Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Bid 10-06/07
MIAMIBEACH C:'d►`► i OF MIAMI BEACH CERTIFICATION OF CONTRACT Lo2F /0/r�o7 TITLE: Electric Motor Rewind and Repair Services CONTRACT NO.: 10-06/07 EFFECTIVE DATE(S): November 1, 2007 through October 31, 2008, with two (2) Additional one (1) year renewal options SUPERSEDES: 47-02/03 CONTRACTOR(S): Condo Electric Motor Repair, Corp. ESTIMATED ANNUAL CONTRACT AMOUNT: $150,000 A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on October 17, 2007, for approval to award contracts upon successful negotiations and subsequent execution between the City of Miami Beach Florida and Contractor(s). B. EFFECT - This Contract is entered into to provide Electric Motor Rewind and Repair Services for the City of Miami Beach, pursuant to City Invitation to Bid (ITB) No. 10- 06/07 and any addenda thereto, and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Procurement Division policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number (10- 06/07), with the current expiration date of October 31, 2008, 2009, or 2010, as applicable. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor to perform according to the requirements of the Contract Documents to Michael Alvarez, City of Miami Beach Public Works Assistant Director at 305-673- 7000 ext. 6629. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager prior to commencement of any services/work by Contractor. 1 Page 2 Certification of Contract F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work and/or services required by the Contract Documents. Contractor warrants and represents that all persons performing any work and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform same, to City's satisfaction, for the agreed compensation. Contractor shall perform the work and/or services required under the Contract Documents in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS — Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times and adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Services and/or work provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such work and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract and/or the Contract Documents. 2 Page 3 Certification of Contract The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Procurement Division 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Gus Lopez. Procurement Director With copies to: Michael Alvarez Public Works. Assistant Director Public Works Department 1700 Convention Center Drive Miami Beach. Florida 33139 For Contractor: Condo Electric Motor Repair. Corp. 3615 East 10th Court Hialeah. FI 33013 Attn: Hector Gomez L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 3 Page 4 Certification of Contract M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. 0. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and all addenda issued, and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; (iii) contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Page 5 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this a x."'O day of ,I-A-Ktrillt `1, 200 s, by their respective duly authorized representatives. By CONTRACTOR PFesident/ Signature HECTOR A. GOMEZ Print Name Secretary/ Signature HECTOR J. GOMEZ Print Name F:\PURC\$ALLUGHN\BIDS\06-07\ITB 1 0-06-07Certi fication of Contract#1.doc 5 CITY OF MIAMI BEACH Matti H. Bower ATTEST: MwJ City Clerk Robert Parcher APPROVED AS TO FORM & LANGUAGE di FOR CUTION ty Attom INVITATION FOR BIDS ELECTRIC MOTOR REWIND AND REPAIR SERVICES BID #10-06/07 BID OPENING: February 2, 2007 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beoch, FL 33139 www.miamibeachfl.gov F:\PURC\$ALL\JOHN\BIDS\06.07\ITB-10-06.07 Motor RewindFinolRFP.doc CA MIAMIBEACH C(TY CLERK COMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award Contracts, Pursuant To Invitation To Bid (ITB) No. 10-06/07, For Electric Motor Rewind Services, To Condo Electric Motor Repair, Corp., Electrix USA, Inc., And TAW Miami Service Center, For An Annual Estimated Amount Of $150,000. Key Intended Outcome Supported: Ensure well-maintained infrastructure. Supporting Data (Surveys, Environmental Scan, etc.): The recent survey results revealed that 42% of residents and 63% of businesses rated storm drainage as fair or poor. Issue: l Shall the City Commission approve award of contracts? Item Summary/Recommendation: The purpose of this bid is to establish contracts, by means of sealed bids, to a qualified supplier(s) for the repair and replacement of various types of electric motors on an as -needed basis. The repair services to be provided are the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, crane service and additional services when required. These specifications cover the acquisition of new motors, the purchase of repair or replacement parts for the various makes and models of motors as utilized within the City of Miami Beach, and repair services, in the field or in the contractors' shop, as needed, when required by the City. The contracts shall remain in effect for a period of (1) year from date of contract execution by the Mayor and City Clerk. The contracts could be extended for an additional two (2) years, on a year to year basis, if mutually agreed by upon both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. The City estimates a total of 115 motors located at the 25 Pump Stations, and a total of 76 pumps and 15 spares located at the 6 Water Stations will at some time require repair and/or replacement during the term of the contracts. Invitation to Bid (ITB) No. 10-06/07 was issued on December 29, 2006 with an original bid opening date scheduled for February 2, 2007. A Pre -Bid Conference to provide information to prospective bidders was held on January 18, 2007. One (1) addendum was issued to provide additional information relative to discussions at the Pre -Bid Conference, which extended the bid opening due date to February 9, 2007. BidNet issued 11 bid notices, of which 1 prospective bidder viewed the ITB documents, RFP Depot issued 462 bid notices, of which 35 prospective bidders viewed the ITB documents, which resulted in the receipt of the following three (3) bids: 1. Condo Electric Motor Repair, Corp. ("Condo Electric") 2. Electrix USA, Inc. ("Electrix") 3. TAW Miami Service Center ("TAW") Inasmuch as all three (3) contractors are responsive and qualified to provide the needed services, the Administration is recommending the award of contracts to all three (3) contractors. APPROVE THE CONTRACTS Advisory Board Recommendation: 1 N/A Financial Information: Amount Account 1 $120,000 425.0420.000342 Source of 2 $30,000 425.0410.000342 Funds: OBPI Total $150,000 City Clerk's Office Legislative Tracking: I Fred Beckman rn-Offs: Department Di r Assistant City Manager FB GL RM I JMG T:WGENDA12007bct170 nsentUTB-10-06-07MotorRewindSummary.doc ¢ MIAMIBEACH 32 Approved City Manager AGENDA ITEM CAF DATE /0-0-0-2 m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor David Dermer and Members of the City Commission FROM: Jorge M. Gonzalez, City Manager DATE: October 17, 2007 SUBJECT: REQUEST FOR APPROVAL TO AWARD CONTRACTS, PURSUANT TO INVITATION TO BID (ITB) NO. 10-06/07, FOR ELECTRIC MOTOR REWIND AND REPAIR SERVICES, TO CONDO ELECTRIC MOTOR REPAIR, CORP., ELECTRIX USA, INC., AND TAW MIAMI SERVICE CENTER, UPON SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION, FOR AN ANNUAL ESTIMATED AMOUNT OF $150,000. ADMINISTRATION RECOMMENDATION Award the Contracts. FUNDING $120,000 — 425.0420.000342 $ 30.000 — 425.0410.000342 $150,000 ANALYSIS The purpose of this bid is to establish a contract, by means of sealed bids, to a qualified supplier(s) for the repair and replacement of various types of electric motors on an as - needed basis. The repair services to be provided are the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, crane service and additional services when required. These specifications cover the acquisition of new motors, the purchase of repair or replacement parts for the various makes and models of motors as utilized within the City of Miami Beach, and repair services, in the field or in the contractors' shop, as needed, when required by the City. This contract shall remain in effect for a period of (1) year from date of contract execution by the Mayor and City Clerk. The contract could be extended for an additional two (2) years, on a year to year basis, if mutually agreed by upon both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. The City estimates a total of 115 motors located at the 25 Pump Stations, and a total of 76 pumps and 15 spares located at the 6 Water Stations will at some time require repair and/or replacement during the term of this contract. 33 City Commission Memorandum - Electric Motor Rewind October 17, 2007 Page 2 of 3 Contractor(s) shall receive notification of any pick up of any unit for repair from the City's designated representative. Pick up and a written estimate shall be made by the contractor(s) within one (1) working day. The written estimate for repairs shall include pick-up and delivery from and to any site within the City of Miami Beach, tear down, inspection, and a complete list of parts, (at contractor's cost) to be utilized for the required repair(s). There may be instances where the City declares and requires an emergency response. The City shall determine whether emergency repairs are needed. Emergency repairs, including pick-up, written estimate for repairs and if requested by the City, installation, shall be completed within forty-eight (48) hours. As Task Orders are identified, substantial completion times, to include delivery if required will be mutually agreed upon between the successful contractor(s) and the City. Liquidated damages of $25.00 per day will be deducted from the contract sum for each calendar day elapsing beyond the specified time for completion/delivery for each Task Order. MINIMUM REQUIREMENTS/QUALIFICATIONS OF CONTRACTORS 1. All technicians shall be factory certified. 2. Facility shall be authorized warranty station and repair shop. 3. Company shall be Electrical Apparatus Service Association (EASA) registered. 4. Contractor must have a machine shop on their premises. 5. Contractor must have VPI equipment on their premises. 6. Contractor must have High voltage (2300/4160) testing equipment on premises. 7. Contractor must be located within Dade and Broward County. SCOPE OF WORK: The rebuilding of a motor shall include, but not be limited to: VPI (vacuum pressure impregnation) or dipping and baking, rewinding of the stator and rotor, replacement of bearings and seals, any machine work required to ensure proper bearing fit and balancing, to include testing of the motor, and painting. The reconditioning/refurbishing of a motor shall include, but not be limited to: cleaning, VPI (vacuum pressure impregnation) or dipping and baking of the stator or rotor, replacement of the bearings, any machine work required to ensure proper fit, balancing and testing the motor, to include testing of the motor, and painting. Warranty shall include a minimum of one (1) year for all parts and labor, for the rebuilding work, and a minimum of ninety (90) days for all parts and labor, for the reconditioning/refurbishing work. Warranties shall commence from the date the City accepts the work/installation. In the event of a failure, should the items covered by the warranty ultimately cause an emergency repair, the contractor(s) shall repair the item at no additional cost to the City. Invitation to Bid (ITB) No. 10-06/07 was issued on December 29, 2006 with an original bid opening date scheduled for February 2, 2007. A Pre -Bid Conference to provide information to prospective bidders was held on January 18, 2007. 34 City Commission Memorandum - Electric Motor Rewind October 17, 2007 Page 3 of 3 One (1) addendum was issued to provide additional information relative to discussions at the Pre -Bid Conference, which extended the bid opening due date to February 9, 2007. BidNet issued 11 bid notices, of which 1 prospective bidder viewed the ITB documents, RFP Depot issued 462 bid notices, of which 35 prospective bidders viewed the ITB documents, which resulted in the receipt of the following three (3) bids: 1. Condo Electric Motor Repair, Corp. ("Condo Electric") 2. Electrix USA, Inc. ("Electrix") 3. TAW Miami Service Center ("TAW") Based on the ITB documents, all three (3) contractors certified in writing that they meet all Minimum Requirements/Qualifications of Contractors and the requirements pursuant to the Pre -Qualification of their Facilities/Shops. The contractor's bid prices consisted of a "not to exceed" hourly labor rate (that may be negotiated) to be billed to the City for various scopes of work that may be required for rewinding and repairing of the electric motors. The ITB is subject to the City's Living Wage and Equal Benefits Ordinance. The significance of this is that Electrix submitted a "not to exceed" hourly labor rate of $8.56. Under the Living Wage Ordinance, this is the required minimum hourly wage rate which does not include a minimum of $1.25 per hour contribution towards medical benefits to each employee providing services under this contract. The Procurement Division, in conducting its due diligence, requested clarification from Electrix relative to their not to exceed hourly labor rate of $8.56 per hour. They responded in writing stating; "we intend to pay our employees that provide services for this contract, between $12.00 and $17.00 per hour, excluding company benefits, which are in addition to their (employees) hourly labor rate". The reason Electrix submitted the low hourly labor rate bid is to "get their foot in the door" (receive work from the City), and to keep their work crew employed, when there is minimum or no work to be provided for their other clients/contracts. All three (3) contractors complied with the required Equal Benefits Ordinance. CONCLUSION Request for Approval to Award Contracts, Pursuant to Invitation to Bid (ITB) No. 10-06/07, for Electric Motor Rewind and Repair Services, to Condo Electric Motor Repair, Corp., Electrix USA, Inc., and TAW Miami Service Center, upon successful negotiations by the Administration, for an annual estimated amount of $150,000. T:tAGENDA\2007bct17071ConsentUT&10-06-07MotorRewindMemo2.doc 35 • • ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Proposal Page 1 of 5 PRE QUAIUFICATION OF SHOPS Ability to trace, monitors, and log all repair work. Bearings used shall be FAG or SKF only. VPI required on form coil jobs. Magnet wire type inverter rated wire. Varnish to be solvent free UL (United Listing) approved. Motor shop must be UL (United Listing) certified. 2300/4160 -volt test panel on site. Motor shop must have Department Environmental Regulation Management (DERM) certified paint booth. Motor shop must have DERM certificated pollution control. Motor shop must have DERM certified wastewater treatment. Fully enclosed dust free sand blast facilities with a minimum of 350 cubic feet. Rewind area must be a clean air-conditioned/good ventilated environment. AU machines welding must be TIG or spray welding. • Must have a lathe with at least 48" swing 120" between centers. • One year past history of varnish test certificates on file. Motor shop must have dynamic balance and trim balance capabilities. Facilities to provide Form Wound Coils. YES XX _.X8_. XX XX NO 1 hereby certify that CONDO ELECTRIC MOTOR REPAIR, CORP. (insert your company name) meet the entire minimum requirements listed above. Furthermore, I understand that the City relerves the right to visit and inspect our facility to ensure compliance with the minim ,�e �i ements as stated herein. {{A77A- t1 4 I:Y�� By HECTOR A. GOMEZ Contractor (Authorized Corporate Officer) ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 PRESIDENT TITLE PRESIDENT/CONDO ELECTRIC MOTOR Title ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Proposal Page 2 of 5 MOTOR REPAIR REQUEST Repairs Required: (Place an "x" next to the items that your shop can repair or replace and provide °A NOT TO EXCEED" labor rate for each item, which the City reserves the right to negotiate. X Dismantle, Inspect & clean all Parts X Brushers - hour X Brush -Holder - x Insulator Bars- % Thermal -Overloads - x Heater- % Shaft - x Bearing Journals - x Key -ways - x End Bells - x Replace Slip -rings x Repair Slip -rings - hour x Bearing (Roller -Ball) Y Babbitt Bearings - hour Cost not to exceed $ 17.50 per hour $ 17.50 per $ 17.50 per hour $ 17.50 per hour $ 17.50 per hour $ 17.50 per hour $ 17.50 per hour $ 17.50 per hour $ 17.50 per hour $ 17.sn per hour $ 17.50 per hour $ i 7 _ sn per $ 17.50 per hour $ ii.50 per Y Electrical Wiring- $ 17.50 xRewind Rotor- $ i/.50 Rewind Stator- $ 11.50 x Coils- $ 1/.50 Balance Rotor- $ 17.50 Balance Rotor & Armature- $ 17.50 X Bake & Dip- $ 17.50 X Assemble, Test and Refinish Unit- $ 17.50 X New Falk Coupling (Type) $ 17.50 X Overhead Bride, 1 to 5 tons $ 17.50 X Floor Crane $ 17.50 X HorizontalNertical presses, 5 to 120 tons $ 17.50 X Lathes, 24 to 72 inches swing $ 17.50 X Dynamic Bal. machines, 0 to 12,000#s $ 17.50 X Wire and/or power gun metalizing equipment $ 17.50 X Milling Machines 6ft minimum $ 17.50 X Heliarc & Tig Welding equipment $ 17.50 x Bearing Heater 5 to 15 inches $ 17.50 x Bearing Pullers, Hydraulic to 40 tons $ 17.50 x Portable Balancers $ 17.50 x Vibration Testers $ 17.50 x Laser Aligners $ 17.50 x Sandblasting Cabinets $ 17.50 ITB No. 10-06/07 - Electric Motor Rewind and Repair Services Addendum No. 1 per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour per hour % Water Blasting Machines $ 17.50 per hour ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Proposal Page 3 of 5 MOTOR REPAIR REQUEST Repairs Required cont. Repairs Required: (Place an "x" next to the items that your shop can repair or replace and provide "A NOT TO EXCEED" labor rate for each item, which the City reserves the right to negotiate. X Air Conditioned isolated area for rewinding % Painting (Para. 14 of Section 3.0) X Other repairs will be negotiated. Cost not to exceed $ 17.50 per hour $ 17.50 per hour NOTE: Items of works that are not identified on this Bid Form, will be negotiated by the Public Works Director, or designated representative. Cost not to exceed Emergency Service Cost (Para. 6 of Section 3.0) $ 104,10 per hour Over time cost (Section 2.16) $ 19 an per hour a) Crane Service $ 129.00 per hour b) Crane Service for four (4) hours (Para. 8 of Section 3.0) $ 516.00 flat fee Regular hourly rate for machine work (Para. 7 of Section 3.0, not to include shop labor hours) $ PREVENTIVE MAINTENANCE AGREEMENT: (Section 2.26) ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 1,0 $ 25Z per year (OF COST OF EACH MOTOR) ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Proposal Page 4 of 5 Cost not to exceed (a) Hourly labor rate for repairs (in accordance with Section 2.16 of the Special Conditions) $ 17.50 per hour (b) Warranty 1 (ONE) Years for Parts (Section 2.17). * (A minimum of one year warranty) * (Vendor to provide Parts Warranty Terms and Conditions/language) (c) Guarantee 1 ((INF) Years for Labor (Section 2.17). * (A minimum of one year guarantee) * (Vendor to provide Labor Guarantee Terms and Conditions/language) NOTE: Before submitting your NOT TO EXCEED HOURLY LABOR RATE(S), (Bid) take into consideration the cost for pick-up and delivery, tear down, and inspection. The City will not pay a separate line item consisting of the number of hours, and/or an hourly labor rate for tear down, inspection, pick- up and delivery. Vendor shall provide any/all required parts, at Vendor cost. THE CITY RESERVES THE OPTION TO NEGOTIATE ALL OF THE ABOVE COSTS. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Proposal Page 5 of 5 PAYMENT TERMS: NET 30. If other, specify here ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE. SUBMITTED BY: COMPANY NAME: SIGNED: HECTOR A. GOMEZ CONDO ELECTRIC MOTOR REPAIR, CORP. (I certify that ram authorized to execute this proposal and commit the bidding firm) Bidders must acknowledge receipt of addendum (if applicable). Addendum No. 1: JAN. 30, 2007 Insert Date Addendum No. 2: NAME/TITLE(Print): HECTOR A. GOMEZ PRESIDENT ADDRESS: 3615 EAST 10TH COURT CITY/STATE: HIALEAH, FLORIDA Zip: 33013 TELEPHONE NO: (305) 691-5400 FACSIMILE NO: (305) 691-6564 ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 Insert Date VVI KJ 1 G VU! GAL AAp U7. UU JU:1' O710LOY 1. UIVLU tLGI. 1 Kll.. rmut !71/ of CONDO ELECTRIC MOTOR REPAIR 3815 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 City of Miami Beach Attn: John Ellis Ref: Bid # 10-06/07 Electric Motor Rewind and Repair Services Fax: (786) 394-4001 Warranty for Parts. Condo Electric will warrant all new equipment and new parts for a period of one year. If prior to the expiration date of the applicable warranty period any new equipment or part that is proven to be defective shall be replaced or repaired at no cost to the City of Miami Beach. Excluded from the warranty is equipment or parts that are damaged or defective as a result of negligence, misuse, misapplication, or lack of proper maintenance. Guarantee for Labor... Condo Electric will warrant the work that we perform for a period of one year. This warranty expressly covers defects in workmanship and materials under normal and proper usage. Rewinds and complete overhaul of a motor are included in the one year warranty period. Any failure covered in the warranty period will be repaired at no cost to the City of Miami Beach. Excluded from the warranty is failure due to lack of proper maintenance. incorrect power supply, misuse or negligence. Bid Pricing. Condo Electric pricing proposed in Bid # 10-06/07 submittal remains valid. June 7, 2007. Bid Preventive Maintenance Agreement Cost Per Year. Condo Electric will enter into a Preventive Maintenance Agreement for the period following the warranty expiration, with the City of Miami Beach, for maintenance of motors, pumps, generators, and controls for 25% of the cost of each equipment repair. For example: A 100 HP Motor requires a maintenance plan after the one year warranty period. Condo Electric will provide our full motor specific maintenance check and maintenance procedure for 25% of the cost of the repair of that 100.HP motor. The same applies to pump specific maintenance, generator specific maintenance, and control specific maintenance. Since their is an immense difference in the state of equipment, cost, size and extent of repair required for each piece of equipment, Condo Electric has committed to this 25% cost described above,to guarantee the City of Miami Beach a equitable and constant maintenance cost. Respectfully, Hector A. Gomez President Condo Electric Motor Repair, Corp. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS - GENERATORS • ELECTRICAL EQUIPMENT - MARINE ELECTRICIANS RISK ASSESSMENT PLAN MOTOR REWIND AND REPAIR SERVICES BID #10-06/07 MAJOR RISK 1). THE DELAY IN TURN AROUND TIME CAUSING THE CITY OF MIAMI BEACH ADDITIONAL DOWNTIME AND UNDUE STRESS TO THE CITY EMPLOYEES. THE COST WOULD VARY DEPENDING ON THE MOTOR OR PUMP THAT IS DOWN AND THE APPLICATION AND LOCATION. OUR COMPANY HAS SOLVED THIS RISK BY BECOMING VERY FAMILIAR WITH ALL THE EQUIPMENT IN THIS CONTRACT. 25 YEARS OF EXPERIENCE WITH THE CITY OF MIAMI BEACH MOTOR AND PUMP REPAIRS. WE ASSIGN OUR HIGHEST PRIORITY TO THIS CONTRACT, CLOSELY MONITOR THE TURN AROUND TIME, ASSIGN OUR MOST EXPERIENCED TECHNICIANS, MAINTAIN THE SAME TECHNICIANS ON THE CONTRACT, THROUGHOUT THE LIFE OF THE CONTRACT. WE IMPLEMENT A QUALITY CONTROL PROGRAM RESULTING IN THE HIGHEST QUALITY REPAIRS , AVOIDING DUPLICATION OF REPAIRS AND COSTLY DELAYS. THE SCHEDULE GREATLY VARIES DEPENDING ON SIZE, (5 HOREPOWER VERSES 1000 HORSEPOWER) AND EXTENT OF REPAIR REQUIRED. 2) THE INABILITY TO STAY WITHIN BUDGET RESULTING IN ADDITIONAL COST TO THE CITY OF MIAMI BEACH, MOST LIKELY THROUGH A CHANGE ORDER. OUR COMPANY HAS BEEN REPAIRING AND REWINDING THE MOTORS AND PUMPS FOR THE CITY OF MIAMI BEACH FOR 25 YEARS AND HAS NEVER IMPLEMENTED A CHAGE ORDER. BECAUSE OF OUR WORKMANSHIP, EXPERIENCE, AND ABILITY TO EVALUATE THE NECCESSARY COST TO COMPLETE THE WORK SCOPE, WE HAVE BEEN ABLE TO PRODUCE QUALITY WORKMANSHIP AT FAIR PRICES. THERE IS NO SCHEDULE IN RELATION TO THIS RISK. OUR COMPANY DOES NOT ENGAGE IN THE PRACTICE OF CHANGE ORDERS THUS WE ARE NOT FAMILIAR WITH THE COST INCREASES THAT OTHER COMPANIES USE. 3) THE INABILITY TO COMMUNICATE AND WORK HAND IN HAND WITH THE CITY OF MIAMI BEACH EMPLYEES RESULTING IN UNDUE STRESS FOR THOSE INDIVIDUALS. OUR COMPANY MAKES ITSELF AVAILABLE TO THE CITY OF MIAMI BEACH 24 HOURS A DAY, 7 DAYS A WEEK, OUR STAFF IS INSTRUCTED TO DEVELOP A CLOSE WORKING RELATIONSHIP WITH THE CITY OF MIAMI BEACH EMPLOYEES, AND PAY PARTICULAR A FI'bNTION WHEN THEY ARE IN NEED OF EMERGENCY REPAIRS. WE HAVE TWO (2) SHIFTS MONDAY THROUGH FRIDAY AND ON CALL 24 HOURS SATURDAY AND SUNDAY TO FACILITATE COMMUNICATIONS AND QUICK EMERGENCY RESPONSE. PEACE OF MIND IS THE COST IN RELATIONSHIP TO THIS RISK. 1 PG. 2 OF RISK ASSESSMENT PLAN 4) EQUIPMENT FAILURE DUE TO POOR MAINTENANCE PROGRAM. OUR COMPANY'S MAINTENANCE PROGRAM IS GEARED TO MAINTAIN THE CITY OF MIAMI BEACH MOTORS AND PUMPS IN EFFICIENT AND RELIABLE WORKING CONDTIION. WE CLOSELY MONITOR THE CONDITION OF THE EQUIPMENT TO MINIMIZE UNTIMELY BREAKDOWNS. OUR SCHEDULE OF SERVICE HELPS TO PROLONG THE LIKE OF THE EQUIPMENT AND OUR TECHNICIANS CONSTANT COMMUNICATION HELP TO GIVE ADVANCE WARNING OF DETERIORATION AND POSSIBLE BREAKDOWN. THE COST OF EQUIPMENT FAILURE CAN VARY GREATLY DEPENDING AGAIN ON THE SIZE AND APPLICATION. 5) THE RISK OF POOR SERVICE PRIOR TO AND DURING A STATE OF EMERGENCY, (EXP. HURRICANE SEASON). OUR COMPANY PROVIDES A THOROUGH INSPECTION OF ALL MOTORS AND PUMPS PRIOR TO THE COMMENCEMENT OF HURRICANE SEASON SPECIFYING ANY REPAIR OR REPLACEMENT RECOMMENDATIONS. OUR COMPANY PLACES THE CITY OF MIAMI BEACH AS FIRST PRIORITY DURING AND AFTER A STATE OF EMERGENCY. THE COST RELATED TO THIS RISK ALSO GREATLY VARIES. 1 Page 1 of 1 Diaz, Cristina From: MARY BIALECK [mcbcondo@bellsouth.net] Sent: Monday, March 05, 2007 12:58 PM To: Diaz, Cristina Cc: hector gomez Subject: Bid # 10-06/07, Electric Motor Rewind and Repair Service Attachments: DOMESTIC (1).doc Ms. Diaz, In response of your request to describe our Domestic Partner Eligibility, I have attached our Insurance Carrier Domestic Partner Addendum Form For 2007/2008.The Condo Electric Employee's Domestic Partners and Children of Domestic Partners are elligable to enroll in Medical, Dental and Vision Tiers of Coverage, without discrimination, as stated in the addendum. If you have any question or need additional information, please call (305) 691-5400 or E-maill us at condoelabellsouth.net. Thank you, Mary Bialeck/ Hector A. Gomez Condo Electric Motor Repair 3615 East 10th Court Hialeah, Florida 33013 Phone:(305) 691-5400 Fax: (305) 691-6564 Original Message From: . CristinaDiaz To: co ndoel@bellsoiltb_. net Cc: Ellis. John Sent: Monday, March 05, 2007 9:52 AM Subject: BID #10-06/07, Electric Motor Rewind and Repair Service Good Afternoon Mr. Hector A. Gomez, Attached is a copy of the Declaration: Nondiscrimination in Contracts and Benefits that Condo Electric Motor Repair, Corp. certified for BID#10-06/07, Electric Motor Rewind and Repair Service for the City of Miami Beach. In the Declaration Condo Electric states that it provides benefits to employees with Domestic Partners. However, in the supporting documentation, Company Policy Manual and Health & Welfare Plan Description, the Domestic Partner eligibility is not detailed. Please provide a copy of any Human Resources or Health Care provider, Neighborhood Health Partnership documentation that covers Domestic Partner benefits for Condo Electric employees. If you have any questions or require clarification please contact me at the number or email listed below. Thank you, Cristina Diaz MIAMIBEACH Cristina Diaz, Contracts Compliance Specialist PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 Tel. 305-673-7490 / Fax: 305-673-7851 / crictinadiaz@miamibeachtgov WE, are committed to providing excellent public service and safety to ell who five. work and play in our vibrant, tropical, historic coinmunity. 1 /111117 TotalSource sow, tom. 2007 / 2008 Client Benefit Election Forrn Domestic Partner Addendum Domestic Partner Election Form for Condo Electric Motcr Repair ...•._ ..... ....__ ...... i . 1 v yo., ;Act it. Mar damask partner beneetato your woncerle ernplowees, benefits wilt bo available 10 an eligible employee's wyearned partner, vinether of the same ix opposite sex (unless Whereas. defined try this lime/arm comm. The (Owing of Domestic Partner benefits may be ram:dated by state -or ices! Orra. If ionated by Wass ar kcal law, I understand the! I will be rered to offer Itife ibOseragla ID my worked, employees residing. in the elate or locafty where it is rodoolecry. I . . •• . • • - •. • • ; elect Domestic Panni coverage as o benefit oreori lec Ma .officiiP vr4Pervez TInkbonefA vre be nods essiseete lo ad eligible 'aortae° erre/term winning io once Olga eligible DOIIIIMIC PlirVIIS and erw eligble A 1 GredoGGI GP ow Dernesix Penner in fist.ow. slang aftefur Iiihgri coverage. h accordance '.1110 11* aporicable Carriers flichiaty gueleines. i understand into my erroioym ceseburion for wench* wirproyees eiscang *Se ' coverage ea, be She Weft CDIIVaX160. 10M1141 IOW 10, 11* Employee a Sootwe anclke Employee A F amity kers seawater*. I decline Ownesic Penner coverage es a work mem for at my worksee *maw/fres et Ink frne underhand thed by nednmg so orl* Domestic Penner coverage Pds het, I may any steel looter thic coverage during a Clue Open Enrolment per.on (Le., Jame lel or sag' yeat). 00 ,.*neared by'.100o his& unoerstand Owt 0 wW be required lo ear Damask: Partner benefits tO my worludte employees n those states. TNS addendurn k specilln incorporated by reference end it is o pen or the Clem Sernoes Agreemen; exerAled by the psr.iss. doled the TTR say or FEBRUARY . 2007 . JOSE FSPINOIA Pent Mime VICE PRES IDDIT Tie 3615 EAST 10TH COURT Add.eu HIALEAH. PLORTDA 33013 city. Sim, Zip 59-2500665 Federal ID Number PVILV1431107 . TotalSource Sneers Lot Vic ta, 141 4...% Signature Print Name Tele Address City, Suite, ZI.• DurneSk Partner Addendum - Page 1 • ....... SF Human Rights Commission: DPIP Carrier Detail Page 1 of 1 City acid Oninly of San Fr:Ifscisec) FLuni�til Rights Commission Carrier Details New Search Carrier List Edit Search United Healthcare Carrier Web Site: www.uhc.com Domestic Partner Definition: same Et opposite sex; an affidavit provided by the insurer is required; live together for 6 months; Joint financial responsibility: common welfare. No surcharge applies. Coverage for children of the domestic partner is available. COBRA -like continuation coverage is available for both partner and children. Comments: Only opposite sex couples for groups of 2-50 lives. Both opposite and same sex couples for groups of 51+ lives. GA state: common law marriage - opposite sex couples only. ID state: same sex couples only. Florida: Medical Plans Available Min. Covered Group Size Coverage Region Within State HMO 2 Full State POS 51 Full State PPO 12 Full State Updated 9/13/2006 New Search Edit Search Return to Top .2e„.,7r.,,=T .Rrnr=MP.... 3/5/2007 CITY OF MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1. Vendor Information Name of Company:Condo Electric Motor Name of Company Contact Person: Phone Number. (305)691-5400 Fax Number: (305)691-6564 E-mail: Hector A. Gomez condoel@bellsouth.net Vendor Number (if known): 017216. Federal ID or Social Security Number: 59-2500665 Approximate Number of Employees in the U.S.: 35 Are any of your employees covered by a collective bargaining agreement or union trust fund? Yesg No Union name(s): Section 2. Compliance Questions Question 1. Nondiscrimination - Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a 'YES' answer means your company agrees itwill not discriminate; a "NO' answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. XI Race s Yes_ No Z Sex Yes _ No Zt Color x Yes _ No r Sexual orientation x_ Yes _ No fl Creed x, Yes _ No 11 Gender identity (transgender status) Z Yes _ No f Religion x Yes_ No i Domestic partner status x_ Yes _ No 1 National origin g Yes_ No 1 Marital status x_ Yes _ No $ Ancestry z Yes _ No $ Disability x_ Yes _ No 1 Age g Yes_ No to AIDS/HIV status & Yes _ No 1 Height g Yes_ No 1 Weight x_ Yes_ No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note: you must answer this question, even if you do not intend to enter into any subcontracts. X Yes No ITB No. 10-08107 - Electric Motor Rewind and Repair Services Addendum No. 1 Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners 'Questions 2A and 28 should be answered YES even if your employees must I pay some or all of the cost of spousal or domestic partner benefits. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? Yes _ No B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners" or to domestic partners of employees? f€ Yes _No 'The term Domestic Partner shall mean any two (2) adults of the same or different sex, who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an intemal registry maintained by the employer of at least one of the domestic partners. A Contractor may institute an intemal registry to allow for the provision of equal benefits to employees with domestic partner who do not register their partnerships pursuant to a governmental body authorizing such registration, or who are located in a jurisdiction where no such governmental domestic partnership exists. A Contractor that institutes such registry shall not impose criteria for registration that are more stringent than those required for domestic partnership registration by the City of Miami Beach If you answered "NO' to both Questions 2A and 2B, go to Section 4 (at the bottom of this page), complete and sign the form, filling in all items requested. If you answered 'YES" to either or both Questions 2A and 28, please continue to Question 2C below. Question 2. (continued) C. Please check an benefits that apply to your answers above and list in the "other section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Yes for Yes for Employees No, this Documentation of this Employees with with Domestic Benefit Is Not Benefit Is Submitted Spouses Partners Offered with this Form Health Sr % 0 0 Dental 7a 7p ❑ ❑ Vision RJ ip a o Retirement (Pension, IQ X' 0 ❑ 401(k), etc.) Bereavement Si ga o o Family Leave lb ip ❑ 0 Parental Leave g e ❑ ❑ Employee Assistance 70 )lp 0 0 Program Relocation & Travel ❑ o $ o Company Discount, 1) P o 0 Facilities & Events Credit Union o o IP a Child Care ❑ a o Other o ❑ o o Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. ITB No. 10-06107 — Electric Motor Rewind and Repair Services Addendum No. 1 To comply on this basis, you must agree to pay a cash equivalent, submit a completed Reasonable Measures Application with all necessary attachments, and have your application approved by the City Manager, or his designee. Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. (ATTACHED: COMPANY POLICY MANUAL) 4:P (ATTACHED: HEALTH & WELFARE PLAN DESCRIPTION)) Have you submitted supporting documentation for each benefit offered? X_Yes _ No Section 4. Executing the Document I dedare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this 7THday of FEBRUARY in the year2007 , at HIALEAH FLORIDA City State 3615 EAST 10TH COURT HIALEAH, FL 33013 Signature HECTOR A. GOMEZ Name of Signatory (please print) PRESIDENT Title ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 Mailing Address HIALEAH, FLORIDA 33013 City, State, Zip Code CITY OF MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Division ONLY IF you: a. Have taken all reasonable measures to end discrimination in benefits; and b. Are unable to do so; and c. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 1. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 2. The dates on which such benefits providers were contacted; 3. Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 4. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. CONDO ELECTRIC MOTOR REPAIR CORP. Nameo;Comny (please print) 'i✓1 Signature HECTOR A. GOMEZ Name of Signatory (please print) PRESIDENT Title ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 3615 EAST 10TH COURT HIALEAH, FL 33013 Mailing Address of Company HIALEAH, FLORIDA 33013 City, State, Zip (305)691-5400 Telephone Number FEB. 7, 2007 Date CITY OF MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Division by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Division evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered i to, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: 1 /li Date nondiscriminatory enefts will be avail ble: Reason for Delay:/ I 1 / l I I l l f I / / Description of effort being u ertak to end discrimination in benefits: 1 / a / B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps 7hd dates to be achieved: A / / / I - / / l / / / If requesting extensin bee on th e m nths, please explain basis: I i / / / / C. Collective Baraainina Aareements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s) where all of the following conditions have been met: 1. The provision of benefits is govemed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are govemed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. I declare (or certify) under penalty of perju under the laws of the State of Florida that the foregoing is true and correct, and hat I am authorized to bind this entity contractually. Name of Company (plea1 prin Signature Name of Signatory (please print) Title i ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 Mailing Address of Company City, State, Zip Telephone Number Date CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 EACH EMPLOYEE'S RESPONSIBILITY Safety can only be achieved through teamwork at our company. Each employee, supervisor and manager must practice safety awareness by thinking defensively, anticipating unsafe situations and reporting unsafe conditions immediately. Please observe the following precautions: 1. Notify your supervisor of any emergency situation. If you are injured or become sick at work, no matter how slightly, you must inform your supervisor immediately. 2. The unauthorized use of alcoholic beverages or illegal substances during working hours will not be tolerated. The possession of alcoholic beverages or Medal substances on the company's property is forbidden. 3. Use, adjust and repair machines and equipment only if you are trained and qualified. 4. Get help when lifting or pushing heavy objects. 5. Understand your job fully and follow instructions. If you are not sure of the safe procedure; don't guess...ask your supervisor. 6 Know the locations, contents and use of first aid and fire fighting equipment. 7. Comply with all posted signs and rules. 8. Do not remove, circumvent, disconnect, or render inoperable any safety or protective device. Do not operate equipment that is unsafe. 9. Know the proper procedures for doing your assigned job. When in doubt, always ask your supervisor before proceeding. 10. Use only approved tools for a particular job. Defective tools must be reported to your supervisor immediately. 11. Wear personal protective equipment in accordance with the job you are performing. 12. Comply with OSHA standards as wntten in our safety procedures manual. 13. Unauthorized possession, use or sale of weapons, firearms or explosives on work premises is forbidden. A violation of a safety precaution is in itself an unsafe act. A violation may lead to disciplinary action, up to and including discharge. SALES & REPAIRS n .n1rr117c-cnicaA'rnac . rTaiCAI Pr)! UPMFNT • MARINF FI FCTRICIANS ilb CONDO ELECTRIC MOTOR REPAIR 3615 EAST 10TH COURT HIALEAH FLORIDA 33013 (305) 691 -54 -- OCTOBER 23RD 2006. TO: ALL REPAIR DEPARTMENT PERSONNEL. REF: HAZARDOUS WASTE REGULATIONS. SHOULD WE EVER EXPERIENCE A SPILL OF HAZARDOUS WAST MATERIALS, THE FOLLOING PROCEDURES MUST BE FOLLOWED.. 1. THE LOCAL FIRE DEPARTMENT MUST BE INFORMED IMMEDIATELY TELEPHONE. (305) 883-6900. (NON EMERGENCY) 2. THE LOCAL POLICE DEPARTMENT MUST BE INFORMED ALSO. TELEPHONE. (305) 687-2525. (NON EMERGENCY) 3. THE HAZARDOUS WASTE COORDINATOR FOR THE COMPANY IS MOHAMED HALLAJ. (305) 408-4353 CELLULAR (786) 229-9869. 4. THE DEPARTMENT OF EMERGENCY MANAGEMENT MUST ALSO BE INFORMED. TELEPHONE (904) 232-2895. 5. THE NATIONAL RESPONSE CENTER FOR HAZARDOUS WASTE MUST BE NOTIFIED OF ANY SPILLS. TELEPHONE. 1 (800) 424-8802. 6. IF AN EMPLOYEE COMES INTO CONTACT WITH ANY SPILL OF HAZARDOUS WASTE MATERIALS WE MUST NOTIFY THE EMERGENCY MEDICAL CARE PROVIDER, TELEPHONE. (305) 696-0842 MIAMI HIALEAH MEDICAL GROUP 1025 EAST 25TH STREET HIALEAH, FL 33013 7. ALL HAZARDOUS WASTE MATERIALS MUST BE PROPERLY STORED IN THE DESIGNATED CONTAINERS, WHICH MUST BE CLEARLY MARKED. THESE CONTAINERS MUST BE STORED TOGETHER IN THE DESIGNATED STORAGE AREA. 8. THESE MATERIALS CAN ONLY BE REMOVED FROM THIS FACILITY BY A LICENSED HAZARDOUS WASTE TRANSPORTER. 9. UNDER FLORIDA LAW, THIS NOTICE MUST BE POSTED IN THE SHOP AREA, AND CLOSE TO ALL TELEPHONES IN THE SHOP, AND SHOP OFFICE, 10. ALL SHOP EMPLOYEES ARE TO BE MADE AWARE OF THESE EMERGENCY PROCEDURES. IN CASE OF EMERGENCY MIAMI HIALEAH MEDICAL GROUP 1025 EAST 25TH STREET HIALEAH, FLORIDA 33013 (305) 696-0842 EMPLOYER NAME: PAYCHEX BUSINESS SOLUTIONS, INC. ADDRESS: 1175 JOHN STREET WEST HENRIETTA, NY 14586 CARRIER: AIG RISK MANAGEMENT INC. NEW HAMPSHIRE INSURANCE 175 WATER STREET NEW YORK, NEW YORK 10038 AGENT NAME: PAYCHEX INSURANCE AGENCY, INC. FLORIDA POLICY NUMBER: WC 0929457 GEORGIA POLICY NUMBER: WC0929458 PAYCHEX POLICY NUMBER: 7656672 EXPIRATION DATE: 06/01/2007 CLAIMS REPORTING SPECIALTY RISK SERVICES 800 327-3636 *117 CONDO ELECTRIC MOTOR REPAIR, CORP. Bid Requirement for Electrical Motor Rewind and Repair Services Bid # 10-06/07 Identification and submittal of best previous projects. Past Performance Information 1) Condo Electric Motor Repair, Corp. has been rewinding, repairing and replacing Electrical Motors for Miami -Dade Water and Sewer for more than 15 years, Under Contract No. 6819, from 2003 to 2006, we have provided more than 2 million dollars of these services. 2) In the past 5 years, Condo Electric Motor Repair, Corp. has done rewinding, repairing and replacing of Electrical Motors for Martin County. Under Contract No. A/R #2007-20406819, from 2003 to 2006, we have provided more than $300,000 dollars of these services. 3) For more than 10 years now, Condo Electric Motor Repair, Corp. has been providing rewinding, repairing and replacement services to Rinker Cement. From 2003 to 2006 we have done more than $285,000 dollars of business providing these services. All of our previous projects are our best and also similar projects in comparison to the scope of work in the City of Miami Beach Bid. We have named just a few because there are too many to mention. We are currently and have previously provided these same services for the City of Hollywood, City of Sunrise, City of Miami, City of Boca Raton, City of Tamarac, City of Miramar, and City of Miami Beach, to name just a few more. We always provide superior quality service and have never lost a contract. We will gladly provide more past performance information upon your request. it /D CONDO ELECTRIC MOTOR REPAIR OPERATION SCHEDULE MOTOR REPAIR WORKSHEET BREAKDOWN SAMPLE Date: WO#: Cust Name: Motor disc.: Disassemble Clean, Sand Blast. Strip/Dip & Bake Rewind Balance Machine Work Assemble Final Test Service Call Copper Wire Varnish Page 1 cont. Page2 Insulation Bearing Part# Mechanical Seal Part# Mechanical Seal Part# Other Parts Part# Other Parts Part# Other Parts Part# Completed By: LL O p L LLQ P..11,'\JI: LL 7CTL rji Cal ME' ;-• CJ!A! I - ................ - .;N:il.gh,[5.-PIL.- -- • • •••• ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 INSURANCE CHECK LIST XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000.000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after bid,9penig. ./ HECTOR A. GOMEZ Bidder Signature of Bidder December 28 2006 City of Miami Beach Bid No: 10-06107 15 of 50 Condo Electric Motor Repair, Corp. Bid Requirements for Electric Motor Rewind and Repair Services Bid # 10-06/07 SUBMITTAL LIST: 1) Bid Submittal Form 2) Bid Submittal List 3) Letter of Introduction 4) Addendum No.1 5) Non Discrimination Declaration and Supporting Documents 6) Equipment List 7) Employee Resume 8) Insurance Certificate General Liability 9) Insurance Certificate Workers Compensation 10) Manufacture's Authorizations for Service, Repair and Sales Center. 11) Air Pollution Operating Permit 12) Industrial Waste Operating Permit 13) Occupational License 14) Supervisor Qualification 15) Safety Plan & OSHA Policy 16) Disposal Plan/Hazardous Waste Regulations 17) Past Performance Information 18) Operation Schedule 19) Minority Certification 20) EASA Certification 21) Risk Assessment Plan Submitted in Separate Envelope. CONDO ELECTRIC MOTOR REPAIR 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 Letter of Introduction Ref: City of Miami Beach Bid # 10-06/07 Electric Motor Rewind and Repair Service Condo Electric Motor Repair, Inc. has been operating in Dade County since 1952. We have been providing motor and pump repair service to Dade County, City of Miami Beach, City of Sunrise, City of Homestead and many more from Key West to Martin County, too numerous to mention. We are authorized Distributors and Warranty Repair Station for most major motor, pump and generator manufactures. We have attached a copy of the original Manufacturer's correspondence authorizing Condo Electric to serve as a warranty and 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 and level of technical expertise. We own, all of the latest Diagnostic Equipment, Load Bank, Baker Instruments, to just name a few, that facilitates accuracy and speed in the repair and maintenance of your equipment. We have also attached our equipment list. We are an EASA Certified Shop, OSHA Compliant, Quality Control Program, Minority Owned, Living Wage Compliant, Drug Free, Safety Program, and Licensed Winding Shop. We have worked vigorously for many years to establish a reputation, well deserved, of fair prices and superior service. We look forward to our continual service to the City of Miami Beach. President Condo Electric Motor Repair. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS 41- 7 m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 10-06/07 ADDENDUM NO. 1 January 30, 2007 INVITATION TO BID FOR ELECTRIC MOTOR REWIND AND REPAIR SERVICES is amended and/or clarified as follows: I. CHANGE: The deadline for receipt of Bids, Risk Assessment Plans (RAP) and Evaluation Surveys to February 9, 2007 at 3:00 p.m. II. CLARIFY: All Performance Evaluation Surveys shall come to the Procurement Division Office, directly from the bidder's clients. Surveys received from the Bidder will NOT be considered for evaluation. III. CLARIFY: All Risk Assessment Plans submitted MAY become part of the executed contract, upon successful negotiations. IV. ADD: The complete set of Equal Benefits Ordinance documents. (Attached) V. CLARIFY: Bidders shall submit an original and five (5) copies of their Bid and Risk Assessment Plan (RAP). VI. ADD: Copies of the current contract with Condo Electric Motor Repair (Contract No. 47- 02/03), are available upon request. If requested, they will be e-mailed to you. Please forward your request to: iohneilistbmiamibeachfl.aov VII. ADD: The City of Miami Beach has paid Condo Electric Motor Repair (PrimaryVendor) and Tampa Armature Works (Secondary Vendor) approximately $800,000 since the November 13, 2002, contract execution date. VIII. REVISE: Section 2.9, entitled CONTACT PERSON. Request for additional information or clarifications must be made in writing to the contact person, with a copy to the City Clerk (I robertparcheramiamibeachfl.aov., no later than ten (10) calendar days prior to the scheduled Bid opening date. IX. REVISE: Section 2.17, entitled WARRANTY, to read: The successful bidder will be required to warranty all parts and supplies provided fora minimum of one (1) year forthe "Rewind" work, and a minimum of ninety (90) days forthe "Reconditioning" work. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 X. REVISE: Section 2.18, entitled REFERENCES, to read: Bidders shall provide a minimum of six (6) "References", for which the Bidder/Contractor is currently furnishing or has fumished the type of services described in this Invitation to Bid, within the last six (6) years. XI. CHANGE: Section 2.26, entitled MAINTENANCE AGREEMENT, to read: PREVENTIVE MAINTENANCE AGREEMENT. XII. REVISE: Bid Proposal Pages 1 — 5. (Attached) XIII. ADD: Estimated Annual Budget for this contract is $150,000. Proposers/Bidders are reminded to please acknowledge receipt of this addendum with their proposal or the proposal may be considered non-responsive. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director je F:IPURCISALLUGHN\RFQIRFQ 15-06-07tITB-10-06-07A1A.doc ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 Definition of Terms A. REASONABLE MEASURES The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: (1) The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; (2) The existence of benefits providers willing to offer equal benefits to the City Contractor; and (3) The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. CASH EQUIVALENT "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: a. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. c. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 EXHIBIT "A" Eaual Benefits Ordinance Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. All bidders shall complete and retum, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the bidder certifies that such group or individual does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his designee determines that the successful bidder Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that bidders are considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Following this page please find a Q & A of the major points of the proposed Ordinance. Additionally, the following documents need to be returned to the City with your bid: • Declaration: Nondiscrimination in Contracts and Benefits Form • Reasonable Measures Application Form PROPOSED EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a govemment body pursuant to state or local law authorizing such registration, or with an intemal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.). • Contracts valued at over $100,000. • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year. • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts). • The City contract is not competitively bid. • The City contract is valued at less than $100,000. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 • The contractor has less than 51 employees. • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners. • The contractor is a religious organization, association, society or any non profit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society. • The contractor is another govemment entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property. • Development Agreements. • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development • Cultural Arts Council grants • Contracts for professional A/E, landscape A/E, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act". • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts. • Contracts where only one bid response is received. • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the issued bid documents. • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance. • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract. • Termination of the contract. • Monies due under the contract may be retained by the City until compliance is achieved. • Debarment of contractors from City work, as prescribed by the City Code. ITB No. 10-06/07 — Electric Motor Rewind and Repair Services Addendum No. 1 CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 EACH EMPLOYEE'S RESPONSIBILITY Safety can only be achieved through teamwork at our company. Each employee, supervisor and manager must practice safety awareness by thinking defensively, anticipating unsafe situations arid reporting unsafe conditions immediately. Please observe the following precautions: 1. Notify your supervisor of any emergency situation. If you are injured or become sick at work, no matter how slightly, you must inform your supervisor immediately. 2. The unauthorized use of alcoholic beverages or illegal substances during working hours will not be tolerated. The possession of alcoholic beverages or ilieaal substances on the company's property is forbidden. 3. Use, adjust and repair machines and equipment only if you are trained and qualified. 4. Get help when lifting or pushing heavy objects. 5. Understand your job fully and follovv instructions. If you are not sure of the safe procedure, don't auess...ask your supervisor. 6. Know the locations, contents and use of first aid and fire fighting equipment. 7. Comply with all posted signs and rules. 8. Do not remove, circumvent, disconnect, or render inoperable any safety or protective device. Do not operate equipment that is unsafe. 9. Know the proper procedures for doing your assigned foo When in doubt. always ask your supervisor before proceeding. 10 Use only approved tools for a particular job Defective tools must be reported to your supervisor immediately. 11. Wear personal protective equipment in accordance with the job you are performing. 12. Comply with OSHA standards as written in our safety procedures manual. 13. Unauthorized possession, use or sale of weapons, firearms or explosives on work premises is forbidden. A. violation of a safety precaution is in itself an unsafe act. A violation may lead to disciplinary action, up to and including discharge. SALES & REPAIRS rr CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: THIS POLICY MANUAL COVERS EMPLOYEE'S FROM THE TWO REGISTERED COMPANIES TRANSACTING BUSINESS FROM THE ABOVE LISTED LOCATION, CONDO ELECTRIC MOTOR REPAIR, AND CONDO ELECTRIC & INDUSTRIAL SUPPLY. THE " COMPANY " AS IT WILL BE REFERRED TO THROUGHOUT THIS POLICY MANUAL, WILL REFER TO EITHER, OR BOTH OF THE REGISTERED COMPANIES. DEAR CONDO ELECTRIC EMPLOYEE, WELCOME TO OUR COMPANY. THIS IS YOUR COPY OF OUR COMPANY POLICY MANUAL, WHICH HAS BEEN. DESIGNED TO HELP YOU KNOW THE COMPANY BETTER, AND TO UNDERSTAND THE RULES AND REGULATIONS UNDER WHICH WE OPERATE. THE RULES AND REGULATIONS CONTAINED IN THIS MANUAL MUST BE ADHERED TO AT ALL TIMES, TO ENABLE US TO OFFER EACH EMPLOYEE, A SAFE AND PLEASANT WORKING ENVIRONMENT, AND TO ENSURE THAT WE HAVE AN EFFICIENT AND PROFITABLE COMPANY. THE MANUAL ALSO CONTAINS INFORMATION REGARDING THE BENEFITS THAT WE OFFER EACH EMPLOYEE, AS FAR AS PAID VACATIONS, SICK PAY, INSURANCE, AND WORKING CONDITIONS. PLEASE READ YOUR MANUAL CAREFULLY, AND IF YOU HAVE ANY QUESTIONS REGARDING ANY OF THE CONTENT, FEEL FREE TO DISCUSS IT WITH YOUR IMMEDIATE SUPERVISOR. PAGE 1. SALES & REPAIRS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: EQUAL EMPLOYMENT OPPORTUNITY POLICY: IT IS THE POLICY OF THE COMPANY TO ABIDE BY ALL STATE AND FEDERAL REGULATIONS WITH REGARD TO EQUAL OPPORTUNITY EMPLOYMENT. WE AS A COMPANY WITH REGARD TO HIRING, TRAINING, AND PROMOTION WITHIN THE COMPANY, WILL BASE ALL DECISIONS ON QUALIFICATIONS, MERIT, AND PREVIOUS PERFORMANCE, AND IM NO CASE WILL ANY DECISION BE BASED UPON RACE, COLOR, RELIGION, SEX, AGE OR NATIONAL ORIGIN. THIS POLICY APPLIES TO ALL PERSONS WHO ARE CURRENTLY EMPLOYED BY THE COMPANY, AND ALL PERSONS WHO MAY SEEK EMPLOYMENT, WITH THE COMPANY IN THE FUTURE. OCCUPATIONAL SAFETY AND HEALTH ACT: IN 1970 THE FEDERAL GOVERNMENT ENACTED THE.WILLIAMS-STEINER ACT, NOW KNOWN AS O.S.H.A. OR, OCCUPATIONAL SAFETY AND HEALTH ACT. THIS ACT SETS FORTH THE SAFETY AND HEALTH STANDARDS FOR MOST ALL BUSINESSES OPERATING NI THE UNITED STATES. ADMINISTRATION OF THE RULES AND REGULATIONS ARE GOVERNED BY THE U.S. DEPARTMENT OF LABOR. THE LAW REQUIRES EACH EMPLOYER TO FURNISH A PLACE OF EMPLOYMENT, FREE FROM RECOGNISED HAZARDS THAT ARE LIKELY TO CAUSE DEATH OR SERIOUS PHYSICAL INJURY. THE LAW ALSO REQUIRES THE COMPANY TO KEEP CAREFUL RECORDS OF ALL INJURIES OR ILLNESS, WHICH ARE CONSIDERED JOB RELATED. THE SAFETY OF OUR EMPLOYEES HAS ALWAYS BEEN A HIGH PRIORITY WITH THE COMPANY, AND WE HAVE AN EXCELLENT SAFETY RECORD. THE COMPANY IS ANXIOUS TO MAINTAIN ITS SAFETY RECORD, NOT ONLY TO COMPLY WITH THE LAW, BUT ALSO TO INSURE THE WELFARE AND WELL BEING OF ITS EMPLOYEE'S. PAGE 2. SALES & REPAIRS ^--^^^ - w r1..11,,n..csir - 114AOIM Ct Cr•rOlr•IAtJC CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: OCCUPATIONAL SAFETY AND HEALTH ACT, CONTINUED; IT WILL TAKE THE COMBINED EFFORTS OF THE EMPLOYEE'S, THE OWNERS, AND MANAGEMENT OF THE COMPANY, TO CONTINUE TO OPERATE IN A SAFE WORKING ENVIRONMENT. LISTED BELOW ARE SOME OF THE THINGS THAT WE AS A COMPANY, EXPECT FROM ALL OF OUR EMPLOYEE'S. 1. LEARN ALL THAT YOU CAN ABOUT THE OCCUPATIONAL SAFETY AND HEALTH ACT, ESPECIALLY THOSE PARTS THAT CONCERN YOU, IN THE DAY TO DAY PERFORMANCE OF YOUR JOB. 2. REPORT ANY UNSAFE WORKING CONDITION, OR UNSAFE MACHINERY OR EQUIPMENT TO YOUR SUPERVISOR, IMMEDIATELY. 3. WEAR PROPER CLOTHING AND SAFETY EQUIPMENT ( REFER TO THE SAFETY RULES AND REGULATIONS CONTAINED IN THIS MANUAL ) 4. BECOME SAFETY CONCIOUS, THINK AND LIVE SAFETY IN YOUR DAY TO DAY LIFE. YOUR COMPANY IS DOING EVERYTHING POSSIBLE TO MEET AND ENFORCE THE SAFETY STANDARDS AND REGULATIONS, BUT THIS WILL ONLY WORK IF ALL OF OUR EMPLOYEE'S FOLLOW THE GUIDELINES, AND TAKE ALL OF THE NECESSARY PRECAUTIONS TO ENSURE THEIR OWN SAFETY ON THE JOB. SAFETY RULES AND REGULATIONS: 1. ALL INJURIES, NO MATTER HOW SLIGHT, " MUST " BE REPORTED TO YOUR IMMEDIATE SUPERVISOR. 2. EACH EMPLOYEE IS REQUIRED TO KEEP HIS WORKING AREA CLEAN, AND FREE FROM HAZARD. 3. EMPLOYEE'S ARE NOT TO RIDE EQUIPMENT, SUCH AS FORK LIFT TRUCKS, UNLESS THEY ARE THE PRIME OPERATOR. PAGE 3. SALES & REPAIRS INDUSTRIA! R MARINF MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: SAFETY RULES AND REGULATIONS, CONTINUED; 4. PRACTICAL JOKES OR PLAYING AROUND IS PROHIBITED, AS THIS KIND OF ACTIVITY AROUND MACHINERY AND EQUIPMENT OFTEN LEADS TO ACCIDENTS, OR INJURY. 5. SAFETY SHOES MUST BE WORN AT ALL TIMES, BY EMPLOYEE'S OF THE REPAIR DEPARTMENT. 6. SAFETY GOGGLES " MUST " BE WORN AT ALL TIMES, WHEN OPERATING EQUIPMENT SUCH AS GRINDERS, MACHINE SHOP EQUIPMENT, WELDING EQUIPMENT, OR COMPRESSED AIR EQUIPMENT. 7. CLEAN UP IMMEDIATELY ALL OIL OR WATER SPILLS. 8. BEWARE OF ALL LOOSE FITTING CLOTHING, WHEN OPERATING SHOP TOOLS, MACHINERY, OR EQUIPMENT. 9. KEEP SHOP TOOLS AND EQUIPMENT CLEAN AND IN SAFE WORKING CONDITION AT ALL TIMES, AND REPORT BROKEN OR DAMAGED TOOLS OR EQUIPMENT TO YOUR SUPERVISOR. 10. DO NOT ATTEMPT TO OPERATE ANY EQUIPMENT THAT YOU ARE NOT FAMILIAR WITH, OR THAT YOU ARE NOT AUTHORISED TO OPERATE BY YOUR SUPERVISOR. 11. KEEP ALL MACHINE AND TOOL GUARDS IN PLACE, AT ALL TIMES. 12. DO NOT STAND UNDER EQUIPMENT BEING LIFTED BY A FORK LIFT TRUCK OR HOISTING EQUIPMENT. 13. HOISTING EQUIPMENT IS DESIGNED TO LIFT, " STRAIGHT UP " DO NOT LIFT HEAVY OBJECTS FROM SHARP ANGLES. 14. DO NOT DRIVE A FORK LIFT UNLOADED, UNLESS THE FORKS ARE IN THE DOWN POSITION " ALWAYS PARK THE FORK LIFT WITH THE FORKS DOWN. 15. DO NOT CLIMB ON STORAGE RACKS. 16. DO NOT TRY TO LIFT OBJECTS THAT ARE TOO HEAVY, USE HAND TRUCKS FOR OBJECTS THAT CANNOT SAFELY BE MOVED BY HAND. PAGE 4. SALES & REPAIRS mint ICTQIAI 2. IUArZIAIF ,AnTr1(ac • !::>=>\IFgATC117c • FI F('TPICA1 Fru IIPMFNT • MARINF Fl FC.TRIrIANR CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: SAFETY RULES AND REGULATIONS, CONTINUED; 17. BE VERY CAREFUL OF HOW YOU DISPOSE OF CIGARETTES, DO NOT THROW THEM IN WASTE BASKETS. 18. MAKE SURE THAT THE WIRING IS SAFE ON ALL ELECTRICAL EQUIPMENT, BEFORE OPERATING IT. ATTENDANCE AND LEAVE: IT IS THE RESPONSIBILITY OF ALL EMPLOYEE'S TO REPORT TO WORK, AND BE READY TO START WORK ON TIME. IN ORDER TO BEST SERVE OUR CUSTOMERS, WE TRY TO PLAN ALL OF OUR WORK IN ADVANCE. IF AN EMPLOYEE IS LATE, OR DOES NOT SHOW U? FOR WORK, IT .HURTS OUR SCHEDULING, AND THE SUCCESSFUL OPERATION OF THAT DEPARTMENT. IF FOR ANY REASON YOU ARE UNABLE TO GET TO WORK ON TIME, IT IS YOUR RESPONSIBILITY TO CONTACT YOUR SUPERVISOR, SO THAT HE/SHE CAN COVER YOUR WORK POSITION, AND WORK ASSIGNMENTS. EMPLOYEE'S WILL NOT BE PAID FOR ANY TIME THAT IS NOT WORKED, OTHER THAN FOR THE NATIONAL HOLIDAYS THAT ARE LISTED IN THIS MANUAL. ALL EMPLOYEE'S ARE REQUIRED TO NOTIFY THEIR SUPERVISOR IN ADVANCE, IF THEY ARE NOT GOING TO BE AVAILABLE FOR WORK. AN EMPLOYEE WHO IS SICK OR HAS AN EMERGENCY THAT PREVENTS THEM FROM COMING TO WORK, MUST NOTIFY THEIR SUPERVISOR BY PHONE, AS SOON AS POSSIBLE TO THE TIME THAT THEY WOULD NORMALLY START WORK. THIS GIVES THE SUPERVISOR THE OPPORTUNITY TO MAKE OTHER ARRANGEMENTS TO COVER THE EMPLOYEE'S POSITION, AND WORK SCHEDULE. ANY EMPLOYEE THAT IS ABSENT WITHOUT NOTIFYING HIS/HER SUPERVISOR, WILL BE SUBJECT TO DISCIPLINARY ACTION. PAGE S. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 EMPLOYEE AND JOB APPLICANTS RIGHTS TO CHALLENGE TEST RESULTS: A REQUIREMENT OF A " DRUG FREE WORKPLACE " PROGRAM IS THAT WITHIN FIVE WORKING DAYS AFTER RECEIVING NOTICE OF A POSITIVE CONFIRMED TEST RESULT, THE EMPLOYEE OR JOB APPLICANT MUST BE ALLOWED TO SUBMIT INFORMATION TO THE EMPLOYER EXPLAINING OR CONTESTING THE RESULTS. IF AN EMPLOYEE'S EXPLANATION OR CHALLENGE OF THE POSITIVE TEST RESULTS IS UNSATISFACTORY TO THE EMPLOYER, WITHIN FIFTEEN DAYS OF RECEIPT OF THE EXPLANATION OR CHALLENGE, A WRITTEN EXPLANATION AS TO WHY THE EMPLOYEE'S EXPLANATION IS UNSATISFACTORY, ALONG WITH THE REPORT OF POSITIVE RESULTS, SHALL BE PROVIDED BY THE EMPLOYER, TO THE EMPLOYEE. ALL SUCH DOCUMENTATION SHALL BE KEPT CONFIDENTIAL BY THE EMPLOYER AND SHALL BE RETAINED BY THE EMPLOYER FOR AT LEAST ONE YEAR. AN EMPLOYEE OR JOB APPLICANT MAY UNDERTAKE AN ADMINISTRATIVE CHALLENGE BY FILING CLAIM FOR BENEFITS WITH A JUDGE OF COMPENSATION CLAIMS, PURSUANT TO CHAPTER 440 FS., OR IF NO WORKPLACE INJURY HAS TAKEN PLACE THE PERSON MUST CHALLENGE THE RESULTS IN A COURT OF COMPETENT JURISDICTION. WHEN AN EMPLOYEE UNDERTAKES A CHALLENGE TO THE RESULTS OF A TEST IT SHALL BE THE RESPONSIBILITY OF THE EMPLOYEE TO NOTIFY THE LABORATORY, AND THE SAMPLE SHALL BE RETAINED BY THE LABORATORY UNTIL THE CASE IS SETTLED. DRUGS THAT EMPLOYEES OR JOB APPLICANTS WILL BE TESTED FOR: TESTING WILL BE DONE FOR USE OF ANY OR ALL OF THE FOLLOWING DRUGS; ALCOHOL, AMPHETAMINES, CANNABINOIDS, COCAINE, PHENCYCLIDINE, METHAQUALONE, OPIATES, BARBITURATES, BENZODIAZEPINES, AND SYNTHETIC NARCOTICS SUCH AS METHADONE, OR PROPDXYPHENE. IN THE CASE OF AN ACCIDENT OR REASONABLE SUSPICION OF DRUG OR ALCOHOL USE, A TEST FOR BLOOD ALCOHOL LEVELS WILL ALSO BE PERFORMED. INFORMATION ON PRESCRIPTION AND OVER THE COUNTER DRUGS: EMPLOYEES AND APPLICANTS FOR JOBS WITH THE COMPANY MAY AT ANY TIME CONTACT A TESTING LABORATORY FOR INFORMATION CONCERNING PRESCRIPTION OR OVER THE COUNTER DRUGS. PAGE G. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 NOTIFICATION OF DRUG TESTING POLICY: THE COMPANY WILL ENDEAVOR TO MAKE ALL PROSPECTIVE EMPLOYEES AWARE THAT WE HAVE ESTABLISHED A " DRUG FREE WORKPLACE " AND THIS WILL ALSO BE MENTIONED IN ANY NEWSPAPER ADVERTISING FOR VACANT POSITIONS IN THE COMPANY. EDUCATION REGARDING DRUGS: THE COMPANY WILL, IN CONJUNCTION WITH OUR HEALTH INSURANCE PROVIDER, AND THE MEDICAL CENTER FOR WORKMENS COMPENSATION, PROVIDE ANNUAL MEETINGS TO KEEP ITS EMPLOYEES INFORMED ABOUT THE PHYSICAL, MENTAL, EMOTIONAL, AND LEGAL EFFECTS OF ILLEGAL DRUG USE. GROUNDS FOR TERMINATION OR DISCIPLINE: AN EMPLOYEE BRINGING ONTO THE COMPANY PREMISES OR PROPERTY, HAVING POSSESION OF, BEING UNDER THE INFLUENCE OF, POSSESSING IN THE EMPLOYEES BODY, BLOOD OR URINE IN ANY PROHIBITED AMOUNT, OR USING CONSUMING, TRANSFERRING, SELLING OR ATTEMPTING TO SELL OR TRANSFER ANY FORM OF ILLEGAL DRUG, WHILE ON COMPANY BUSINESS, OR AT ANY TIME DURING THE NORMAL HOURS OF THE EMPLOYEES WORKDAY, WHETHER ON DUTY OR NOT, AND WHETHER ON COMPANY BUSINESS OR ON COMPANY PROPERTY OR NOT, 18 GUILTY OF A MISCONDUCT, AND IS SUBJECT TO DISCIPLINE, INCLUDING DISCHARGE OR SUSPENSION WITHOUT PAY FROM EMPLOYMENT, EVEN FOR A FIRST OFFENSE. FAILURE TO SUBMIT TO REQUIRED MEDICAL OR PHYSICAL EXAMINATION OR TESTS, IS MISCONDUCT AND I5 GROUNDS FOR DISCHARGE OR SUSPENSION WITHOUT PAY. ALCOHOL ABUSE: AN EMPLOYEE WHO IS UNDER THE INFLUENCE OF ALCOHOLIC BEVERAGES AT ANY TIME WHILE ON COMPANY BUSINESS, OR AT ANY TIME DURING THE EMPLOYEES NORMAL WORKING DAY, WHETHER OR NOT ON DUTY, AND WHETHER OR NOT ON COMPANY BUSINESS OR PROPERTYOR NOT, SHALL BE GUILTY OF MISCONDUCT AND IS SUBJECT TO DISCIPLINE, INCLUDING DISCHARGE OR SUSPENSION WITHOUT PAY FROM EMPLOMENT, EVEN FOR THE FIRST OFFENSE. PAGE 7. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 AN EMPLOYEE SHALL BE DETERIMINED TO BE UNDER THE INFLUENCE OF ALCOHOL IF; a) THE EMPLOYEES NORMAL FACULTIES ARE IMPAIRED DUE TO THE CONSUMPTION OF ALCOHOL, OR IF b) THE EMPLOYEE HAS A BLOOD ALCOHOL LEVEL OF .05 OR HIGHER. FAILURE TO SUBMIT TO THE REQUIRED MEDICAL OR PHYSICAL EXAMINATION OR TESTS, IS MISCONDUCT AND IS GROUNDS FOR DISCHARGE FROM EMPLOYMENT OR SUSPENSION WITHOUT PAY. ALCOHOL: ALCOHOL IS MENTIONED SEVERAL TIMES IN THIS POLICY AND REQUIRES SOME CLARIFICATION AS FAR AS LEGAL AND ILLEGAL DRUGS ARE CONCERNED. ALCOHOL IS CONSIDERED A DRUG, BUT 1T IS A LEGAL DRUG WHICH CAN BE PURCHASED AND CONSUMED BY ANY PERSON OVER THE AGE OF 21 YEARS. WHILE IT IS AGAINST COMPANY POLICY TO CONSUME ALCOHOL DURING WORKING HOURS, OR ON COMPANY PROPERTY, THE COMPANY DOES NOT WANT YOU TO GET CONFUSED BETWEEN LEGAL AND ILLEGAL DRUGS. • 1F YOU DRINK ALCOHOL, WE ASK ONLY THAT YOU OBEY THE LAWS WITH REGARD TO ITS CONSUMPTION, AND PLEASE, DO NOT DRINK AND DRIVE. PAGE L. FINAL PAGE OF AMMENDMENT #1. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 Tel (305) 691-5400 / Fax (305) 691-6564 FAMILY LEAVE: PURSUANT TO COUNTY ORDINANCE NO. 142-91, AN EMPLYEE WHO HAS WORKED FOR THE FIRM FOR AT LEAST ONE (1) YEAR, IS ENTITLED TO rlivr.li (90) DAYS OF FAMILY LEAVE DURING ANY TWENTY—FOUR (24) MONTH PERIOD, FOR MEDICAL REASONS, FOR THE BIRTH OR ADOPTION OF A CHILD, OR FOR THE CARE OF A CHILD, SPOUSE OR OTHER CLOSE RELATIVE WHO HAS A SERIOUS HEALTH CONDITION WITHOUT RISK OF TERMINATION OR EMPLOYMENT OR EMPLOYER RETALIATION. • SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. APRIL 1st 1992 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 AMMENDMENT X11 TO COMPANY POLICY MANUAL DATED APRIL 1st 1992. THIS AMMENDMENT IS IN ADDITION TO PARAGRAPH TWO ( ALCOHOL AND DRUGS ) ON PAGE TEN OF YOUR COMPANY POLICY MANUAL. DRUG FREE WORKPLACE: THE " COMPANY " CONDO ELECTRIC MOTOR REPAIR, AND CONDO ELECTRIC & INDUSTRIAL SUPPLY, IS BEING DECLARED A " DRUG FREE WORKPLACE " AS OF THE ABOVE DATE. THIS IS IN ACCORDANCE WITH RULE 38F-9.005 AND IS DERIVED FROM THE FLORIDA STATUTE 440.102 WHICH RELATES TO LEGISLATION PASSED BY THE FLORIDA LEGISLATURE IN JANUARY OF 1991, WHICH ALLOWS EMPLOYERS TO DECLARE THEIR COMPANIES " DRUG FREE " DRUG FREE WORKPLACE POLICY: THE " COMPANY " POLICY WITH REGARD TO THE USE OF ILLEGAL DRUGS IS QUITE SIMPLE, THE USE OF, ILLEGAL DRUGS BY ANY EMPLOYEE OF THE COMPANY, WILL NOT BE TOLERATED. ILLEGAL DRUGS ARE CONSIDERED TO BE, ANY KIND OF DRUG NOT PRESCRIBED BY A DOCTOR OR PHYSICIAN. EXAMPLES OF THESE TYPES OF ILLEGAL DRUGS ARE, COCAINE, HEROIN, CRACK COCAINE, MARIJUANA, AND STEROIDS. THE COMPANY POLICY WITH REGARD TO THE USE OF ILLEGAL DRUGS APPLIES TO ON AND OFF THE JOB, AND IS A CONDITION OF EMPLOYMENT WITH THE COMPANY. AMMENDMENT PAGE 1. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 TESTING FOR USE OF ILLEGAL DRUGS: A DRUG TESTING PROGRAM FOR EMPLOYEES WILL BE IMPLEMENTED ON JUNE 11TH 1992, WHICH IS 60 DAYS FROM THE DATE OF NOTIFICATION OF THE COMPANY, " DRUG FREE WORKPLACE " POLICY. A COPY OF THE DRUG TESTING POLICY WILL BE DISTRIBUTED TO ALL CURRENT EMPLOYEES, AND A COPY WILL BE PROMINENTLY DISPLAYED IN THE REPAIR DEPARTMENT OFFICE, AND THE GENERAL ADMINISTRATIVE OFFICE. WHEN IMPLEMENTED, THE DRUG TESTING PROGRAM WILL REQUIRE ALL EMPLOYEES TO SUBMIT TO DRUG TESTS, UNDER THE FOLLOWING CONDITIONS. a) ALL NEW APPLICANTS WILL BE REQUIRED TO SUBMIT TO A DRUG TEST PRIOR TO EMPLOYMENT WITH THE COMPANY. WHEN THE COMPANY ADVERTISES JOB OPPORTUNITIES, THE ADVERTISEMENT WILL CONTAIN A STATEMENT TO THE EFFECT THAT WE ARE A " DRUG FREE WORKPLACE " b) IF THE EMPLOYER HAS REASONABLE SUSPICION OF DRUG USE BY ANY EMPLOYEE, THE EMPLOYER CAN REQUEST THAT THE EMPLOYEE SUBMIT TO A DRUG TEST. THIS ALSO INCLUDES POST ACCIDENT TESTING. c) IF AN EMPLOYEE HAS BEEN ABSENT FROM WORK FOR A PERIOD EXCEEDING 5 WORKING DAYS, THAT EMPLOYEE MAY BE REQUIRED TO TAKE A PHYSICAL EXAM TO DETERMINE HIS/HER FITNESS FOR WORK. THIS EXAM WILL INCLUDE A DRUG TEST. d) IF IT HAS BEEN DETERMINED THAT ANY EMPLOYEE HAS USED OR IS USING ILLEGAL DRUGS, HELP WILL BE GIVEN BY THE COMPANY TO PROVIDE COUNSELING AND TREATMENT. AFTER TREATMENT HAS BEEN GIVEN, A FOLLOW UP DRUG TEST WILL BE REQUIRED BEFORE THE EMPLOYEE MAY RETURN TO WORK. e) IF AN EMPLOYEE HAS BEEN THROUGH REHABILITATION AND TREATMENT FUR DRUG USE, THE COMPANY CAN REQUIRE A RANDOM DRUG TEST TO BE TAKEN FOR A PERIOD OF UP TO TWO YEARS AFTER TREATMENT HAS CEASED. THIS RANDOM TESTING CAN BE ON A QUARTERLY, SEMI ANNUAL OR ANNUAL BASIS. PAGE 2. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 DRUG TESTING AND RESULTS: THE PROGRAM AND PROCEDURES FOR DRUG TESTING, AS WELL AS THE RESULTS OF ANY POSITIVE DRUG TESTS, WILL AT ALL TIMES BE HELD IN THE STRICTEST CONFIDENCE, BETWEEN THE EMPLOYER, THE MANAGEMENT, AND THE EMPLOYEE. THIS INFORMATION WILL ALSO BE KEPT CONFIDENTIAL BY ALL PARTIES WHCI HAVE ACCESS TO THIS INFORMATION, INCLUDING, TESTING LABORATORIES, ASSISTANCE PROGRAM PERSONNEL, REHABILITATION PROGRAM PERSONNEL, OR ANYONE ELSE THAT SHOULD OBTAIN THIS INFORMATION THROUGH DISCOVERY. RELEASE OF ANY CONFIDENTIAL DRUG TESTING INFORMATION CAN ONLY BE BY WRITTEN CONSENT OF THE PERSON BEING TESTED, AND THIS WRITTEN CONSENT MUST BE ACCOMPANIED BY THE PURPOSE FOR THE DISCLOSURE, THE PRECISE INFORMATION THAT WILL BE DISCLOSED, THE NAME OF THE PERSON AUTHORIZED TO OBTAIN THIS INFORMATION, AND THE DURATION OF THE CONSENT. THIS CONFIDENTIALITY IS COVERED UNDER RULE 38F-9.012 CIF THE STATE OF FLORIDA RULES FOR DRUG TESTING. EMPLOYEE PROCEDURE FOR REPORTING DRUG USE: A FORM WILL BE PROVIDED FOR EMPLOYEE'S OR JOB APPLICANTS TO CONFIDENTIALLY REPORT THE USE OF PRESCRIPTION OR NON PRESCRIPTION MEDICATIONS, BOTH BEFORE AND AFTER BEING TESTED. ADDITIONALLY, THE EMPLOYEES AND JOB APPLICANTS SHALL RECEIVE NOTICE OF THE MOST COMMON DRUGS OR MEDICATIONS BY BRAND NAME OR COMMON NAME, AS APPLICABLE, AS WELL AS BY CHEMICAL NAME, WHICH MAY ALTER OR EFFECT A DRUG TEST. BELOW IS A LIST OF THE MOST COMMON MEDICATIONS THAT MAY ALTER A TEST RESULT. ALCOHOL: ALL LIQUID MEDICATIONS CONTAINING ETHYL ALCOHOL ( ETHANOL ) PLEASE READ THE LABEL FOR ALCOHOL CONTENT. AS AN EXAMPLE, " VICKS NYOUIL " IS 25% ( 50 PROOF ) ETHYL ALCOHOL. COMTREX IS 20% ( 40 PROOF ) CONTACT SEVERE COLD FORMULA IS 25% ( 50 PROOF ) AND LISTERINE IS 26.9 % ( 54 PROOF ) PAGE 3. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. AMPHETAMINES: 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 OBETROL, BIPHETAMINE, DEXEDRINE, DIDREX. CANNABINOIDS: MARINOL ( DRONABINOL, THC ) COCAINE: COCAINE HCI TOPICAL SOLUTION ( ROXANNE ) PHENCYCLIDINE: NOT LEGAL BY PRESCRIPTION. METHAQUALONE: NOT LEGAL BY PRESCRIPTION. OPIATES: PAREGORIC, PARAPECTOLIN, DONNAGEL PG, MORPHINE, TYLENOL WITH CODEINE, EMPIRIN WITH CODEINE, APAP WITH CODEINE, ASPIRIN WITH CODEINE, ROBITUSSIN AC, GUTATUSS AC, NOVAHISTINE DH, NOVAHISTINE EXPECTORANT, DILAUDID (HYDROMORPHONE) M -S CONTIN AND ROXANOL ( MORPHINE SULPHATE ) PERCODAN, VICODIN, ETC. BARBITURATES: PHENOBARBITAL, TUINAL, AMYTAL, NEMBUTAL, SECONAL, LOTUSATE, FIORINAL, FIORICET, ESGIC, BUTISOL, MEBARAL, BUTABARBITAL, bUTABITAL, TRIAD, PHRENILIN, ETC PAGE 4. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. BENZODIAZEPINES: 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 ATIVAN, AZENE, CLONOPIN, DALMANE, DIAZEPAM, LIBRIUM, XANAX, SERAX, TRANXENE, VALIUM, VERSTRAN, HALCION, PAXIPAM, RESTORIL, CENTRAX, METHADONE: DOLOPHINE, METHADOSE. PROPDXYPHENE: DARVOCET, DARVON N, DOLENE, ETC. REFUSING TO TAKE A DRUG TEST: IF AN EMPLOYEE REFUSES TO TAKE A DRUG TEST, THAT EMPLOYEE WILL BE 1N VIOLATION OF COMPANY POLICY, AND WILL BE SUBJECT TO IMMEDIATE TERMINATION OF HIS/HER EMPLOYMENT WITH THE COMPANY, AND WILL FORFEIT ALL BENEFITS ACCRUED, INCLUDING LOSS OF VACATION PAY. THIS EMPLOYEE MAY ALSO BE SUBJECT TO LOSS OF ALL WORKERS COMPENSATION BENEFITS. DRUG COUNSELING: DRUG COUNSELING CAN BE PROVIDED FREE OF CHARGE THROUGH THE COMPANY MEDICAL INSURANCE PROVIDER, HUMANA GROUP. THE GROUP # IS 99429001-79504 AND HUMANA CAN BE REACHED AT THIS TOLL FREE NUMBER, 1-800-521-4882. LOCAL GOVERNMENT AGENCIES FOR TREATMENT OF DRUG ABUSE ARE LISTED 1N THE TELEPHONE DIRECTORY UNDER, HEALTH SERVICES, THE NUMBER TO CALL 1N DADE COUNTY IS, (305) 325-2500. PAGE 5. SALES & REPAIRS INDUSTRIAL & MARINE MOTORS • GENERATORS • ELECTRICAL EQUIPMENT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: ATTENDANCE AND LEAVE, CONTINUED; ANY EMPLOYEE THAT IS ABSENT FROM WORK FOR THREE CONSECUTIVE DAYS WITHOUT NOTIFYING HIS/HER SUPERVISOR WILL HAVE THEIR EMPLOYMENT WITH THE COMPANY TERMINATED. OUR COMPANY IS A " SERVICE ORGANIZATION " AND OUR CUSTOMERS COUNT ON US TO PROVIDE PRODUCTS AND SERVICES, AND TO GET THEIR EQUIPMENT BACK TO THEM IN THE SHORTEST POSSIBLE TIME. AN EMPLOYEE THAT IS ABSENT WITHOUT MAKING THE NECESSARY ADVANCED ARRANGEMENTS WITH HIS/HER SUPERVISOR, HURT OUR COMPANY AND OUR CUSTOMERS. PAID VACATIONS: THE COMPANY CONSIDERS THE FOLLOWING DAYS AS NATIONAL HOLIDAYS, AND WILL PAY ITS EMPLOYEE'S FOR THESE HOLIDAYS, AS LONG AS THE EMPLOYEE HAS WORKED A FULL EIGHT HOURS, THE WORKING DAY PRIOR TO THE NATIONAL HOLIDAY. THE NATIONAL HOLIDAYS ARE; NEW YEARS DAY. MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY. CHRISTMAS DAY. ANNUAL VACATIONS ARE PAID BY THE COMPANY ON THE FOLLOWING BASIS. AFTER COMPLETION OF ONE FULL YEAR OF CONTINOUS SERVICE TO THE COMPANY, EACH EMPLOYEE WILL BE ENTITLED TO ONE WEEK OF PAID VACATION. AFTER TWO FULL YEARS OF CONTINOUS SERVICE TO THE COMPANY, EACH EMPLOYEE WILL BE ENTITLED TO TWO WEEKS OF PAID VACATION. PAGE 6. SALES & REPAIRS n •.. 1-t.•.. ...-.Tr.r1., nrr.irr,n-r r,c _ c, cr-rotrnl an! I!DPACAIT a hAACIIA1C GI CrTgleIAPIC CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: PAID VACATIONS, CONTINUED; CHOICE OF TIMES FOR THESE PAID VACATIONS WILL BE BASED ON SENIORITY, AND THE WORK LOAD OF THE COMPANY, AT THE TIME THE VACATION IS TO BE TAKEN. A MINIMUM OF TWO WEEKS NOTICE OF VACATION, IN WRITING IS REQUIRED, AND MUST BE GIVEN TO YOUR IMMEDIATE SUPERVISOR, FOR THE APPROVAL OF THE OWNERS AND MANAGEMENT OF THE COMPANY. VACATION SCHEDULES MUST MAINTAIN THE NECESSARY SKILL LEVELS IN ALL DEPARTMENTS, TO MEET THE NEEDS OF OUR CUSTOMERS. YOUR NOTICE OF VACATION TIME MUST INDICATE. THE DAY YOU WILL START YOUR VACATION, AND THE DATE THAT YOU WILL RETURN TO WORK. ACCUMULATION OF PAID VACATION TIME FROM ONE CALENDAR YEAR TO ANOTHER IS NOT NORMALLY ALLOWED, AND EACH INDIVIDUAL CASE WILL BE AT THE DESCRETION OF THE OWNERS. IF AN EMPLOYEE DOES NOT WISH TO TAKE THE VACATION TIME THAT HE/SHE HAS ACCRUED, AT THE DESCRETION OF THE OWNERS OR MANAGEMENT OF THE COMPANY, THAT EMPLOYEE MAY RECEIVE THE VACATION PAY, AND CONTINUE TO WORK THEIR VACATION PERIOD. ANY VACATION TIME, OTHER THAN WHAT THE EMPLOYEE IS ENTITLED TO, MUST HAVE THE APPROVAL OF THE OWNERS OR MANAGEMENT OF THE COMPANY. IF APPROVAL IS GIVEN FOR ANY ADDITIONAL VACATION TIME, IT MUST BE CLEARLY UNDERSTOOD THAT THE EMPLOYEE WILL NOT BE PAID FOR THIS ADDITIONAL VACATION TIME. PAGE 7. SALES & REPAIRS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC, 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: TARDINESS: EACH EMPLOYEE WILL BE ALLOWED FIVE MINUTES AFTER OUR OFFICIAL OPENING TIME, BEFORE BEING CONSIDERED LATE. IF YOU PUNCH IN MORE THAN FIVE MINUTES LATE, BUT LESS THAN FIFTEEN MINUTES LATE, YOU WILL BE PAID ON THE BASIS OF BEING FIFTEEN MINUTES LATE. ADDITIONAL QUARTERS WILL BE HANDLED ON THE SAME BASIS. MILITARY LEAVE: IF YOU ARE CALLED UPON BY THE FEDERAL GOVERNMENT TO LEAVE THE COMPANY FOR MILITARY SERVICE, YOU WILL BE ENTITLED TO REINSTATEMENT, AND ALL OTHER RIGHTS, IN ACCORDANCE WITH THE PROVISIONS OF THE, MILITARY SELECTIVE SERVICE ACT. EMPLOYEE'S THAT ARE CALLED UPON FOR ANNUAL MILITARY TRAINING IN THE ARMED FORCES OR NATIONAL GUARD, WILL BE ENTITLED TO ALL RIGHTS GOVERNED BY THE PROVISIONS OF THE MILITARY SELECTIVE SERVICE ACT. RESIGNATIONS: IN THE EVENT THAT AN EMPLOYEE WISHES TO LEAVE THE COMPANY, AND RESIGN HIS/HER POSITION, IT WILL BE NECESSARY TO PUT YOUR RESIGNATION IN WRITING. IF YOU HAVE BEEN EMPLOYED FOR A PERIOD OVER 90 DAYS, ONE WEEKS NOTICE OF TERMINATION OF EMPLOYMENT MUST BE GIVEN. IF YOU HAVE BEEN EMPLOYED FOR A PERIOD OF MORE THAN ONE YEAR, A NOTICE OF TWO WEEKS IS REQUIRED. EMPLOYEE'S WITH OVER TEN YEARS SERVICE WITH THE COMPANY ARE REQUIRED TO GIVE THREE WEEKS NOTICE. PAGE 8. SALES & REPAIRS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: RESIGNATIONS, CONTINUED; THIS NOTICE IS REQUIRED TO GIVE THE COMPANY TIME TO LOCATE OR TRAIN SOMEONE TO TAKE YOUR PLACE. IF YOU GIVE THE REQUIRED NOTICE, ANY UNUSED VACATION TIME THAT YOU WOULD HAVE BEEN ENTITLED TO WILL BE PAID. IF YOU DO NOT GIVE THE REQUIRED NOTICE TIME, NO UNUSED VACATION TIME WILL BE PAID. CONDUCT AND DISCIPLINE: WHEN YOU JOIN A COMPANY, YOU HAVE CERTAIN E<PECTATIONS WITH REGARD TO YOUR POSITION IN THE COMPANY, AND FOR THE FUTURE OF YOUR WORKING LIFE. THE COMPANY HAS A RESPONSIBILITY TO TRY TO SATISFY YOUR E:{PECTATIONS IN CONSIDERATION OF, YOUR ATTITUDE, AND PRODUCTIVITY IN YOUR JOB RELATED DUTIES. LIKEWISE, THE COMPANY EXPECTS CERTAIN CONSIDERATIONS FROM ITS EMPLOYEE'S WITH REGARD TO REASONABLE CONDUCT. CONSIDERATION FOR THE RIGHTS AND WELL BEING OF YOUR FELLOW EMPLOYEE'S AND THE OWNERS, AND MANAGEMENT OF THE COMPANY, ARE ESSENTIAL TO THE DAY TO DAY OPERATION OF THE COMPANY. THE COMPANY RELIES UPON ITS EMPLOYEE'S TO CONDUCT THEMSELVES IN A COURTEOUS AND ORDERLY MANNER, AND TO RESPECT THE RIGHTS OF ALL MEMBERS OF THE COMPANY. ABUSIVE OR THREATENING LANGUAGE, FIGHTING, INTERFERENCE WITH FELLOW EMPLOYEE'S, HORSEPLAY, OR ANY OTHER BEHAVIOUR WHICH IS CONSIDERED OBJECTIONABLE, IS NOT PERMITTED. IF SUCH A PROBLEM EXISTS IN YOUR DAY TO DAY WORK LIFE, REPORT IT TO YOUR IMMEDIATE SUPERVISOR. PAGE 9. SALES & REPAIRS /^�.�r-nwTPlryc - Ct C/'•TCIP`C.n1I1011AChIT - FA A MAIC CI Cr"1-01(`1 A IOC CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: FIREARMS: POSSESSION OF FIREARMS OR ANY OTHER TYPE OF WEAPON ON COMPANY PROPERTY IS NOT PERMITTED. ANY SUCH VIOLATION OF THIS REGULATION WILL BE GROUNDS FOR INSTANT TERMINATION OF YOUR EMPLOYMENT WITH THE COMPANY. ALCOHOL AND DRUGS: THE POSSESSION, CONSUMPTION OR USE OF DRUGS OR ALCOHOL ON COMPANY PROPERTY WILL RESULT IN IMMEDIATE TERMINATION OF YOUR EMPLOYMENT WITH THE COMPANY. THE SAME TERMINATION WILL APPLY, IF YOU REPORT TO WORK UNDER THE INFLUENCE OF DRUGS OR ALCOHOL. THE COMPANY IS A " DRUG FREE WORKPLACE " AND IS REGISTERED AS SUCH WITH THE STATE OF FLORIDA. THE DRUG FREE POLICY OF THE COMPANY IS CONTAINED AS AMMENDMENT NUMBER ONE OF THIS POLICY MANUAL AND IS ATTACHED. TELEPHONE CALLS: WITH THE EXCEPTION OF BONA FIDE EMERGENCIES, PERSONAL TELEPHONE CALLS MUST BE LIMITED TO LUNCH OR BREAK PERIODS. THE TELEPHONE IS OUR PRIMARY SOURCE OF COMMUNICATION WITH OUR CUSTOMERS, IT IS THEREFORE NECESSARY TO LIMIT ITS USE TO BUSINESS. RULES AND DISCIPLINARY ACTION: RULES ARE A VERY NECESSARY PART OF OUR EVERYDAY LIFE, WE HAVE RULES FOR OUR FAMILIES, OUR CHILDREN, IN THE GAMES WE PLAY, AND FOR OUR GOVERNMENT. PAGE 10. SALES & REPAIRS INfh ICTPIAI .. MAPINP AAr1Tr1PC • r�FNF:7. ATr1PR • FI Fr:T1:1Ir:A1 Fr11IIPMFNT • MARINP F! FC'TRIC I4 NR CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: RULES AND DISCIPLINARY ACTION, CONTINUED; WITHOUT RULES AND GUIDELINES, ANY GROUP ACTIVITY WOULD VERY QUICKLY BECOME DISORGANISED, CONFUSED AND INEFFICIENT. WHEN A GROUP SUCH AS OURS MUST MAINTAIN VERY CLOSE CONTACT WITH EACH OTHER, ON A DAY TO DAY BASIS, WE MUST HAVE CERTAIN RULES THAT GOVERN THE WAY WE ACT AND RESPOND TO. EACH OTHER. THESE RULES MUST PROTECT ALL OF US AGAINST THE INDESCRETIONS AND OCCASIONAL IRRESPONSIBILITY OF OUR FELLOW WORKERS. THE RULES FOR OUR COMPANY HAVE THEREFORE BEEN SET UP TO PROVIDE PROTECTION, AND HAVE BEEN SEPARATED INTO THREE CATEGORIES, BASED ON THE SEVERITY THAT ANY VIOLATION OF THE RULES WOULD IMPACT ON THE COMPANY. CATEGORY ONE, IS FOR THE LESS SERIOUS TYPE OF VIOLATION, CATEGORY TWO IS FOR MORE SERIOUS VIOLATIONS. AND CATEGORY THREE IS FOR THE MOST SERIOUS TYPE OF VIOLATION. A VIOLATION OF THE RULES WILL RESULT IN EITHER A " VERBAL " OR A " WRITTEN " WARNING, BY YOUR IMMEDIATE SUPERVISOR. NOTICE OF THIS WARNING WILL BE PLACED IN THE EMPLOYEE'S PERSONNEL FILE, AND WILL BE TAKEN INTO CONSIDERATION DURING THE EMPLOYEE'S ANNUAL REVIEW. WRITTEN REPORTS WILL REMAIN IN THE EMPLOYEE'S PERSONNEL FILE FOR A PERIOD OF ONE YEAR, AND THEN REMOVED. IF DURING ANY TWELVE MONTH PERIOD, AN EMPLOYEE RECEIVES THREE WRITTEN WARNINGS, HE/SHE WILL BE SUBJECT TO TERMINATION OF THEIR EMPLOYMENT WITH THE COMPANY. PAGE 11. SALES & REPAIRS ;NrllICTRIAI R AAARINF 1\ACIT(1RC . (:FNFRAT(1RC • FI F(:TRI(:AI FOI1IPMFNT • MARINE ELECTRICIANS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: CAUSES FOR TERMINATION OF EMPLOYMENT: THE GUIDELINES THAT THE COMPANY HAS SET UP FOR HANDLING VIOLATIONS OF COMPANY RULES AS SET OUT IN THE PREVIOUS PARAGRAPHS, WILL IN MOST CASES BE HANDLED BY THE EMPLOYEE'S IMMEDIATE SUPERVISOR. SO THAT THERE WILL BE NO MISUNDERSTANDING WITH REGARD TO OTHER TYPES OF VIOLATIONS. THE COMPANY HAS DETERMINED THAT VIOLATIONS OF A MORE SERIOUS NATURE WOULD BE GROUNDS FOR INSTANT TERMINATION OF EMPLOYMENT WITH THE COMPANY. THE FOLLOWING ACTS HAVE BEEN DETERMINED AS CAUSE FOR INSTANT TERMINATION OF EMPLOYMENT. CAUSES FOR TERMINATION OF EMPLOYMENT, CONTINUED: 1. DISHONESTY, SUCH AS STEALING, FALSIFICATION OF TIME RECORDS, OR GIVING FALSE INFORMATION FOR PERSONNEL RECORDS. 2. CONVICTION OF A FELONY OR IMMORAL ACT. 3. USE OR POSSESSION OF ILLEGAL DRUGS ( SEE AMMENDMENT # OME ) 4. POSSESSION OF A FIREARM OR WEAPON, ON COMPANY PROPERTY. S. WILLFULLY OBSTRUCTING OR INTERFERING WITH THE WORK PROCESS. 6. GROSS NEGLIGENCE RESULTING IN INJURY OR DAMAGE TO COMPANY PERSONNEL OR PROPERTY. 7. FIGHTING WITH OTHER EMPLOYEE'S. 8. INCOMPETENCE, OR FAILING TO MEET REASONABLE STANDARDS OF PERFORMANCE. 9. INSUBORDINATION OR REFUSAL TO PERFORM WORK AS INSTRUCTED BY A SUPERVISOR, MANAGER, OR OWNER. 10. MOONLIGHTING, IF DETRIMENTAL TO AN EMPLOYEE'S JOB PERFORMANCE, OR IF A CONFLICT OF INTEREST EXISTS. PAGE 12. SALES & REPAIRS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: RE -HIRING: MOST EMPLOYEE'S WHO HAVE RESIGNED OR BEEN TERMINATED FOR DISCIPLINARY REASONS, WILL NOT BE RE -HIRED. HOWEVER, EACH CASE WILL BE HANDLED ON AN INDIVIDUAL BASIS,AND A DECISION MADE, TAKING INTO CONSIDERATION THE EK EMPLOYEE'S WORK RECORD, THEIR REASON FOR LEAVING THE COMPANY, AND THE LENGTH OF ABSENCE. USE OF COMPANY VEHICLES: EMPLOYEE'S WILL NOT BE PERMITTED TO USE COMPANY VEHICLES, UNLESS THEY HAVE THE PERMISSION OF THEIR SUPERVISOR. TO DRIVE A COMPANY VEHICLE THE EMPLOYEE MUST BE OVER 25 YEARS OF AGE, AND MUST HAVE BEEN CLEARED BY THE PERSONNEL DEPARTMENT, AS FAR AS HAVING A CLEAN AND CURRENT DRIVING LICENSE. ANY EMPLOYEE THAT IS REQUIRED TO DRIVE A COMPANY VEHICLE MUST BE COVERED BY THE COMPANY AUTOMOBILE INSURANCE POLICY. GROUP HEALTH INSURANCE: THE COMPANY HAS GROUP HEALTH INSURANCE PLAN, AND THE COMPANY MAY PAY ALL OR PART OF THE COST OF THE INDIVIDUAL EMPLOYEE HEALTH COVERAGE. THE COST OF MEDICAL HEALTH INSURANCE FOR THE EMPLOYEE'S DEPENDENTS IS THE RESPONSIBILITY OF THE EMPLOYEE AND NOT THE COMPANY. AN EMPLOYEE BECOMES ELIGIBLE TO PARTICIPATE IN THE GROUP HEALTH INSURANCE PROGRAM AFTER COMPLETION OF A NINETY DAY CONTINOUS EMPLOYMENT PERIOD. PAGE 13. SALES & REPAIRS 1.17-111 f'Tr11 A 1 n 111nr1111.1 r, r.. 7 rrnn Tr1 r,e CI =t-.1-171tf, Al Cr'11IID11ACAIT - AAAOIAIC =1 mr—nlrinAic CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: GROUP HEALTH INSURANCE, CONTINUED; THE COST OF GROUP HEALTH INSURANCE IS VERY HIGH, AND CONSEQUENTLY THE INSURANCE CARRIER OR THE PLAN MAY BE CHANGED FROM TIME TO TIME. GROUP HEALTH INSURANCE IS A BENEFIT THAT THE COMPANY PROVIDES FOR THE EMPLOYEE'S OF THE COMPANY, AND THE PERCENTAGE THAT THE COMPANY PAYS TOWARD THE TOTAL COST OF HEALTH INSURANCE COVERAGE, IS AT THE DESCRETION OF THE OWNERS. WORKMANS COMPENSATION INSURANCE: WORKMANS COMPENSATION INSURANCE IS PAID FOR BY THE COMPANY, AND IS REQUIRED BY LAW. THIS INSURANCE COVERS THE EMPLOYEE IN THE EVENT OF OCCUPATIONAL INJURY OR SICKNESS. RELATED TO THE WORKPLACE. WORKMANS COMPENSATION INSURANCE SHOULD NOT BE CONFUSED WITH THE GROUP HEALTH INSURANCE, WHICH COVERS THE EMPLOYEE FOR ANY ACCIDENT OR INJURY WHICH MAY OCCUR OUTSIDE OF THE EMPLOYEE'S WORKING HOURS, AND IS NOT RELATED TO WORK RELATED INJURY OR SICKNESS. THE AMOUNT OF WORKMANS COMPENSATION BENEFITS PAID TO AN EMPLOYEE IS DETERMINED BY THE INDUSTRIAL INSURANCE COMMISSION, OF THE STATE OF FLORIDA, AND NOT BY THE COMPANY. AS PREVIOUSLY STATED, ALL WORK RELATED INJURIES MUST BE REPORTED TO YOUR IMMEDIATE SUPERVISOR, NO MATTER HOW SLIGHT THE INJURY MAY APPEAR TO BE. PAGE 14. IAIfII C -•-n, *1 a •.n nIA,r SALES & REPAIRS -f—,1r-r, n-tmnc — cl Cr'rrIt" ,I CP\I II C]\ACAIT aft RA A rnIAIC .1 =r—roIP`I A AIC CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: PART TIME EMPLOYMENT: THE COMPANY MAY, FROM TIME TO TIME, OFFER PART TIME EMPLOYMENT IN SOME DEPARTMENTS. A PART TIME EMPLOYEE IS CONSIDERED TO BE SOMEONE THAT WORKS LESS THAN 30 HOURS PER WEEK, IN A STANDARD WORKING WEEK, MONDAY TO FRIDAY. PART TIME EMPLOYEE'S ARE NOT ELIGIBLE TO PARTICIPATE IN ANY OF THE BENEFITS OFFERED BY THE COMPANY, SUCH AS, PAID VACATIONS, HEALTH INSURANCE AND SO ON. PAY POLICY: YOUR INDIVIDUAL JOB CLASSIFICATION IS DETERMINED BY THE REQUIREIMENTS OF YOUR JOB, INCLUDING FACTORS SUCH AS, SKILL, TRAINING, EDUCATION, WORKING CONDITIONS, AND YOUR OWN ABILITY. WAGE INCREASES ARE BASED UPON YOUR JOB PERFORMANCE, LENGTH OF SERVICE WITH THE COMPANY, AND THE ABILITY QF THE COMPANY TO GIVE PAY RAISES, BASED ON PROFITABILITY. THE COMPANY BELIEVES THAT THE AMOUNT EACH INDIVIDUAL EMPLOYEE IS PAID FOR HIS JOB CLASSIFICATION, IS A PERSONAL MATTER, AND SHOULD NOT BE FOR PUBLICATION OR AS GENERAL KNOWLEDGE TO ANY OTHER EMPLOYEE'S OF THE COMPANY. ALL EMPLOYEE'S WILL BE PAID ON A WEEKLY BASIS, UNLESS OTHER ARRANGEMENTS HAVE BEEN MADE AT THE TIME OF HIRING. PAY DAY IS FRIDAY OF EACH WEEK. LOANS TO EMPLOYEE'S: IT IS THE POLICY OF THE COMPANY NOT TO MAKE PERSONAL LOANS TO EMPLOYEE'S. THE COMPANY WILL HOWEVER TRY TO HELP ANY EMPLOYEE, WITH INFORMATION REQUIRED TO APPLY FOR A LOAN FROM AN APPROVED SOURCE OR CREDIT UNION. PAGE 15. SALES & REPAIRS mini ICTM1AI 12 AAAOIn1G RAnTnoc I=GnIcnnTnac • GI Gr•-rmt ' I Gt I IICRAGNIT . MGAINF FI F(^TRI(`.:ANC CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: WORKING HOURS: THE COMPANY'S NORMAL OPERATING HOURS ARE FROM 8.00 A.M. UNTIL 5.00 P.M. MONDAY THROUGH FRIDAY. IF THE WORK LOAD REQUIRES IT, THE COMPANY MAY RUN A SECOND SHIFT OR NIGHT SHIFT IN THE REPAIR DEPARTMENT, WHICH WOULD OPERATE STARTING AT 2.00 P.M. UNTIL 10.30 P.M. REGARDLESS OF THE HOURS THAT YOU MAY BE REQUIRED TO WORK, A 30 MINUTE LUNCH BREAK WILL BE TAKEN BY ALL EMPLOYEE'S AND THERE WILL BE A 10 MINUTE BREAK AT 10.00 A.M. IN THE MORNING FOR THE REPAIR DEPARTMENT EMPLOYEE'S. OVERTIME WILL BE AT THE DESCRETION OF THE OWNERS AND MANAGEMENT OF THE COMPANY, AND WHILE EVERY EFFORT WILL BE MADE TO AVOID OVERTIME, ANY OF OUR EMPLOYEE'S MAY BE CALLED UPON TO WORK EXTRA HOURS, IF DEEMED NECESSARY BY THE OWNERS OR MANAGEMENT. HIRING OF EMPLOYEE'S: THE COMPANY POLICY WITH REGARD TO HIRING EMPLOYEE'S, HAS NO RULES THAT PROHIBIT THE HIRING OF RELATIVES OF CURRENT EMPLOYEE'S OF THE COMPANY. AS FAR AS MINORS ARE CONCERNED, WE WILL CONTINUE TO OPERATE UNDER THE GUIDELINES OF THE FEDERAL FAIR LABOR ACT, AND NO PERSON UNDER THE AGE OF EIGHTEEN YEARS WILL BE HIRED, UNLESS APPROVED BY THE GENERAL MANAGER OF THE COMPANY. PAGE 16. SALES & REPAIRS CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: MOONLIGHTING: MOONLIGHTING IS CONSIDERED TO BE, GAINFUL EMPLOYMENT OUTSIDE OF THE COMPANY IN THE FORM OF A PART TIME JOB, HOBBY OR ACTIVITY FOR WHICH YOU ARE PAID. THIS IS PERMITTED, AS LONG AS THE ADDITIONAL WORK DOES NOT INTERFERE WITH YOUR DAY TO DAY JOB PERFORMANCE FOR THE COMPANY, AND DOES NOT CONFLICT WITH THE NORMAL OPERATING HOURS OF THE COMPANY. MOONLIGHTING OUTSIDE OF THE COMPANY FOR ANYONE, OR ANY OTHER COMPANY THAT IS IN ANY WAY SHAPE OR FORM INVOLVED IN THE SAME BUSINESS AS THE COMPANY, IS STRICTLY FORBIDDEN. ANY SUCH ACITIVITY, WILL BE CONSIDERED AS A CONFLICT OF INTEREST, AND WILL BE GROUNDS FOR INSTANT TERMINATION OF YOUR EMPLOYMENT WITH THE COMPANY. GENERAL TRAINING POLICY: THE COMPANY WILL ENCOURAGE ALL OF ITS EMPLOYEE'S TO PARTICIPATE IN ANY TYPE OF TRAINING PROGRAM THAT WILL INCREASE THE KNOWLEDGE, AND BASIC SKILLS OF THE EMPLOYEE, IN THE PERFORMANCE OF THEIR JOB RELATED DUTIES. THE COMPANY WILL ON A REGULAR BASIS, PROVIDE IN HOUSE TRAINING FOR ITS EMPLOYEE'S, IN THE FORM OF SEMINARS, OR TRAINING SESSIONS, PUT ON BY EITHER COMPANY PERSONNEL, OR FACTORY/SUPPLIER PERSONNEL. IT IS A REQUIREMENT OF YOUR JOB TO ATTEND ANY SUCH TRAINING SESSIONS TO IMRPOVE YOUR INDIVIDUAL SKILLS, AND KNOWLEDGE THAT WILL HELP YOU IN THE PERFORMANCE OF YOUR JOB RELATED DUTIES. ANY COSTS INVOLVED IN SUCH TRAINING WILL BE PAID FOR BY THE COMPANY. THE COMPANY WILL ALSO CONSIDER ON AN IDIVIDUAL BASIS, ANY REQUESTS FROM ITS EMPLOYEE'S TO ATTEND FURTHER EDUCATION CLASSES, AT A LOCAL INSTITUTION, WHICH WILL BENEFIT THE EMPOYEE'S KNOWLEDGE AND SKILL, IN THE PERFORMANCE OF HIS/HER JOB RELATED DUTIES. PAGE 17. SALES & REPAIRS - t-r•rotr, nt Cr u tiowAC\IT a NAG MINI= =I =(`Tglf IANR CONDO ELECTRIC & INDUSTRIAL SUPPLY, INC. 3615 E. 10th Court / Hialeah, Florida 33013 / (305) 691-5400 COMPANY POLICY MANUAL: GENERAL TRAINING POLICY, CONTINUED; THE COMPANY MAY AT THE DESCRETION OF THE OWNERS AND MANAGEMENT, HELP TOWARD THE COST OF ANY SUCH TRAINING, PROVIDED THAT THE FOLLOWING CRITERIA ARE MET. 1. THE COMPANY MUST APPROVE THE COURSE OF INSTRUCTION. IN ADVANCE. 2. SATISFACTORY EVIDENCE OF COMPLETION OF THE COURSE IS PRESENTED TO THE COMPANY. 3. THE COSTS INVOLVED ARE PROPERLY SUPPORTED. 4. THE EMPLOYEE AGREES IN WRITING, TO CONTINUE HIS/HER EMPLOYMENT WITH THE COMPANY FOR A PERIOD OF THREE YEARS, AFTER COMPLETION OF THE COURSE. NOTE: THIS COMPANY POLICY MANUAL HAS BEEN WRITTEN TO HELP THE EMPLOYEE'S TO UNDERSTAND WHAT IS EXPECTED OF THEM ON A DAY TO DAY BASIS, AND IN RETURN, WHAT THEY CAN EXPECT FROM THE COMPANY. THE COMPANY POLICY MANUAL IS INTENDED TO BE USED AS A GUIDELINE OF THE BASIC RULES AND REGULATIONS UNDER WHICH THIS COMPANY OPERATES. THE COMPANY RESERVES THE RIGHT TO, MAKE EXCEPTIONS TO, OR TO CHANGE OR ALTER ANY OF THE CONTENTS OF THE COMPANY POLICY MANUAL, IF IT. IS DEEMED NECESSARY TO DO SO. IT IS THE WISH OF THE OWNERS AND MANAGEMENT OF THE COMPANY, THAT THE WORKING RELATIONSHIP IT NOW HAS WITH ITS EMPLOYEE'S, WILL BE A LONG AND HAPPY RELATIONSHIP, WHICH WILL BE MUTUALLY BENEFICIAL TO ALL CONCERNED. PAGE 18. SALES & REPAIRS INflt ISTRIAI R AAAPINP AA(1Tf1PC • nPkIPPATCIPC PI Pr:nay..AI FCII IIPMRNT • MAPINP PI t=r TPIC ANC FI rii(H► r; fVT ADP TotalSource, Inc. SUMMARY OF MATERIAL MODIFICATIONS TO THE SUMMARY PLAN DESCRIPTION FOR THE ADP TOTALSOURCE, INC. HEALTH AND WELFARE PLAN Note: This document contains important information concemina your benefits. Please review this information carefully and retain with your benefit materials for future reference. Please note that eligibility varies by benefit option and your worksite employer's elections. Those benefit options you are entitled to are described in your benefit enrollment kit., You previously received enrollment information for the ADP TotalSource, Inc. Health and Welfare Plan ("Plan"). This document is a Summary of Material Modifications ("SMM") for the 2005 and 2006 plan years for your review and records, and it contains changes to the Summary Plan Description ("SPD") that you previously received. You may obtain a copy of the SPD by logging on to My TotalSource at www.adototalsource.com or calling the Employee Service Center at 1-800-554-1802 or by email at escar .ado.com. This SMM is intended to summarize the Plan amendments. If there is a conflict between this SMM and the actual language of the Plan, the Plan language controls. Summaries of the Plan Modifications are as follows: EFFECTIVE JANUARY 1, 2006 Change in Employee Service Center (ESC) Hours of Operation All references to the ESC hours of operation are changed to 8:OOam—10:OOpm (EST). My TotalSource Website To access My TotalSource, log on to www.adototalsource.com. Employee with No Waiting Period On page 9 of the Summary Plan Description under the section titled When Coverage Under the Plan Begins, the criteria for eligibility for an employee with no waiting period is changed to read as follows: "Your effective date of coverage for the medical, dental, vision or FSA benefit elections made under the Plan will begin on the first day of the month following the completion of your first day of work with ADP TotalSource (i.e. your date of hire with ADP TotalSource)." Change to the High Deductible Health Plan (HDHP) Deductible and Out -of -Pocket Maximums for 2006 On page 11 of the Summary Plan Description under the section titled High Deductible Health Plan (HDHP), the stated annual deductible and out-of-pocket maximum requirements are changed effective January 1, 2006 as follows: ■ For self -only coverage, an HDHP has an annual deductible of at least $1,050 and an annual out-of-pocket expense (deductibles, co -payments and coinsurance, but not premiums) not exceeding $5,250. • For family coverage, an HDHP has an annual deductible of at least $2,100 and an annual out-of-pocket expenses not exceeding $10,500. These maximums are subject to change by the IRS each January 1St. Dependent Care Reimbursement Account Contribution Limits On page 19 of the Summary Plan Description under the section titled Contribution Limits, the following is added: "Note that if more than $5,000 ($2,500 if married filing separately) is contributed to the plan during a single calendar year, the excess amount will be included in your income and wages." Change to Health Savings Account (HSA) Contribution Limits for 2006 On page 20 of the Summary Plan Description under the section titled Contribution Limits, HSA contribution limits are changed effective January 1, 2006 as follows: • Contribution limit for individual coverage in 2006 is the amount of your HDHP in -network individual deductible or $2,700, whichever is lower. ■ Contribution limit for family coverage in 2006 is the amount of your HDHP family deductible or $5,450, whichever is lower. Group Term Life Imputed Income for Self Employed Individuals On page 25 of the Summary Plan Description under the Imputed Income Group Term Life section, the following is added: "NOTE: The value of a y employer-provided group term life insurance coverage will be considered taxable income for a Self -Employed Individual." 1 of 2 Waiving Coverage On page 27 of the Summary Plan Description under the section titled Waiving Coverage, the first sentence is changed to read: "If you do not enroll in benefits when you are first eligible or during a subsequent annual open enrollment period and are declining coverage under the medical option because you are covered under another medical plan, you must state this reason during the enrollment process in order to qualify for future special enrollments under HIPAA." Health Savings Account (HSA) Open Enrollment Election Changes On page 28 of the Summary Plan Description under the Open Enrollment Elections section, the following is added as an Exception item: "If you are currently contributing to an HSA through ADP TotalSource and either you elect to enroll in a non-HDHP plan for the new plan year, or your employer no longer continues to offer an HSA through ADP TotalSource, you cannot continue contributing to an HSA through ADP TotalSource effective the first day of the new plan year (June 1)." EFFECTIVE JUNE 1, 2006 HIPAA Pre -Existing Condition Rules On page 13 of the Summary Plan Description under the section titled Pre -Existing Conditions, the first bullet item is changed to read: "the exclusion relates to a mental or physical condition for which medical advice, diagnosis, care or treatment was recommended or received within the 6 -month period ending on your enrollment date (your first day of coverage or, if earlier, the first day of the waiting period); and" On page 14 under the section titled Pre -Existing Conditions, a fifth bullet item is added to read as follows: "Pre -Existing exclusions cannot be applied to a condition based solely on genetic information." The following paragraph is added after the above added bullet to read as follows: "If you are subject to a pre-existing exclusion, you may provide the caner with creditable coverage information from your prior health plan coverage. Within a reasonable time, the carrier will notify you of its determination regarding the length of your creditable coverage and the length of any pre-existing condition exclusion that remains after offsetting for your prior creditable coverage." Certificates of Creditable Coverage The following information regarding Certificates of Creditable Coverage is added to page 14 of the Summary Plan Description under the section titled Pre -Existing Conditions: "A Certificate of Creditable Coverage must be provided to employees (or former employees in the case of COBRA continuance) upon the occurrence of a COBRA qualifying event or when their coverage ceases. A Certificate of Creditable Coverage must also be provided to any participant upon request at any time while covered under the medical option or for up to 24 months after coverage ceases (for details, see the section 'When Coverage Under Your Plan Ends.') To request a Certificate of Creditable Coverage, contact the Employee Service Center at 1-800-554-1802." HIPAA Special Enrollment Rights On page 30 of the Summary Plan Description under the section titled Conditions Required to Qualify for a Special Enrollment, the first bullet is changed to read as follows: "you are covered under another group health plan or other health insurance, including COBRA coverage, when the Plan was offered to you upon your initial eligibility period or during a subsequent open enrollment period; and" The third bullet under this section is changed to read as follows: "your other group health plan or other health insurance was terminated because you are no longer eligible for such coverage (including for reasons of exceeding a lifetime maximum limit, or if an HMO or other similar arrangement ceases to provide coverage to individuals who no longer reside, live, or work in a service area and no other coverage option is available to the individual) or because employer contributions towards your coverage are terminate; or" HIPAA Special Enrollment Permissible Types of Benefit Changes The following is added to page 30 of the Summary Plan Description at the end of the section titled HIPAA Special Enrollment Rights under the new heading Permissible Types of Benefit Changes: "If you or your eligible dependent experiences a HIPAA special enrollment event, you may enroll in any of the benefits options that are available to similarly situated new employees (with respect to the medical option)." IMPORTANT ANNUAL BENEFIT NOTICE Annual Notice Regarding the Women's Health and Cancer Rights Act This law requires plans that provide medical and surgical benefits for mastectomies to provide coverage for the following procedures, as requested from the patient in consultation with her physician: • Reconstruction of the breast on which the mastectomy has been performed; • Surgery and reconstruction of the other breast to produce a symmetrical appearance; • Prosthesis (e.g., breast implant); and • Treatment for physical complications of all stages of the mastectomy, including lymphedemas. 2 of 2 TotalSource Bottom Line. MERCER Health & Provider: Neighborhood Health Partnership Pian Description: NHP HMO Basic II Product: HMO Member Services Phone #: (800) 354.0222 Market: FL Plan Website Address: www.mynhp.tom General Plan Information Calendar Year Deductible - Individual Calendar Year Deductible - Family Annual Out -of -Pocket Maximum - Individual Annual Out -of -Pocket Maximum - Family Lifetime Maximum Coinsurance Office Visits Primary Care Physician Visit Specialist Visit Prescription Retail Formulary Based Generic None None 55,000 per member 55,000 per member None 100% 535 copay per visit 565 copay per visit (PCP referral required) 2006-2007 Yes 520 copay (Tier 1). Self injectibles (not applicable to insulin) subject to 20% coinsurance. Growth hormone covered at 30% coinsurance Brand 550 copay (Tier 2). Self injectibles (not applicable to insulin) subject to 20% coinsurance. Growth hormone covered at 30% coinsurance Non -Formulary 580 copay (Tier 3). Self injectibles (not applicable to insulin) subject to 20% coinsurance. Growth hormone covered at 30% coinsurance Days Supply 30 days Mail Order Generic $40 copay (Tier 1). Self injectibles (not applicable to insulin) subject to 20% coinsurance. Growth hormone covered at 30% coinsurance Brand 5100 copay (Tier 2). Self injectibles (not applicable to insulin) subject to 20% coinsurance. Growth hormone covered at 30% coinsurance Non -Formulary 5160 copay (Tier 3). Sett injectibles (not applicable to insulin) subject to 20% coinsurance. Growth hormone covered at 30% coinsurance Days Supply 90 days Hospital Care Inpatient 5750 copay per day up to 53,750 maximum Outpatient 5750 copay Emergency Care In -Area 5100 copay per visit (waived if admitted) Out -of -Area 5100 copay per visit (waived if admitted) Ambulance 5100 copay per trip for emergencies only or when transfering to NHP facility Maternity Care Pregnancy and Matemity Care (Pre -Natal Care) $65 copay for initial 08 visit. $750 copay per day up to a 5 day maximum for hospital admission (mother only) Prior authorization required Preventive Care Diagnostic X -Ray Lab Physical Examinations Prostate Screening Gynecology Exam Mammograms Well Baby Care and Immunizations Covered at 100%. 550 copay for MRI, MRA, CAT, PET and Nuclear Testing 535 copay per visit 565 copay per visit 565 copay per visit (Limit 1 routine exam per year) Covered at 100% 535 copay per visit (Immunizations covered at 100%) This benefit summary has been prepared by Mercer Health 8 Benefits based on documents provided by the applicable licensed insurance carrier. Please refer to the Certificate of Coverage (COC) for terms and conditions of all benefits. Benefits may require pre -certification in order to avoid a reduction in benefits or denial of coverage. The insured should contact the carrier at the phone number indicated on this summary or refer to the C for further details prior to seeking treatment. If there is any conflict between this benefit summary and the Plan Document/Certificate, the Plan Document/Certificate govems. ADP TotalSource Employee Service Center (800) 554-1802 Page 1 SUM 412-0606S MDG Codes 4-4- 0101' 0102 0120/0140/0150 0460 0470 9310 9430 9440 Managed DentalGuard Plan Schedule - 30M Covered Services Appointments & Diagnostic Services Office visit - during regular hours - participating general dentist only Broken appointment (without 24 hours notice) Oral evaluation Pulp vitality tests Diagnostic casts Consultation (by dentist other than practitioner providing treatment) Office visit for observation - regular hours - no other service performed Emergency office visit - after regularly scheduled office hours Radiographs 0210 Intraoral - complete series (including bitewings) 0220/0230/0240 Intraoral - periapical or occlusal - single film 0270/0272/0274 Bitewings 0330 Panoramic film Preventive & Space Maintenance 1110/1120 Prophylaxis 1201/1203 Topical application of fluoride (may include prophylaxis) - child 1310 Nutritional counseling for control of dental disease 1330 Oral hygiene instruction 1351 Sealant - per tooth 1510 Space maintainer - fixed - unilateral 1515 Space maintainer - fixed - bilateral 1550 Recementation of space maintainer Restorative 2110 Amalgam - one surface - primary 2120 Amalgam - two surfaces - primary 2130 Amalgam - three surfaces - primary 2131 Amalgam - four or more surfaces - primary 2140 Amalgam - one surface - permanent 2150 Amalgam - two surfaces - permanent 2160 Amalgam - three surfaces - permanent 2161 Amalgam - four or more surfaces - permanent 2210 Silicate cement - per restoration 2330 Resin/composite - one surface, anterior 2331 Resin/composite - two surfaces, anterior 2332 Resin/composite - three surfaces, anterior 2335 Resin/composite - four or more surfaces or incisal angle, anterior 2336 Composite resin crown, anterior - primary 2380 Resin/composite - one surface, posterior - primary 2381 Resin/composite - two surfaces, posterior - primary 2382 Resin/composite - three or more surfaces, posterior - primary 2385 Resin/composite - one surface, posterior - permanent 2386 Resin/composite - two surfaces, posterior - permanent 2387 Resin/composite - three or more surfaces, posterior - permanent Patient Charges $5.00 $25.00 NO CHARGE NO CHARGE NO CHARGE NO CHARGE 2703 MDG Codes 2510 2520/6520 2530/6530 2543/6543 2544/6544 2702 NO CHARGE $50.00 NO CHARGE NO CHARGE NO CHARGE NO CHARGE NO CHARGE NO CHARGE NO CHARGE NO CHARGE $10.00 $50.00 $90.00 $10.00 $10.00 $10.00 $15.00 $15.00 $10.00 $10.00 $15.00 $15.00 $15.00 $20.00 $30.00 $35.00 $40.00 $35.00 $25.00 $35.00 $40.00 $30.00 $40.00 $50.00 2740 2750 - 2752 2790 - 2792 2810/6780 6210 - 6212 6240-6242 6750 - 6752 6790 - 6792 2910/2920/6930 2930/2931 2932 2940 2950/6973 2951 2952/6970 2954/6972 2960 Covered Services Crown, Bridge & Other Cast Restorations Inlay - metallic - one surface'. Inlay - metallic - two surfaces** Inlay - metallic - three or more surfaces** Onlay - metallic - three surfaces" Onlay - metallic - four or more surfaces" Crown supporting existing partial denture, in addition to crown Multiple crown and bridge unit treatment plan - per unit Crown - porcelain/ceramic substrate Crown - porcelain fused to metal" Crown - full cast metal** Crown - 3/4 cast metallic" Pontic - cast metal** Pontic - porcelain fused to metal" Crown - abutment - porcelain fused to metal** Crown - abutment - full cast metal" Other Restorative Services Recement inlay, crown, bridge Prefabricated stainless steel crown Prefabricated resin crown Sedative filling Core buildup, including any pins Pin retention - per tooth, in addition to restoration Cast post & core Prefabricated post & core Labial veneer (laminate) - chairside Endodontics 3110/3120 Pulp cap 3220 Therapeutic pulpotomy 3310 Root canal - anterior 3320 Root canal - bicuspid 3330 Root canal - molar 3346 Root canal - retreatment - anterior 3347 Root canal - retreatment - bicuspid 3348 Root canal - retreatment - molar 3410 Apicoectomy/periradicular surgery - anterior 3421 Apicoectomy/periradicular surgery - bicuspid - first root 3425 Apicoectomy/periradicular surgery - molar - first root 3426 Apicoectomy/periradicular surgery - each additional root 3430 Retrograde filling - per root Periodontics 4210 Gingivectomy or gingivoplasty - per quadrant 4211 Gingivectomy or gingivoplasty - per tooth 4240 Gingival flap procedure - including root planing - per quadrant 4249 Clinical crown lengthening • hard tissue 4260 Osseous surgery - including flap entry, closure - per quadrant - five to eight teeth 4261 Osseous surgery - including flap entry, closure - per quadrant - one to four teeth $155.00 Patient Charges $155.00 $190.00 $195.00 $200.00 $215.00 $125.00 $125.00 $260.00 $255.00 $235.00 $245.00 $235.00 $255.00 $255.00 $235.00 $5.00 $20.00 $55.00 $10.00 $50.00 NO CHARGE $75.00 $60.00 $105.00 $10.00 $25.00 $135.00 $160.00 $230.00 $165.00 $195.00 $245.00 $150.00 $150.00 $160.00 $70.00 $30.00 $95.00 $35.00 $165.00 $140.00 $255.00 Page 1 of 2 MDG Codes 4 -4 - Covered Services Managed DentalGuard Plan Schedule - 30M Patient Charges Periodontics (cont) 4270 Pedicle soft tissue graft procedure $165.00 4271 Free soft tissue graft procedure (including donor site surgery) $180.00 4341 Periodontal scaling & root planing - per quadrant $55.00 4355 Full mouth debridement to enable evaluation & diagnosis $30.00 4910 Periodontal maintenance procedures (following active therapy) $30.00 4920 Unscheduled dressing change (by other than treating dentist) NO CHARGE 9951 Occlusal adjustment - limited - per visit $15.00 Prosthodontics (Removable) 5110/5120 Complete denture (including routine post delivery care) 5130/5140 Immediate denture (including routine post delivery care) Partial dentures (including routine post delivery care): 5211/5212 Resin base - including clasps, rests, teeth 5213/5214 Cast metal framework with resin base - including clasps, rests, teeth Repairs & adjustments: Denture adjustments Repair denture base Replace missing or broken teeth - per tooth Repair or replace clasp Add tooth to existing partial Add clasp to existing partial Rebase denture Reline denture (chairside) Reline denture (laboratory) Interim partial denture (stayplate) Tissue conditioning 5410/11/21/22 5510/5610 5520/5640 5630 5650 5660 5710/11/20/21 5730/31/40/41 5750/51/60/61 5820/5821 5850/5851 Oral Surgery 7110/7120 Extraction • single tooth 7130 Root removal - exposed roots 7210 Surgical removal of erupted tooth 7220 Removal of impacted tooth - soft tissue 7230 Removal of impacted tooth - partially bony 7240 Removal of impacted tooth - completely bony 7241 Removal of impacted tooth - completely bony, with unusual surgical complications 7250 Surgical removal of residual tooth roots (cutting procedure) 7270 Tooth reimplantation and/or stabilization of accidentally evulsed tooth 7280 Surgical exposure of impacted or unerupted tooth for orthodontic reasons 7281 Surgical exposure of impacted or unerupted tooth to aid eruption 7285 Biopsy of oral tissue - hard 7286 Biopsy of oral tissue - soft 7310 Alveoplasty in conjunction with extractions - per quadrant $290.00 $290.00 $230.00 $335.00 $15.00 $25.00 $20.00 $25.00 $25.00 $30.00 $80.00 $45.00 $65.00 $115.00 $20.00 $10.00 $25.00 $50.00 $65.00 $90.00 $105.00 $110.00 $50.00 $80.00 $115.00 $80.00 $60.00 $55.00 $45.00 MDG Codes 4-4- 7320 + 7320 7450 7451 7470 7510 7960 8601 8602 8070/8080/8090 Covered Services Oral Surgery (cont.) Alveoplasty not in conjunction with extractions - per quadrant Removal of odontogenic cyst/tumor - up to 1.25cm Removal of odontogenic cyst/tumor - over 1.25cm Removal of exostosis - maxilla or mandible Incision & drainage of intraoral abscess Frenulectomy (separate procedure) Patient Charges $60.00 $75.00 $145.00 $110.00 $35.00 $80.00 Orthodontic Treatment (covers 24 months active treatment) Orthodontic evaluation and consultation $150.00 Orthodontic treatment plan and records, including x-rays, study models and photos $100.00 Comprehensive orthodontic treatment, including fabrication and insertion of fixed banding appliance and periodic visits, up to 24 months; dependent child to age 18 (as determined by the Member's age on the date of banding) $2200.00 8070/8080/8090 Comprehensive orthodontic treatment, including fabrication and insertion of fixed banding appliance and periodic visits, up to 24 months; employee, spouse, or dependent child over age 18 (as determined by the Member's age on the date of banding) $2200.00 8670 Periodic comprehensive orthodontic treatment visit NO CHARGE 8680 Orthodontic retention $407.00 Miscellaneous Services 9110 Palliative (emergency) treatment - per visit NO CHARGE 9215 Local anesthesia NO CHARGE ++ Covered Services are subject to exclusions, limitations and Plan provisions. Other codes may be used to describe Covered Services. ** There will be an additional patient charge for the actual cost of gold/high metal for these procedures. • Plan Schedules are only Valid for Covered Services rendered by Participating Dentists in the State of Florida. Page 2 of 2 TotalSource Bottom Line. Your team jus got better_ In -Network Benefits Please request a VisionPass form prior to scheduling your visit with your participating provider by: calling our Customer Care Department at 800-865-3676, visiting us at our website at www.mvcomobenefits.com or faxing us your request at 800-421-0100 Co -Pay 55 Co -Pay $10 (total for lenses and/or frame) c m benef i is visioncare Out -of -Network Benefits If you prefer, you may visit a non -network doctor and pay the doctors regular charges and the plan will reimburse you according to the plan's non -network benefit schedule. 'Please note, there is no guarantee that the scheduled benefits will cover the full cost of your eye exam or glasses. 'Applicable co - pays will be deducted frame reimbursement amount Vision Examination - once every 12 months The plan provides a complete analysis of the eye and related structures to determine vision problems or other abnormalities Lenses - once every 12 months The plan fully covers any lenses you need for your visual welfare, as determined by your network doctor. The doctor will also verify the accuracy of your finished lenses Frames - once every 12 months Co -Pay $10 (total The plan offers a wide selection of frames paid in full. You may also for lenses and/or choose a frame that costs more than the amount the plan allows, you'll frame) simply pay the additional charges Co -Pay 55 No Co -Pay No Co -Pay Contact Lenses (in Lieu of eyeglasses) Vision Examination - once every 12 months The plan provides a complete analysis of the eye and related structures to determine vision problems or other abnormalities Reimbursement Up to $35 Single: 525 Bifocal: 540 Trifocal: 560 Lenticular. 5100 Reimbursement Up to 570 No out -of -network reimbursement for exam Contact Lenses (fitting and follow up) - once every 12 months $150 Allowance. An allowance is made toward the combined value of Reimbursement: Elective (Exam & Lenses) 5150 *Medically Necessary the contact lenses. and the follow up visits. Medically necessary is up to 5210. "Determination of "Necessary" vs. "Elective" contact lenses fully covered (less co -pay) when the panel doctor secures prior under the non -panel reimbursement schedule will be consistent with the approval for certain conditions panel doctor services Laser Vision Correction (LASIK Surgery) The plan provides a discount for LASIK benefit at all Laser Eye Centers. In addition to the discount, a $150 Allowance will be provided for LASIK, in lieu of lenses, frame and Elective Contact Lenses Reimbursement: 5150 allowance will be provided for LASIK, in lieu of lenses, frame and elective contact lenses Limitations & Exclusions The plan is designed to cover visual needs rather than cosmetic choices. Charges may apply if you choose any of the following items: oversized, coated or faceted lenses; blended or progressive lenses; tinted or photoduomic lenses (except pink#1 and 12); a frame that exceeds the plan allowance or other cosmetic items. This plan does not pay benefits for services or materials connected with the following; orthoptics or vision training, subnormal vision aids, aniseikonic lenses or piano (non-prescription) lenses; replacement of lost or broken lenses and frames you receive from the plan, except at the scheduled intervals when services are otherwise available from the plan; medical or surgical eye treatment; services or materials provided as a result of any workers Compensation law or similar legislation. or obtained through or required by any government agency or program, whether federal, state or municipal, an eye exam required by an employer as a condition of employment, service or material provided by any other vision care plan or group benefit plan that offers vision care benefits, and two pairs of glasses instead of bifocals. - mays .cess www.n: cornDbenefitts.c m to SSarch l:or a provider. .print a :r' ,,. _ . form and che: k t'le status fast and simp)e! This schedule shows only a few of the covered procedures. This schedule is for comparison purposes only. The benefits of each plan will be determined by the contrail. For a complete listing of benefits. exclusions and limitations, please reference the certificate of coverage. The carier reserves the right to make changes and corrections to this chart This is a Fully -Insured Plan. If there is any conflict between this summary and the Plan Document/Certificate, the Plan Document or Certificate govems. CompBenehts ' CompBenehts Company • CompBenehts Dental, Inc • Compaenefits Direct, Inc. • CompBenerits Insurance Company CompBenefits of Georgia, Inc. • CompBenef#s o/ Alabama. Inc. - Amencan Dental Plan of North Carolina, Inc. • Texas Dental Plans, Inc. • Ultimate Optical, Inc. SUM 011-0606 Basic $10K Life Insurance and AD&D Highlights of the Basic $10K Life Plan and Accidental Death an d Dismemberment Basic Life and Accidental Death and Dismemberment (AD&D) insurance is available to all employees who participate in any of the ADP TotalSource health plans. You are eligible for $10,000 in basic term life insurance coverage. ELIGIBILITY First of the month concurrent with or following the completion of the worksite employer's specified waiting period, and 100% employee participation as designated by the client. BENEFIT OPTION Employee Only EMPLOYEE LIFE COVERAGE $10,000 ACCIDENTAL DEATH BENEFIT $10,000 DISMEMBERMENT BENEFIT Loss: Percentage Life 100% One hand, one foot, or the sight of one eye 50% Two or more of the above losses 100% SEAT BELT BENEFIT The amount of the Seat Belt Benefit is the lesser of (1) $10,000 or (2) the amount of AD&D Insurance payable for loss of life. SUICIDE EXCLUSION Applies to Accidental Death and Dismemberment. Please refer to your certificate of coverage for details. REDUCTIONS IN INSURANCE If you reach an age shown below, the amount of insurance (benefit payable) will be the amount of your policy multiplied by the appropriate percentage listed below: WAIVER OF PREMIUM CONVERSION OPTION DEATH DURING CONVERSION PERIOD Age 65 — 69 65% Age 70 — 74 50% Age 75 or over 35% Must complete the waiting period of 180 consecutive days beginning on the date you become totally disabled. Waiver of Premium is limited to 12 months if Total Disability occurs on or after age 60. Waiver of Premium ends at age 65. This basic life policy may be converted to an individual whole life policy upon termination of employment from ADP TotalSource. You may continue your coverage by contacting the insurance company directly, but this must be done within 60 days of separation. If you should die during the conversion period, benefits will be payable equal to the maximum amount you had a Right to Convert, whether or not you applied for an individual policy. The benefit will be paid according to the Benefit Payment and Beneficiary Provisions. No additional application is required for this coverage. You must however complete the Beneficiary Designation section on the ADP TotalSource Benefits Enrollment application. This coverage is a separate policy and is not tied to or related to any Voluntary Term Life Policy. • This summary represents only general descriptions of life insurance benefits provided by the plans. There are many limitations, restrictions and additional benefits that cannot be represented here. DO NOT assume that all details regarding a service or benefit is provided here. • The carrier reserves the right to make changes and corrections to this summary. This is a Fully -Insured Plan. • If there is any conflict between this summary and the Plan Document/Certificate, the Plan Document or Certificate governs. This is a brief summary of the Plan. Refer to the certificate of coverage for specific policy provisions. SUM 012.0606 (Long Term Disability 50% / $1,000 Plan Highlights of the LTD 50% Plan This coverage provides replacement income in the event you become totally disabled while insured under theLong Term Disability Group Policy. Compensation includes your Predisability Earnings that were in effect on your last full day of Active Work and an average of the preceding 12 calendar months commission or over the period of your employment if less 12 months. ELIGIBILITY First of the month concurrent with or following the completion of the worksite employer's specified waiting period. Enrollment in an ADP TotalSource health plan is required, or 100% employee participation as designated by the client. MONTHLY BENEFIT OPTION The monthly benefit option is 50% of the first S2,000 of your Predisability Earnings, reduced by Deductible Income. MINIMUM MONTHLY LTD PAYMENT MAXIMUM MONTHLY LTD PAYMENT BENEFIT WAITING PERIOD DISABILITY PROVISIONS BENEFIT PERIOD Age $100 $1,000 before reduction of Deductible Income. Monthly LTD benefits commence after 180 days from the date of disability. Own Occupation Period is the first 24 months for which LTD Benefits are paid. Any Occupation Period is from the end of the Own Occupation period to the end of the Maximum Benefit Period. Payments are determined by age when disability begins, as follows: Maximum Benefit Period 61 or younger To age 65, or 3 years 6 months, if longer. 62 3 years 6 months 63 3 years 64 2 years 6 months 65 2 years 66 1 year 9 months 67 1 year 6 months 68 1 year 3 months 69 or older 1 year LIMITATIONS EXCLUSIONS BENEFIT COORDINATION & DEDUCTIBLE INCOME CONVERSION OPTION Payment of LTD Benefits is limited to 24 months during your entire lifetime for a disability caused or contributed to by any one or more of the following, medical or surgical treatment of, Mental Disorders, Substance Abuse, or Other Limited Conditions. Limited Conditions include, but may not be limited to; Chronic fatigue, any allergy or sensitivity to chemicals or the environment, chronic pain conditions, carpal tunnel or repetitive motion syndrome, temporomandibular joint disorder, or craniomandibular joint disorder. Preexisting condition period is the 90 day period just before your insurance becomes effective. There is a 12 month exclusion period for preexisting conditions. LTD benefits are coordinated with Social Security, Workers Compensation, State or Federal government disability or retirement benefits. None • This chart represents only general descriptions of health care benefits provided by these plans. There are many limitations, restrictions, and additional benefits that cannot be presented here. DO NOT assume that all details regarding a service or benefit is provided here. • The carrier reserves the right to make changes and corrections to this chart. This is a Fully -Insured Plan. • If there is any conflict between this summary and the Plan Document/ Certificate, the Plan Document or Certificate govems. This summary is a brief description of the Plan. Refer to the certificate of coverage for specific policy provisions. SUM 023-0606 ADP TotalSource is constantly looking for ways to enhance employees' benefits package. We are pleased to offer a voluntary benefits program, by Marsh @WorkSolutions, created exclusively for ADP TotalSource. PersonalPlans' is your direct connection to some of the most popular products and services. Several optional benefit' are avail bte tl'1r:".o€ 'eh PersonalPlans. $ Auto and Horn e 4si r r w E Pet Insurance • Ledal Services 9ta Long -Terra Care 2nsurance ti Group Universal L fe Insurance a Voluntary Accidental Death & Dismemberment insurance Enrollment times vary. • With PersonalPlans, you can receive: E Affordable rates: Shop and compare to see if our rates can save you money. ff Flexible coverage: You can choose the coverage you want to meet your specific needs. 7.1 Convenience of payroll deductions: You can pay for coverage right from your paycheck and never worry about writing a check each month. 2 Dependable service: The new program not only combines several voluntary benefits into one simple program, but also gives quick and easy ways to get information and apply for coverage. M PersonalPlans Web site: You have access to a Web site that will provide useful information to help decide what products are right for you. (www.personal-plans.com/adptotalsource) 2 Toll-free telephone number: ONE toll-free number to reach a voluntary benefits expert that can help you with any questions regarding any of the PersonalPlans programs. (1-800-557-1038) 1rc ADP'_cgc r._gstcred +ar' c, ADP 01 Norte, A! -,erica. inc In:.:iS!:Ilt'`e 1, a rec',:?reft Al itomlr ; ttil P'\,cess::lcl, inc. MKT 003003l=ave Pnrrec m USP, •.2034 Automat,: Diva Proc:essmc, Inc. Fi. DBPR 1 Irnrsn 1GI 33 Over For More De'• -'i.: S on ADP .otalSourc.. Emplcy+ee Volur.t:_^' Benefits... CALL TOLL-FREE or visit Bottom Line. TotalSource '.roup Univers& Life insurance (GUL) Regardless of your age, life insurance should be an important part of your financial plan. As a rule of thumb, financial experts recommend five to nine times your annual income in life protection. Your GUL insurance offers flexible coverage amounts for you and your family. Since you are applying for coverage through your employer, you have access to affordable group rates and payments are conveniently deducted from your paycheck. Your program also lets you set aside additional money in a Cash Accumulation Fund and earn interest that is tax-deferred. You can accumulate cash value for any future need, and you can withdraw the money for any reason or use your cash value as loan collateral. The interest rate is guaranteed never to go below 3%. You will receive an enrollment packet in the mail for your GUL program. You may also visit your PersonalPlans Web site at www.oersonal-olans.com/adototalsource for more information about this program or to enroll. Or call 1-800-557-1038 to speak to a customer service representative. Group Universa[ Life insurance is underwritten by Metropolitan Life Insurance Company. Voluntary Accidental Death & Dismemberment (VADD) Voluntary ADD Insurance can help you pay expenses if you or your spouse/domestic partner are seriously injured or killed in a covered accident. This coverage can help ensure that tragedy doesn't take both an emotional and a financial toll on your family. As an employee of ADP TotalSource, you benefit from affordable group rates and the convenience of payroll deduction. You will receive an enrollment packet in the mail for your VADD program. You may also visit your PersonalPlans Web site at www.oersonal-olans.com/adototalsource for more information about this program or to enroll. Or, call 1-800-557-1038 to' speak to a customer service representative. VAD&D coverage is underwritten by Metropolitan Life Insurance Company. Auto and Home insurance You have access to an auto and home insurance program. There are a wide range of insurance policies available to fit your specific needs, including: auto, home, renters. boat, jet skis, motorcycles, snowmobiles, travel trailers, and motor homes. Many discounts are also available. Access the PersonalPlans Web site or call the toll-free number for a free quote. The carrier for this program is Travelers. Coverage is available in most states to those who qualify. Pet insurance Caring for your pets can be an expensive proposition these days. Veterinary bills for a pet's sudden illness or injury can add up quickly. Unfortunately, some pet owners are faced with the tough situation of choosing between their pet's health and their financial health. Now you can protect yourself from expensive veterinary bills with pet insurance. The pet protection program covers thousands of medical problems and conditions for pets. It also helps pay for prescriptions, lab fees, X-rays, surgery, hospitalizations, treatments and office calls for any covered medical problem or condition. Plus, specially negotiated rates make this peace -of -mind protection a smart money decision for animal lovers. Access the Web site or call the toll-free number to enroll your pets. Underwritten by: Veterinary Pet Insurance Co. (CA), Brea, CA National Casualty Co. (Nat't), Madison. WI, an A+15 rated company. ec ' Sri Jives Chances are, many people wouldn't dream of being without life, health or auto insurance. But what about legal coverage? According to the American Bar Association, nearly 70 percent of all Americans will face a legal issue during the next year. Even a small legal issue can lead to hefty legal expenses. Finding and retaining a good lawyer can be expensive and intimidating. Now you can access top-quality lawyers...for a fraction of the cost. This program offers access to a large network of attorneys and most attorneys' fees will be covered at 100%, with no copayments or deductibles. Covered legal matters include the following: creating a will (including complex wills), buying a primary house, getting a divorce, adopting a child, tax information, even selling a used car. Employees also have access to a broad range of financial planning services. You may only enroll within 60 days after you become eligible. After this timeframe, you may only enroll during your annual enrollment. rhe Legal Services plan is provided by ARAG' North Amr..rzca. Inc. rr.'are Most people's finances can't withstand the impact of a bill for S52,000 a year. According to a report provided by the AARP, that's the price a family would pay for just one year in a nursing home." You may enroll in the PersonalPlans group long-term care program at any time, and protect your savings from the increasing cost of' long-term care expenses. The plan pays benefits to help cover the cost of Tong -term care in a nursing home...assisted living facility...even home health care. As a new employee, you can receive employee coverage guaranteed if you apply within 31 days of your eligibility date. Visit the Personal Plans Web site to enroll today! 'According to a report by AARP the average cost of an annual stay in a nursrng home will cost 552.000. The Long•Term Care insurance provider is Aetna. PersonalPlans Voluntary Benefits is provided through Marsh WWorkSolutrons. part of Marsh & McLennan, a worldwide leader in risk management Marsh 4FWorkSolutions rs the program administrator. TotalSource Bottom Line. •: .. CONDO ELECTRIC EQUIPMENT LIST EXISTING AND INSTALLED EQUIPMENT IN OUR 18,000 SQ. FT SHOP: OVERHEAD BRIDGE, 1 TO 5 TONS FLOOR CRANE HORIZONTALNERTICAL PRESSES, 5 TO 120 TONS LATHES, 24 TO 72 INCHES SWING DYNAMIC BALANCE MACHINES 0 TO 12,000#S METALIZING EQUIPMENT MILLING MACHINES HELIARC & TIG WELDING EQUIPMENT BEARING HEATERS BEARING 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 AAREA BAKING OVEN FOR STATORS DIPPING TANK FOR VARNISH INSULATING VPI FACILITY POWER SUPPLY AC FOR TESTING MOTORS 2400 TO 4160 VOLTS, 2000HP POWER SUPPLY AC FOR TESTING MOTORS 480 VOLTS, 300HP POWER SUPPLY AC FOR TESTING MOTORS 125HP POWER SUPPLY FOR DC MOTORS AND EDIE CURRENT BRAKES 100HP DATA BASE FOR TRACKING REPAIRS FOR 5 YEARS AND NORE MOTOR CIRCUIT EVALUATION SYSTEM FOR MOTORS AC, DC PDMA, MCE OR EQUAL QUALITY CONTROL PROGRAM TRACKING OF WORK RETURNED FOR WARRANTY HI POT TESTING AC AND DC UP TO 10,000 VOLTS VIBRATION ANALYZER IRD 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 RESTIFIERS AND ROTATING EXCITERS. COMPANY SAFETY PROGRAM. VAUGHENS PRICE & PRODUCTIVITY GUIDE FOR ELECTRIC MOTOR WORK. SCOPE AND REPAIR PRICING. NAMES MOHAMED HALAJ SERGIO TARAFA INDRO MATEO ALEJANDRO LOPEZ ALFREDO REGUEIRO JORGE SUAREZ GARY KOWALEWSKI JOHN GRIFFIN ANDREW KERR GABRIEL PEREZ JULIO PENA JOSE TORVISO RENALDO SERANTES REINALDO MEDEROS JANE COATSWORTH MARY BIALECK HECTOR GOMEZ JR OSCAR DIAZ SR. FELIX MATOS OSCAR DIAZ JR. MIRTA AMADOR CONDO ELECTRIC MOTOR REPAIR, CORP. TITLES SHOP MANAGER SHOP FOREMAN SHOP FOREMAN ELECTRICAL ENGINEER FIELD SERVICEMAN ELECTRICAL ENGINEER 'FIELD SERVICEMAN SALES REPRESENTATIVE AND FIELD SERVICEMAN SALES REPRESENTATIVE AND FIELD SERVICEMAN SALES REPRESENTATIVE AND FIELD SERVICEMAN MECHANIC & WINDING 'FIELD SERVICEMAN 'MECHANIC 'MACHINIST 'MECHANIC 'MECHANIC 'INSIDE SALES NEW EQUIPMENT 'INSIDE SALES NEW EQUIPMENT 'PARTS SPECIALIST 'FIELD SERVICEMAN 'FIELD SERVICEMAN 'PUMP SPECIALIST DATA SPECIALIST RESUMES OF EMPLOYEES & LEVEL OF TECHNICAL EXPERTISE MR. HALAJ HAS MORE THAN 12 YEARS EXPER. IN MANAGING MOTOR REPAIR CONTRACTS WITH CONDO ELECTRIC MR. TARAFA IS ONE OF OUR SHOP FOREMAN WITH OVER 28 YEARS OF EXPERIENCE WITH MOTORS AND 23 YEARS WITH CONDO ELECTRIC MR. MATEO IS OUR TESTING AND EVALUATION SPECIALIST AND HAS OVER 10 YEARS OF EXPERIENCE IN MOTOR & PUMP REPAIRS. MR. LOPEZ HAS OVER 11 YEARS EXPER. IN THE FIELD OF MOTOR REPAIR & MAINTENANCE AND 10 YEARS WITH CONDO ELECTRIC MR REGUEIRO HAS OVER 22 YEARS EXPERIENCE IN THE FIELD OF MOTOR REPAIR & MAINTENANCE AND 14 YEARS WITH CONDO ELECTRIC MR SUAREZ HAS OVER 20 YEARS EXPER. WITH CONDO ELECTRIC IN THE AREA OF MOTOR & PUMP SERVICE CONTRACTS. MR KOWALEWSKI HAS OVER 25 YEARS EXPER. IN THE AREA OF MOTOR & PUMP SERVICE CONTRACTS AND OVER 10 YEARS WITH CONDO .. MR GRIFFINHAS OVER 25 YEARS EXPER. IN THE AREA OF MOTOR & PUMP AND GENERATOR SERVICE CONTRACTS. MR. KERR IS AN EXPERIENCED WINDING SPECIALIST WITH CONDO ELECTRIC OVER 5 YEARS. MR PEREZ HAS OVER 10 YEARS OF EXPER. IN THE MAINTENANCE & REPAIR OF MOTORS , 6 WITH CONDO ELECTRIC MR PENA HAS OVER 12 YEARS OF EXPER. IN THE MAINTENANCE & REPAIR OF MOTORS , 10 WITH CONDO ELECTRIC MR TORVISO HAS OVER 28 YEARS OF EXPER. IN THE MAINTENANCE & REPAIR OF MOTORS , 20 WITH CONDO ELECTRIC MR SERVANTES HAS OVER 10 YEARS OF EXPER. IN THE MAINTENANCE & REPAIR OF MOTORS , 6 WITH CONDO ELECTRIC MR MEDEROS HAS OVER 12 YEARS OF EXPER. IN THE MAINTENANCE & REPAIR OF MOTORS , 10 WITH CONDO ELECTRIC MS. COATSWORTH HAS OVER 20 YEARS EXPERIENCE IN SALES AND OVER 10 YEARS WITH CONDO ELECTRIC. MRS. BIALECK HAS OVER 20 YEARS EXPERIENCE IN SALES AND OVER 6 YEARS WITH CONDO ELECTRIC. MR. GOMEZ HAS OVER 10 YEARS EXPERIENCE AS PARTS SPECIALIST AND INVENTORY CONTROL WITH CONDO ELECTRIC. MR. DIAZ HAS OVER 15 YEARS OF EXPERIENCE IN THE AREA OF MOTOR AND PUMP MAINTENANCE WITH CONDO ELECTRIC. MR. MATOS HAS OVER 8 YEARS OF EXPERIENCE IN THE AREA OF MOTOR AND PUMP REPAIRS WITH CONDO ELECTRIC. MR. DIAZ HAS OVER 5 YEARS OF EXPERIENCE IN THE AREA PUMP REPAIRS WITH CONDO ELECTRIC. MS. AMADOR HAS OVER 14 YEARS OF EXPERIENCE IN THE AREA OF SYSYTEMS AND DATA CONTROL WITH CONDO ELECTRIC. ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCER HBA Insurance Group, Inc. 2500 NW 79th Ave. Suite 101 Miami FL 33122 Phone:305-714-4400 Fax:305-714-4401 INSURED ondo Electric Motor Repair 3615 E. 10TH Court Hialeah FL 33013 OP ID J DATE (MM/DD/YYYY) COND-014 01/30/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE INSURER A: Hartford Casualty Insurance Co INSURER B: I INSURER C: I INSURER 0: I INSURER E: NAIC # 29424 COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN5K AWL POUCY EFFECTIVE POUCY EXPIRATION LTR NSWNSWTYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YY) DATE (MMIDWYY) LIMITS GENERAL LIABILITY A X X COMMERCIAL GENERAL LIABIUTY CLAIMS MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: T POLICY n ECT I I LOC AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS 21UUNLH6921 21UUNLH6921 GARAGE LIABIUTY A X ANY AUTO 21UUNLH6921 X Garagekeepers LIMIT $40000 EXCESS/UMBRELLA UABIUTY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICER/MEMBER EXCLUDED? If yes. describe under SPECIAL PROVISIONS below OTHER EACH OCCURRENCE 10/22/06 10/22/07 I REMSES(Ea ccurence) I MED EXP (Any one parson) 1 PERSONAL & ADV INJURY GENERAL AGGREGATE I PRODUCTS - COMP/OP AGG 'Map Ben. COMBINED SINGLE LIMIT (Ea accident) 10/22/06 10/22/07 10/22/06 10/22/07 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Peracddent) $1000000 $ 300000 $ 10000 $1000000 $2000000 $ 2000000 1000000 $1000000 E S S AUTO ONLY -EA ACCIDENT $ 300000 EA ACC $ AGG $ $ $ $ IS IS ITORYUMITS I I ER OTHER THAN AUTO ONLY: I EACH OCCURRENCE IAGGREGATE I E.L. EACH ACCIDENT I $ E.L. DISEASE - EA EMPLOYED S 1 E.L. DISEASE - POLICY LIMIT 1 S A Property RC 21UUNLH6921 10/22/06 10/22/07 SEE NOTE PAD NIL Coins/Special s $1000 DID BLDG/MUM ERY* DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PRO ASIONS *10% WIND/HAIL DEDUCTIBLE WITH A 72 HOUR WAITING PERIOD WITH REGARDS TO BUSINESS INCOME. CITY OF MIAMI BEACH BID NO: ITB 10-06/07 ELECTRIC MOTOR REWIND AND REPAIR SERVICES CERTIFICATE HOLDER MIAMIBE CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH FL 33139 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU NTATIVE ACORD 25 (2001/08) r 0 ACORD CORPORATION Cx) RD „, PRODUCER AON RISK SERVICES, INC. OF FLORIDA 1001 BRICKELL BAY DRIVE, SUITE #11D0 MIAMI, FL 33131-4937 PHONE: 800-743-8130 FAX: 800-522-7514 01/03/2007 Serial A30549 THIS CERTIFICATE IS ISSUED AS A MATER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE AMERICAN HOME ASSURANCE COMPANY INSURED CO LTR ADP TOTALSOURCE FL XI, INC 10200 SUNSET DRIVE MIAMI, FL 33173 ALTERNATE EMPLOYER CONDO ELECTRIC MOTOR REPAIR COMPANY A COMPANY COMPANY C COMPANY • ". 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 0 Y THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE GENERAL LIABILITY i —7commERciAL GENERAL LIABILITY CLAIMS MADE OCCUR l' OWNERS & CONTRACTOR'S PROT AUTOMOBILE LIABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LLABILITY UMBRELLA FORM OTHER THAN U.1BRELLA FORM WORKER'S COMPENSATION AND A EMPLOYERS` LIABILITY THE PROPRIETOR, PARTNERS/EXECUTME OFFICERS ME. 1799019 ',JCL 1,000,000 I Exa 1,000,000 171RKERS' COMPENSATION & EMPLOYERS' L1/3ILITY COVERAGE FOR CONDO ELECTRIC MOTOR REPAIR IS EFFECTIVE AS OF 12/30/2006 POLICY NUMBER 1 POLICY EFFECTIVE POLICY EXPIRATION DATE (MWDDNY) DATE (MWDONY) 07/01/2006 07/01/2007 COVERAGE EFFECTIVE 12/30/2006 LIMITS GENERAL AGGREGATE PRODUCTS, COMPIOP AGG PERSONAL & ADVIN.URY I EACH OCCURRENCE PRE DAMAGE (Any one hre) I MED EXP (Aryl one person) COMBINED SINGLE LIMIT BODLY INJURY (Pr person) BODILY INJURY (Per element) PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY. EACH ACCENT AGGREGATE 1 EACH OCCURRENCE AGGREGATE 1 X iro5r.A:Ts 1 I EL EACH ACCIDENT EL DISEASE - POLICY LMT I EL DISEASE - EA EMPLOYEE Is Is I s s Is s 1,000,000 Is IDESCRIPTIoN OF OFERAITONSILOCATIONSrVEHICLESISPECIAL ITEMS ALL EMPLOYEES WORKING FOR THE ABOVE NAMED CLIENT COMPANY, PAID UNDER ADP/TOTALSOURCE INC.'S PAYROLL, WILL BE COVERED UNDER THF ABOVE STATED POLICY. 'THE ABOVE NAMED CLIENT IS AN ALTERNATE EMPLOYER UNDER THIS POLICY. ,IFICAMEIFIDE CONDO ELECTRIC MOTOR REPAIR E 10TH CT HIALEAH., FL 33013 .............................................................................. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 3615 EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABLrrf OF ANY KIND UPON THE COMPANY, TTS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE AONT RISE SERVICES INC. OF FLORMA .............. Generator Technologies Condo Electric Motor Repair, Inc 3615 E. 10th Court Hialeah, FL 33013 Ph: 305-691-5400 PRESENT. - Fridley, MN November 14th, 2006 Newage AVKSEG has supplied generators branded Stamford, Markon and AVK to the Global Power Generation Industry for decades, these brands have become synonymous of quality, reliability and performance—representative of a manufacturer committed to the needs of the global generator set industry. Newage AVKSEG has been a part of the Power Generation business of Cummins, Inc. for many years, brand equity is maximized by marketing products with a common identity. Thus, Newage AVKSEG has become Cummins Generator Technologies. Our products will continue to be branded Stamford, Markon and AVK and they will continue to be built in the same factory locations, sold and supported by the same people you have come to know over the years. There will be no change in the manner by which we run our business. By this letter we want to thank Condo Electric Motor Repair, Inc for the opportunity to work with us, and for your - many years of continued business - so we want to ratify your company as integral part of our Authorized Service Repair Network, who should continue giving the high level technical support requested from our customers, for the line of generators produced worldwide under the new brand name of "Cummins Generator Technologies", but formerly well know in the Generator Industry as "Newage-AVKSEG". Should you have any questions, please contact your regional manager, or the undersigned. Customer Service Engineer Cummins Generator Technoiogies 7928 University Ave NE Fridley, MN 55432 USA Phone 1 800 367 2764 Fax 1 800 8639243 c u mmi nsg en erato rtes h nol og ies.corn infoflcumminsoeneratortech nGlooies.com Registered in USA under Federal Tax No. o: 23-2044b:3 Newage Ltd. Registered office, 500 Jackson St., MIC 60101, Columbus, IN 47201 USA MOTORS US. ELECTRICAL MOTORS A Division of Emerson Electric Co. MIAMI OFFICE PO BOX 820824 SOUTH FLORIDA, FL 33082 Visit our Website at: http://www.usmotors,com/ Monday, June 11, 2001 TO WHOM IT MAY CONCERN REF: Authorized distribution letter ARTURO GARCIA SALES MANAGER SOUTH FLORIDA, CARIBBEAN AND CENTRAL AMERICA International: (954) 442 6546 Domestic: (954) 442 6558 Fax: (954) 442 5859 E-mail: arturo.garcia@emotors.com This letter is to certify that CONDO ELECTRIC INDUSTRIAL SUPPLY is an authorized distributor of our company and CONDO ELECTRIC MOTOR REPAIR is an authorized warranty/service station. Best regards, ARTURO • CIA SALES M4NAGER SOUTH F ORIDA, CARIBBEAN AND CENTRAL AMERICA MjricdJri veOR A ON July 19, 2004 Condo Electric 3746 East 10th Court Hialeah, FL 33013 Attention: Jose Espinola Subject: MagnaDrive Distribution Dear Mr. Espinola: MagnaDrive Corporation in conjunction with their exclusive Master Distributor, Control Equipment Company, is pleased to appoint Condo Electric as the sole authorized MagnaDrive Sub -Distributor for the municipal market in the South Florida counties of Miami -Dade, Broward, and Palm Beach. Condo Electric is authorized to sell, service and install MagnaDrive products in this market. Sin ely Sta Forbes Southeast Territory Manager www.magnadrive.com MagnaDrive Corporation 800 108th Avenue NE Suite 1014 Bellevue, WA 98004-5129 Telephone 425-463-4700 Fax 425-463-4747 772-1/111 CO r 9 1 Please be advised [hal Condo Electric Co., located at 3615 E. 10th St., Hialeah, Fla., 33013 is an authnrired.disiributor for D.anfoss Drives of Rockford, T11..Danfoss manufactures a broad line of high duality, vuriahlc frequency drive products and has drives operating in a multitude of applications around the world. Wc look forward to satisfying -your future drive requirements. Should you have any questions or if I can be of any assistance, please do not hesitate to contact me. Sincerely, VY.C'. T aylor 11 District ivlana2er FIciridn District Office Address: 640 1 Harney Rd., Tampa, Fla. 33610 1111-t1t03-9111 t_ULIZ1 1 1 : ROM : MKPL PST 1C5US HV LI-It.L.F<JE. I th15 FAX NO. :9374406406 Cum*It,L byttzeviunb Ohio- USA owe April )..3; 2po5 lvtianti Dade Water & Sewer Dittridt 2755 N.E. 1St Street North Mimi Peach,11, 33100 Apr,14 2005 11:46AM P2 PA, ilet SOS Ire*, MUM YOO: 917.440.40405 fair IS -7.4410:61111 ILIkestitodtplautlismai nit 1eth to inform yoti.thatOdo Mantic. locateiliat 111 Hialeah, rt.is, authorized to purchase M. L. Phistics fiberp)ass fans sea accessories throu0 Precision Ventilationit Assmintraisatiasni Lakes,.FL. Vety Indy yaws, M. K. Asislibb Cotporation Keith T. Lins VP. U.S. Males and. Mntketing P ®GREENHECK The Solution Company. April 21, 2004 Ms. June L. Rifenbury Office Manager Cors -Air 2865 S.W. 30th Avenue Pembroke Park, FL 33009 Ms. Mary Bialeck Condo Electric & Industrial Supply, Inc. 3615 E. 10`h Court Hialeah, FL 33013 Dear June and Mary: Greenheck is a global supplier of ventilation equipment. Greenheck has in place a territorial agreement with Cors -Air in Southern Florida from Indian River county to Key West which includes Miami - Dade County. Cors -Air has the exclusive rights to assign or authorize dealers, distributors or contractors to sell, supply and install Greenheck products in the aforementioned assigned territory. It is my understanding that Cors -Air has authorized Condo Electric, Hialeah, Florida the right to distribute and sell Greenheck products on Cors -Air's behalf. Please note that local codes, ordinances, and licenses that are applicable in this regard must be observed. In the event there are questions, do not hesitate to contact your Greenheck regional sales manager. Sincerely, GREEN HECKK FAN CORPORATION Patrick M. Cotter Vice President, Sales and Marketing cc: Barry Tharp/Cors-Air Eric Tufto/Greenheck GREENHECK FAN CORPORATION (715) 359-6171 P.O. BOX 410 SCHOFIELD, WI 54476-0410 e-mail: info@greenheck.com FAX (715) 355-2399 LEESON Pi EC T R C CORFORAMON District Sales Office LEESC J EecTiic Cciporal:ion 6401 Harney Road, Suite E Tampa. Flonda 33610 U.S.A.. Tel: S12-663 -911 i Fax: 21C-663-9104 May 29, 2001 Condo Electric 3746 E. 10th Court Hialeah, FL 330].3 To: Jane Coatsworth This letter is to confirm that Condo Electric is a Master Distributor and Authorized Warranty Repair Stati m-€ar Leeson Electric Corporation. Regards, W.C. Taylor II District Manager 7,;1C MOTORS 3c.4Ril4OTOR, .- N 7 _7Rll 1- . ".:UU1 •• 1 t: 1 I ii-' June 25, 2001 NOD GEAR Corporation Jose Espinola Condo Electric & Industrial Supply 3615 East 10th Court Hialeah, FL 33013 Dear Mr. Espinola; c•LF ; , r . 04 81.) Nord V: aunak re WI '• tic/7-0 467 Phone. (t0I4 7;44.7100 FA• Icuh: ti49-7 SW This letter is to confirm your distributor status with NORr) wear Corporation, effective February 6, 1991. Please note the attached distributor agreement. Sincerely, Jayne Simpson Administrative Assistant Js attachment SEP -24-01 03:24 PM WESTERN ELECTRIC USARS Nnorth American Electric, Inc. Sept 25. 2001 Condo Elcctric & industrial Supply 3746 E. 10th Court Hialeah. FL 33013 To Whom 1t May Concern: 1 662 429 8546 P.01 Condo Elcctric & Industrial Supply, Inc. is an authorized distributor and warranty repair station for all North American Elcctric. Inc. motors. If you have any questions, please contact North American Elcctric At 1-662-429-13049. Sincerely, William L. Wickham Inside Sulu PO Box !30 • 350 Valden Drive • Hernando. MS 38632-0130 Phone 662.4292049 • Fax: 662.429.8546 • Toll Free: 800.884.0404 • www.nae-Inc.corn OCT -04-01 03:50 PM WESTERN ELECTRIC USARS Ckt. 4, 2001 1 662 429 8546 P.01 WESTERN ELECTRIC USA, INC. Condo Elcctric & Industrial Supply 3 746 E. I t)'' Court Hinlcah, FL 33013 To Whom h May Concern: Condo Elcctric & Industrial Supply. Inc. is an authorized distributor and warranty repair station for all North American Electric. Inc, motors. North American Motors, Inc was previously known as Western Electric USA, Inc but as of Sept, 15 has changed its' name. Condo Electric will continue to be the distributor of the remaining stock of Western Electric Motors and the new North Anwrican line. If there are any questions please contact NAE. Inc. at (662) 429-8049. Sincerely, / 2/4 Willitt 1.. Wickham Inside Sales P.O. Box 130 • 350 Vaiden Drive • Hernando, MS 38632 Toll Free (800) 884.0404 • Phone: (662) 429.8049 • Sales: (B00) 884-0405 • Fax: (662) 429-8546 hap://www.weaternelectric.com.au/ • Email: wasternelectric_usaCatman.com Page l of 1 JencoFan 6393 Powers Avenue Jacksonville, FL USA 32217 904-731-471 1 Fax 904-737-8322 www.jencofan.com Affiliated Breidert Companies Stanley Fans www.stanleyfans.com JencoFan www.jencofan.com Breidert Air Products www.breidert.com To Whom It May Concern: This letter is to inform you that Condo Electric located at 3615 East 10th Court in Hialeah, Fl is a dealer for JencoFan through Precision Ventilation &Associates of Dade County. Regards, Pat Williams 111 President Id WdVE:EF1 POOE 90 •ady 80LS ME PS6 : '0N Xt-id NOLLUMINan NO I S I DSdd : WOdd U4/ Ui.i/ LUV4 FUJI Fuji Electric Corp. of America Park 80 West Plaza II Saddle Brook, NJ 07663 Tei: (201) 712-0555 Fax: (201) 366-8258 5 April 2004 To Whom It May Concern: Please be advised that Condo Electric is fully authorized to distribute and install Fuji Electric blowers. Thank you, Tara Farley Sr. Customer Service Representative Blower & Pump Products Division rif,,!! EMERSON POWER TRANSMISSION - GEARING June 14.2OO1 To Whom It May Concern Ref: Condo Electric, Hialeah, FL This letter is to confirm that this company is an authorized distributor for Emerson Power Transmission and Commercial Industrial Motors divisions of Emerson Electric for US Gearmotors brand of gearing and US Electrical Motors motor products. Additionally, this company is an authorized service location for electrical motors that are part of both of these divisions' products for warranty and non -warranty service. f there are additional questions that can be clarified by our offices, they should be directed to 17f -Zi ood Marketing Manager General Electric Company 1000 NW 33rd Street Pompano Beach FL, 33064 To Whom It May Concern: June 14, 2001 Dear Sir/Madam, GE Supply This letter serves to advise you that Condo Electric is a supplier of GE products and is also known as an authorised repair shop. If you have any further questions, please feel free to contact me at 954-977-6651. Lindsay DeCa LDC:mI t34/ .03130 1.‘'.; / 3.0.71JUL4OCILLUtD r c4F-1 ffiParamount Fabricators 11251 Jersey Boulavard, Rancho Cucamonga, California 91730 1/10/05 Miami Dade Water & Sewer District 2775 N.E. 151 Street North Miami Beach, FL 33160 Gentlemen This letter is to inform you that Condo Electric located at 3615 East 10m Court in Hialeah, Florida is an authorized dealer to purchase Fiberglass Blowers, Fiberglass Duct and Fiberglass accessories through Precision Ventilation & Associates in South Florida. Best Regards, Paramount Fabricators Olobally Now by Jim Grewb DN: cfr-Abierece. 6.60CCO. b•119 Digo: 2003.01.1n 1357:52 .06'00' Ramon I m.6-610 evIhN I (his yo•bir..6.6.,doeurben1 Jim Grace Sales Manager Phone: (909) 987-4753Fax: (909) 9$7-6335 E -Mail: puace999insn.cvm Websitc: Itttp://parainowitfabneators.com I 1.'1,41- • .4 J. BODINE OD PANY June 5, 2001 To whom it may concern: Please let this letter be notice that Condo Electric & Industrial Supply Inc. of Hialeah, Florida is an "Authorized Distributor" as well as an "Authorized Warranty /Repair Station" for Bodine Electric Company. `girds, ick Seiler Bodine Electric Company 2500 West Bradley Place Chicago, 1L 60618 773-478-3515 HEADOUARTERS 2500 W. BRADLEY PLACE, CHICAGO, IL 60618, U.S.A., 773-478-3515, FAX 773-478-3232 06:01;01 15:31 Fs_ E jCT.RA-G. AR Division of REG L-BELOTT CORPORATION 1110 North Anaheim Blvd., Anaheim, CA 92801 • 714/535-6061 • FAX -714/535-2489 ]rkiat�: jpnyaley®decmtgatr.com JOHN P. PUGSLEY Nacional 5xlca Maaagcr June 1, 2001 Ms, lane Coatsworth CONDO ELECTRIC & INDUSTRIAL SUPPLY SUBJECT: DADE COUNTY FLORIDA BUSINESS OPPORTUNITY Dear MS. Coatsworth: We recognize Condo Electric and Industrial Supply as an authorized Electra -Gear distributor and warranty repair station. Thank you far representing us in South Florida_ Sincerely, (Y, John F. Pugsley National Sales Manager JFP/j fa0t)1 E16/15/ 2001 17:31 770E679993 LINCOLN MOTORS 4100-A Nine McFarland Drive Alpharetta, GA 30004 Phone: 770-740-1040 Fax: 770467-0903 Friday, June 15, 2001 Ms. Jane Coatsworth Condo Electric & Industrial Supply Company 3615 East 10th Court P.O. Box 3340 Hialeah, FL 33013 Re: Service Shop Status Dear Ms, Coatsworth: MOT OP, SALES Sent Via Fax PAGE 02/02 &coin MOTORS This will confirm that your company has been approved to become an authorized service shop for Lincoln Motors. This status is based on your current technical capabilities to perform warranty inspections and warranty repairs of Lincoln Motor products should it be necessary. Effective immediately, your are authorized to perform those services required to carry out warranty inspections and authorized repairs. Any questions with respect to warranty work should be directed to our service manager, Mr. Dave Burns, who is located in Cleveland, Ohio at 800-668-6748. When the new service shop directory is reprinted, Condo Electric & Industrial Supply Company will be listed under the state of Florida. Frank Mestnik Cc: Dave Burns J 11:bYA Paul H. Bohn limerte/1 4424 Harbour 14103 t.klando Fl. 32R1 7 407 677 4095 lel 407 677 1742 bx July 24, 2001 Mi Jose G. Espinola President Condo Electric & Supply, Inc. 3615 E. 10th Court Hialeah, FL 33013 Re: 'Variable Frequency Drives Dear Mr, Espinola: This is to certify that: 407 677-1742 P 01 Honeywell Condo Electric & Supply, Inc. is an Authorized Distributor for Honeywell Variable Frequency Drives and other associated components. Condo Electric & Supply, inc. is an Authorized Service Center for Honeywell Variable Frequency Drives and other associated components, As such, Condo Electric & Supply, Inc. has been designated a premier sales and technical resource within their geographic area of South Florida. Please use this letter as needed to introduce Condo Electric & Supply, Inc. as a Honeywell partner. PHB/nik Enclosure MICIOALW: Sincerely, Honeywell Paul H. Bohn Account Executive Building Application Specialist Team PORTEC s = F omaster To Whom It May Concern: Ref: Authorized Reseller Letter rsomasrer utvrson One Forge Road (Zip Code 81212) 78 1.: 719 275-7471 P.O. Box 569 Fax: 719 269-3750 Canon City. CO 81215-0589 USA potfec@portac.com This letter is to certify that Condo Electric Industrial. Supply Inc. is authorized to resell authentic Portec Flomaster products. Signed, Kenneth N. Cline Inside Sales Manager 01/25!2006 RED 15, 35 F. January 25, 2006 To Whom 1t May Concern: UA &1UU Y(i, 1NC •+aH u1Ppeage T DON DFAA/NUS INC, a.ismerd ted ,ranw-Cern. out: This Is to certify that Condo Electric Industrial Supply is s reseller regularly engaged in providing Thordon industrial products in the Miami Dade area of Florida. Condo Electric Industrial Supply operate under Coppedge Marine Inc., the exclusive distributor of Thordon products for the state of Florida. Sincerely, Lorraine Higham Customer Service Manager Thordon Bearings Inc. Iuvl/vut HEAD OFF/C1: 3225 Mai:Itudy, 5l°rlington, Orlario, Cauda L1M 1A5 T;i jgC51 335.1440 risz:1905) 395.4093 wvrw.tnorounorarings,com .47111 100 N, STH ST. TEL.: 541-259-1211 P.O. BOX 397 SCO -547-2471 LE2ANON, OR 97355 FAX: 541-259-1299 GEAR CO. 1NTl= RNE I : www.linngear.com e-mail: sales@linngear.cor n STOCK S. CUSTOM POWER TRANSMISSION PRC7L7I..ICT5 1/26/06 Condo Electric & Industrial Supply 3746 East 10 Court Hialeah, FL 33013 Condo Electric & Industrial Supply is an authorized Distributor for all Linn Gear Company products. If you have any questions regarding this matter, please give me a call. (800) 547-2471 rely, Don Fountain Sales & Marketing Manager (800) 547-2471 AMERICAN COOLAIR CORP ILG INDUSTRIES 3604 MAYFLOWER STREET JACKSONVILLE, FL. 32205 -Fax Transmittal DATE: November 16, 2005 TIME: 9:30 AM FROM: Steve Gerbec PHONE: 904-389-3646 FAX: 904-387-3449 I SUBJECT: AMERICAN COOLAIR AUTHORIZED DEALER To whom it may concern, This letter is to inform you that Condo Electric located at 3615 East 10th. Court in Hialeah, Florida is a current authorized dealer for American Coolair and ILG Industries commercial fans through Precision Ventilation and Associates. Precision Ventilation and Associates is set up as our factory representation in the South Florida area. Best regards, Stephen M. Gerbec Manager -Inside Sales American Coolair/ILG Industries 1 United Enertech November 16, 2005 Precision Ventilation & Associates 6175 NW 167th Street, Unit G13 Miami Lakes, FL 33015 Attn: Omar Re: Representation Omar, This letter is to inform you that Condo Electric, located at 3615 East 10`h Court in Hialeah, Florida, is an authorized dealer to purchase Miami -Dade County approved louvers, 180 mph roof top louvered enclosures, remote cable operated dampers, commercial and industrial control dampers through Precision Ventilation & Associates, which is our South Florida representative. Best Regards, .29 Bill Tate President Phone: (423) 698-7715 • Fax: (423) 698-6629 United Enertech Corp. • 3101 South Orchard Knob Avenue • Chattanooga, TN 37407 TOTAL P.01 maure MANUFACTURING CORPORATION 410 INDUSTRIAL PARK ROAD HOLLY SPRINGS, MS 38635 662/252-6583 January 24, 2006 TO WHOM IT MAY CONCERN: REF: Authorized Distributor Letter This letter is to certify that CONDO ELECTRIC INDUSTRIAL SUPPLY is an authorized distributor of Maurey and Goodyear products directly from Maurey Manufacturing Corporation. Regards es°41A Paul Grewal Marketing Specialist Maurey Manufacturing Corporation F'OWCH 1 RANSMISSION EQUIPMENT / ESTABLISHED 1917 FAX 662/252-4624 oluze earing ompany January 24, 2006 To Whom It May Concern: This letter is to confirm that Condi) Electric Industrial Supply, located at 3746 East 10th Court, Hialeah Florida is an autho'ized distributor of our company. Alice F. Wilson MOLINE BEARING CO V.P. Sales P.O. Box 5og • St.lharles, IL 60T74 • www.molinebcaring.com Phone: 630.584.4 00. 800.242.4633. Fax: 630.584.1999 From: U1/2412UUb IU:UI FL/b.' F'.UU1/UUl January 24, 2006 To Whom It May Concern: ZVL-ZKL Bearings Corporation 1640 Midwest Blvd., Indianapolis, IN 46214-2281 Phone: 317-481-2077; Fax: 317-481.2067 Customer Service: 800-925-2101 E -Mall: sales COzklboanngs.com Condo Electric Industrial Supply is an authorized distributor for ZVL-ZKL Bearings Corporation. Sincerely, Brad Bruning President WWW.ZKLBEARINGS.COM PMC INC 110 West Rd Suite 213 • Towson MD 21204 Tel: 410-828-4475 • Fax: 410-828-4481 January 23, 2006 Condo Electric P.O. BOX 3340 Hialeah, FL 33013-0340 - PMC INC hereby authorizes CONDO Electric Industrial Supply, Inc of Hialeah, Fl to resell its products within the state of Florida, USA. C1ins"C .y VP, Operations PMC INC PMC INC 110 West Rd Suite 213 • Towson MD 21204 Tel: 410-828-4475 • Fax: 410-828-4481 Current product list Grit Resistant Chain UHMW Sprockets, Set Collars, Wear Shoes Wear Strips, Shear Pin Assembles Also: Metal Chain Plastic Chain Stainless Chain Grit Resistant Buckets Steel Buckets Nylon Buckets FRP Flight Boards Wooden Flight Boards Steel Flight Boards Cast Iron Sprockets Combination Sprockets UHMW Segmental Replacement Rims Cast Iron Shear Pin Assemblies Combination Shear Pin Assemblies Grit Resistant Wear Shoes Iron Wear Shoes FRP Tank Rail Wall Brackets Wall Bearings Pillow Blocks Cast Iron Set Collars Static Sleeve Bushings Take-up Bearings Blower Filters Mechanical seals 180, boul. Gagnon Sainte -Claim. QC Canada GOR Tel.: (418) 883-3:.:22 Fax: (418) 88.3-2020 E-mail: admin@maslcaoullzys.co www.rnaskapuileys,com ; COMPANIES • January 23, 2006 TO WHOM IT MAY CONCERN The following is to certify that CONDO ELECTRIC INDUSTRIAL SUPPLY situated at 3746 E. 10th Court, Hialeah, Fl 33013, is an authorized distributor for Poulies Maska Inc. Regards Mario Lacasse Sales Director General Electric Company 1000 NW 33rd Street • Pompano Beach FL. 33064 To Whom It May Concern: June 14, 2001 Dear Sir/Madam, GE Supply This letter serves to advise you that Condo Electric is a supplier of GE products and is also known as an authorised repair shop. If you have any further questions, please feel free to contact me at 954-977-6651. Lindsay DeCa LDC:mI July 23,2001 E LTA Industrial Products Division Condo Electric and Industrial Supply 3746E, 111 Court Hialeah, FL 33013 Dear C.nndo Electric, It is UT pleasure to have Condo Electric as an'Authorized Delta AC Drive distributor. We look forward to working with Condo for many years to come. If you have question, please contact us at your earliest convenience. Sincerely, Dave Morse Regional Sales Manager 5101 Davis Dr., PO Box 12173, Research Triangle Pad:, NC 27709 Phone: 919-767-3813 Fax: 919-767-3969 05/25/2001 141: 05 0150839552 TODD WILSON PAGE 01 ,/ 02 At yotir MAE. 304 Strombury Court — TN 37076 Phone: 625-83-9551 - Pa, , 615-80-9552 - Cell: 615-406-1373 torici.wilsootabrother,corn Fa?: to: Condo Electric Attention: Jane Coatsworth From: Todd Wilson Page: 1 of 1 Date: 5-25-01 CC: Andy Simpson • Hello Jane; Per ow conversation, I hope this meets your needs. If not please let me know. This letter shall serve as official notification and confirmation that Condo Electric and industrial Supply serves as an authorized distributor for the Brother International Corp Gearrnotor Division in the Stale of Florida. This letter shall remain in effect until such time that Condo Electric or Brother • International Corp provide written notification to the cancellation of said relationship. you77 Todd Wilson Regional Sales Manager East/Southeast A s cLD—Westinghouse u' MOTOR COMPANY June 1, 2001 Suite 210 0621 Soulhpolnt Drive N Jacksonville, FL 32218 (8Dq) 286-0919 To Whom it may concern; Teco Westinghouse Motor Company is pleased to inform all concemed parties that Condo Electric & Industrial Supply, Hialeah, Florida 33178 is currently an authorized full tine distributor. Condo Electric & Industrial Supply in conduction with our distributor program represents all custom made products and replacement parts and authorized warranty inspection / repair facility for Teco Westinghouse Motor Company. If you should have any questions or comments, please contact the Jacksonville sales office. Yo.yr,struly, Ray Bennett Senior Sales Representative Teco Westinghouse Motor Company 06/15/ 2001 17: 31 77E3E679583 LINCOLN MOTORS 4100-A Nine McFarland Drive Alpharetta, OA 300114 Phone: 770-740-1040 Fax: 770467-8903 Friday, June 15, 2001 Ms. Jane Coatsworth Condo Electric & Industrial Supply Company 3815 East 10th Court P.O. Box 3340 Hialeah, FL. 33013 Re: Service Shop Status Dear Ms. Coatsworth: iyIDTOR SALES Sent Vla Fax PAGE 02/02 This will confirm that your company has been approved to become an authorized service shop for Lincoln Motors, This status is based on your current technical capabilities to perform warranty inspections and warranty repairs of Lincoln Motor products should it be necessary. Effective immediately, your...are .authorized.ta perform -those -services required to carry out warranty inspections and authorized repairs. Any questions with respect to warranty work should be directed to Tour service manager, Mr. Dave Burns, who is located in Cleveland, Ohio at 800-888-574B. When the new service shop directory is-rePdnted. Condo Electric-diIndustrial StIPPiYICPMpanymIll...be_listed uncler . . the -state of Florida. Frank Mestnik Cc: Dave Burns 06'U1;01 15:31 F.LI ..G T (RCTRA-GBA R Division of REG_ L-BELOIT CORPORATION 1110 North Anaheim Blvd., Anaheim CA 92101 • 714/535-6061 FAX -714/535-2489 Msu7: jaaREICIT clc.xr.com JOHN P. PUGS'( Y Naxiaoal 646e I►iaaagrr June 1, 2001 Ms. Jane Coatsworth CONDO ELECTRIC & INDUSTRIAL SUPPLY SUBJECT: DADE COUNTY FLORIDA BUSINESS OPPORTUNITY Dear MS. Coatsworth: We recognize Condo Electric and Industrial Supply as an authorized Electra -Gear distributor and warranty repair station. Thank you for representing us in South Florida_ Sincerely, John F. Pugsley National Sales Manager JFP/j FYW OCEARNO •UNI US*, !NC January 23, 2006 To Whom It May Concern: Condo Electric Industrial Supply of Hialeah Florida is authorized to buy FYH bearings. They are a customer in good standing. Jay Frasor Operations Manager FYH Bearing Units USA Inc. FYH REARING UNITS, INC_ 285 industrial Drive, Wauconda, IL 60084 Phone: (847) 487-9111 Fax: (847) 487-9222_ Web Site: www.fvhusa.com POWERRITEPRODUCTS Zim:Aioo of cRe/3(.6,sdusttiei, ffneospesnted 690 IERSEY AVENUE NEW BRUNSWICK, NEW JERSEY 08901 Telephone (732) 846-3399 Fax (732) 846.8866 F --Moll soles@powerriteproducts.com January 23, 2006 To Whom It May Concern: This letter is to serve as notification that Condo Electric & industrial Supply, Inc in Hialeah, FL is an authorized .reseller and distributor of Power Rite Products merchandise_ P1 ease feel free to contact me if you have any questions or require additional assistance. Thank you. Sincerely, 01.15L) rlk). 1)0 Anne M. Weingart Customer Service Manager BANDO January 23, 2006 To Whom It May Concern: This letter is to certify that CONDO ELECTRIC INDUSTRIAL SUPPLY located at 3746 East 10th Court Hialeah, Florida is an authorized distributor of our company. 'Sincerely, Elaina White Sales Support Manager Bando USA, Inc. • BANDO USA, INC., 1149 W. BRYN MAWR, ITASCA, IL 60143-1500 • 630/73.6600 • FAX: 630.773.6912 �rrnri inrnT urn n. -,I. iun . uin i _1 it . T T nlwr-, r-. I.Iu r NACHI NACHI AMERICA INC. 715 Pushville Road, Greenwood, IN 46143 Phone: 888-340-2747 Fax 888-734-1206 Date: 1/23/06 From: Dan Sherman Nachi America To Whom It May Concern: Condo Electric & Industrial Supply is an authorized distributor of Nachi ball and roller bearings. Thank you, Dan Sherman Nachi America Inc. 888-340-2747 RBI _RBI .BEA .RING INC. January 23, 7006 CONDO EU. CTRIC 1NIDI lS PRIES & SI IIPLY 3746 E. 10TH CO1 TIO' HIALEAII, FL 33013 To who if may concern, Condo Electric Industries is and has been an RBI Rearing Inc. Authorized Distributor since 1995. Should yuan have any questions please feel fret to contact me at SOO 708-2128. Darren Meeks Regional Account Manager w+•i.r• 1st; AROSE M. • MaNnoi7A. G 910/6. 1n(626) 752.7652 • MOO) 3587652 • FAX (626) 117-7426 1155 SrtnNSUN L'1: • .svrrI:1O:IY • XUSrLTJ , rt., 6017, • M.. (670.) 776-Uity • (80l) 7064123.1'& (bio) 3760602 r 741 M):ITRSwwE 1)R a; • nrustsS'4 USA. ONT L5T m6 • TEL (905) 670.9%ii • (100) 721-2426 • FAY (905) 6702062 •+mow d 9€:0-j$t'1l7C9 'ON/I: H I '1S/£ I : I l 9007 S NVr (NOW) ISNO 5150 South International Drive PO Box 100640 Cudahy, WI 53110-6111 414-272-1100 Fax Rexnord Stearns Division To: gikh YAT/214 41e1A4f,..frorn: Terri Fax:ja: (A-6 ci Date: Page Re: CI Urgent Ea For Review 0 Please Comment 0 Please Reply 0 Please Recycle &4 L7 t MASTERDRIVE District Office & Warehouse Power Transmission Products 6362 Hanna Avenue Tampa, FL 33610 Phone: (813) 663-9111 Fax: (813) 663-9104 23 -Jan -06 To whom it may concern, This is to inform you that Condo Electric & Industrial Supply is an authorized stocking distributor for Masterdrive Power Transmission Products. If there are any questions, please do not hesitate to call. 1 Regards, Joe Dean OLI,,eedw ELECTRIC COMPANY FACTORY WAREHOUSE STOCK J.K. KESSLER AND ASSOCIATES, INC. 1-4 AT 40TH STREET EXIT 3906 EAST 11TH AVENUE TAMPA, FLORIDA 33805 PHONE: 813-248.5078 FAX: 813-247-2984 JUNE 11, 2001 CONDO ELECTRIC & INDUSTRIAL SUPPLY INC. 3746 E. 10TH COURT HIALEAH FL. 33013 ATTN: MS. JANE COATSWORTH JANE; PLEASE ACCEPT THIS LETTER TO CONFIRM THAT CONDO ELECTRIC IN HIALEAH IS INDEED BOTH AN AUTHORIZED DISTRIBUTOR FOR BALDOR MOTORS AND DRIVES PRODUCTS AND IS AN AUTHORIZED WARRANTY / REPAIR STATION FOR BALDOR MOTORS. 1 HOPE THIS IS SUFFICIENT FOR YOUR NEEDS, BUT IF WE CAN BE OF ANY FURTHER ASSISTANCE, PLEASE DO NOT HESITATE TO CONTACT US AT ANY TIME. BEST REGARDS ROGER TRUETT CUSTOMER SERVICE MANAGER CC: GARY WILLIAMS The President of rhe Urines, Stats a•varc for arrabanra Ill arnnrt ENERGY SAVING INDUSTRIAL ELECTRIC MOTORS AND DRIVES V 1 11%. L J. LVVV I I, L! 1111 i V j I I. s i. i'IKI(Chain HKK Chain Corporation of America 9 Riverside Drive P.O. Box 604 Pine Brook, NJ O705B-0804 Manufacturer of Roller Chains January 23, 2006 To Whom It May Concern: Please be advised that Condo Electric, located in Hialeah Florida is an authorized ' distributor for HKK roller chain products, Thank you, HKK Chain Corporation TEL; 973 / 575-7880 www.HKKChein.com FAX: 973 / 575-7250 JAN. 23. 2006 9:53AM Neu. I7;1 r. I/ I Monday January 23, 200 Reference: Authorized Distributor DICHTOMATIK North America Dear To Whom it May Concern: This letter is to certify the Condo Electric Industrial Supply is an authorized distributor far Vicbtoorrik Americas, Division of Freudenberg — NOK. Dave Parrisb luta-Company Account Manager Dichtomatik Americas DICHTOil Ii4TJ,f,C' 1 forth Arnork , • 70&7• Park Place Tel: 952-894-5400 ;e.ShQPOP, MM 45379 Fax: $52-0941588 J H'I-4t:J : F'JUb 07' J ( f LLMC L - LtJ 1 . Ji .,. ..„.:,.,thr, GROVE GEAR ...,,..,,,,, . ,,,,.: ",, DIVISION OFFIEGAL.AELOIT CORPORATION d �;: ' S, % American Crafted Speed Reducers and Gearrnotors Phone:(2b2j blti•722i tax:(262j.878-1968 ,..) TO: LAI 1-1 t^ 0 n f H Al f' C6'4 C e' ' PAGES (Including Cover) , ' ' '` FAX: +' i '.yC DATE: / / '1.3 76 '44:. FROM: DAVID M. WENMAN INSIDE SALES rt ,A` ' Y SUBJECT: • L. •e 4 4 e et. 4' i' 0 ; i 1'- i°•-: d- t -t' 2._ /}u i .E.,' 2(4 Ire") ' 1:', NO f �j ;; ••jj s i HA -i- COLA/ no E Ce e. i -R. r c I ,5 4 Ar.k..t 4. e.e.d t e., ,o v:' 0 ;ate. ! K. r,- 4 e Y__� C r� l,A-P G—er.4.. p re a 0 L� c, _ , '' A Ai .b A S .4 A4 k c2 AV YJ r c -i<► , it r+4- f, it. C (A -‘1' ' ,n. ,1. 1524 15`h Avenue • Union Grove, Wisconsin 53182 TOTAL P.02 • JAN -23-2006 11:34 H1 1H! H1 T1H>;LU, L1L HITACHI inspire the Next f f tj 444 .734...› r • C.) J. tJ1 Hitachi Maxco, Ltd 1630 Cobb International Boulevard Kennesaw, GA 30162 Phone: (770) 424.5360 FAX: (770) 614.4298 TO: TO WHOM IT MAY CONCERN PAGES: 1 FROM: SUSAN WRIGHT DATE: 01/23/06 RE: CONDO ELECTRIC To whom it may concern: This letter is to certify that Condo Electric &Industrial Supply is an authorized distributor of Hitachi Chain. Thank you, Susan -Wright. Hitachi Customer Service (800) 241-8209 phone (770) 424 9145 fax JAN -23-06 MON 11:39 DF:I'•,E v.ULL'I lUNc. P 'RLESS-WINSM!TH, INC Represented By: DRIVE SOLUTIONS 1892 Crestridge Drive Clermont, FL 34711 Ph; 352/243-7517 Fax: 352/24.3-7518 To whom it may concern. This is to confirm that Condo Electric & Industrial. Supply, Inc. (located at 3615 E. 10th, Court, Hialeah, Florida), is an authorized distributor for Peerless-Winsmith, Inc. If you have any questions or concerns, please do not hesitate to contact the writer at your convenience. Sit Freta Louwersheimer Drive Solutions, Inc. Office: 352-243-7517 Cell: 407-579-0985 Mary Bialeck Condo Electric Industrial Supply INC. P.O. Box 3340 Hialeah, Pi 33013 To Whom It May Concern: Ref: Authorized Reseller Letter 1/23/06 This letter is to certify that Condo Electric Industrial Supply Inc. is an authorized reseller for Flex -A -Gard, at 1 Jackson St, Essex Junction, Vermont, 05453. Best Regards SHIMPO SHIMPO DRIVES, INC. June 11, 2001 To Whom it May Concern: • This is to advise you that Condo Electric & Industrial Supply Inc. in Hialeah, FL distributes Shimpo Drives products. Please do not hesitate to let me know if you have any questions. Sincerely, SHIMPO Drives, Inc. ge4, Samuel M. Kossoff National Sales & Marketing Manager cc: T. D. Nugent R. C. Turk Company 1701 Glenlake Avenue • Itasca, IL 60143-1072 Tel: (630) 924-7138 • Fax: (630) 924-7382 A At.ACntr, A rntoononrieut Jun 20 01 01:13p sw TATUNG ELECTRIC COMPANY June 21, 2001 To: Condo Electric Supply Inc. Attn: Jane Coatsworth Fax:305-691-6564 From: Tatung Electric Co. 000-000-0000 Jane this is to confirm our earlier conversation. Condo Motor Repair Inc. /Condo Electric Supply Inc Is considered an authorized warranty service station and motor dealer for Tatung Electric Company. If you have any further questions, please let me know Sincerely, Steve Wehmeyer P • 1 JUN -15-2001 15:27 FROM:PAUSCH SALES COMPANY 813-980-2968 TO:3056916564 P.001'001 401 SUMITOMO MACHINERY CORP. OF AMERICA Reply to; Rausch Sales Co. 7628 North 561h 51. Sulle 7 Tampa, FL 33617 Phone (813) 888-0358 Fax 1813) 980-2968 June 19, 2001 Condo Electric & indusrlrial Supply 3615 E. 10th Court Hialeah, FL 33013 AttentiOn: Ms. Jane Coatsworth Reference: Sumitomo Repair Facility Dear Jane: We are pleased to confirm that Condo Electric Motor Repair is an authorized warranty repair facility for Sumitomo speed reducers and gearmotors. We are excited about working with a professional organization such as Condo, and look forward to assisting vou in the future. rt7 Rick Rausch Florida Representative Sumitomo Machinery Corp. of America Poonsnoo Sun�rJ ConOinons of Solo in enact on inc. dam of 4ppi.pippy grta Ara conolognac pan al •I ano y,pporaa0a any other con01flo03 eaPnlased DI ont.I•ad iurtnur onformaidon kla rbverso Ala* 1-4.cicuiair-ter-tir 4200 HOLLAND SCULEVARO. P.O. BOX 952E3. CHESAPGAKE. VA 23323 TELEPHONE, 6Cr4/485-3355 I. FAX: B-1-4 /487-3193 To: Co.: / Fairbanks Morse Pump A Member of Pentair Pump Group Field Service Department Phone 913-371-5000 Fax 913-371-2782 E:mall doug.foust@pentairpump.com From: Doug Foust, Field Service Coordinator Date: 7-4-7 9' Re: -5c-7-72«Number of pages to follow: 'rim, / z=. ..71•52 -14-V't .4'7-- /".77-7 5, 2' 4.7../1/747F c- 7-22 r CI ./VE/2 V z 5.47+7e, — .e2 . If you do not receive all pages, or for further information, please call me al: ext. 307 FRON : James E. Cons i d ine , Barnes Punips PHONE HO. : 941 389 0301 BARNES PUMPS, INC, A Crane POinpe & Systernz. Inc, Company To: Whom it may concern. Re: Condo Electric & Industrial Supply. Dear Sir or Madam, Jun. 18 2001 09:44I P1 June 18, 2001 This letter is to confirm that Condo Electric & Industrial Supply, of 3746 East Tenth Court. Hialeah. Florida is an authorized distributor of Barnes Pumps products. Condo Electric is also an authorized warranty repair station for Barnes, Crown and Prosser pumps and accessories. Sincerely,/ E. Considine theastern Regional Sales Manager O. Box 1090, Alva, Fl 33920 TeL 941 369 0004, Fax 941 369 0301 14a5 Lexington Avenue • Mansfield, Ohio 44907 • Telephone 419-774.1511 • Fax 419-774-1530 JUN -06-2001 09:22 FROM HOMA PUMP TECHNOLOGY 11MA June 6, 2001 Condo Electric Motor Repair 3615 East 10 Court Hialeah, Florida 33013 Attn: Mohamed Hallaj Subject: Authorized Factory Warranty Repair Shop Dear Mr. Hallaj: TO CONDO ELECTRIC P.01/01 PUMP TECHNOLOGY, INC. Fountain Lake Commerce Park 390 Birmingham Boulevard Ansonia, Connecticut 06401 TEL. (203) 736-8890 FAX. (203) 136-8899 This letter is to confirm that Condo Electric Motor Repair is an authorized factory warranty repair facility for the following HOMA products: A Series Submersible Non -Clog Pumps TP Series Submersible Non -Clog Pumps GRP Series Grinder Pumps HOMA Control Panels If you have any questions please feel free to contact me. Sincerely, Chris Terranova President ADDRESS MAIL TO: P0, BOX 41106, JACKSONVILLE, FLORIDA 32203-1106 OFFICES AND WAREHOUSE AT 144 WATTS STREET, JACKSONVILLE, FLORIDA 32204-1844 PHONE 9041355-7867 FAX 904-355-0077 6/14/01 Condo Electric 3746 e. 10th Court Hialeah, Florida 33013 Attn: Jane Coatsworth Subject: Bell & Gossett Dear Jane Condo Electric is authorized by Bell & Gossett as a warranty repair station. In this capacity, you are to make necessary repair or replacement of all Bell & Gossett motors, motor components, pumps and pump components as specified in the service agreement. If you have any questions concerning Your status or responsibilities as a factory authorized warranty repair station Contact your local representative, George A. Israel Inc. in Miami or Bell & Gossett field service department in Morton Grove, IL. Kevin D. Cordero, V P ' 0 REG 0 -NAL OFFICES 'NORTH FLORIDA AND SOUTH GEORGIA Home Office' Geroge A. Israel, Ill (Sandy) Kevin Cordero George Feltner John Decker Steve Sielnan John Ituntzner R. Woods Allen 1300 Executive Center Drive Suite 313 Tallahassee, Florida 32301 P 0. Box 2212 Tallahassee, Florida 32316 Phone (650) 656-2055 Fax (850) 656.1475 CENTRAL FLORIDA Gene Breeze - John Bolinger Frank Lackovic 44 West Illiana Street, Suite 103, Orlando, Florida 32806 P 0. Sox 561443, Orlando, Florida 32856-1443 Phone (407) 423-5079 Fax (407) 423-0915 SOUTHWEST FLORIDA Denis O'Leary - Leo Heigle 2909 Bay to Bay Blvd., Suite 103, Tampa, FL 33629 P. 0. Box 10613, Tampa, FL 33679 Phone (813) 839-21n1 Fav M1a) On SOUTHEAST FLORIDA Office & Warehouse Will Stansky - Paul Ramos Henry Placeres 7941 N. W 67th SL, Miami, FL 33166 P. 0. Box 521455, Miami, FL 33152 Phone (305) 592-5343 Fax (305) 591-4356 DAVIS PRODUCTS 1828 METCALF AVENUE TELEPHONE 912-227-8718 THOMASVILLE, GA 31792 FACSIMILE :912-226-4793 06/06/2001 Ms: Jane Coatsworth Condo Electric & Industrial Supply, Inc. 3746 East 10111 Court Hialeah, FL 33013 Re.: Sole Source Service Center Dear Jane: This letter is to inform any and all parties that Condo Electric & Industrial Supply, Inc. is an Authorized Wan-anty/Repair Station for EMU pumps and parts. Should you have any questions or comments, please feel free to call me direct at 229.227.8718. Sincerely, U.S. Filer Davis Products Crib Si ith Cifsto9eService Manager vlk/CS AEN .DI water company D:\Other\MISC\Letter- &Such\condo electric - Sole Source Letter.doc .in 04 01 04:34p IDPBOCARATONFL FLOW$ERVE (Formerly Ingersoll -Dresser Pumps) D w �f f V &,( To: 561-750-5464 p.1 Southeast/Caribbean Region Municipal Sales P.O. Box'810610 Boca Raton, FL 33481 Tel: 561-750-5460 / Fax: 561-750464 Fax Message Cv�TSwur�T 1{ 3US-G°/1-(,)G4 Page of From: John Ondrejack, P.E., Southeast/Caribbean Regional Manager t?s= r: r-, r g "11 A b t a l D S PC/a- S (.J13 /'•r Ear r 6 LC; /''-'--1 OI e ASC. rLJo r- T H'i T ) nib Rs���Cy CSC I A -IG GO^� ljD /2.: a_ s T -m ri c /s f7/2.0 D LJc 7- 1_ 1&, c� , /� •,--dp VG-NLt-}'1, F'o& tG W pUpt.. eIC rr., c riti• 1� /�VTNOr�12�.� Ttt 5 c re- v �; S ;H.0 A L,7,4 S it., tr s 1 r`'1 SK r 20 D vC. �r IZE �tc(,ArtDS SDIt.J &kJ D C {C S Lc or T T .q C rf E ►"1 S >C G: Ld C k S (31r P/2 o C 2.Ar7, in8erso1i-Rand • Pacific • Worthington - Pleuger • 5cienco Jeumont-Schneider • Sier Bath • Byron Jackson • Durco • Stork United • Wilson -Snyder • IDP Pumps • Flowserve Pumps FROM : Panasonic FPX SYSTEM PHONE NO. : F.E. Myers •• 9452 Phillips Hwy, Suite 8 •• Jacksonville. Florida 32256 ATTN: To Whom It May Concern FROM: S. Drew Arrant Salesman for F. E. Myers Co. SUBJECT: Condo Electric 3746 E. 10th Court Hialeah, FL 33013 Jul. 12 0300 12:25PM Pi This letter is to inform you that Condo Electric is an authorized Myers Distributor of water systems, sump & sewage and industrial products. • As well as a fall service facility for the above mentioned product. Phone: 904/260-0944 •F FAX: 904/268-2326 SEP -24-01 03:24 PM WESTERN ELECTRIC USARS 1 662 429 8546 NHorth American Electric, Inc. Sept 25.2001 Condo Electric & Industrial Supply 3746 E. I011' Court Hialeah, FL 33013 To Whom 11 May Concern: Condo Electric & Industrial Supply, Inc. is an authorized distributor and warranty repair station for all North American Electric, Inc. motors. If you have any questions, plcasc contact North American Electric At 1.662-429-8049. Sincerely, William L. Wickham Inside Sales PO Box 130.350 Valdon Drive • Hernando, MS 39E32.030 Phone: 662.429.so49 • Fax: 662.429.8546 • Toll FrEe: 1300.884.0404 • www.nac-Inc.com P-91 �� �����icz.,17—WeEtUOghoUse\�� MOTOR COMPANY June 1, 2001 Suite 210 582, Southpoint omen Jacksonville, FL "="`° (904) 295-8919 To Whom it may concem; TeuoWestinghouse Motor Cp* ny is pleased to inform all concerned parties that Condo Electric & Industrial Supply, Hia|eoh, Florida 33178 is currently an authorized full line distributor. Conoo Electric & Industrial Supply in conduction with our distributor program represents all custom made products and replacement parts and authorized warranty inspection / repair facility for Teco Westinghouse Motor Company. If you should have any questions or comments, please contact the Jacksonville sales office. Ray Bennett . Senior Sales Representative 05/25/2851 14:55 615883555' TODD WILSON At your side. 304 Stromburyy Court — Hennitagti. TN 37076 Phone: 615-.883-9531 w Fax: 613-883-9552 -- Cell: 615-406-4373 todd.wilsonia brother.eoni Fax to: Condo Electric Attention: Jane Coatsworth From: Todd Wilson Page: 1 of 1 Date: 5-25-01 CC: Andy Simpson Hello Jarie. Per our conversation; I hope this meets your needs. If not please let me know. This letter shall seive as official notification and confirmation that Condo Electric and Industrial Supply serves as an authorized distributor for the Brother International Corp Geatmotor Division in the Stale of Florida. This letter shall remain in effect until such time that Condo Electric or Brother international Corp provide written notification to the cancellation of said relationship. Than,k you/7 Todd Wilson Regional Sales Manager East/Southeast PAGE 81/02 MI AM I•DADE 10111 M14 PERMIT NO: AP -00764 (DERM)-GEN/MSP-00465-2005/2006 CONDO ELECTRIC MOTOR REPAIR 3615 B 10 CT HIALEAH, FL 33013 - PERMITTEE: Mx. Hector A Gomez CONDO ELECTRIC MOTOR REPAIR 3615 E 10 CT HIALEAH, FL 33013 - AIR EMISSIONS ANNUAL OPERATING PERMIT DESCRIPTION OF FACILITY/EQUIPMENT Environmental Resources Management Industrial Facilities Section 33 SW 2nd Avenue • 6th Floor Miami, Florida 33130-1540 T 305-372-6600 F 305-372-6545 miamidade.gov This document, issued under the provisions of Chapter 24, Miami -Dade County (Dade County Environmental Protection Ordinance), shall be valid from 01 -OCT -2006 through 30 -SEP -2007. The above named permittee, is hereby authorized to operate the pollution control facility at the above location which consists of the following: One Bayco Model BB 96 (48" x 48" x 72") natural gas oven with a BTU rating of 500,000 BTU/HR. on each primary and secondary chamber. Oven used to burn off wire insulation on electric motors. This facility is subject to conditions listed below and in the following pages (if any) of this permit. SPECIFIC CONDITIONS 1. The permittee shall not cause, let, permit, suffer or allow to be discharged into the atmosphere the emissions of air pollutants from any activity, the density of which is equal to or greater than 20 percent opacity. 2. The permittee shall not cause, suffer, allow or permit the discharge of air pollutants which cause or contribute to an objectionable odor. An objectionable odor is any odor present in the outdoor atmosphere which by itself or in combination with other odors, is or may be harmful or injurious to human health or welfare, which unreasonably interferes with the comfortable use and enjoyment of life or property, or which creates a nuisance. 3. The plant shall'operate within all applicable provisions of Chapter 24, Dade County Environmental Protection Ordinance, and Chapter 62-296, Florida Administrative Code, relating to air emissions. Section Approval: t-tALp-Itv Page 1 of 1 MIAMI-DADE otemiai PERMIT NO: 1W5-03092 (REG)-HASO/MSP-00465-2005/2006 CONDO ELECTRIC MOTOR REPAIR 3615 E 10 CT HIALEAH, FL 33013 - PERMITTEE: Mr. Hector A Gomez CONDO ELECTRIC MOTOR REPAIR 3615 3 10 CT HIALEAH, FL 33013 - INDUSTRIAL WASTE 5 ANNUAL OPERATING PERMIT DESCRIPTION OF FACILITY/EQUIPMENT I Environmental - Environmental Resources Management Industrial Facilities Section 33 SW 2nd Avenue • 6th Floor Miami, Florida 33130-1540 7 305-372-6600 F 305-372-6545 miamidade.gov This document, issued under the provisions of Chapter 24, Miami -Dade County (Dade County Environmental Protection Ordinance), shall be valid from October 01, 2006 through September 30, 2007. The above named permittee, is hereby authorized to operate the pollution control facility at the above location which consists of the following: Industrial facilities handling, storing, or generating industrial waste served by sanitary sewer. This facility is subject to conditions listed below and in the following pages (if any) of this permit. SPECIFIC CONDITIONS 1. All wastes from facility operation shall be stored or disposed of in compliance with county, state and federal regulations. 2. Facility shall have the ability to contain and collect any spill and properly dispose of contaminated materials. Accidental spills must be reported to this department within 24 hours at (305)372-6789. 3. Receipts from all industrial waste and/or wastewater disposal must be maintained at the business and be available for inspection by DERN personnel. Receipts shall contain clear information as to the name of the hauler, type of material transported, and quantity of material picked up. Records shall be kept for a period of three years. 4. Hazardous wastes (if allowed) shall not be stored longer than ninety (90) days, for GENERATORS, or one hundred eighty (180) days for SMALL QUANTITY GENERATORS, containers must be clearly labeled, and must have the date of the first day of storage marked on the outside of the container. 5. Receipts from all hazardous waste disposal (manifests), with data on volume, name of hauler and final destination, shall be maintained on file in order at the facility and be made available to this Department's representatives upon request. Records shall be kept for a period of three years. 6. Records of incoming and outgoing hazardous materials shall be maintained in an Section Approval: File Number: 02856 Page 1 of 2 MIAMI-DADE COUNTY, FLORIDA FILE #: 02856 ENVIRONMENTAL RESOURCES MANAGEMENT INDUSTRIAL FACILITIES SECTION 33 S.W. 2nd AVENUE SUITE 600 MIAMI, FLORIDA 33130-1540 (305) 372-6600 MULTIPLE SOURCE ANNUAL OPERATING PERMIT PERMITEE: Hector A Gomez CONDO ELECTRIC MOTOR REPAIR 3615 E 10 CT HIALEAH, FL 33013 - MULTIPLE SOURCE PERMIT NUMBER: MSP -00465-2006 DATE ISSUED: September 21, 2006 EFFECTIVE DATE: 10/01/2006 EXPIRATION DATE: 09/30/2007 LOCATION: CONDO ELECTRIC MOTOR REPAIR 3615 E 10 CT HIALEAH, FL 33013 - SPECIFIC SOURCE TYPES INCLUDED IN THIS PERMIT: AIR POLLUTION AP -00764 INDUSTRIAL WASTE 5 IW5-03092 The general conditions listed on the reverse side of this document apply to this facility and are made part of this operating permit. In addition to the general conditions, conditions listed within the attached operating permit(s) apply to the pollution control equipment or facilities which are the subject of the specific subsection of this operating permit. If any of the above listed permits are not included in this package, additional information or submittals may be needed. Please feel free to contact Roberto Abrahante of the Industrial Facilities Section at 305 372-6600. MIAMI-DADE COUNTY DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT %„,Q - Carlos Espinosa, P.E , Acting Director City of Hialeah Occupational License Mayor Julio Robaina V. ioienga-geii ii 2006-07 #13 x:5;1' it •� :. S.: t.:Yi.:': tf 4 ;i. atmt: e3liusiness:speciEie1:1:siibject to.,;theregulationsan usiness`LDcation:;. ipiresSeptember_30, •2007' 1 MIAMI-DADE COUNTY TAX•:COLLECTOR 140,W.'FLAGLER ST. 14th "FLOOR MIAMI, FL 33130 :THIS IS 'NOTA (BILL 2006 OCCUPATIONAL LICENSE TAX 2007 MIAMI-DADE COUNTY - STATE OF FLORIDA EXPIRES SEPT. 30, 2007 MUST BE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODE CHAPTER BA - ART. 9 & 10 THIS IS NOT A BILL -DO NOT PAY 336172-2 BUSINESS NAME / LOCATION CONDO ELECTRIC MOTOR REPAIR 3615 E 10 CT 33013 HIALEAH FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 RENEWAL LICENSE NO. 004116-0 OWNER CONDO ELECTRIC MOTOR REPAIR CORP Sec. Type of Business EMPLOYEE/S 213 MARINE/BOAT SERVICE & REPAIR 10 THIS IS AN OCCUPATIONAL TAX ONLY. IT DOES NOT PERMIT THE LICENSEE TO VIOLATE ANY EXISTING REGULATORY OR ZONING LAWS OF THE COUNTY OR CITIES. NOR DOES IT EXEMPT THE LICENSEE FROM ANY OTHER LICENSE OR PERMIT REQUIRED BY LAW. THIS IS NOT A CERTIFICATION OF THE LICENSEE'S QUALIFICA- TION. PAYMENT RECEIVED MIAMI-DADE COUNTY TAX COLLECTOR: 08/31/2006 No: 599:9-652-: df the.City ofHialeah, Florida . . ..._ Owner: JORGE ESPINOLA (:Pl 'Type ofBusiness: MISCELLANEOUS "RETAIL STORE:S .70.T '.ELSEWHERE CLASS--- .. DO NOT FORWARD CONDO ELECTRIC MOTOR REPAIR 3615 E 10 CT HIALEAH FL 33013 City of Hialeah Occupational License Mayor Julio Robaina 2006-07 Amount: .$ '6"5..0.0 . The .person, firm or corp. listed hereon is:hereby licensedto engage in the business specified subject to•the regulations and ions .CONDO ELC.TRIC :INDUS.TRIAL :SUPPLY • :P . '0:..: BOX 33'49 .' HIALEAH„ .FL• .33013 Validating No.:: :Business Location: .3746 E '10 CT_ :Expires September.30, 2007:° CONDO ELECTRIC MOTOR REPAIR, CORP. Bid Requirement for Electrical Motor Rewind and Repair Services Bid # 10-06/07 Supervisor Qualifications 1) Mr. Sergio Tarafa - Shop Forman Mr. Tarafa (Tony) has more than 28 years of experience in the field of motor repair and motor rewind. In his 23 years with Condo Electric he has demonstrated excellence in his supervisory and technical skills. He is certified as a warranty repair center for most major motor manufactures.(Certifications are attached) He serves as representative on our EASA Safety Committee, (EASA Safety Committee Statement attached). He has become totally familiar with the City of Miami Beach equipment inventory, repair procedures, and parts breakdown and implements the EASA Standards of Procedures for all service jobs. Mr.Tarafa has acted as foreman for the past City of Miami Beach motor repair contract as well as many other motor repair contracts and projects and we are confident he will continue to do an excellent job. 4 IS- Section 5 Section II. SAFETY COMMITTEE Safety Committee Organization A safety committee has been established to recommend improvements to our workplace safety program and to identify corrective measures needed to eliminate or control recognized safety and health hazards. The safety committee consists of the following employer and employee representatives of our organization: / M/fen leIGGAT 77A/1 77RAir11 �E e2 (oHEZ re gw9EL p/i/A' z Employer Representative Employer Representative Employer Representative Employee Representative Employee Representative Employee Representative Responsibilities The safety committee shall determine the schedule for evaluating the effectiveness of control measures used to protect employees from safety and health hazards in the workplace. The safety committee will be responsible for assisting management in reviewing and updating workplace safety rules based on accident investigation findings, any inspection findings, and employee reports of unsafe conditions or work practices; and accepting and addressing anonymous complaints and suggestions from employees. The safety committee will be responsible for assisting management in updating the workplace safety program by evaluating employee injury and accident records, identifying trends and patterns, and formulating corrective measures to prevent recurrence. The safety committee will be responsible for assisting management in evaluating employee accident and illness prevention programs, and promoting safety and health awareness and co-worker participation through continuous improvements to the workplace safety program. Safety committee members will participate in safety training and be responsible for assisting management in monitoring workplace safety education and training to ensure that it is in place, that it is effective, and that it is documented. Meetings Safety committee meetings are held quarterly and more often if needed. The safety program coordinator will post the minutes of each meeting (see page 2) within one week after each meeting. Section 1. • MANAGEMENT COMMITMENT AND INVOLVEMENT POLICY STATEMENT The management of this organization is committed to providing etnployees with a safe and healthful workplace. It is the policy of this organization that employees report unsafe conditions and do not perform work tasks if the work is considered unsafe. Employees must report all accidents, injuries, and unsafe conditions to their supervisors. No such report will result in retaliation, penalty, or other disincentive. Employee recommendations to improve safety and health conditions will be given thorough consideration by our management team. Management will give top priority to and provide the financial resources for the correction of unsafe conditions. Similarly, management will take disciplinary action against an employee who willfully or repeatedly violates workplace safety rules. This action may include verbal or written reprimands and may ultimately result in termination of employment. The primary responsibility for the coordination, implementation, and maintenance of our workplace safety program has been assigned to: ,,[[ Name: /% 4A'ED /,®//LL A Title: L'IJSTva ,l'e'Rdiec- M A4156RTelephone: _ ?LT- 65/- S Voo e)r r z? Senior management will be actively involved with employees in establishing and maintaining an effective safety program. Our safety program coordinator, myself, or other members of our management team will participate with you or your department's employee representative in ongoing safety and health program activities, which include: • Promoting safety committee participation; • Providing safety and health education and training; and • Reviewing and updating workplace safety rules. This policy statement serves to express management's commitment to and involvement in providing our employees a safe and healthful workplace. This workplace safety program will be incorporated as the standard of practice for this organization. Compliance with the safety rules will be required of all employees as a condition of employment. Signature of CEO/President• �( 1/-c Date I.1 CA MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION .Tel: 305-673-7490, Fax: 305-673-7851 Invitation to Bid No. 10-06/07 PUBLIC NOTICE Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 2nd day of February, 2007 for: ELECTRIC MOTOR REWIND AND REPAIR SERVICES At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. Scope of Work: The purpose of this bid is to establish a contract, by means of sealed bids, to a qualified supplier(s) for the repair and replacement of various types of electric motors on an as - needed basis. The repair services to be provided are the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, crane service and additional services when required. These specifications cover the acquisition of new motors, the purchase of repair or replacement parts for the various makes and models of motors as utilized within the City of Miami Beach, and repair services, in the field or in the bidders' shop, as needed, when required by the City. This contract shall remain in effect for a period of (1) year from date of contract execution by the Mayor and City Clerk, and may be renewed by mutual agreement for two (2) additional years, on a year to year basis. A Pre -Bid Conference will be held on January 18, 2007 at 2:00 p.m. at the City of Miami Beach City Hall, 4th Floor, City Manager's Large Conference Room, located at 1700 Convention Center Drive, Miami Beach Florida 33139. Venders interested in participation in the pre-bid meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8707 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*) key). Vendors, who are interested in participating via telephone, please send an e-mail to iohnellis(a�miamibeachfl.aov expressing your intent to participate via telephone. Attendance at the Pre -Bid Conference is highly encouraged and recommended as a source of information but is not mandatory. December 28 2006 City of Miami Beach Bid No: 10-06/07 2 of 50 The City of Miami Beach is using RFP Depot, a central bid notification system which provides bid notification services to interested vendors. RFP Depot allows for vendors to register online and receive notification of bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.rfpdepot.com If you do not have Internet access, please call the RFP Depot's vendor support group at 800-990- 9339 or 801-765-9245. Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX: (305) 673-7851. The Bid title/number shall be referenced on all correspondence. All questions must be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: htto://www.miamibeachfLoovinewcitvideots/purchase/bidintro.asP • CONE OF SILENCE -- ORDINANCE NO. 2002-3378 • CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879. • DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234. • PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344. • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-3363 • LOCAL PREFERENCE ORDINANCE NO. 2003-3413 • EQUAL BENEFITS ORDINANCE NO. 2005-3494 • LIVING WAGE REQUIREMENT --ORDINANCE NO. 2001-3301. Pursuant to City of Miami Beach Living Wage Ordinance, as codified in Chapter 2, Division 6, Section 2-407 thru 2- 410 of the Miami Beach Code, all service contractors, entering into a contract with the city shall pay to all its employees, a living wage of not less than $8.56 an hour with health benefits, or a living wage of not less than $9.81 an hour without health benefits. For a covered employer to company with the living wage provision by choosing to pay the lower wage scale ($8.56/hour) when a covered employer also provides health benefits, such health benefits shall consist of payment of at least $1.25 per hour toward the provision of health benefits for covered employees and their dependents. Sincerely, i Gus Lopez, CPPO Procurement Director December 28 2006 City of Miami Beach Bid No: 10-06/07 3 of 50 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 NO BID NOTICE TO PROSPECTIVE BIDDERS ITB 10-06/07 If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. _Our company is simply not interested in bidding at this time. _Due to prior commitments. OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a bid or this completed form, may result in your company being removed from the City's bid list. December 28 2006 City of Miami Beach Bid No: 10-06/07 4 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 1.0 GENERAL CONDITIONS 1.1 SEALED BIDS: An Original and five copies of the Bid Form as well as any other pertinent documents must be returned in order for the bid to be considered for award. All bids are subject to the conditions specified hereon and on the attached Special Conditions, Specifications and Bid Form. The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to the City of Miami Beach Procurement Division, 3rd floor, 1700 Convention Center Drive, Miami Beach, Florida 33139. Facsimile or e-mailed bids will not be accepted. 1.2 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in pen and ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions and specifications CANNOT be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter form, signed by bidders and attached to the bid. 1.3 NO BID: If not submitting a bid, respond by returning the enclosed bid form questionnaire, and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. 1.4 PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 1.5 TAXES: The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax and Use Certificate Number is 04-00097-09-23. 1.6 MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 1.7 CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be the latest new and current model offered (most current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. December 28 2006 City of Miami Beach Bid No: 10-06/07 5of50 1.8 UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.9 BIDDER'S CONDITIONS: The City Commission reserves the right to waive irregularities or technicalities in bids or to reject all bids or any part of any bid they deem necessary for the best interest of the City of Miami Beach, FL. 1.10 EQUIVALENTS: If bidder offers makes of equipment or brands of supplies other than those specified in the following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. Bidder shall indicate on the bid form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a bid in complete compliance with the specifications as listed on the attached form. NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Item delivered, not conforming to specifications, may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in: A) Vendor's name being removed from the vendor list. B) All departments being advised not to do business with vendor. 1.12 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. 1.13 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. December 28 2006 City of Miami Beach Bid No: 10-06/07 6of50 1.14 INTERPRETATIONS: Unless otherwise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to the Procurement Director, 1700 Convention Center Drive, Miami Beach, FL 33139. Fax (305) 673-7851. 1.15 BID OPENING: Bids shall be opened and publicly read on the date, time and place specified on the Bid Form. All bids received after the date, time, and place shall be returned, unopened. 1.16 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title to/or risk of Toss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer. If the materials or services supplied to the City are found to be defective or not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 1.17 PAYMENT: Payment will be made by the City after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 1.18 DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City shall be final and binding on both parties. 1.19 LEGAL REQUIREMENTS: Federal, State, county and city laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 1.20 PATENTS & ROYALTIES: The bidder, without exception, shall indemnify and save harmless the City of Miami Beach, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 1.21 OSHA: The bidder warrants that the product supplied to the City of Miami Beach, Florida shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. 1.22 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 1.23 ANTI -DISCRIMINATION: The bidder certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, December 28 2006 City of Miami Beach Bid No: 10-06/07 7of50 religion, sex or national origin. 1.24 AMERICAN WITH DISABILITIES ACT: To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city -sponsored proceeding, please contact 305-604-2489 (voice), 305- 673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 1.25 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto City of Miami Beach property to deliver materials or perform work or services as a result of a bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable Miami -Dade County and City of Miami Beach municipal code requirements as well as the Florida Building Code. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.27 BID GUARANTY: N/A 1.28 DEFAULT: Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required equal to liquidated damages incurred by the City thereby, or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the bidder's list. 1.29 CANCELLATION: In the event any of the provisions of this bid are violated by the contractor, the Procurement Director shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within ten (10) days, recommendation will be made to the City Commission for immediate cancellation. The City Commission of Miami Beach, Florida reserves the right to terminate any contract resulting from this invitation at any time and for any reason, upon giving thirty (30) days prior written notice to the other party. 1.30 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted in DUPLICATE to the City of Miami Beach, Accounts Payables Department, 1700 Convention Center Drive, Miami Beach, Florida 33139. 1.31 NOTES TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH: Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00 P.M. 1.32 SUBSTITUTIONS: The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.33 FACILITIES: The City Commission reserves the right to inspect the bidder's facilities at any time with prior notice. December 28 2006 City of Miami Beach Bid No: 10-06/07 8 of 50 1.34 BID TABULATIONS: Bidders desiring a copy of the bid tabulation may request same by enclosing a self- addressed stamped envelope with the bid. 1.35 PROTEST PROCEDURES: Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protest not timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. 1.36 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Miami Beach Procurement Director at least ten (10) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the City of Miami Beach Procurement Director. The City shall issue an Informational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids are required. A copy of such Addendum shall be sent by BidNet® via e-mail or facsimile to each Bidder receiving the Solicitation that is a subscriber to the Bidnet® notification system. Bidders who are not subscribers to the Bidnet® system are responsible for ensuring that they have received all addenda. In the event of conflict with the original Contract Documents, Addendum shall govern all other Contract Documents to the extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided on the Bid Proposal Form. Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other explanation or interpretation made verbally or in writing by any other city representative. 1.37 DEMONSTRATION OF COMPETENCY: 1) Pre -award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the City of Miami Beach. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City in making the award in the best interest of the City. 3) The City may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplies to the City through the designated representative. Any conflicts between this material information provided by the source of supply and the information contained in the Bidder's Proposal may render the Bid non-responsive. December 28 2006 City of Miami Beach Bid No: 10-06/07 9 of 50 4) The City may, during the period that the Contract between the City and the successful Bidder is in force, review the successful Bidder's record of performance to insure that the Bidder is continuing to provide sufficient financial support, equipment and organization as prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful Bidder no longer possesses the financial support, equipment and organization which would have been necessary during the Bid evaluation period in order to comply with this demonstration of competency section. 1.38 DETERMINATION OF AWARD The City Commission shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall be considered the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 1.39 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract, including any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City of Miami Beach. 1.40 LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. 1.41 OPTIONAL CONTRACT USAGE: As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from the resulting contract, provided the Department of Management Services, Division of Procurement, has certified its use to be cost effective and in the best interest of the State. Contractors have the option of selling these commodities or services certified by the Division to the other State agencies at the agencies option. 1.42 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this bid from the awarded vendor. However, items that are to be a Spot Market Purchased may be purchased by other methods, i.e. Federal, State or local contracts. 1.43 ELIMINATION FROM CONSIDERATION This bid solicitation shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes or contracts which are defaulted as surety or otherwise upon any obligation to the City. 1.44 WAIVER OF INFORMALITIES The City reserves the right to waive any informalities or irregularities in this bid solicitation. December 28 2006 City of Miami Beach Bid No: 10-06/07 10 of 50 1.45 ESTIMATED QUANTITIES Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this bid solicitation. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City for purposes of determining the low bidder meeting specifications may use said estimates. 1.46 COLLUSION Bids from related parties. Where two (2) or more related parties each submit a bid or proposal for any contract, such bids or proposals shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bids or proposals. Related parties mean bidders or proposers or the principals thereof which have a direct or indirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principals thereof of one (1) bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. Bids or proposals found to be collusive shall be rejected. Bidders or Proposers who have been found to have engaged in collusion may be considered non - responsible, and may be suspended or debarred, and any contract resulting from collusive bidding may be terminated for default. 1.47 DISPUTES In the event of a conflict between the documents, the order of priority of the documents shall be as follows: • Any agreement resulting from the award of this Bid (if applicable); then • Addenda released for this Bid, with the latest Addendum taking precedence; then • The Bid; then • Awardee's Bid. 1.48 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact Heidi Johnson Wright at the Public Works Department at (305) 673-7080. 1.49 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this proposal. 1.50 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Miami Beach, Florida and in case of default on the part of successful bidder or contractor, after such acceptance, the City may procure the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. 1.51 TIE BIDS: Please be advised that in accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to vendors certifying that they have implemented a drug free work place program. A certification form will be required at the time of Bid submission. December 28 2006 City of Miami Beach Bid No: 10-06/07 11 of 50 1.52 PUBLIC ENTITY CRIMES (PEC): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub- contractor, or consultant under a contract with a public entity , and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.53 DETERMINATION OF RESPONSIVENESS: Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, your bid must conform in all material respects to the requirements stated in their Bid. 1.54 DELIVERY TIME: Vendors shall specify on the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time, no ranges will be accepted, i.e.; 12-14 days. 1.55 CONE OF SILENCE This invitation to bid is subject to the "Cone of Silence" in accordance with Ordinance No. 2002-3378. A copy of all written communication(s) regarding this bid must be filed with the city clerk. 1.56 TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder of such termination which shall become effective upon receipt by the successful bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the Agreement for all services performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. 1.57 TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful bidder in accordance with the Agreement for all services actually performed by the successful bidder and reasonable direct costs of successful bidder for assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this section. December 28 2006 City of Miami Beach Bid No: 10-06/07 12 of 50 1.58 INSURANCE AND INDEMNIFICATION: (See Check List for applicability to this contract) The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. He shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the contractor is acting as an independent contractor. The contractor, at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the following requirements: Maintain Automobile Liability Insurance including Property Damage covering all owned, non -owned or hired automobiles and equipment used in connection with the work. No change or cancellation in insurance shall be made without thirty (30) days written notice to the City of Miami Beach Risk Manager. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+:VI or better per Best's Key Rating Guide, latest edition. Original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be filed with and approved by the City of Miami Beach Risk Manager before work is started. The certificate must state Bid Number and Title. Upon expiration of the required insurance, the contractor must submit updated certificates of insurance for as long a period as any work is still in progress. It is understood and agreed that all policies of insurance provided by the contractor are primary coverage to any insurance or self-insurance the City of Miami Beach possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City's Risk Manager. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: "The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a municipal corporation, its officers, agents, and employees from all claims for bodily injuries to the public in and up to the amount of $1,000,000.00 for each occurrence and for all damages to the property of others in and up to the amount of $1,000,000.00 for each occurrence per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the contractor, his agents, servants, or employees, or through the mere existence of the project under contract". The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City of Miami Beach, its officers, agents, and employees, as determined by a court of competent jurisdiction. December 28 2006 City of Miami Beach Bid No: 10-06/07 13 of 50 The contractor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The contractor will secure and maintain policies of subcontractors. All policies shall be made available to the City upon demand. Compliance by the contractor and all subcontractors with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the contractor and all subcontractors of their liabilities and obligations under any Section or Provisions of this contract. Contractor shall be as fully responsible to the City for the acts and omissions of the subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed by him. Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the City shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the Risk Manager, may be considered. It is understood and agreed that the inclusion of more than one insured under these policies shall not restrict the coverage provided by these policies for one insured hereunder with respect to a liability claim or suit by another insured hereunder or an employee of such other insured and that with respect to claims against any insured hereunder, other insureds hereunder shall be considered members of the public; but the provisions of this Cross Liability clause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. December 28 2006 City of Miami Beach Bid No: 10-06/07 14 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 INSURANCE CHECK LIST XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after bid opening. Bidder Signature of Bidder December 28 2006 City of Miami Beach Bid No: 10-06/07 15 of 50 ACORD. CERTIFICATE OF LIABILITY INSURANCE PRODUCER HBA Insurance Group, Inc. 2500 NW 79th Ave. Suite 101 Miami FL 33122 Phone:305-714-4400 Fax:305-714-4401 INSURED Condo Electric Motor Repair 3615 E. 10TH Court Hialeah FL 33013 OP ID J4I COND-01 DATE (MM/DD/YYYY) 10/24/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NSURERA: THE HARTFORD INSURER B: INSURER C INSURER D: INSURER E: NAIC # COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INbK jAUUUy LTR NSRD TYPE OF INSURANCE GENERAL LIABILITY A X X COMMERCIAL GENERAL LIABILITY J CLAIMS MADE LJ OCCUR A Ir GEN'L AGGREGATE LIMIT APPLIES PER: jX 1 POLICY j 1 spa 1 -I LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS 1. X NON -OWNED AUTOS GARAGE LIABILITY A I ANY AUTO XISYMBOL 30 GKLL EXCESS/UMBRELLA LIABILITY OCCUR L_ CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ' If yes, deschbe under SPECIAL PROVISIONS below OTHER A PROPERTY POLICY NUMBER DATE (MM/DD/YY)E !POLICY 10/22/071 21UUNLH6921 10/22/07 LIMITS EACH OCCURRENCE 1 022/08 UAMAI,t IUr NICU / PREMISES (E' cccurence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG 7 02231 $1,000,000 $300,000 $ 10,000 $1,000,000 $2,000,000 $2,000,000 COMBINED SINGLE LIMIT $ 1 000 000 10/22/08 (Ea accident) r r 21UUNLH6921 10/22/07 10/22/08 $40,000 COMP/$40,000 LOLL 21UUNLH6921 10/22/07 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY EACH OCCURRENCE AGGREGATE AGG 1 WC STATU- ' 1OTH- ITORYLIMITS i I ER E.L. EACH ACCIDENT $ E.L DISEASE - EA EMPLOYEE. $ E L DISEASE - POLICY LIMIT $ 10/22/08 SEE COMMENTS/ REMARKS DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS *10% WIND/HAIL DEDUCTIBLE WITH A 72 HOUR WAITING PERIOD WITH REGARDS TO BUSINESS INCOME. CITY OF MIAMI BEACH BID NO: ITB 10-06/07 ELECTRIC MOTOR REWIND AND REPAIR SERVICES CERTIFICATE HOLDER MIAMIBE CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE MIAMI BEACH FL 33139 ACORD 25 (2001/08) CANCELLATION SHOULD ANY OF THE ABOVE : -SCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. _.._ L'ORPORATION 1988 N()TEPAD: INSUREDS NAME Condo Electric Motor Repair *Property Breakdown: 3615-3625 East 10th Court, Hialeah, FL 33013 Building - $335,300. BPP (Incl. Stock) - $409,500. Personal Property of Others - $147,000. Business Income with Extra Expense - $500,000. 3746 East 10th Court, Hialeah, FL 33013 Building - $55,105. BPP (Including Stock) - $440,600 Business Income with Extra Expense - $200,000. corm -©i OP IA j4 ,_;11;0-E __; -5,-1, "i c MAR : DENISE Dat -&. I I;1:2120(..;-; Tim, ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCER Sena' 4 '132466 AON RISK SERVICES, INC. OF FLORIDA 1001 BRICKELL BAY DRIVE. SUITE #1100 MIAMI, FL. 33131-4937 PHONE: 800-743-8130 , FAX: 800-522-7514 INSURED ADP `CT.ALSSOURCE FI- X1 IaC. '2200 SUNSET i1RIVF MIAM FL 33171 ALTERNATE EMPLC'EP CONDO ELECTRIC MOTOR REPAIR :qe DATIL IMM/'DDIYY) 11/13/2007 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES t3ELOW. COMPANIES AFFORDING COVERAGE AMERICAN HUM` ASSURA.NC3 COMPANY A .1 ;1,.: 4 4.' D COVERAGES: . THIS IS TC CERTiF"'' THAT :THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO T -IE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONUIT ION OH ANY CONTRACT OR 01 HER DOCUMENT WITH RESPECT TO WHICH THIS CERT IFIC.AIE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN ;S SUBJECT TO ALL IHE TEM; EXCLUSIONS AND CONDITION; OF SUCH POLICIES. LIMITS ..HUWVN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co POLICY EgFECTNE I POLICY EFPIRFaTIQN LTR TYPE OF INSURANCE POLICY NUMBER DATE 1MMIDDr4Y) I DATE (MMIDD. ri LIMITS GENERAL LIABILITY IGEI.EP;.I" ;,(,:;- -r nT- ".l;:l•.mAEPC' 1.:'Ef EriAt. LI AELI T. iY.P:Er.•i• DI fig AcTgi AUTOMOBILE LIABILITY —' ANY AUTO } A.i. OWNED ALTOS Iai;HEDULED AUTOS HIRED AJTOS NON -OWNED AU T O-7 I GARAGE LIABILITY ANY AUTO ; EXCESS LIABILITY �...� IIMF.REIi_A=LIRA%. WORKER'S COMPENSATION AND r. CMPLOYERI LABA.ITV APE IOTHER IWC; 1106956 FL DESCRIPTION OF OPE.RATIONS(LOCA-IONSII EHIC_ESISRECIAL ITEMS ALL EMPLOYEES %:ORKINC, FCR THE ABOVE NAMED CLIENT COMPANY, PAID TINDER ADPrrarALSGURCE, :NC 'S ?AYROL :Vli_. RE COVERED 1 iNDER THE AROVF STATED POLICY '-HE AECVE NAMED :;L;i•N IS AN ALTERNATE EMPLOYER UNDER THIS PO: L^.Y 0710112001 07/01/2008 E4 -:H_____ E4CE Ire .L� t 1tAi • t:coL e-JJLFO rP-.r a:•:.aerA; PF.O=_.-,.:•.FA.:-E :MEP TNA. r 41,,T6 ONL __DENT : ins rirl°"„ff ._i 1 I I •a.; S r. µ I 1,000.000 TLSEASE• Pitt. • 121411 i : 1,000.O00_ I:ZLG EA.' -A •EA FI4Ft. •YEE I i” 1 000,000 CERTIFICATE -HOLDER `10TI CT ACORD 25-5 (1/951 CANCELLATION SIOI.IL:.' ANY OF -H% ABOVE DESCRIBE:) PQ:.(CIES flT- ':ANCELLED BEI -ORE YHE EXPIRATION DATE THEREOF. IHE ISSUN5 COMPANY WILL ENDEA0'OR T. HAIL 30 DA"S WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 3U- FAILURE TO MAIL SUCH, NOTICE SHALL. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTAT'1•F.S AUTHQRJZED REPRESENTATIVE • C)%A'CORD CORPORATION 1988 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 2.0 SPECIAL CONDITIONS 2.1 PURPOSE: The purpose of this bid is to establish a contract, by means of sealed bids, to a qualified contractor(s) for the repair and replacement of various types of electric motors on an as - needed basis. The repair services to be provided are the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, crane service and additional services when required. These Specifications cover the acquisition of new motors, the purchase of repair or replacement parts for the various makes and models of motors as utilized within the City of Miami Beach, and repair services, in the field or in the bidders' shop, as needed, when required by the City. 2.2 TERM OF CONTRACT: This contract shall remain in effect for one (1) year from date of contract execution by the Mayor and City Clerk, and may be renewed by mutual agreement for two (2) additional years, on a year to year basis. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. Option to Renew / Adiustment to Contract Amount: In the event the City of Miami Beach exercises its option to renew beyond the initial one (1) year contract, the contract prices and any other terms the City may choose to negotiate, will be reconsidered for adjustment prior to renewal due to increases or decreases in labor costs; but in no event will the prices be increased or decreased by a percentage greater than the percentage change reflected in the Consumer Price Index — All Urban Areas (CPI -U) as published by the U.S. Department of Labor. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re -advertise for bids, whichever is in the best interest of the City. 2.3 METHOD OF AWARD In the determining the lowest and best bidder, the City will utilize the "Best Value" Procurement process to select a contractor with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance for the electric motor rewind and repair services: 1. The experience and qualifications of the vendor (20 points). 2. The experience and qualifications of the key personnel (20 points) 3. Cost (20 points). 4. Operation Plan (15 points). 5. Risk Assessment Plan for ensuring quality of service (15 points). 6. Past performance based on number and quality of the Performance Evaluation Surveys (10 points) Award of this contract may be made to the primary and secondary lowest and best bidders, whose bid will be most advantageous to the City of Miami Beach. Should the primary vendor fail to comply with the Terms and Conditions of this Contract, the City reserves the right to award to the secondary vendor, if it is deemed to be in the best interest of the City. December 28 2006 City of Miami Beach Bid No: 10-06/07 16of50 OPERATION PLAN The Contract shall submit a proposed operation plan with the following information: o A listing of all equipment o Supervisor qualification o Operation schedule o Crew size and experience o Safety plan o Disposal plan In addition to the Operation Plan, Contractors shall submit the following information: a) Introduction letter outlining the Contractor's professional specialization, provide past experience to support the qualifications of the submitter. Interested Contractors should submit documents that provide evidence as to the capability to meet the City's standards and criteria for the performance for the electric motor rewind and repair services: b) Cost Information: Cost information must be submitted with your Bid, and if selected as successful contractor, the City reserves its rights, in the City's best economic interest, to negotiate the proposed cost. Bidders shall provide Bid Proposal Pages 1-5 (Pages 43-47). c) Client Survey: Please provide your client with the Performance Evaluation Letter and Survey attached herein on pages 23 and 24, and request that your client submit the completed survey to the contact person listed on page 23. d) Past Performance Information: Past performance information will be collected on all contractors. Contractors are required to identify and submit their best projects. Contractors will be required to send out Performance Evaluation Surveys to each of their clients. Contractors are also responsible for making sure their clients return the Performance Evaluation Surveys to the City. The City reserves the right to verify and confirm any information submitted in this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site -visitation, and other independent confirmation of data. e) Qualifications of Contractor Team: Provide an organizational chart of all personnel and consultants to be used on this project and their qualifications. A resume of each individual, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this project. f) Risk -Assessment Plan (RAP): All contractors must submit a Risk -Assessment Plan. The Risk -Assessment Plan must not be longer than two pages front side of page only. The RAP should address the following items in a clear and generic language: (1) What risks the project has. (Areas that may cause the contractor not to finish on time, not finish within budget, cause any change orders, or be a source of dissatisfaction with the owner). (2) Explanation of how the risks will be avoided/minimize. (3) Propose any options that could increase the value of this project. (4) Explain the benefits of the Risk Assessment Plan. Address the quality and performance differences in terms of risk minimization that the City can understand and what benefits the option will provide to the user. No brochures or marketing pieces. December 28 2006 City of Miami Beach Bid No: 10-06/07 17 of 50 The City Manager's designated representative may conduct interviews with any/all bidders prior to contract award recommendation. Upon approval by the City Commission of contract award, the City Administration will negotiate with the top-ranked Contractor(s) and upon successful negotiations a contract will be executed. The Risk Assessment Plan shall be submitted by 3:00 p.m. on February 2, 2007, but as a separate document from the ITB bid documentation. The Risk Assessment Plan shall be a fully anonymous two page non-technical plan without the specification of your company name, manufacturer, or any material technical descriptions. December 28 2006 City of Miami Beach Bid No: 10-06/07 18 of 50 Risk Assessment Plan Guide Introduction The purpose of the Risk Assessment (RA) plan is to capture the vendor's ability to preplan (identify the risks on a future project in terms of cost ($), time, and client expectation and performance). The RA plan is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience ad expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. Vendors should keep in mind that RA plan is only one step in the selection process. If all the RA plans are the same, the RA plan will have little impact in the selection (other factors, such as past performance and interview will dictate the selection). The RA plan will become Dart of the contract. RA Plan Format The format for the RA plan is attached. The RA Plan should clearly address the following items in a non-technical manner. 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate and change orders, or may be a source of dissatisfaction for the owner. Attach a cost ($), time extension, or quality differential for every risk. 2. Explain how the vendor will avoid / minimize the risk. If the vendor has a unique method to minimize the risk, it should be explained in non-technical terms. 3. Propose any options that could increase the value (expectation or quality) of their work. List any value or differential that the vendor is bringing to the project. 4. Attach a schedule with up to six major milestones and weeks of each major task. No names!!! — In order to minimize any bias by the evaluation committee, the RA must not contain ANY names (such as contractor, manufacturer, or designer names, personnel names, project names, product names, or company letterhead). The RA should not contain any marketing information. Length — The client's goal is to make the selection process as efficient as possible. Efficiency is to minimize the effort of all participants, especially those who will not get the project. Therefore, the RA plan should be a brief, well organized and concise. The RA plan must not exceed 2 pages. Font Size — The font size should be no smaller than 12 point. Oraanization — Outline format. The attached is only a sample. Impact of Risk Risks are any items that you should be concerned with throughout the entire project. They are the most critical items that can impact the cost, time, or quality expectation of the client. Think through the project. What would bother the client? Why would you have to communicate with the client? What would make someone call the client's representative and cause them stress? The risks should be prioritized, or listed in order by the greatest at the top and the lowest risk in decreasing December 28 2006 City of Miami Beach Bid No: 10-06/07 19 of 50 order. Each risk should have a cost and/or time concern. If the risk has cost implication, the actual estimated cost should have a cost time concerns, the number of days should be listed. Ratina of Risk Assessment Plans RA plans will be rated by 3 or 4 individuals (technical and non-technical.) Rating criteria will be: 1. The understanding and minimization of risks. 2. Contractor's differentiation of their value. 3. Schedule. The process will take no more than 30 minutes. They will prioritize the best (10) to the worst (1). If they all look alike, they are directed to give all "5's" and the project will be determined on the other factors. Checklist for Risk Assessment Plan 1. Are all names removed from the RA plan; personal, project, or company names? 2. Does every risk have a cost or time attached to it? 3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless you perceive others are not doing it) 4. Does the RA plan include all services, quality control processes, documentation that you do that your competition does not. 5. Are you including PR risks such as interfacing with project managers, users of the facility, or audit/inspection personnel? 6. Do you have a simple schedule with major milestones? 7. Do you understand that anything you list becomes a part of your contract? 8. Does your RA plan differentiate you? By how much? 9. Can your RA plan make a non-technical person comfortable with hiring you? 10. Did you number the pages of the risk assessment plan? 11. Did you make (10) copies of your RA plan? If all items are checked, your risk assessment plan is ready to submit. December 28 2006 City of Miami Beach Bid No: 10-06/07 20 of 50 Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Maior Risk Items Risk 1: Impact: Cost ($) Solution: Risk 2: Impact: Cost ($) Solution: Risk 3: Impact: Cost ($) Solution: Risk 4: Impact: Cost ($) Solution: Risk 5: Impact: Cost ($) Solution: Risk 6: Impact: Cost ($) Solution: Risk 7: Impact: Cost ($) Solution: Risk 8: Impact: Cost ($) Solution: Risk 9: Impact: Cost ($) Solution: December 28 2006 City of Miami Beach Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Bid No: 10-06/07 21 of 50 Value Added Options or Differentials (what you will do that the others do not). Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease schedule, cost, or expectation. You may add/delete the value tables below as necessary. Item 1: Impact: Cost ($) Item 2: Impact: Cost ($) Item 3: Impact: Cost ($) Item 4: Impact: Cost ($) Item 5: Impact: Cost ($) Schedule (maximum six milestones] Milestones (start, finish, no of workdays) Total number of workdays December 28 2006 City of Miami Beach Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Schedule (Days) Bid No: 10-06/07 22 of 50 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 , Fax: 305.673.7851 December 28, 2006 To: Phone: Fax: E-mail: Subject: Performance Evaluation of Number of pages including cover: 2 To Whom It May Concern: The City of Miami Beach has implemented a process that collects past performance information on firms that compete for City contracts. The information will be used to assist City of Miami Beach in the procurement of required services for electric motor rewind and repair services for the City of Miami Beach. The company listed in the subject line has chosen to participate in this program. They have listed you as a past client that they have done work for. Both the company and City of Miami Beach would greatly appreciate you taking a few minutes out of your busy day to complete the accompanying questionnaire. Please review all items in the following attachment and answer the questions to the best of your knowledge. If you cannot answer a particular question, please leave it blank. Please return this questionnaire to John Ellis by February 8th, 2007 by fax: 305.673.7851; or e-mail iohnellisamiamibeachfl.aov. Thank you for your time and effort. Gus Lopez, CPPO Procurement Director December 28 2006 City of Miami Beach Bid No: 10-06/07 23 of 50 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miomi Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 , Fax: 305.673.7851 PERFORMANCE EVALUATION SURVEY ITB 10-06/07 Company Name: Point of Contact: Phone and e- mail: Please evaluate the performance of the company (10 means you are very satisfied and have no questions about hiring them again, 5 is if you don't know and 1 is if you would never hire them again because of very poor performance). NO. 11 2 CRITERIA Company reliability. Ability to maintain repair/delivery schedule. Customer Service (communication, resolution of 3 discrepancies, responsiveness of personnel servicing the account). 4 Workmanship. 5 Problem solving skills 6 Responsiveness to agency's priorities for service. Overall customer satisfaction and hiring again based on performance (comfort level in hiring vendor again). Overall Comments: Company Contact Name: Contact Phone and e-mail: Date of Services: Dollar Amount for Services: UNIT (1-10) (1-10) (1-10) providing Referral: Thank you for your time and effort. Please return this form to 305.673.7851 Attn. John Ellis December 28 2006 City of Miami Beach Bid No: 10-06/07 24 of 50 2.4 PAYMENT: Invoices for payment will be submitted as maintenance, inspections or repairs are completed, for the duration to the contract. Invoice will be subject to verification and approval by the Public Works Director or designated representative. 2.5 SHIPPING TERMS: Prices shall include freight to City's premises, and shall be F.O.B. Destination. Vendor shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized City representative. 2.6 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Forms shall remain fixed and firm during the initial term of this contract. OPTION TO RENEW WITH PRICE ADJUSTMENT: The contract could be extended for an additional two (2) years, on a year to year basis, if mutually agreed by upon both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI -U (all urban areas) computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the vendor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period will not be considered. 2.7 PRE-BID CONFERENCE/SITE INSPECTION: A non -mandatory Pre -Bid Conference will be held at 2:00 p.m. on January 18, 2007 at the City of Miami Beach, City Hall, 4th Floor, City Manager's Large Conference Room located at 1700 Convention Center Drive, Miami Beach, Florida 33139. 2.8 SITE INSPECTION: The City of Miami Beach, at its sole discretion, shall have the right to inspect any or all bidder's premises before award. 2.9 CONTACT PERSON: The contact person for this Invitation to Bid is John Ellis. The contact person may be reached by phone: 305.673.7490; fax: 305.673.7851; or e-mail: iohnellisr�miamibeachfl.gov. Communications between a proposer, bidder, lobbyist or consultant and Procurement Staff is limited to matters of processor procedure. Requests for additional information or clarifications must be made in writing to the contact person, with a copy to the City Clerk, no later than ten (10) calendar days prior to the scheduled Bid opening date. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the Bid. Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written addendum to this Bid. Bidders should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. December 28 2006 City of Miami Beach Bid No: 10-06/07 25 of 50 YOU MUST FAMILIARIZE YOURSELF WITH GENERAL CONDITION 1.55, ENTITLED CONE OF SILENCE, WHICH SETS FORTH THE POLICIES AND PROCEDURES RELATIVE TO ORAL AND WRITTEN COMMUNICATIONS. 2.10 SAMPLES: N/A 2.11 DELIVERY TIME: N/A 2.12 LIQUIDATED DAMAGES: As Task Orders are identified substantial completion times, to include delivery if required will be mutually agreed upon between the successful bidder and the City. Liquidated damages of $25.00 per day will be deducted from the contract sum for each calendar day elapsing beyond the specified time for completion/delivery for each Task Order. 2.13 PERCENTAGE ABOVE VEDOR COST: Bids for parts and supplies shall be submitted at vendors cost. Evidence of said costs shall be submitted with invoice, for each repair or service call. Proof of cost shall be printed, properly identified, and dated as to issuance and effectiveness. 2.14 DISCOUNTS (From published price lists): N/A 2.15 ESTIMATED QUANTITIES: The City estimates a total of 115 motors located at the 25 Pump Stations, and a total of 76 pumps and 15 spares located at the 6 Water Stations. 2.16 HOURLY RATE: The hourly rate quoted shall include full compensation for labor, equipment use, travel time and any other cost to the bidder. Hourly labor rates are specified as follows: Hourly Labor Rate 1— hourly rate for straight time repairs, i.e. from 8:00 a.m. to 5:00 p.m. Monday — Friday (rate to include labor and travel, parts are not included). Hourly Labor Rate 1— hourly rate for overtime repairs, i.e. before 8:00 a.m. or after 5:00 p.m. Monday — Friday (rate is to include labor and travel, parts are not included). 2.17 WARRANTY: The successful bidder will be required to warranty all parts and supplies provided for a minimum of one (1) year. Warranty shall be described in detail on the attached Bid Form. GUARANTEE: The successful bidder will be required to guarantee all work performed for repairs for a minimum of one (1) year. 2.18 REFERENCES (PROVIDE REFERENCES, IN THE CUSTOMER REFERENCE FORM) Each bid must be accompanied by a minimum of three (3) references of clients or government organizations for which the Bidder is currently furnishing or has furnished similar services. Reference shall include the name of the company, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. December 28 2006 City of Miami Beach Bid No: 10-06/07 26 of 50 2.19. COMPLETE PROJECT REQUIRED The scope of work required in each Task Order is to insure the delivery of complete units, ready for operation. Omission of any essential detail from the Task Order(s) scope of work does not relieve the contractor from furnishing a complete working unit to the satisfaction of the City of Miami Beach. Workmanship of units will be inspected and approved by the City's Public Works Director or designated representative. 2.20 FACILITY LOCATION: Complete working units will be delivered to the following location: Public Works Department 451 Dade Boulevard Miami Beach, FI 33139 Delivery to other locations within the City limits may be required. 2.21 PURCHASE OF ITEMS NOT LISTED WITHIN THIS SOLICITATION: N/A 2.22 BIDDER QUALIFICATIONS: In order for bids to be considered, bidders must submit with their bid, or within five (5) calendar days upon request from the Procurement office, evidence that they are qualified to satisfactorily perform the specified work/services. Evidence shall include all information necessary to certify that the bidder: maintains a permanent place of business; has technical knowledge and practical experience in the type of equipment to be repaired; has available the organization and qualified manpower to do the work; has adequate financial status to meet the financial obligations incident to the work; has not had just or proper claims pending against him or his work; and has (PROVIDED), the required repair and/or replacement of various types of electric motors. The repair services to be provided are the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, crane service and additional services when required but not limited to the following requirements: • Ability to trace, monitors, and log all repair work. • Bearings used shall be FAG or SKF only. • VPI required on form coil jobs. • Magnet wire type inverter rated wire. • Varnish to be solvent free UL (United Listing) approved. • Motor shop must be UL (United Listing) certified. • 2300/4160 -volt test panel on site. • Motor shop must have Department Environmental Regulation Management (DERM) certified paint booth. • Motor shop must have DERM certificated pollution control. • Motor shop must have DERM certified wastewater treatment. • Fully enclosed dust free sand blast facilities with minimum of 350 cubic feet. • Rewind area must be a clean air-conditioned/good ventilated environment. • All machines welding must be TIG or spray welding. • Must have a lathe with at least 48" swing 120" between centers. • One year past history of varnish test certificates on file. • Motor shop must have dynamic balance and trim balance capabilities. The evidence will consist of listing of work that has been provided to public and private sector clients, i.e. nature of WORK within the last three (3) years. December 28 2006 City of Miami Beach Bid No: 10-06/07 27 of 50 2.23 LATE BIDS: At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. 2.24 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. 2.25 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND FIVE COPIES of the Bid Form pages and all required submittal information must be returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions. 2.26 MAINTENANCE AGREEMENT: Bidders shall quote on the appropriate space on the Bid Form, a per year cost for full service/parts maintenance agreement to commence at the end of the warranty period. This agreement will be accepted at the sole discretion of the City of Miami Beach. Maintenance price shall include all parts/labor (including travel time) for the entire systems installed under this bid. Bidder shall also state response time from time of call. The bidder shall quote an hourly labor rate for repairs (in accordance with Section 2.16 of the Special Conditions) in the appropriate space of the Bid Form, in the event the City of Miami Beach elects not to choose the maintenance agreement. 2.27 EQUAL PRODUCT: N/A 2.28 CUSTOMER SERVICE: Excellent customer service is the standard of the City of Miami Beach. As contract employees of the City, all employees will be required to adhere to the City's "Service Excellence" standards and expected to conduct themselves in a professional, courteous and ethical manner in all situations. The successful bidder's employees must work as a cooperative team of well-trained professionals, and must serve the public with dignity and respect. All business transactions with the City will be conducted with honesty, integrity, and dedication. 2.29 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non-responsive. December 28 2006 City of Miami Beach Bid No: 10-06/07 28 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICES BID # 10-06/07 3.0 MINIMUM SPECIFICATIONS 1. GENERAL: The City of Miami Beach requires the repair and replacement of various types of electric motors on an as -needed basis. The repair services to be provided are the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, crane service and additional services when required. This Specification cover the acquisition of new motors, the purchase of repair or replacement parts for the various makes and models of motors as utilized within the City of Miami Beach, and repair services, in the field or in the bidders shop, as needed by the City. A.) Applicable standards All repairs shall meet or exceed the standards set forth in the following publications: i) RECOMMENDED PRACTICE FOR THE REPAIR OF ROTATING ELECTRICAL APPARATUS, EASA AS100-1998 Published By: Electrical Apparatus Service Association, Inc. International Headquarters 1331 Baur Blvd. St. Louis, MO 63132 ii) GOOD PRACTICE GUIDE, THE REPAIR OF INDUCTION MOTORS BEST PRACTICES TO MAINTAIN ENERGY EFFICIENCY. B.) Qualifications of bidders 1. All technicians to be factory certified 2. Facility to be authorized warranty station and repair shop 3. Company to be Electrical Apparatus Service Association (EASA) registered. 4. Successful Bidder must have a machine shop on their premises. 5. Successful Bidder must have VPI equipment on their premises. 6. High voltage (2300/4160) testing equipment on premises 7. Contractor must be located within Dade and Broward County 2. EQUIPMENT Types and sizes of the equipment included, but are not limited to the following: • Open drip proof, 110V/220V, 60Hz, single phase or 230/480V, 3phase. • Totally enclosed fan cooled, 110V, 60Hz, 1 phase or 230/480V/4160V, 60 Hz, 3 phase. Size for both A&B is from fractional H.P. up to including 1000H.P. • Vertical hollow shaft well motors: Totally Enclosed Fan Cooled (TEFC) and Weatherproof Drip in sizes 5H.P. through 1000H.P. • Totally explosion proof motors must be certified, 1800RPM, 230/480 volt, phase, 60Hz, for hazardous locations, Class I, Groups A, B, C, D, and Class II, Groups December 28 2006 City of Miami Beach Bid No: 10-06/07 29 of 50 E, F, G. Wound rotor motor horizontal and vertical open, drip proof and totally enclosed 3 phase, 480 or 4160 volt, 60Hz, in sizes 50H.P. through 1000H.P. Totally Enclosed Fan Cooled, DC motors, Wound Stator and permanent magnet stators with would rotors, speed from 0-1750 RPM on 0 to 90 Volts D.C. Dry type transformers Magnetic drives 0-650H.P. All types of motors and dry type transformers including, but not limited to the Following: Toshiba, Sterling, GE, U.S., Lincoln, Westinghouse, Marathon, EM, Baldor, Century, I.T.E., FGM, Aurora and Peabody Barnes, Ideal, and Continental All types of submersible pumps and motors including, but not limited to the following: Pleuger, EMU, Flygt, Myers, Crane, Deming, KSB, Clow, PUB/Barnes, Homa, and IDP. 3. BIDDER Bidder shall provide a written estimate within one (1) working day after receipt of equipment. Bidder shall comply with all specifications. Bidder shall receive only the prices bid on the Bid Form for the written estimate. The written estimate shall include the following: Pick-up and delivery from and to the City sites, tear down, inspection, and the provision of the written estimate for repairs and a complete list of parts with cost. Prices shall include pick up and delivery to any site within the City of Miami Beach. 4. INSTRUCTIONS TO BIDDERS. Bidders shall receive notification of any pick up of any unit from the City's designated Representative (CDR) and shall provide a written estimate as stated above. The City reserves the right to determine if repair is required or if the unit is to be returned to the City. 5. PARTS. Bids for parts and supplies shall be submitted at vendors cost. Evidence of said costs shall be submitted with invoice, for each repair or service call. Proof of costs shall be printed, properly identified, and dated as to issuance and effectiveness. 6. RESPONSE TIME: Pick up shall be made within one (1) working day after receipt of request to pick-up. Bidder shall provide a written estimate in accordance with paragraph 3 above. Motors up to 650 H.P. shall be repaired and returned and, if requested by the CDR (City Designated Representative), installed, within seven (7) working days after date of City's written authorization. There may be instances where the City declares and requires an emergency response. The City's designated representative shall determine whether emergency repairs are needed. Emergency repairs, including pick-up, written estimate for repairs and if requested by CDR, installation, shall be completed within forty- eight (48) hours. December 28 2006 City of Miami Beach Bid No: 10-06/07 30 of 50 7. MACHINE: Bidder(s) must have a full on site machine shop. When machine work is necessary, list it as a separate item on the written estimate. Machine work time shall not be included in the shop labor hours. All machine work done on motors shall be accomplished at the Bidder(s) site. All machine work should be bid on a straight hourly rate. 8. CRANE SERVICE: When requested, the Bidder shall supply a crane with an operator and shall provide all services required for repairs. Should crane service be required, the City will compensate the successful bidder(s) a minimum of four (4) hours for the mobilization/demobilization of the crane with an operator, plus the cost for the repair services. Usage of the crane service for more than four (4) hours, the City will pay for the number of hours the crane service was required, not to exceed eight (8) hours per day. 9. DEFINITIONS: The rebuilding of a motor shall include, but not be limited to: VPI (vacuum pressure impregnation) or dipping and baking, rewinding of the stator and rotor, replacement of bearings and seals, any machine work required to ensure proper bearing fit and balancing and testing the motor, and painting. The reconditioning/refurbishing of a motor shall include, but not be limited to: cleaning, VPI (vacuum pressure impregnation) or dipping and baking of the stator or rotor, replacement of the bearings, any machine work required to ensure proper fit, balancing and testing the motor, and painting. The City shall mean the City of Miami Beach Public Works Department, which includes all of the City's Utilities Service Areas. The City's Designated Representative (CDR) shall mean the Utilities Department individual(s) as designated in writing by the Utility Superintendent. The Facility site shall mean, City of Miami Beach Public Works Operations yard site and all pump station sites. Downtime shall be any time that the Bidders equipment is unable to operate or perform because of the Bidder equipment failure or actions. 10. DISASSEMBLY AND INSPECTIONS OF MOTORS: During disassembly and inspection the Bidder shall include the following on a written estimate: Upon receipt of the motor, the insulation resistance shall be read and recorded, as part of the written estimate. If the motor windings have failed, a description of failure and probable cause of failure shall also be included with the written estimate. The written estimate shall also indicate the general condition of the motor to include any problem that would prevent the motor from performing efficiently. The written estimate shall also include any physical damage to bearings (worn -dry -over glazed), transmission device problems (worn sheave -damaged coupling), and shaft or housing damage. The City reserves the right to inspect motors at any time prior to or during repairs and/or to observe testing at bidder's shop unannounced. December 28 2006 City of Miami Beach Bid No: 10-06/07 31 of 50 11. MOTOR WINDING INSPECTIONS: Winding Removal and Core Preparation: Before motor windings are removed, a Stator Core Interlaminar Test (core loss test) shall be performed and the test results and any additional cost involved for the repair shall be submitted to the City's designated representative. The City's designated representative shall then give instructions on whether or not to proceed. After the windings and stator repairs are completed a second Stator Core Interlaminar Insulation Test shall be performed and shall confirm that the motor stator meets or exceeds the manufacturer's specifications. The result shall be submitted to the City's designated representative. Windina Materials: Class "F" (Minimum) insulation systems will be used in rewinding motors unless exceptions are stated on the purchased order. (Class "F"155 C). All materials used in rewinding shall be guaranteed to be capable of a specified minimum temperature class as defined by ANSI / NEMA MG — 1 standard. Data of the original material fabricator shall be available to substantiate the temperature class of each material used. Magnet wired shall be cooper. Insulating varnish / epoxy shall be as recommended by Manufacturer, unless otherwise specified by the CDR (City designated representative). All material of the insulation class shall be compatible. Windina Methods: Coils shall be machine wound, with all wires individually tensioned to obtain uniformity and freedom from "crossovers". Proper form shapes shall be sued to insure adequate end room clearance and prevent "buried" coils. All connections, jumpers and leads shall be laced down in a neat, secure manner with adequate clearance from end bells. The winding shall be installed in a secure manner and shall not be twisted and / or skewed while banding. All motors and transformers must be rewound and connected as per the original winds and nameplate information. All leads shall be extra flexible, minimum 12" length, tinned and terminated with appropriate sized, pressure type lugs which have die crimped. All windings shall be the same style as found on the original. Varnish Application: The City's designated representative shall designate the coating application method to be used. In most cases the City's preferred method of application will be VPI (vacuum pressure impregnation). December 28 2006 City of Miami Beach Bid No: 10-06/07 32 of 50 All random wound equipment shall be preheated to minimum temperature of 300F for a minimum of one hour. The equipment shall be then be allowed to cool to approximately 130F and dipped. If conflicts exist between this specification and the varnish manufacturer's recommendation, the manufacturer's method shall be used. In applying the insulation varnish, the recommendation of the manufacturer should be followed with respect to specific gravity, viscosity, and curing cycle for the particular varnish in question. A minimum of two (2) dips and bakes shall be provided to insure that the coating meets all the manufacturer's minimum specifications and standards. The baking shall be done in a temperature controlled, forced ventilation oven to give the best and most uniform cure. When specified, the above procedure will not apply and the stator shall be insulated using a VPI (vacuum pressure impregnation) process. When using this method, the Contractor shall follow all required / applicable industry standards and specifications. 12. MECHANICAL REPAIRS: The frame and shields, fans, conduit boxes, and other mechanical parts shall be inspected for damage, with particular attention given to machine surfaces, environmental seal surfaces and gaskets, corroded bolts and tapped screw threads. Damaged or defective parts will be required or replaced in accordance with the written estimate and authorization procedures. Shafts will be visually inspected for excessive wear, damaged keyways and surface condition. If required, shafts will be replaced or repaired. Tolerances for shafts and bearings on all motors shall meet or exceed all manufacturers and applicable standards specified. A. Shaft Journals: 1. Diameter + .0000";-0005" 2. No more than .0005" Taper 3. No more than .0005" TIR (Shaft mounted between centers) 4. Finish to be 2-5 RMS (polished) B. Anti -friction Bearing to Shaft Fit: 1. No more than .0005" TIR (Shaft mounted between centers) 2. No more than .0005" 3. Tolerances for bearing to shaft fit as specified by motor (or bearing) Manufacturer, (I. e. solid shaft tolerance may differ from hollow shaft). 4. Finish to be 10-15 % MS. C. Shaft Straightness: 1. New shaft, not in rotor, mounted between centers, no more than 0025" TIR at center of shaft. 2. Shaft centered in chuck (one end) and steady rest near other end, not to exceed .0015" at end of shaft extension for 5/8" to 1-5/8" diameter shafts Inclusive and .002" at end of shaft extension for over 1-5/8" diameter shafts inclusive. December 28 2006 City of Miami Beach Bid No: 10-06/07 33 of 50 D. Tolerance for anti -friction bearing to housing fit will conform to motor (or bearing) Manufacturer's specifications for both fixed and floating bearings. E. After final assembly, repaired rotors shall be checked by dynamic balancing to ensure to overall "case" vibration levels less than stated below: Inches Rated Speed RPM Maximum Amplitude, 3000-4000 Inclusive .001 1500-2900 Inclusive .0015 1499 and less .0025 F. Bearing Replacement and Housing Repair: • Brushing when necessary, material shall be equal to original housing where possible. • Metallizing is acceptable. • Bearings to be C3 without exception. Where applicable, anti -friction bearings shall be double sealed. G. Bearing Installation: • Shaft surface shall be cleaned and contaminated free. • Bearings to shaft to be free of burrs, next and / or contaminates. • Bearings to be heated for installation in a thermostatically controlled oven with temperatures not to exceed 230F. • Bearings shall not be handled at any time with bear hands. • Bearings must be examined prior to installation for contaminates and/or foreign materials. • Bidder shall verify that all bearings and bearing applications are in accordance with the manufacturer's specifications. H. Shaft Repair: • Metallizing is acceptable when 0.40 inches or less is required to obtain original dimensions. When .040 inches or more is required, the shaft shall be welded or replaced. This required prior approval from the city and should be included in the written estimate. I. Miscellaneous: • If a cooling fan requires a replacement, a new fan shall be of non- corrosive material. • Fan replacements shall be equal to or better than the original. • Any external motor hardware requiring replacement, i.e. wiring boxes, fan covers, bearings caps and etc., shall be equal to the original or better and should be noted on the written estimate for approval. December 28 2006 City of Miami Beach Bid No: 10-06/07 34 of 50 13. FINAL ASSEMBLY: The following shall meet or exceed all manufacturer's specifications and applicable standards as specified: All machines surfaces shall be cleaned and contaminated free in accordance with all applicable standards and specifications. All threaded holes shall be taped to original manufacturer's specifications. All gasket surfaces shall be prepared for re -assembly. Motor frame shall be completely free of excess paint, varnish, etc. Motor feet shall be cleaned including bolt holes. All air intake screens shall be in place and secure. Provisions for in-service lubrication shall be eliminated where sealed bearings are used. All cooling fans shall be secured. During re -assembly, all mechanical fits shall be doubled checked for proper fit and alignment. All finished machine surfaces shall be cleaned of all varnish and foreign materials. The bore of the stator laminations and the periphery of the rotor shall be cleaned and free of contaminates and/or any foreign material. A high-grade metal protector shall be applied to all unprotected -machine surfaces, such as shafts, machine flange fit surfaces, etc. All wiring boxes shall have new gaskets between box and stator housing as well as between the split wiring box halves, properly installed to prevent water entry to box. 14. PAINTING: Motors shall be blasted, cleaned and primed with polyamide epoxy 3-5 mile thick. Finish paint shall be aliphatic urethane 1.5-2.5 thick. Color shall be as specified by the City's designated representative. Any design changes such as horse power re -rating, speed, etc, shall be shown as new name plate data, with the data shown on the new name plate. The old or original nameplate shall be left intact. Nameplates, that are missing or are not legible, shall be replaced with a new nameplate giving as much information as is possible to provide. All new nameplates installed by the repair shop are to be fabricated from high -stainless steel. 15. TESTING: All motors shall be test run at rated voltage prior to acceptance. This shall be not -load or sixty minutes, unless otherwise requested by the City's designated representative. All tests shall be in accordance with the testing procedures outlined in the applicable standards in paragraph 1B. Tests results shall be recorded and submitted to the City's designated representative. Test will include but not be limited to the following: December 28 2006 City of Miami Beach Bid No: 10-06/07 35 of 50 A check for balanced phase current for deviations more than 5%. A resistance check with an accurate resistance bridge or micro -ohmmeter shall be made when deviations are greater than 5%. These current readings shall be recorded. A dielectric test by megohmeter at twice rated voltage for one minute. Readings to be recorded. Resistance values shall not be less than published N.E.M.A. rewind standards for rated voltages. Seismic vibration readings of each bearing shall be measured and recorded. Filter out readings shall be recorded for each bearing for both displacements (MILS) and velocity (I.P.S.). After sixty (60) minutes running time bearing cap temperatures shall be measured and recorded. Tolerances: Any motor, which exceeds any of the following specifications, shall be deemed unacceptable. Seismic Vibration Readings: Rates Speed (RPM) Maximum Amplitude (inches) 3000-4000 0.001 1500-2999 0.0015 1 1000-1499 0.1002 1 999 -LESS 0.002 Temperature: • Bearing cap temperatures shall not exceed the following: • Air cooled finned motors -140F • Air cooled non -finned motors -160F. 16. RECORDS: Information indicated on the sample test reports in ATTACHMENT "B" (page 38-40) shall be maintained by the contractor and provided to the City's designated representative, if requested. A final report shall be filled out for each motor repaired and returned with the motor and shall include the information on ATTACHMENT "C" (page 41). 17. WARRANTY: Warranty shall include a minimum of one (1) year for all parts and for all labor, from the date the City accepts the work/installation. In the event of a failure, the items covered by the warranty, which ultimately causes an emergency repair, the bidder shall repair the item at no additional cost to the City. If the failure is covered by the warranty and is due to the workmanship, the bidder will assume cost for crane service labor, repairs and installations. 18. REPLACEMENTS UNITS: The bidder shall recommend to the City's designated representative if any transformer or motor replacement exceeds the benefits of service requirements or the cost of replacements parts for an existing unit. The bidder's recommendation shall include a complete description and justification with a cost breakdown for repairs and replacements parts. December 28 2006 City of Miami Beach Bid No: 10-06/07 36 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Title: Electric Motor Pump Repair. December 28 2006 City of Miemi Beach Bid No. ATTACHINTENT "B" CORE LOSS TEST RECORD SHEET 1. Stator Iran Core Iron Data: Outside Diameter Baa Dtarne Length of Care Iron Number of Vents ngth of Vents Oepth of Slot Eiackiron Perform a Core Loss Test on both the .and Rotor.'..Use a 61 of 85.000. Stator Perform Core ss Test before utilized to remo the coils Loss Test after r airs. oil stripping. especially if a burnout oven was zre made on the stator iron perform a Core Circle One Tested r/Rotor If tester provides requested informatio Calculated Sertinds Volts Calc. Measured Readinas Volts: Results Watts/L8: generated re 3d out furnish this in place of the below Amps Calc. Amps: Magna!: PF: Max: Watts Calc. Watts: lvtax: Bid No: 10-06/07 37 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Title: Electric Motor Pump Repair. ATTACHMENT "13" MOTOR WINDING DATA SHEET UOTCS oATA. STATION APPLICATIONKOENTIFICATICN SERtAL. N/O. MANUFACTURER Nu%AREA OF ROTOR limas FRAME TYPE (CIACLE): VERTICAL NDRIZONTAL OPEN °nip -PFICOF TUC NAME PLANT 0 AT A. 1+GRSEPOWER VOLT AGE FULL LOAOs A.LIFs Apo HER rz vmAses seavice FACTOR WINDING OA TA NUM &EFL OF sLors NUL' AEA of cots NUMBER OF POLES Num DEFI OF COILS TURNS PEA COIL NUMBER ANO SIZE OF CONOUCTORS CIL5 UE IN SLOTS NULIAER OF CIRCurrS CONNECTION (STASI OR DELTA) COIL GROUPING 3 INSULATION OATA: CONDUCTOR iNSULAT SLOT UVEA MATERIAL SLOT LINER THICKNESS PHASE SEPARATOR MATERIAL PHASE SEPARATOR ri-eckNEs5 • iNsutATioN cLA-ss AS FOUND t8 vARNIsrl: TYPE M uF. 4. STATOR IRON. OALLAGE AND LOCATION AS FOND . I VENDOR NAuE: moat; 8r. PROCESS December 28 2006 City of Miami Beach Bid No: 10-06/07 38 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Title: Electric Motor Pump Repair I WORK ORDER #: I TECHNICWJS NAME EQUIPMENT STATUS ATTACHMENT "B" EQUIPMENT BAKING & DRYING OUT REPORT go BE COMPLETED BY PERSON PERFORMING PROCESS) DATE STATOR I-1 ROTOR ARMATURE EATER 1 GENERATOR 1-1 OTHER: TEMPERATURE: MEGOHMS READING: December 28 2006 City of Miami Beach X (TIME MUST Bt RJNCH ON CLOCK( TIME: (TOTAL HOURS IN OVEN: 1 INSPECTCD BY: rjArr CJ c. IN:iPFC:TOR SIGNATURE Bid No: 10-06/07 39 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 Bid Title: Electric Motor Pwnp Repair, WORK GIRDER it: Q.C. IVSPECIOR: DATE Bid No. ATTACHMENT "C" FINAL TEST & INSPECTION & 3 PHASE MOTORS TO BE COMRETED BY AUTHORIZE/ QUALITY CONTROL INSPECTOR} EQUIPMENT PRE -DISASSEMBLY & DISASSEMBLY INSPECDON REPORT: -- WINOlNG DATA ( IF UNIT HAS BEEN REWOUNDI: • - -•- • -- DIP MID ILNCE PROCEDURE REPORT: ---.-. _..- _- MACHINE SHOP / BALANCE REPORT: --------- -_ - PRE -ASSEMBLY & IoeEaew a wcntrnC REPORT — - %ISUALLY INSPECT PAINMICAX WORK ORDER TAG IS VISIBLE MOTOR NAMEPLATE I5 LEGIBLE d SWIFT & KEYWAY CLEAN & PAI, SHAFT IS 'FREE' & ROTATES EASILY LEADS PROPERLY IDENTIFIED I!t l LEADS ARE CONNECTED FOR 'INC MEGGER TEST VOLTAGE: SURGE TEST VOUS: Y Cf D E fCtLO.,*G OaCER -1-1--O.scr_1—REJECTED -.1- 0 -K ---T1 -REJECTED - • -- • j -O -K_ ---f1 - REJECTED J-O.K- -' 1- REJECTED :I-O.K.-- f- REJECTED APPEARANCE. LY ATTACHED: — LY ATTACHED: WE LAYOUT: 0: CHECK CONTINUITY & RESISTANCE OF MOTOR I5 READY FOR TEST RUN: — -- (CHECK FOR CORRECT December 28 2006 City of Miami Beach MOTOR VOLT PER PHASE: AMPS PER PHASE: INPUT WATTS: A< 1- UK.--r_I - REJECTED — -- --O.) --D- REJECTED - -REJECTED } OJE 0- REJECTED r3- - REJECTED O.K: ---1 i- REJECT .0 O.K— I I- REJECTED "-- O.K. 1 !-REJECTED ---•---•--• - -;, O.K—{ ?-REJECTED i J O.K.-• J -REJECTED --- — - -- -- - — O.K -rt- REJECTED & FOR EXCESSNE VIBRATION, NOISE, OR RUB8INGI A.0 A -C R.P.M. CHECK SHAFT ENO FLAY AT MAGNETIC C. NTER & RECORD: %AERATION READINGS: HORQ:. VERT: 1 ANG C ATI TE MPEIWLREs: RECORD DURATION OF NO LOAD RU MOTOR PASSED FINAL INSPECTION: PERSON RES?ON,9B&E FOR REJECTION: iF MOTOR REJECTED, REASON FOR REJECTION: S.E. Bt' TIME: 0YEs INCT-tES: r NOAL: O.S.E. MINS: I I REJECTED TOTAL HOURS: 9 G INSPECroo Sic NATURE nAr' Bid No: 10-06/07 40 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 The following are 25 Pump Stations with locations of the Motors for the City of Miami Beach. The City estimates a total of 115 Motors. Station Nos. 1 2 Address Jefferson Ave. & 11th Street 35 Star Island 4 231 S Hibiscus Drive 5 195 Palm Ave. 6 229 E. San Marino Dr. 7 428 W DiLido Dr. 8 228 W. Rivo Alto Dr. 10 Belle Isle 11 1710 Washington Ave. 13 2270 Sunset Dr. 14 2730 Sunset Dr. 15 6120 La Gorce Dr. 18 6590 Pinetree Lane 19 6850 Indian Creek Dr. 21 Bay Drive and 71st Street 22 Hagen St. on Golf Course 23 Dickens Ave. & 75th Street 24 8100 Hawthorne Ave. 27 5400 Collins Ave. 28B 28th Street & Pintree Dr. 28L 28th Street & Pintree Dr. 29B Indian Creek Dr. & 63rd St. 29L Indian Creek Dr. & 63rd St. 30 Terminal Island 31 290 Washington Ave. The following listings are for Water Stations: Address 1) 25th Street Water Station 2) 25th Street Water Station 3) 41st Street Water Station 4) 41st Street Water Station 5) 75th Street Water station 6) 75th Street Water station **A total of 76 pumps are installed and 15 spares** Submersible Pumps: 1) Davis EMU-7.5hp- 2) Davis EMU-15hp- December 28 2006 City of Miami Beach No. of Pump(s) 4 4 2 2 2 2 2 3 3 2 2 2 2 2 2 2 2 2 2 3 3 3 3 4 6 No. of Pump(s) 2 2 1 2 1 2 Type of HP in Stations 150hp electric motors 15hp & 7.5hp electric motors 7.5hp electric motors 7.5hp electric motors 7.5hp electric motors 7.5hp electric motors 7.5hp electric motors 40hp electric motors 125hp electric motors 7.5hp electric motors 7.5hp electric motors 60hp electric motors 7.5hp electric motors 100hp electric motors 100hp electric motors 40hp electric motors 100hp electric motors 60hp electric motors 100hp electric motors 350hp electric motors 150hp electric motors 200hp electric motors 50hp electric motors (2) 15hp & (2) 7.5hp 40hp-submersibles Type of HP in Stations 125hp electric motors 250hp electric motors 100hp electric motors 300hp electric motors 100hp electric motors 250hp electric motors No. of Pumps 8 units 6 units Bid No: 10-06/07 41 of 50 CUSTOMER REFERENCE LISTING Bidder's shall fumish the names, addresses, and telephone numbers of a minimum of six (6) clients or govemment organizations for which the Bidder is currently furnishing or has fumished similar services. 1) Company Name MIAMI—DADE WATER & SEWER Address 6800 SW 87 AVE MIAMI, FLORIDA 33173 Contact Person/Contract Amount HUMBERTO LINARES $850,000. Telephone No. (305) 275-3118 Fax No. (305)275-3062 E-mail 2) Company Name CITY OF SUNRISE Address 14150 NW 8 STREET SUNRISE, FLORIDA 33325 Contact Person/Contract Amount GARY SMITH $800,000. Telephone No. (954) 888-6075 E-mail 3) Company Name CITY OF MIAMI Address Fax No. (954) 845-9698 444 SW 2ND AVE MIAMI, FLORIDA 33130 Contact Person/Contract Amount FRANCIS MITCHELL Telephone No. (305) 416-1200 E-mail December 28 2006 City of Miami Beach $280,000. Fax No. (305) 416-1278 Bid No: 10-06107 47 of 50 CUSTOMER REFERENCE LISTING (CONTD.) 4) Company Name Address MARTIN COUNTY 2401 SE MONTEREY ROAD STUART, FLORIDA 34996 Contact Person/Contract Amount MIKE KRAJNOVICH $325,000. Telephone No. (772) 223-4846 Fax No. (772) 692-7381 E-mail MKRAJNOV@MARTIN. FL. US 5) Company Name CITY OF HOLLYWOOD Address 2600 HOLLYWOOD BLVD HOLLYWOOD, FLORIDA 33022 Contact Person/Contract Amount HUBERT BARNES $285,000. Telephone No. (954) 921-3288 E-mail Fax No. (954) 967-4232 6) Company Name RINKER CEMENT Address 8800 SW 177 AVE MIAMI, FLORIDA 33196 Contact Person/Contract Amount SANTIAGO SAUSTEGUI $280,000. Telephone No. (305) 386-0078 Fax No. E-mail SSUASTEGUI@RINKER.COM December 28 2006 City of Miami Beach (305) 386-0105 Bid No: 10-06/07 48 of 50 ELECTRIC MOTOR REWIND AND REPAIR SERVICE BID # 10-06/07 CONTRACTOR'S QUESTIONNAIRE NOTE: Information supplied in response to this questionnaire is subject to verification. Inaccurate or incomplete answers may be grounds for disqualification from award of this bid. Submitted to The Mayor and City Commission of the City of Miami Beach, Florida: By CONDO ELECTRIC MOTOR REPAIR, CORP. Principal Office 3615 EAST 10TH COURT HIALEAH, FLORIDA 33013 How many years has your organization been in business under your present business name? 54 YEARS Does your organization have current occupational licenses entitling it to do the work/service contemplated in this Contract? YES Please state license(s) type and number. ARMATURE RFVTNDTNG sntw No_ 7694-4 RETAIL STORE NO. 5999-652 Include copies of above licenses and certificates with proposal. Have you ever had a contract terminated due to failure to comply with contractual specifications?_NO If so, where and why? In what other lines of business are you financially interested or engaged? NONE Give references as to experience, ability, and financial standing MELLON UNITED NATIONAL BANK MARATHON ELECTRIC. MITSUBISHI ELECTRIC. LEESON ELECTRIC. US ELECTRIC MOTOR, TARMAC AMERICA. RTNKRRRP4ENT_ December 28 2006 City of Miami Beach Bid No: 10-06/07 49 of 50 CONTRACTOR'S QUESTIONNAIRE (CONTD.) Vendor Campaign Contribution(s): a. You must provide the names of all individuals or entities (including your sub -consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. 40Z HECTOR A. GOMEZ SR. 40% HECTOR J. GOMEZ 20% JOSE G. ESPINOLA b. Individuals or entities (including our sub -consultants) with a controlling financial interest: have xx have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. I HEREB CERTIFY that the above answers are true and correct. HECTOR A. GOMEZ (SEAL) HECTOR J. GOMEZ (SEAL) December 28 2006 City of Miami Beach Bid No: 10-06/07 50 of 50 CITY OF MIAMI BEACH PROCUREMENT DIVISION Interoffice Memorandum To: Robert Parcher City Clerk From: Gus Lopez, CPPO Procurement Director n Date: January 17, 2008 Subject: CONTRACTS FOR ITB NO. 10-06/07 - FOR ELECTRIC MOTOR REWND AND REPAIR SERVICES Four (4) copies of the above referenced Contract are attached for the Mayor's signature and execution. The insurance certificate has been approved by Risk Management and the City Attorney has approved the form and language for contract execution. Thank you for your prompt attention to this matter. / Gus Lopez, CPPO Procurement Director je