C2D-Award Contracts Electric Motor Rewind And Repair ServicesCOMMISSION ITEM SUMMARY
Condensed Title:
Request For Approval To Award Contracts To Condo Electric Motor Repair, Corp. As Primary Vendor, And
TAW Miami Service Center, Inc. As Secondary Vendor, Pursuant To Invitation To Bid (ITB) No. 10-10/11, For
Electric Motor Rewind And Repair Services, In The Annual Estimated Amount Of $60,000.
Key Intended Outcome Supported:
Maintain City's Infrastructure
Supporting Data (Surveys, Environmental Scan, etc.):
Issue:
I Shall the City Commission approve the award of Contract?
Item Summary/Recommendation:
Invitation to Bid (ITB) No. 1 0-1 0/1f ,-, w-as--:-is-s-ue-d~on--=-Ju_n_e--:-13:::-,-:::2-:::0""7'1-:-1 .-a-n-d~f=-o-ur~b~id""7's_w_e-re_r_e-ce~i=-ve-d~on--=-Ju~l=-y -:::2""7'1...,,
2011. The purpose this ITB 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.
The awarded contracts 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 by the City Manager and contract awarded
vendor, for three (3) additional years, on a year to year basis.
A Technical Review Panel (the "Panel"), comprised of City staff members, convened on September 28, 2011
to review and evaluate all responsive bids. Condo Electric received high scores in qualifications from panel
members. Condo has been in business since 1952, and has contracts with Miami-Dade Water and Sewer
Department, Martin County, City of Sunrise, City of Miami, City of Hollywood, among others.
The Panel recommended award of a contract to Condo Electric. Additionally, it is recommended that TAW
Miami Service be awarded as Secondary Vendor.
APPROVE THE AWARD OF CONTRACTS.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of Amount
Funds: 1 $45,000.00
~ 2 $5,000.00
3 $10,000.00
4
OBPI 5
6
Total $60,000.00
Financial Impact Summary:
Clerk's Office Le islative Trackin
Account
Public Works Sewer Account 425-0420-000342.
Public Works Water Account 425-0410-000342
Public Works Storm
47
Account 427-0427-000342.
AGENDA ITEM ---.:::C:....::~~D __
DATE /2.-/'f-/}
lD MIAMI BEACH ..... ,
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Matti Herrera Bower and Members of the C"ty Commission
FROM: Jorge M. Gonzalez, City Manager
DATE: December 14, 2011
SUBJECT: REQUEST FOR APPROVAL TO AWARD CONTRACTS TO CONDO ELECTRIC
MOTOR REPAIR, CORP. AS PRIMARY VENDOR, AND TAW MIAMI SERVICE
CENTER, INC. AS SECONDARY VENDOR, PURSUANT TO INVITATION TO
BID (ITB) NO. 10-10/11, FOR ELECTRIC MOTOR REWIND AND REPAIR
SERVICES, IN THE ANNUAL ESTIMATED AMOUNT OF $60,000.
ADMINISTRATION RECOMMENDATION
Approve the Award of contracts.
KEY INTENDED OUTCOME
Maintain City's Infrastructure.
FUNDING
$45,000
$5,000
$10,000
$60,000
Public Works Sewer Account 425-0420-000342
Public Works Water Account 425-041 0-000342
Public Works Storm Account 427-0427-000342
Total
The funding information is based on actual Purchase Orders issued during Fiscal Year
2011. Additional funding may required due to increased need of services, subject to the
review and approval of the Office of Budget and Performance Improvement (OBPI).
ANALYSIS
The purpose of Invitation to Bid (the "ITB") No. 10-10/11 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.
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 by the City Manager
and contract awarded vendor, for three (3) additional years, on a year to year basis.
48
Commission Memorandum
ITB 10-10111 -Electric Motor Rewind and Repair Services
December 14, 2011
Page2
BID PROCESS
ITS No. 10-10/11, was issued on June 13, 2011 with a bid opening date of July 14, 2011.
Three (3) addenda were issued to provide additional information and to respond to all
questions submitted by the prospective bidders, thus extending the bid opening due date to
July 21, 2011.
Bidsync issued bid notices to 21 0 prospective bidders. The notices resulted in the receipt of
4 bids from the following companies:
• Condo Electric Motor Repair Corp.
• TAC Armature and Pumps Corp.
• TAW Miami Service Center, Inc.
• Electrix USA, Inc.
The ITS stipulated that award of this contract may be made to the primary and secondary
lowest and best bidders. 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.
In determining the lowest and best bidder, the City utilized 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. A Technical Review Panel (the "Panel"), comprised of City staff members,
convened on September 28, 2011 to review and evaluate all responsive bids. Bids were
evaluated and ranked according to the following criteria:
1. Experience and qualifications of the Bidder (20 points).
2. Cost (50 points).
3. Operation Plan (20 points).
4. Past performance based on number and quality of the Performance
Evaluation Surveys (10 points).
The Panel scored all bidders as follows:
Anthony Baby
Elie Fakie Julian Perez Mincy Thomas
Low
Total Total Total Total Aggregate
Rank Points Rank Points Rank Points Rank Points Totals
Ranking
Order
Condo Electric 1 83 1 100 2 79 1 85 5 1
TAW Miami
Service 2 82 2 100 1 81 3 70 8 2
TAG Armature
and Pumps 3 80 4 80 3 77 2 80 12 3
Electrix USA 4 78 3 85 4 57 4 65 15 4
" . CM To break the "Total Po1nt t1e, Juhan Perez ranked Condo as h1s top ranked, and TAW Serv1ce as 2 ranked.
Condo Electric received high scores in experience and qualifications from panel members. Their
18,000 sq. ft. facility is an EASA (Electrical Apparatus Service Association) certified repair shop
that services and repairs electric motors, pumps, generators, hoist, transformers, gear motors,
speed reducers and many products.
49
Commission Memorandum
ITB 10-10111-Electric Motor Rewind and Repair Services
December 14, 2011
Page3
Condo has been in business since 1952, and has contracts with Miami-Dade Water and
Sewer Department, Martin County, City of Sunrise, City of Miami, City of Hollywood, among
others.
The Panel recommended award of a contract to Condo Electric. Additionally, it is
recommended that TAW Miami Service be awarded as Secondary Vendor. See attached
Bid Tabulation.
COST COMPARISON
The table below shows a cost comparison between the current rates and the unit prices
received pursuant to the ITB, for various sizes of motors:
Cost Per Current
Description This ITB Contract
3 Phase Motor, 30 HP, 460 V, Reconditioning $695 $750
3 Phase Motor, 75 HP, 460 V, Reconditioning $1,150 $1,360
3 Phase Motor, 75 HP, 460 V, ReBuilding $2,100 $2.250
3 Phase Motor, 125 HP, 460 V Reconditioning $1,890 $1,924
3 Phase Motor, 250 HP, 460 V, Reconditioning $2,700 $3,175
Submersible Pump, 15 HP, 3 Phase, Reconditioning $1,200 $1,553
Since it is unknown what size or type of motors will need repairs during the year, it is difficult
to ascertain or estimate the savings. However, the results of this ITB are that cost savings
will be realized when compared to current contract rates.
CONCLUSION:
Based on the aforementioned, the Administration recommends that the Mayor and City
Commission award contracts to Condo Electric Motor Repair, Corp. as primary vendor, and
TAW Miami Service Center, Inc. as secondary vendor, pursuant to ITB No. 10-10/11 for
Motor Rewind and Repair Services, in the estimated annual amount of $60,000.
T:\AGENDA\2011\12-14-11\ITB 10-10-11 Motor Rewind and Repair Services MEMO.doc
50
ITB 10-10/11 BID TABULATION GROUP A. (SEWER STATIONS) US MOTOR, 460 Voltage, 3 phase, Vertical CONDO ELECTRIC MOTOR TAW MIAMI SERVICE CENTER ELECTRIX USA TAC ARMATURE AND PUMPS REBUILDING RECONDITIONING REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING ITEM UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST A-1 $1,250.00 $695.00 $1 '166.00 $814.00 $1,490.20 $858.25 $1,025.00 $580.00 A-2 $1,850.00 $995.00 $1,510.00 $974.00 $1,996.80 $1,047.00 $1,050.00 $680.00 A-3 $1,980.00 $1,150.00 $1,730.00 $1 '130.00 $2,305.70 $1,241.00 $1,200.00 $680.00 A-4 $2,100.00 $1,300.00 $1,885.00 $1,130.00 $2,555.00 $1,351.25 $1,400.00 $680.00 A-5 $2,950.00 $1,890.00 $2,498.00 $1,350.00 $3,504.40 $1,515.25 $2,000.00 $780.00 A-6 $3,200.00 $1,995.00 $2,890.00 $1,585.00 $4,087.60 $1,816.00 $2,300.00 $880.00 A-7 $3,980.00 $2,200.00 $3,500.00 $1,830.00 $4,858.00 $1,982.50 $3,000.00 $990.00 A-8 $6,400.00 $3,840.00 $5,100.00 $2,175.00 $7,161.40 $2,109.25 $3,450.00 $1,190.00 GROUP B. (SEWER STATIONS) ITT FLYGT, 230 Volt and 480 Volt, 3 Phase, Submersible Pumps CONDO ELECTRIC MOTOR TAW MIAMI SERVICE CENTER ELECTRIX USA TAC ARMATURE AND PUMPS REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING c.n ~ ITEM UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST B-1 $1,400.00 $995.00 $981.00 $870.00 $2,367.52 $2,201.50 $1,100.00 $650.00 B-2 $1,850.00 $1,100.00 $1 '163.00 $995.00 $3,024.75 $2,812.80 $2,500.00 $1,250.00 B-3 $1,950.00 $1,200.00 $1,338.00 $1,135.00 $3,913.55 $3,656.50 $3,000.00 $1,500.00 B-4 $2,390.00 $1,700.00 $1,666.00 $1,314.00 $6,100.20 $5,822.25 $3,200.00 $1,600.00 B-5 $4,200.00 $2,100.00 $1,981.00 $1,574.00 $6,335.10 $5,986.47 $3,600.00 $1,800.00 GROUP C. (WATER STATIONS) US MOTOR, 460 Volt 3 Phase, Horizontal and Vertical CONDO ELECTRIC MOTOR TAW MIAMI SERVICE CENTER ELECTRIX USA TAC ARMATURE AND PUMPS I REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING REBUILIDNG RECONDITIONING : ITEM UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST UNIT COST C-1 $1,995.00 $1,100.00 $2,160.00 $1,350.00 $2,950.90 $1,515.25 $1,200.00 $600.00 C-2 $2,950.00 $1,890.00 $2,498.00 $1,350.00 $3,504.40 $1,515.20 $2,800.00 $1,400.00 C-3 $2,400.00 $1,500.00 $2,378.00 $1,350.00 $3,489.10 $1,816.00 $1,300.00 $800.00 C-4 $4,400.00 ' $2,700.00 $4,200.00 $2,175.00 $5,592.40 $2,038.00 $3,200.00 $1,600.00 ' C-5 $4,200.00 $2,400.00 $3,994.00 $2,175.00 $5,415.40 $2,109.25 $2,500.00 $1,000.00 C-6 $4,900.00 $2,600.00 $4,440.00 $2,175.00 $6,139.00 $2,374.00 $3,200.00 $1,200.00
c.n ~ ITB 10-10/11 BID TABULATION 3. OTHER RATES Installation Cost (Section 4.6) Hourly Emergency Repairs (Section 4.6.a) Hourly Regular hourly rate for machine work (Section 4.7, not to include shop labor hours) Crane Service: Flat Fee -Four Hours -Fe_e per !jour after1__11ours __ .. --CONDO ELECTRIC $17.50 $27.00 $95.00 $95.00 $55.00 $380.00 ,_ _$95.00_ TAW MIAMI ELECTRIX USA TAC ARMATURE $30.00 $8.56 $16.00 $42.75 $12.84 $20.00 $30.00 $8.56 $30.00 $42.75 $12.84 $35.00 $30.00 $8.56 $18.00 $400.00 $340.00 $300.00 j __ $100.00 --j __ $85.QQ_ I__ $100.00 ---