with regards to General Liability and Auto Liability coveraae on a primary & noncontributory basis when required by written contract. no. 1062381 Excess/Umbrella follows form. CERTIFICATE HOLDER CANCELLATION CITYMID City Of Miami 444 SW 2nd Ave, 6th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Brown and Brown of Florida. Inc. ACORD 25 (2014/01) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PAGE 1D TABLE OF CONTENT # 10-8 MAY 23, 2019 ACOR O' l`//�CERTIFICATE OF LIABILITY INSURANCE DATE fMhirDO YYY( 06/08/18 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIF CATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services, Inc of FloridaNAME: 1001 BricksII Bay Drive, Suite 61100 Miami. FL 33131-4937 CONTACT Aon Risk Services, Inc of Florida PHONE FAX (NC, No, Exl): 800-743-8130 (A/C, No): 800-522-7514 EMAIL ADDRESS: ADP.COLCenler@Aon.com INSURER(S) AFFORDING COVERAGE NAIC S INSURER A : Illinois National Insurance Co 23817 INSURED ADP TotalSource FL XI. Inc 10200 Sunsel Dive Miami, FL 33173 ALTERNATE EMPLOYER Condo Electric Motor Repair, Corp. 3746 E 10th Ct, Hialeah, FL 33013 INSURER B : INSURER C : INSURER D: INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 1919265 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MNVDD/YYYYuMM/DD/YYYY)_ LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 CLAIMS -MADE I OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 5 MED EXP (Any one person) 5 PERSONAL & ADV INJURY 5 GENII. AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE 5 1 POLICY I l PROJECT I I LOC PRODUCTS-COMP/OP AGG 5 OTHER 5 AUTOMOBILE LIABILITY OMBINED (Ea accident) INGLE LIMIT S ANY AUTO BODILY INJURY (Per person) 5 —— OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) 5 — HIRED _ NON -OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) S S UMBRELLA LIAR OCCUR EACH OCCURRENCE 5 EXCESS LIAB CLAIMS.MADE AGGREGATE 5 DEC RETENTION 5 WORKERS COMPENSATION X PER OTH- AND EMPLOYERS' UABILITY YIN STATUTE ER A ANYPROPRIETOR/PARTNER/EYECUTIVE OFFICER/MEMBER EXCLUDED', N / A WC 047014231 FL 7/1/2018 7/1/2019 EL EACH ACCIDENT 5 2,000,000 EL DISEASE - EA EMPLOYEE S 2,000,000 (Mandatory In NH) it yes, desoEe under E L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) All worksite employees working for CONDO ELECTRIC MOTOR REPAIR. CORP., paid under ADP TOTALSOURCE. INC.'s payroll. are covered under the above staled policy. CONDO ELECTRIC MOTOR REPAIR, CORP. is an allemate employer under this poky CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI DEPARTMENT OF PURCHASING 444 S.W. 2ND AVENUE MIAMI, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELNERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE pgon risk 8etvices, (Inc o f c flo'tida ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PAGE 61 TABLE OF CONTENT # 10-9 MAY 23, 2019 tt, te of rida epart, I ent of State I certify from the records of this office that CONDO ELECTRIC MOTOR REPAIR CORP. is a corporation organized under the laws of the State of Florida, filed on April 1, 1985. The document number of this corporation is H49843. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on January 9, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given ander my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Ninth day of January, 2019 le- Secretaryr of State Tracking Number: 4050980732CC To authenticate this ccrtificnte,vistt the following sitc,entcr this number, and then follow the Instructions displayed. https://services.sunblz.orgfFllings/CertificateOfStatus/Certlflea teAuthenticatlan PAGE 69.. TABLE OF CONTENT # 10-10 Farm Y I1 -J (Rat. January 2e?71 L\psunat d ihr lresuy Irt-fml RWwNo S0MCi Request for Taxpayer Identification Number and Certification MAY 23, 2019 Give rem to the requester. Do not send to the IRS. r,1 Flue CONDO ELECTRIC MOTOR REPAIR, CORP. a Bic -Moss nano. It tinned nom above c 0 !4 c tr 5 ao N Click Froptatekox: ❑ Sole pl plrlelor Corp:raUcn 0 Patoariap 0 cli,v ► TeinA r1,ttI- o URT Cll slab, and 21P code HIALEAH, FLORIDA 33013 ❑Exartilt none ba:kup nMlUldm3 naquo lcr's m1112 and aihass (¢tlowll Usl accoad mmtei(s) !we (opuoruq Taxpayer Identification Number (TIN) Enter your nN In the appropriate box. Fa Individuals, this Is your social security number (SS1'). However, for a resident alien, sole proprietor, or disregarded entity, see the part I instructions on page 3. Fcr other colt es h Is your employer identification number (EIN). Ii you do not have a number, sac Hove to get a TIN on page 3. Noto: if the acmrad s in mere than one name. see the cfur, on pa, 4 for gr,iddines on whose m sober to ender. tali Certification Social security writer IItIIIII er Employer Uenuncanon member 5L9215101016I615 Under penallle or perjury. I certify that: 1. me number sham on this farm is my correct taxpayer Identilcalion number (a 1 am wading tot a number to be Issued to me), and 2. I am rut subject to backup withholding because: (a) I am exempt from backup uilhholding, ar (b) I havo not Leen nolred by lie Internal Revenue Service 1R5) that I am subject la backup eitltboldmg as a result of a fai1uo Io report all interest or dividends or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. person (ircludrrg a U.S. resident aliertl Certification instructions. You must cross out Rem 2 atoms l you have been nailed by Ilia IiRS that you are etrrenlly subject la backup withholding because you have failed to rcpat all Interest and dividends onyotr lax return For real estate transactions, Rem 2 does not apply. For mortgage interest paid, acquisition a abandonment of secured property, cancellation of debt. contribution to an Individual retirement arrangement LIRA), and generally, payments other than Interest and dividends, you aro not required to sign the Cerll cation, but you must provide your correct TIH. (See llhlnsttuctlons on page 4.) Sign H ere signature or U.s. person lb Purpose of Form A person who Is required to file an Information return vdtll the IRS. must obtain your correct taxpayor identification number (TiN) to report, for example, Income paid to you. real estate transactions. mortgage Interest you paid. acquisition or abandonment of secured property. cancellation of debt or contributions you made to an IRA, U.S. person. Use Form W-9 only if you are a U.S, person (including a resident alien). to provide your correct TIN to the person requeslhlg It (the requester) and, when applicable, to: 1. Certify that the TiN you are glvhig is cared (or you are walling for a number to be issued), 2. Certl(y that you are not stb)ect to backup withholding. or 3. Claim exemption from kckup t,llhlrolding 5you are a U.S, exempt payee. Note: if a requester g. is you a form ether Aran Form W a to rearest your 17N }tit must use the regrtesier's form tT rT is substania'ly smiler to this Fcrtn W.9, Foreign person. If you are a toreign person. use the appropriate Form W-8 (see Pub. 515, li\ lliholdi ngof Tax on Nonresident Aliens and Foreign Entitles). cula ► 5/10/2019 Nonresident alien who becomes a resident alien. Generally., only a nonresident alien individual may use the terms of a tax treaty to reduce or eliranale U.S. tax on certain types of h1cane. timelier, most lax treaties contain a provision klhs',n as a "saving clause." Exceptions specified In the saving clause may permt an exemption from lax to continue for certain types of Income even aRer the recipient has otherwise become a U.S. resident aka for tax purposes. If you are a U.S. resident alien 151ro Is relying on an exception contained in the saving claure of a tax treaty to claim an exemption from U.S. tax at certain types of income, you muss attach a statement U1at speclTios the follo.airig five items: 1. The treaty country. Generally. this must be the sane treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. Tine article number (or location) in the tax treaty that contains the saving clause and Rs exceptions 4, The type and amount at Income that qualifies for the exemption from tax. 5, Stdllclenil facts to juslil, Me exemption from lax under Uio terms of Um treaty article, Cat. Na. 1o231x Faro W-9 ¢fit. i- co PAGE 63 TABLE OF CONTENT # 10-11 MAY 23, 2019 CITY OF WEST PALM BEACH UEPARIMEr1T Or' UEVEIOI'MEHT SERVICES r.'r(SI DAIM BF A1,1-I Attached le your 2010.2019 Business Rocelpl evidencing payment al fees for your Loco! Business Tax; Certificate of Uoo (If applicable): Sidewalk Cafe Permit (If applicable); and/or Extended Hours Alcohol Permit (if applicable), Business Tax Rocelpl: This document, based on the business category codes listed below, Is your Business Tax Receipt. THIS BUSINESS TAX RECEIPT MUST BE DISPLAYED ON THE PREMISES IN A PLACE WHERE IT MAY BE SEEN AT ALL TIMES (Sec. 02.160 City Code). Certificate of Use: A certlfcuta of use may be suspended or revoked In occordonce with Sec. 22,39 of the City Code Sidewalk Cafe Permll: 'A sidewalk card permit requires compliance with the conditions In Secs. 78.145 and 70-347 al the City Cade. A sidewalk cafe permit may be suspended or revoked pursuant to Sec. 70-340 of the City Code. Extended Hours Alcohol Permit: An extended hours alcohol permit requires compliance with the conditions In Sec. 6.0 of the City Cade and may be suspended or revoked os provided In said section. I FOR INFORMATION CALL (561) 005-6700 OR FAX (561) 005.6676 ! HOURS 8:00 AM • 5:00 PM — MONDAY • FRIDAY INSTRUCTIONS: PLEASE POST IN A CONSPICUOUS PLACE AT YOUR PLACE OF BUSINESS. e. CITY OF WEST PALM BEACH NOT TRANSFERABLE - — - 2010 to 2019 BUSINESS RECEIPT .•a e:.,r .: i+art*'PA i�u 3 n ,u 0000026835 REGISTRATION CONDO ELECTRIC MOTOR REPAIR CORP MOTOR/GENERATOR REWIND 3615 EAST 10TH CT &REPAIR BUS 1AXD CAI-ECU('r OESCNr(ION ree 54333 888308 REGISTRATION OFANYBUSINESS 08.18 HIS DOCUMENT NOT VALIO UNTIL FUNDS ARE COLLECTED rU L1l., •' PALO EXPIRES SEPTEMBER 30, 2019 6346 69.46 •• BAL •• 0 CO PAGE 6"•r TABLE OF CONTENT # 10-12 ire BusinessCertification cc)N1r00 ELECTRIC Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period !rem: to 11 /13/2019 • u ,c. k. 5::�crut:)...rj Fhrr,:& D p.;rt-nont ct t.".sr.i•,,Imeni S�r�•:us of Gee of supplier JUppIts: E 2I.in a0.L''i :17. Suitt:. 3L0 S1Y) 6'A-4' 7_:91S ,.' N'.2..orsanyTl.c•fiaa.coabici$d TABLE OF CONTENT # 10-13 MAY 23, 2019 City of Miami Request for Proposals (RFP) Procurement Department Miami Riverside Center 444 SW 2nd Avenue, 6", Floor Miami, Florida 33130 Web Site Address: ww/.miamigov.com/orocurementt RFPNumber: Title: Issue Date/Time: RFPClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 1062381 Request for Proposals for Storm Pump Station Repair and Maintenance Services 03-MAY-2019 30-MAY-2019 @ 14:00:00 Voluntary May 9, 2019 at 11:00 AM MRC, 444 SW 2nd Ave, 6th Floor South Conference Room, Miami, FL 33130 May 15, 2019 at 2:00 PM Gray, Tahlia City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US tgray@miamigov.com 305-400-5019 Page 1 of 59 PAGE 65 6/6/2019 Related License Information Licensee Name: CONDO ELECTRIC MOTOR License Number: REPAIR CORP. Rank: Construction Business License Expiration Date: Information Primary Status: Current Related License Information Original License Date: 03/18/2019 License Relationship Relation Expiration Number Status Related Party Type Effective Rank Date Date 1527516 Current, DIAZ, AURELIO GUSTAVO Primary Qualifying 03/18/2019 Certified 08/31/2020 Active Agent for Business General Contractor 9675 Current ESPINOLA, JOSE G Financial Officer - 03/18/2019 Financial Business Responsible Officer https://www.myfloridalicense.com/relationList.asp?record_cnt=2&Licld=7291225&Lname=&datefrom=&LicNum=&dateto=&Fname=&Category= 1/1 6/6/2019 Related License Information Licensee Name: DIAZ, AURELIO GUSTAVO License Number: 1527516 Rank: Certified General Contractor License Expiration Date: 08/31/2020 Primary Status: Current Original License Date: 03/18/2019 Secondary Status: Active Related License Information Relation License Status Related Party Relationship Effective Rank Expiration Number Type Date Date Current CONDO ELECTRIC MOTOR REPAIR CORP. Primary 03/18/2019 Construction Qualifying Business Agent for Information Business hops://www.myfloridalicense.com/relationList.asp?record_cnt=1&Licld=7134493&Lname=&datefrom=&LicNum=&dateto=&Fname=&Category= 1/1 2019 Details - Business Tax Account CONDO ELECTRIC MOTOR REPAIR - TaxSys - ... Page 1 of 2 m►amdade o G-cV Pursuant to amendments made to Florida Statute 119.071, effective July 1, 2019, confidential accounts are not viewable or payable online. 2019 1st Quarter Tax Bills are payable on June 1st, 2019. If paying delinquent real estate taxes (2018 and prior) by mail, acceptable forms of payment are: Cashier's Check, Certified Funds or Money Order. If paying delinquent real estate taxes (2018 and prior) in person, acceptable forms of payment are: Cashier's Check, Certified Funds, Money Order, or Cash. The information contained herein does not constitute a title search or property ownership. Amount due May be subject to change without notice. For instructions on obtaining Payoff/Release of Lis Pendens on Property Appraiser's Office Ad Valorem Tax Litigation Cases, please "Click Here" If you have a deed certified on your account, click the following link for sale information https://miamidade.realtdm.com/public/cases/list 2019 Details — Business Tax Account CONDO ELECTRIC MOTOR REPAIR Business Tax Account #3361722 Account details "r; Account history 2019 2018 2017 2016 Paid Paid Paid Account number: 3361722 Business start date: 03/29/1995 Physical business location: HIALEAH 2010 Paid Paid Business address: CONDO ELECTRIC MOTOR REPAIR 3615 E 10TH CT HIALEAH, FL 33013 Receipts And Occupations Mailing address: Owner(s) CONDO ELECTRIC 3615 E 10 CT HIALEAH, FL 33013 CONDO ELECTRIC 3615 E 10 CT HIALEAH, FL 33013 MOTOR REPAIR CORP MOTOR REPAIR CORP Receipt41160 Service business/multiple service business or Passenger transportation services 10/01/2018 SERVICE BUSINESS —09/30/2019 MACHINE SHOP TO INCLUDE MECHANICAL, ELECTRICAL. & EQUIP TESTING SVCS NAICS code: 332710 Units: 10 8- Print this bill Return to Search https://miamidade.county-taxes.com/public/business_tax/accounts/3361722 06/06/2019 2019 Details - Business Tax Account CONDO ELECTRIC MOTOR REPAIR - TaxSys - ... Page 2 of 2 © 1997-2019. Grant Street Group. All rights reserved. Powered by IrCRA.TS MEET GROUP Software That Works Help - Contact us - Terms of service - Tax Collector home https://miamidade.county-taxes.com/public/business tax/accounts/3361722 06/06/2019