Loading...
HomeMy WebLinkAbout2021 10 25 Consent 300 - Electric Motor and Pump Repair Services Contract Rider/Contract Award • CONSENT AGENDA ITEM 300 ,n m=ared CITY COMMISSION AGENDA I OCTOBER 25, 2021 REGULAR MEETING 1959 TITLE Electric Motor and Pump Repair Services Contract rider, Contract Award SUMMARY The City utility operates numerous electric motors and pumps to transport potable water, wastewater, and reclaimed water. The equipment requires periodic maintenance as equipment will fail and/or wear out and must be repaired. In addition, field service is needed periodically for larger or difficult to handle equipment. The scope of work is dependent on the type of motor and pump. Orange County, FL has two contracts for motor and pump repair: Lot A - Wastewater and Lot B - Water. Each contract has different categories for different types of equipment representative of the City's wastewater and water equipment. The contracts will be utilized on an as needed basis. The City of Winter Springs staff evaluated the Orange County, FL contracts and determined that the contracts were advertised properly and the services are similar in nature to the services required by the City of Winter Springs utility system. The vendor has signed contract riders allowing the City of Winter Springs to utilize the Orange County, FL contracts and accepted the City of Winter Springs requirements. RECOMMENDATION Staff recommends the City Commission approve the contract riders to TAW Orlando Service Center for both Lot A and Lot B. Additionally, authorization for the City Manager and City Attorney is requested to prepare and execute any and all applicable contract documents consistent with this Agenda item. 8 AMENDMENT NO. 4 Y17 -136C-TA Electric Motor and Pump Repair Services For Water and Wastewater Divisions- Lot B Effective Date: May 12, 2021 The contract is hereby changed as follows: 1. The contract is hereby renewed for the period of May 12, 2021 through May 11, 2022. All other terms, conditions, and pricing remain unchanged. TAW Orlando Service Center BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Signature Signature Georgina Kelly- Todd Jackson Print/Type Name Print/Type Name Account Manager Purchasing Agent Title Title May 7, 2021 May 11, 2021 Date Date 9 AMENDMENT NO. 3 TERM CONTRACT NO. Y17-136C Electric Motor and Pump Repair Services for Water and Wastewater Divisions - Lot B Effective Date: May 12, 2020 The contract is hereby changed as follows: A. The Contract is hereby renewed for an additional one year period, effective May 12, 2020 to May 11, 2021. B. All other terms, conditions, and pricing remain unchanged. TAW Orlando Service Center BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Signature re Signature / , ,- 4 A*-J (—' Mk� Todd Jackson Print/Type Name Print/Type Name -,;0^1A S A l eS !jA.NQ� Contracting Agent Title Title �f/1c, /a 6,2 0 5/3/2020 Date Date 10 AMENDMENT NO. 2 Y17 -1360-TA Electric Motor and Pump Repair Services For Water and Wastewater Divisions- Lot B Effective Date: May 12, 2019 The contract is hereby changed as follows: A. The Contract is hereby renewed for an additional one year period, effective 5/12/19—5/11/20. a. Optional year two (2) of four (4). B. All other terms, conditions. and pricing remain unchanged. TAW Orlando Service Center BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Signature /j Signa Todd Jackson Print/Type Name Print/Type Name;1r��! Sfi ��eS '�A�1� !' Purchasing A ent Tit e Title Date Date 11 AMENDMENT NO. 1 Y17 -136C-TA Electric Motor and Pump Repair Services For Water and Wastewater Divisions- Lot B Effective Date: May 12, 2018 The contract is hereby changed as follows: A. The Contract is hereby renewed for an additional one year period, effective 5112118 — 5111/19. a. Optional year one (1) of four (4). B. All other terms, conditions, and pricing remain unchanged. TAW Orlando Service Center BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Signature J Signature c � g 1 (A5-{id Todd Jackson Print/Type Name Print/Type Name :5,4(-ICS AHA�Xr Purchasing Agent Title i � Title to � Date Date 12 0PROCUREMENT DIVISION — CARRIE WOODELL, DTPA, CFCM, CPPD, C.P.M., CPPB, APP, Manager G 400 L.South Street,2nd Floor. Reply To:Post Office Box 1393.Orlando.Florida 3980-1393 407-836-5664.Faux:407-836-5899 C U TY GOXTRRA Mk_CT I. a , D , TERM CONTRACT NO. Y17-136C Electric Motor and Pump Repair Services for Water and Wastewater Divisions–Lot B TO: TAW Orlando Service Center 3400 Bartlett Blvd. Orlando, FL 32811 This is to inform you that the Orange County Board of County Commissioners hereby enters into a term contract subject to the following: TERMS AND CONDITIONS 1. Acceptance: This contract is our acceptance of your offer in response to our Invitation for Bids No. Y17-136C-TA Electric Motor and Pump Repair Services for Water and Wastewater Divisions – Lot B – TERM CONTRACT, and is subject to all terms and conditions therein. 2. Term of Contract: A. This is a term contract for the time period specified in the referenced Invitation for Bids, for the products/services covered by this contract. The County is not obligated to purchase any minimum amount of products or services, unless otherwise stipulated in the Invitation for Bids. B. This contract is effective May 12, 2017 and shall remain in effect through May 11, 2018. The estimated contract award for this period for Lot B is $484,400.00. C. Any amendments to this contract must be in writing and signed by both parties. Such amendment(s) must be signed by the representative of the Orange County Procurement Division to be valid, binding, and enforceable. D. This contract may be cancelled or terminated as provided for in the Invitation for Bids. Pagel of 2 13 3. Ordering against Contract: A. Unless otherwise specified in the Invitation for Bids, the County will place orders by issuance of a numbered Delivery Order against this contract. Each Delivery Order will specify the quantity, description and location for delivery. B. The obligations of Orange County under this contract are subject to need and availability of funds lawfully appropriated for its purpose by the Board of County Commissioners. 4. Taxes: The County has the following tax exemption certificates assigned. A. Certificate of Registry No. 59-70-004K for tax free transactions under Chapter 32, Internal Revenue Code; B. Florida Sales and Use Tax Exemption Certificate No. 85- 8012622266C-0. 5. Invoicing: A. Invoices must be submitted, in duplicate, referencing this contract number and the Delivery Order to: Orange County Utilities Division Attention: Markay Murphy, Procurement Coordinator 8100 Presidents Drive Orlando, FL 32809 Phone (407) 836-6857 In the event additional County Departments or other public entities utilize this contract, invoices are to be sent directly to the Department or entity placing the order. B. Invoices against this contract are authorized only at the prices stated in your bid response, unless otherwise provided in the Invitation for Bids. 6. All requirements contained in any addenda to the solicitation for this procurement are part of and hereby incorporated into this contract. BOARD OF COUNTY COMMISSIONERS ORANGE C Uh TY, FLORIDA BY: C � Tr y Attenasio, Senior Contract Administrator Procurement Division DATE: � Revised (11/16/12) Page 2 of 2 14 BID RESPONSE FORM IFB#Y17-136 TA The Contractor shall provide all labor and other resources necessary to provide the services in strict accordance with the scope of work/services defined in this solicitation for the amounts specified in this Bid Response Form, inclusive of overhead, profit and any other costs. LOT A: WASTEWATER TREATMENT PLANT Group 1-Electric Motor Repair Services-600 Volt and Less Item Description Estimated Unit of Unit Price Extended No. Annual Measure Total Quantity x 1 Shop, Hourly Labor Rates, 1000 Hours x $_L9._00 /hr = $19,000-00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 2 Shop, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $1,560.00 ' Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 3 Field, Hourly Labor Rates, 100 Hours x $ 39.00 /hr = $ 3,900.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 4 Field, Hourly Labor Rate, Non 40 Hours x $39.00 /hr = $ 1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 5 Teardown &Inspection 100 Hours x $___L_/hr = $ 0 Charges (Shop), Hourly Labor Rate 6 Teardown& Inspection 100 Hours x $___0_/h r = $ 0 Charges (Field), Hourly Labor Rate TAW Orlando Service Center, Inc. Company Name Page 67 15 LOT A: WASTEWATER TREATMENT PLANT, Continued '~ Group 2-Electric Motor Repair Services- Greater than 600 Volt Item Description Estimated Unit of Unit Price Extended No. Quantity Measure Total 7 Shop, Hourly Labor Rates, 500 Hours x $ 39.00 /hr = $19,500.00 • Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 8 Shop, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $ 1,560.00 0 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 1 9 Field, Hourly Labor Rates, 100 Hours x $ 39.00 /hr = $3,900.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. d 10 Field, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $ 1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 11 Teardown & Inspection 100 Hours x $ o /hr = $ o Charges (Shop), Hourly Labor Rate 12 Teardown & Inspection 100 Hours x $ 0 /hr = $ 0 Charges (Field), Hourly Labor Rate Group 3-Synchronous Motor Repair Services 13 Shop, Hourly Labor Rates, 500 Hours x $ 39.00 /hr = $ 19,500.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 14 Shop, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $ 1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 15 Field, Hourly Labor Rates, 500 Hours x $ 39.00 /hr = $ 19,500.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. TAW Orlando Service Center, Inc. Company Name Page 68 16 16 Field, Hourly Labor Rate, Non 40 Hours x $__19.00 /hr = $_1560-00 1 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 17 Teardown &Inspection 100 Hours x $____.0_/hr = $ 0 a Charges (Shop), Hourly Labor Rate 18 Teardown& Inspection 100 Hours x $__2___/hr = $ 0 Charges (Field), Hourly Labor Rate Group 4-Pumps 1000 Gallons per Minute Flow Capacity or Less 19 Shop, Hourly Labor Rates, Straight 500 Hours x $ 39.00 /hr = $_19,500.00 Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 20 Shop, Hourly Labor Rate, Non 40 Hours $__319.00 /hr = $_1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 21 Field, Hourly Labor Rates, Straight 100 Hours $ 39.00 /hr = $ 3,900.00 Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 22 Field, Hourly Labor Rate, Non 40 Hours $ 39.00 /hr = $ 1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day ^ Saturday and Sunday, or during County observed holidays 23 Teardown & Inspection Charges 100 Hours $ 0 /hr = $ 0 (Shop), Hourly Labor Rate 24 Teardown& Inspection Charges 100 Hours $ 0 /hr = $ 0 (Field), Hourly Labor Rate Group 5-Pump with pumping capacity 1001 G.P.M. to 10,000 G.P.M. Item Description Estimated Unit of Unit Price Extended No. Quantity Measure Total 25 Shop, Hourly Labor Rates, 500 Hours x $ 39.00 /hr = $__L9,500 00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 26 Shop, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $ 1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. TAW Oriando Service Center, Inc. Company Name Page 69 17 27 Field, Hourly Labor Rates, 100 Hours x $_L9 00 /hr = $_1,900 00 Straight Time Hours, 7:00 A.M —� through 7:00 P.M, Monday through Friday. 28 Field, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $_I:.560 00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 29 Teardown & Inspection 100 Hours x $ 0 /hr = $ 0 Charges (Shop), Hourly Labor Rate 30 Teardown& Inspection 100 Hours x $___L_/hr = Charges (Field), Hourly Labor Rate Group 6-Pump with pumping capacity 10,000 GPM or greater 31 Shop, Hourly Labor Rates, 500 Hours x $ 39.00 /hr = $19,500.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 32 Shop, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $1,560.00 , Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County ^ observed holidays 33 Field, Hourly Labor Rates, 100 Hours x $ 39.00 /hr = $ 3,900.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday 34 Field, Hourly Labor Rate, Non 40 Hours x $ 39.00 /hr = $ 1,560.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 35 Teardown 8° Inspection 100 Hours X $ o /hr = $ o Charges (Shop), Hourly Labor Rate 36 Teardown8° Inspection 40 Hours X $___2__/hr = $ o Charges (Field), Hourly Labor Rate TAW Orlando Service Center, Inc. Company Name Page 70 18 Group 7-Cranes, Rigging Rates, and Expedited Hourly Labor Rates 37 80 ton Crane with Operator and 40 Hours X $160.00 /hr = $6,400.00 Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 38 80 ton Crane with Operator and 40 Hours X $_L60.00 /hr = $_6,400-00 Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 39 150 ton Crane with Operator 40 Hours X $ 160.00 /hr = $ 6,400.00 " and Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 40 150 ton Crane with Operator 40 Hours X $ 160.00 /hr = $ 6,400.00 and Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 41 175 ton Crane with Operator 40 Hours X $ 160.00 /hr = $ 6,400.00 and Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 42 175 ton Crane with Operator 40 Hours X $_1 60 00 /hr = $6,400.00 and Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 43 300 ton Crane with Operator 40 Hours X $160.00 /hr = $6,400.00 and Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 44 300 ton Crane with Operator 40 Hours X $_L60-00 /hr = $ 6,400.00 and Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 45 Expedited Shop Hourly Labor 400 Hours X $ 60.00 /h = $ 24,000.00 Rate, 72 hour turnaround time, r for all pumps and motors identified in Lot A. TAW Orlando Service Center, Inc. Company Name Page 71 19 46 Expedited Shop Hourly Labor 400 Hours x $ 55.00 /hr = $ 22,000.00 Rate, 96 hour turnaround time, for all pumps and motors identified in Lot A. 47 Expedited Field Hourly Labor 400 Hours x $ 60.00 /hr = $ 24,000.00 Rate, 72 hour turnaround time, for all pumps and motors identified in Lot A. 48 Expedited Field Shop Hourly 400 Hours X $ 55.00 /hr = $ 22,000.00 Labor Rate, 96 hour turnaround time, for all pumps and motors identified in Lot A. Group 8- Parts/Material Adjustment Line Item 49 Parts and Material Adjustment (1+ .15 ) x$150,000= $ 172.500.00 for Wastewater Division expressed as a decimal markup for parts and materials over actual cost GRAND TOTAL LOT A, LINE ITEMS 1-49 $ 509,920.00 r TAW Orlando Service Center, Inc. Company Name Page 72 20 BID RESPONSE FORM IFB #Y17-136-TA The Contractor shall provide all labor and other resources necessary to provide the services in strict accordance with the scope of work/services defined in this solicitation for the amounts specified in this Bid Response Form, inclusive of overhead, profit and any other costs. LOT B: WATER TREATMENT PLANT Group 1-Electric Motor Repair Services- 600 Volt and Less Item Description Estimated Unit of Unit Price Extended No. Annual Measure Total Quantity 1 Shop, Hourly Labor Rates, 1000 Hours x $ 39.00 /hr = $ 39,000.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 2 Shop, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2,925.00 ' Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 3 Field, Hourly Labor Rates, 750 Hours x $ 39.00 /hr = $ 29,250.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 4 Field, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2,925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 5 Teardown & Inspection 750 Hours x $ 0 /hr = $ o Charges (Shop), Hourly Labor Rate 6 Teardown& Inspection 750 Hours x $ 0 /hr = $ 0 Charges (Field), Hourly Labor Rate TAW Orlando Service Center, Inc. Company Name Page 73 21 LOT B: WATER TREATMENT PLANT, Continued Group 2-Electric Motor Repair Services-Greater than 600 Volt Item Description Estimated Unit of Unit Price Extended No. Quantity Measure Total 7 Shop, Hourly Labor Rates, 1000 Hours x $ 39.00 /hr = $ 39,000.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 8 Shop, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $_2,925-00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 9 Field, Hourly Labor Rates, 750 Hours x $__19.00 /hr = $ 29,250.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 10 Field, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2,925.00 ~- Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 11 Teardown & Inspection 150 Hours x $__Q_/hr = $__D Charges (Shop), Hourly Labor Rate 12 Teardown &Inspection 75 Hours x $__L__/hr = $ o Charges (Field), Hourly Labor Rate Group 3-Synchronous Motor Repair Services 13 Shop, Hourly Labor Rates, Straight 500 Hours x $__39-00 /hr = $ I9.5oo.00-� Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 14 Shop, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2,925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 15 Field, Hourly Labor Rates, Straight 375 Hours x $ 39.00 /hr = $ X4,625.00 Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 16 Field, Hourly Labor Rate, Non 75 Hours x $__L9.00 /hr = $ 2,925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. TAW Orlando Service Center, Inc. Company Name Page 74 22 17 Teardown &Inspection Charges 375 Hours x $ 0 /hr = $ o (Shop), Hourly Labor Rate 18 Teardown& Inspection Charges 150 Hours x $ 0 /hr = $ 0 (Field), Hourly Labor Rate Group 4-Pumps 1000 Gallons per Minute Flow Capacity or Less 19 Shop, Hourly Labor Rates, Straight 1000 Hours x $ 39.00 /hr = $ 39.000.00 -e Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 20 Shop, Hourly Labor Rate, Non 75 Hours $ 39.00 /hr = $_.Z,925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 21 Field, Hourly Labor Rates, Straight 375 Hours $ 39.00 /hr = $ 14,625.00 Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 22 Field, Hourly Labor Rate, Non 75 Hours $ 39.00 /hr = $_2,925 00 — Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 23 Teardown & Inspection Charges 375 Hours $ 0 /hr = $ 0 (Shop), Hourly Labor Rate 24 Teardown& Inspection Charges 375 Hours $ o /hr = $ o (Field), Hourly Labor Rate Group 5-Pump with pumping capacity 1001 G.P.M. to 10,000 G.P.M. Item Description Estimated Unit of Unit Price Extended No. Quantity Measure Total 25 Shop, Hourly Labor Rates, 1500 Hours x $ 39.00 /hr = $ 58.5oo.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 26 Shop, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $_.2_,925-00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. 27 Field, Hourly Labor Rates, 375 Hours x $ 39.00 /hr = $ 14.625.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 28 Field, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2,925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays. TAW Orlando Service Center, Inc. Company Name Page 75 23 29 Teardown & Inspection 375 Hours x $ 0 /hr = $ 0 Charges (Shop), Hourly Labor Rate 30 Teardown& Inspection 375 Hours x $ 0 /hr = $ 0 Charges (Field), Hourly Labor Rate Group 6-Pump with pumping capacity 10,000 GPM or greater 31 Shop, Hourly Labor Rates, 250 Hours x $ 39.00 /hr = $ 9,750.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday. 32 Shop, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2,925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 33 Field, Hourly Labor Rates, 375 Hours x $ 39.00 /hr = $ 14,625.00 Straight Time Hours, 7:00 A.M through 7:00 P.M, Monday through Friday 34 Field, Hourly Labor Rate, Non 75 Hours x $ 39.00 /hr = $ 2.925.00 Standard Business Hours, 7:01 P.M through 6:59 A.M, weekends, all day Saturday and Sunday, or during County observed holidays 35 Teardown & Inspection 750 Hours X $ 0 /hr = $ 0 Charges (Shop), Hourly Labor Rate 36 Teardown& Inspection 375 Hours X $ 0 /hr = $ 0 Charges (Field), Hourly Labor Rate Group 7- Rigging and Crane Rates, Expedited Hourly Labor Rates 37 80 ton Crane with Operator and 100 Hours X $_.L60-00 Thr = $ 16,000.00 Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 38 80 ton Crane with Operator and 40 Hours X $ 160.00 /hr = $ 6,400.00 Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. TAW Orlando Service Center, Inc. Company Name Page 76 24 39 150 ton Crane with Operator 100 Hours X $ L6o.00 /hr = $ X6,000.00 a and Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 40 150 ton Crane with Operator 40 Hours X $ 160.00 /hr = $ 6,400.00 and Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 41 175 ton Crane with Operator 100 Hours X $ 160.00 /hr = $ 16,000.00 and Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. 42 175 ton Crane with Operator 40 Hours X $ 160.00 /hr = $ 6,400.00 and Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 43 300 ton Crane with Operator 100 Hours X $ 160.00 /hr = $ 16,000.00 a and Rigging, Straight Time, Standard Business Hours, 7:00 A.M to 7:00 P.M., Monday- Friday. r- 44 300 ton Crane with Operator 40 Hours X $_L60-00 /hr = $ 6,400.00 and Rigging, Non-Standard Business Hours, 7:01 P.M. — 6:59 A.M, E.S.T., Weekends, All Day Saturday and Sunday, and Holidays. 45 Expedited Shop Hourly Labor 40 Hours x $ 60.00 /hr = $2,400.00 '- Rate, 72 hour turnaround time, for all pumps and motors in Lot B 46 Expedited Shop Hourly Labor 40 Hours x $ 55.00 /hr = $ 2,200.00 Rate, 96 hour turnaround time, for all pumps and motors in Lot B. 47 Expedited Field Hourly Labor 40 Hours x $ 6o.00 /hr = $ 2,400.00 - Rate, 72 hour turnaround time, for all pumps and motors in Lot B 48 Expedited Field Hourly Labor 40 Hours x $_.55-00 /hr = $ 2,200.00 Rate, 96 hour turn around time, for all pumps and motors in Lot B TAW Orlando Service Center, Inc. Company Name Page 77 25 Group 8- Parts/Material Adjustment Line Item 49 Parts and Material Adjustment (1+ . 15 ) x$25,000= $ 28,750.00 for Water Division expressed as a decimal markup for parts and materials over actual cost GRAND TOTAL LOT B, LINE ITEMS 1-49 $ 484,400.00 TAW Orlando Service Center, Inc. Company Name IMPORTANT NOTE: When completing your bid, do not attach any forms which may contain terms and conditions that conflict with those listed in the County's bid documents(s). Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your bid being declared non-responsive as these changes will be considered a counteroffer to the County's bid. Inquiries regarding this Invitation for Bids may be directed to Tracy Attenasio, Purchasing Agent, at Tracy.Attenasio@ocfl.net Bid Response Documents -The following documents constitute your bid: A. Bid Response Form, Authorized Signatories/Negotiators, Drug-Free Workplace, Schedule of Sub-contracting, Conflict/Non-Conflict of Interest Form, E- Verification Certification, and current W9, Relationship Disclosure Form and Orange County Specific Project Expenditure Report. Please make sure forms are fully executed where required. B. Qualifications of Bidders information (Items A-1) and Attachment C, per Special Terms and Conditions. C. Completed attached reference documentation. Page 78 26 THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS: Company Name: TAW Orlando Service Center, Inc. NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID. TINM 59-3410703 D-U-N-S®# 067857482 3400 Bartlett Boulevard Orlando (Street No. or P.O. Box Number) (Street Name) (City) Orange Florida 32811 (County) (State) (Zip Code) Contact Person: Michael Castin Phone Number: Fax Number: 813-612-2600 813-622-8126 Email Address: michaef.castin@tawinc.com EMERGENCY CONTACT Emergency Contact Person: Nathan Scott Telephone Number: 407-423-1886 Cell Phone Number: 813-917-7223 Residence Telephone Number: 813-917-7223 Email: Nathan.Scott@tawinc.com ACKNOWLEDGEMENT OF ADDENDA The Bidder shall acknowledge receipt of any addenda issued to this solicitation by completing the blocks below or by completion of the applicable information on the addendum and returning it not later than the date and time for receipt of the bid. Failure to acknowledge an addendum that has a material impact on this solicitation may negatively impact the responsiveness of your bid. Material impacts include but are not limited to changes to scope of work/services, delivery time, performance period, quantities, bonds, letters of credit, insurance, or qualifications. Addendum No. ' , Date 2/8/2017 Addendum No. , Date Addendum No. , Date Addendum No. , Date Page 79 27 AUTHORIZED SIGNATORIES/NEGOTIATORS The Bidder represents that the following principals are authorized to sign bids, negotiate and/or sign contracts and related documents to which the bidder will be duly bound. Principal is defined as an employee, officer or other technical or professional in a position capable of substantially influencing the development or outcome of an activity required to perform the covered transaction. Name Title Telephone Number/Email James A.Turner, III President&CEO 813-621-5661 - James.Turner@tawinc.com Michael M.Maclnnes Treasurer 813-621-5661 - Michael.Maclnnes@tawinc.com February 14,2017 (Signature) (Date) Treasurer (Title) TAW Orlando Service Center, Inc. (Name of Business) The Bidder shall complete and submit the following information with the bid: Type of Organization Sole Proprietorship Partnership Non-Profit Joint Venture X Corporation State of Incorporation: Florida Principal Place of Business (Florida Statute Chapter 607): Orlando,Orange, Florida City/County/State THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA DIVISION OF CORPORATIONS. Federal I.D. number is 59-3410703 Page 80 28 DRUG-FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that TAW Orlando Service Center, Inc. does: Name of Business 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Florida Statute 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs 1 thru 5. As the person authorized to sign this statement, I certify that this firm complies fully with above requirements. Bidder's Signature February 14,2017 Date 29 SCHEDULE OF SUBCONTRACTING IFB NO.Y17-136-TA As specified in the General Terms and Conditions and the Bid Preference Clause in the Special Terms and Conditions, bidders are to present the details of subcontractor participation. Is the Sub- Contractor a Type of Work to Percent and Name Of Subcontractor Certified Address be Performed dollar amount M/WBE with of Contract Orange County Amount to be Government? Subcontracted N/A Company Name: TAW Orlando Service Center,Inc. 30 CONFLICT/NON-CONFLICT OF INTEREST STATEMENT CHECK ONE [x] To the best of our knowledge, the undersigned bidder has no potential conflict of interest due to any other clients, contracts, or property interest for this project. OR [ ] The undersigned bidder, by attachment to this form, submits information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. LITIGATION STATEMENT CHECK ONE [x] The undersigned bidder has had no litigation and/or judgments entered against it by any local, state or federal entity and has had no litigation and/or judgments entered against such entities during the past ten (10) years. [ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the past ten (10) years. TAW Orlando Service Center, Inc. COMPANY NAM 14 AUTHORIZED SIGNATURE Michael M. Maclnnes NAME (PRINT OR TYPE) Treasurer TITLE Failure to check the appropriate blocks above may result in disqualification of your bid. Likewise, failure to provide documentation of a possible conflict of interest, or a summary of past litigation and/or judgments, may result in disqualification of your bid. 31 E VERIFICATION CERTIFICATION r Contract No.Y17-136-TA hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing the use of the system to confirm the employment eligibility of the individuals classified below. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida statutes. All persons, including subcontractors and their workforce, who will perform work under Contract No.Y17-136-TA, Electric Motor and Pump Repair Services, within the state of Florida. NAME OF CONTRACTOR: TAW Orlando Service Center, Inc. ADDRESS OF CONTRACTOR: 3400 Bartlett Boulevard Orlando, FL 32811 AUTHORIZED SIGNATURE: TITLE: Treasurer DATE: February 14,2017 32 February 8, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y17-136-TA ELECTRIC MOTOR AND PUMP REPAIR SERVICES FOR WATER AND WASTEWATER DIVISIONS ADDENDUM NO.1 This addendum is hereby incorporated into the Invitation for Bids document. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions are indicated by stFike4hreug 1. Scope of Services, Article VIII, TRANSPORTATION, Item B, Truck Crane Service for equipment to be serviced, is hereby modified to include the following: Truck Cane Service shall be computed by using hourly rates listed on bid form page. Mobilization, mileage, fuel, or any other cost associated with supply of such service shall be included in hourly unit prices. Crane Hourly Rates shall be applicable to use of cranes under this Contract, regardless if owned by the Contractor or in the event the Contractor rents the cranes through a third party. County shall only be Fespensible te pay foF aGtual tome. The County may allow a 4 hour minimum to be charged for crane services. Failure to obtain County approval for such instances may result in delay of payment and/ or contract termination. Contractor shall round to the nearest quarter of an hour. Any freight or shipping damage cost incurred while Contractor is transporting County equipment will become the responsibility and absorbed by Contractor. 2. Scope of Services, Article X, PROVISION OF PARTS AND MATERIALS, is hereby modified to include the following Parts and/or Materials required for repairs shall be billed to the County at cost plus percent markup bid for parts and materials. The Contractor's mark-up shall bear any fees, standard freight, unavoidable taxes, and profit margins associated with the part. For invoices involving materials and/or parts, copies of list prices, catalogs, and/or receipts shall be submitted for verification to the County Project Manager or authorized designee, unless provided at time of quote. The Contractor is required to maintain documentation to ensure that every effort has been made by the Contractor to secure the lowest possible price for all parts and/or equipment used in this contract. IF #Y17-136-TA Addendum No. 1 Page 1 of 3 33 3. Scope of Services, XI, WARRANTY PROVISION, Section 2, is hereby modified to include the following: 2. Materials: The Contractor shall provide standard manufacturer warranty a n on all equipment/parts furnished against defect in materials. in the event the FnanufaGtuFeF waFFanty " 1eR9eF than th- Y,;r;.,,,,,,, five . The warranty for new equipment shall become effective on the date of delivery and acceptance by Orange County Utilities. The Contractor shall be responsible for processing all warranty returns / replacements at no additional cost to the County. 4. Clarification A. Lot A, Group 7, Rigging and Crane Rates, Expedited Hourly Labor Rates 1. Unit prices for Hourly Crane Rates as listed on the Bid Response Form, Pages 67 — 78, shall be applicable for Owned and/or the Rental of Cranes per the modification listed in Item 1. There are no changes to the bid response form pages. Questions and Answers A. Question: Is there an estimated dollar figure for Lot A and Lot B? Answer: There is no estimated dollar figure for Lot A and Lot B. This is a brand new contract. The Bid Response Form, pages 67 — 78, include estimated annual quantities. The contract award amount is dependent upon unit bid prices submitted by the lowest, responsive, responsible Bidder. B. Question: 2. Within a particular Lot #, would Orange County allow bids that encompassed only some of the Group #'s? Or is a price required to be submitted for each and every Group #within each Lot? For example, would it be possible to bid on Groups 4-8 without bidding on 1-3 (aka — pumps and pumps with submersible motors, but not motors that are physically separate from the pumps)? How will the Contractor be reimbursed for taxes? Can we add a line for unforeseen fees? Answer: In accordance with Special Terms and Conditions Article 4, AWARD (LOTS AND B), to be considered responsive, each bidder shall bid on each line item for every group contained in each LOT. Bidders may bid on Lot A and/or Lot B and do not have to bid on both Lots. The Bidder may not bid on partial groups within a Lot. In regards to reimbursement of taxes, please refer to Item 2 of this addendum. I F B#Y17-136-TA Addendum No. 1 Page 2 of 3 34 C. Question: Can you please clarify if the Synchronous motors called out in Group 3 encompass the submersible pump motors? Or would those motors also be covered under Group 1? Answer: Yes, Synchronous motors called out in Group 3 encompass the submersible pump motors. D. Question: Page 35, Item #XI Warranty Provision, A. New Equipment calls for the contractor to warranty any new equipment for a period of 5 years in workmanship and materials. But almost all of the brands of pumps and motors that the County has listed in the "equipment list" in this bid only come from the manufacturer with a 1 year warranty, so the bidding Contractor's can not offer an additional 4 year warranty on this equipment. Please clarify if these two paragraphs should read "up to 5 years, based on the manufacturer's warranty". Answer: Please see Item 3 of this addendum. ACKNOWLEDGEMENT OF ADDENDA a. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. b. Receipt acknowledged by: ,1 A ALI" _ February 15.2017 Authorized Signer-Howard L.Mills Date Signed Corporate Contracts Manager Title TAW Orlando Service Center Inc. Name of Bidder 1 FB#Y17-136-TA Addendum No. 1 Page 3 of 3 35 February 8, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB #Y17-136-TA ELECTRIC MOTOR AND PUMP REPAIR SERVICES FOR WATER AND WASTEWATER DIVISIONS ADDENDUM NO.1 This addendum is hereby incorporated into the Invitation for Bids document. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions are indicated by s+rikethr,,u 1. Scope of Services, Article VIII, TRANSPORTATION, Item B, Truck Crane Service for equipment to be serviced, is hereby modified to include the following: Truck Cane Service shall be computed by using hourly rates listed on bid form page. Mobilization, mileage, fuel, or any other cost associated with supply of such service shall be included in hourly unit prices. Crane Hourly Rates shall be applicable to use of cranes under this Contract, regardless if owned by the Contractor or in the event the Contractor rents the cranes through a third party. QA-''n�nnll eRly he Fespenoihle to pay feF aGt al +ippe. The County may allow a 4 hour minimum to be charged for crane services. Failure to obtain County approval for such instances may result in delay of payment and/ or contract termination. Contractor shall round to the nearest quarter of an hour. Any freight or shipping damage cost incurred while Contractor is transporting County equipment will become the responsibility and absorbed by Contractor. 2. Scope of Services, Article X, PROVISION OF PARTS AND MATERIALS, is hereby modified to include the following Parts and/or Materials required for repairs shall be billed to the County at cost plus percent markup bid for parts and materials. The Contractor's mark-up shall bear any fees, standard freight, unavoidable taxes, and profit margins associated with the part. For invoices involving materials and/or parts, copies of list prices, catalogs, and/or receipts shall be submitted for verification to the County Project Manager or authorized designee, unless provided at time of quote. The Contractor is required to maintain documentation to ensure that every effort has been made by the Contractor to secure the lowest possible price for all parts and/or equipment used in this contract. IFB #Y17-136-TA Addendum No. 1 Page 1 of 3 36 3. Scope of Services, XI, WARRANTY PROVISION, Section 2, is hereby modified to include the following: 2. Materials: The Contractor shall provide standard manufacturer warranty a U,rp ref fide yearswarra A-i on all equipment/parts furnished against defect in materials. ',A th P- P..'P—At th P- m cttfi leRgeF an the minim1im fide. year peried, the mea iPer Warronf„ pe ied shall prevail. The warranty for new equipment shall become effective on the date of delivery and acceptance by Orange County Utilities. The Contractor shall be responsible for processing all warranty returns / replacements at no additional cost to the County. 4. Clarification A. Lot A, Group 7, Rigging and Crane Rates, Expedited Hourly Labor Rates 1. Unit prices for Hourly Crane Rates as listed on the Bid Response Form, Pages 67 — 78, shall be applicable for Owned and/or the Rental of Cranes per the modification listed in Item 1. There are no changes to the bid response form pages. Questions and Answers A. Question: Is there an estimated dollar figure for Lot A and Lot B? Answer: There is no estimated dollar figure for Lot A and Lot B. This is a brand new contract. The Bid Response Form, pages 67 — 78, include estimated annual quantities. The contract award amount is dependent upon unit bid prices submitted by the lowest, responsive, responsible Bidder. B. Question: 2. Within a particular Lot #, would Orange County allow bids that encompassed only some of the Group #'s? Or is a price required to be submitted for each and every Group # within each Lot? For example, would it be possible to bid on Groups 4-8 without bidding on 1-3 (aka — pumps and pumps with submersible motors, but not motors that are physically separate from the pumps)? How will the Contractor be reimbursed for taxes? Can we add a line for unforeseen fees? Answer: In accordance with Special Terms and Conditions Article 4, AWARD (LOTS AND B), to be considered responsive, each bidder shall bid on each line item for every group contained in each LOT. Bidders may bid on Lot A and/or Lot B and do not have to bid on both Lots. The Bidder may not bid on partial groups within a Lot. In regards to reimbursement of taxes, please refer to Item 2 of this addendum. IFB #Y17-136-TA Addendum No. 1 Page 2 of 3 37 C. Question: Can you please clarify if the Synchronous motors called out in Group 3 encompass the submersible pump motors? Or would those motors also be covered under Group 1? Answer: Yes, Synchronous motors called out in Group 3 encompass the submersible pump motors. D. Question: Page 35, Item # XI Warranty Provision, A. New Equipment calls for the contractor to warranty any new equipment for a period of 5 years in workmanship and materials. But almost all of the brands of pumps and motors that the County has listed in the "equipment list" in this bid only come from the manufacturer with a 1 year warranty, so the bidding Contractor's can not offer an additional 4 year warranty on this equipment. Please clarify if these two paragraphs should read "up to 5 years, based on the manufacturer's warranty". Answer: Please see Item 3 of this addendum. ACKNOWLEDGEMENT OF ADDENDA a. The bidder shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the bid. b. Receipt acknowledged by: Authorized Signer Date Signed Title Name of Bidder IFB #Y17-136-TA Addendum No. 1 Page 3 of 3 38 Issue Date: January 20, 2017 INVITATION FOR BIDS #Y17-136-TA NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Orange County, Florida, henceforth referred to as the County is accepting sealed bids for: Electric Motor and Pump Repair Services for Water and Wastewater Divisions TERM CONTRACT Sealed bid offers in an original and three (3) copies for furnishing the above will be accepted up to February 16, 2017, at 2:00 P.M., E.S.T, in the Procurement Division, Internal Operations Centre II, 400 E. South Street, 2nd Floor, Orlando, FL 32801. Copies of the bid documents may be obtained from the Orange County Procurement Division at the above address. Copies may be requested by phoning (407) 836-5635 or by download from the Internet at: http://apps.ocfl.net/orangebids/bidopen.asp A Non-Mandatory Pre-Bid Conference will be held on Friday, January 27, 2017, beginning at 1:00 P.M. The Pre-Bid Conference will be held at Orange County Southern Regional Water Supply Facility, 13000 S. Orange Ave, Orlando, FL 32824-6031. Attendance is not mandatory but is encouraged. Carrie Woodell, MPA, CFCM, CPPD, C.P.M. Manager, Procurement Division NOTICE TO BIDDERS To ensure that your bid is responsive, you are urged to request clarification or guidance on any issues involving this solicitation before submission of your response. Your point- of-contact for this solicitation is Tracy Attenasio, Senior Purchasing Agent at Tracy.Attenasio(a)ocfl.net. 39 TABLE OF CONTENTS DESCRIPTION PAGE GENERAL TERMS AND CONDITIONS 2-13 SPECIAL TERMS AND CONDITIONS 14-26 SCOPE OF SERVICES 27-66 BID RESPONSE FORM 67-78 EMERGENCY CONTACTS 79 ACKNOWLEDGEMENT OF ADDENDA 79 AUTHORIZED SIGNATORIES/NEGOTIATORS 80 REFERENCES 81-82 DRUG-FREE WORKPLACE FORM SCHEDULE OF SUBCONTRACTING FORM CONFLICT/NON-CONFLICT OF INTEREST FORM E-VERIFICATION CERTIFICATION RELATIONSHIP DISCLOSURE FORM RELATIONSHIP DISCLOSURE FORM - FREQUENTLY ASKED QUESTIONS (FAQ) ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT EXPENDITURE REPORT- FREQUENTLY ASKED QUESTIONS (FAQ) AGENT AUTHORIZATION FORM EXHIBIT A - LEASED EMPLOYEE AFFIDAVIT EXHIBIT B - COMMERCIAL GENERAL LIABILITY EXHIBIT C - COMMERCIAL GENERAL LIABILITY EXHIBIT D -WORKERS COMPENSATION & EMPLOYEES LIABILITY INSURANCE POLICY EXHIBIT E -WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US ATTACHMENT A-WASTEWATER TREATMENT PLANT'S EQUIPMENT LIST ATTACHMENT B -WATER TREATMENT PLANT'S EQUIPMENT LIST ATTACHMENT C - REPAIR (MACHINE) SHOP COMPLIANCE CHECKLIST i 40 GENERAL TERMS AND CONDITIONS 1 . GENERAL INFORMATION These specifications constitute the complete set of requirements and bid forms. The bid response page(s), and all forms listed on the bid response page(s) shall be completed, signed, and sealed in an envelope bearing the bid number on the outside and mailed or presented to the Procurement Division on or before the specified time and date. Failure to comply with the preceding requirements shall result in the rejection of the bid. Bids submitted by e-mail, telephone or fax shall not be accepted. An e- mailed or a faxed bid shall be rejected as non-responsive regardless of where it is received. It is the sole responsibility of the Bidder to ensure that their bid reaches the Procurement Division. All bids, unless otherwise specified, must be delivered to the following address no later than the time and date specified in the solicitation: Procurement Division Internal Operations Centre II 400 E. South Street, 2nd Floor Orlando, FL 32801 Bidders are cautioned that they are responsible for delivery to the specific location cited above. Therefore, if your bid is delivered by an express mail carrier or by any other means, it is your responsibility to ensure delivery to the above address. This office will not be responsible for deliveries made to any place other than the specified address. The County shall not be responsible for delays caused by any occurrence. The time/date stamp clock located in the Procurement Division shall serve as the official authority to determine lateness of any bid. The bid time shall be scrupulously observed. Under no circumstances shall bids delivered after the time specified be considered. Late bids will be returned to the Bidder unopened. The decision to refuse to consider a bid that was received beyond the date/time established in the solicitation shall not be the basis for a protest pursuant to the Orange County Code (Procurement Ordinance). All bids must be typewritten or filled in with pen and ink, and must be signed in ink by an officer or employee having authority to bind the company or firm. Errors, corrections, or changes on any document must be initialed by the signatory of the bid. Bidders shall not be allowed to modify their bids after the opening time and date. Bid files may be examined during normal working hours, thirty (30) days after bid opening or upon recommendation for award, whichever occurs first. Bidders desiring to view these documents are urged to schedule an appointment. For information concerning this bid, please contact the Procurement Division at the address listed above or by calling 407-836-5635. Please specify the bid number for which you are inquiring. Page 2 41 2. QUESTIONS REGARDING THIS SOLICITATION All questions or concerns regarding this Invitation for Bids shall be submitted by email to Tracy.Attenasio(a�ocfl.net, no later than 5:00 PM Friday, February 3, 2017 to the attention of Tracy Attenasio, Procurement Division, referencing the IFB number. When required the Procurement Division shall issue an addendum to the Invitation for Bids. The addendum shall be available on the Internet for access by potential Bidders. Bidders are instructed not to contact the initiating division directly. No oral interpretation of this Invitation for Bids shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division. This provision exists solely for the convenience and administrative efficiency of Orange County. No Bidder or other third party gains any rights by virtue of this provision or the application thereof, nor shall any Bidder or third party have any standing to sue or cause of action arising there from. 3. FEDERAL AND STATE TAX The County is exempt from Federal and State Sales and Use Taxes for tangible personal property (Certificate of Registry for tax transactions under Chapter 32, Internal Revenue Code and Florida Sales/Use Tax Exemption Certificate). The Manager, Procurement Division will sign an exemption certificate submitted by the Contractor. Contractors doing business with the County shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor shall any Contractor be authorized to use the County's Tax Exemption Number in securing such materials. 4. ACCEPTANCE/REJECTION/CANCELLATION The County reserves the right to accept or to reject any or all bids and to make the award to that bidder who, in the opinion of the County, will be in the best interest of and/or the most advantageous to the County. The County also reserves the right to reject the bid of any bidder who has previously failed in the proper performance of an award or to deliver on time contracts of a similar nature or who, in the County's opinion, is not in a position to perform properly under this award. The County reserves the right to inspect all facilities of bidders in order to make a determination as to the foregoing. The County reserves the right to waive any irregularities and technicalities and may, at its discretion, request a re- bid. Award will be made to the lowest responsive and responsible bidder as determined by the County. The County reserves the right, and the Manager, Procurement Division has absolute and sole discretion, to cancel a solicitation at any time prior to approval of the award by the Board of County Commissioners when such approval is required. The decision to cancel a solicitation cannot be the basis for a protest pursuant to the Orange County Code. Page 3 42 5. NO BID Where more than one item is listed, any items not bid upon shall be indicated as "NO BID". 6. CONFLICT OF INTEREST The award is subject to provisions of applicable State Statutes and County Ordinances. All bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of Orange County. Further, all bidders must disclose the name of any County employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Bidder's firm or any of its branches. Should the Contractor permanently or temporarily hire any County employee who is, or has been, directly involved with the Contractor prior to or during performance of the resulting contract, the contract shall be subject to immediate termination by the County. 7. LEGAL REQUIREMENTS All applicable Federal and State laws and County ordinances that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder shall in no way be a cause for relief from responsibility. A. Contractors doing business with the County are prohibited from discriminating against any employees, applicant, or client because of race, religion, color, disability, national origin, gender, or age with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection. B. Businesses wishing to participate in the County procurement process as an Orange County Certified M/WBE firm are required to complete a certification application to attain recognition as such. You may contact the Procurement Division or the Business Development Division for information and assistance. 8. MISTAKES In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the Bidder's total will be corrected accordingly. Bidders must check their bid where applicable. Failure to do so will be at the Bidder's risk. Bids having erasures or corrections must be initialed in ink by the Bidder. 9. AVAILABILITY OF FUNDS The obligations of the County under this award are subject to the availability of funds lawfully appropriated for its purpose by the State of Florida and the Orange County Board of County Commissioners, or other specified funding source for this procurement. Page 4 43 10. EEO STATEMENT It is hereby declared that equal opportunity and nondiscrimination shall be the County's policy intended to assure equal opportunities to every person, regardless of race, religion, sex, sexual orientation and gender expression/identity, color, age, disability or national origin, in securing or holding employment in a field of work or labor for which the person is qualified, as provided by Section 17-314 of the Orange County Code and the County Administrative Regulations. Further, the Contractor shall abide by the following provisions: A. The Contractor shall represent that the Contractor has adopted and maintains a policy of nondiscrimination as defined by applicable County ordinance throughout the term of this contract. B. The Contractor shall allow reasonable access to all business and employment records for the purpose of ascertaining compliance with the non-discrimination provision of the contract. The provisions of the prime contract shall be incorporate by the Contractor into the contracts of any applicable subcontractors. 11. BID TABULATION AND RESULTS Bid tabulations shall be available thirty (30) days after opening on the Orange County website at: http://apps.ocfl.net/orangebids/bidresults/results.asp , or upon notice of intended action, whichever is sooner. 12. BID FORMS All bids must be submitted on the County's standard Bid Response Form. Bids on Bidder's quotation forms shall not be accepted. 13. RECIPROCAL PREFERENCE In the event the lowest responsive and responsible bid submitted in response to any Invitation for Bids is by a bidder whose principal place of business is in a county other than Orange County, and such county grants a bid preference for purchases to a bidder whose principal place of business is in such county, then Orange County may award a preference to the (next) lowest responsive and responsible bidder having a principal place of business within Orange County, Florida. Such preference will be equal to the preference granted by the county in which the lowest responsive and responsible bidder has its principal place of business except as provided below. 1. Effective July 1, 2015 the reciprocal local preference will not apply to construction services in which 50 percent or more of the cost will be paid from state-appropriated funds which have been appropriated at the time of the competitive solicitation. 2. If the solicitation involves a federally funded project where the funding source requirements prohibit the use of state and/or local preferences, the reciprocal local preference will not be applied. Page 5 44 14. POSTING OF RECOMMENDED AWARD AND PROTESTS The recommended award will be posted for review by interested parties at the Procurement Division and at: http://apps.ocfl.net/OrangeBids/AwardsRec/default.asp prior to submission through the appropriate approval process and will remain posted for a period of five (5) full business days. • Orange County Lobbyist Regulations General Information http://www.orangecountyf1.net/OpenGovernment/LobbingAtOrangeC ounty.aspx A lobbying blackout period shall commence upon issuance of the solicitation until the Board selects the Contractor. For procurements that do not require Board approval, the blackout period commences upon solicitation issuance and concludes upon contract award. The Board of County Commissioners may void any contract where the County Mayor, one or more County Commissioners, or a County staff person has been lobbied in violation of the black-out period restrictions of Ordinance No. 2002-15. • Orange County Protest Procedures http://www.orangecountyfl.net/VendorServices/VendorProtestProced ures.aspx Failure to file a protest with the Manager, Procurement Division by 5:00 PM on the fifth full business day after posting, shall constitute a waiver of bid protest proceedings. 15. BID AND RELATED COSTS By submission of a bid, the Bidder agrees that any and all costs associated with the preparation of the bid will be the sole responsibility of the Bidder. The Bidder also agrees that the County shall bear no responsibility for any costs associated with the preparation of the bid including but not limited to any administrative or judicial proceedings resulting from the solicitation process. 16. CONTRACTUAL AGREEMENT This Invitation for Bids shall be included and incorporated in the final contract or purchase order. The order of contract precedence will be the contract (purchase order), bid document, and response. Any and all legal actions associated with this Invitation for Bids and/or the resultant contract (purchase order) shall be governed by the laws of the State of Florida. Venue for any litigation involving this contract shall be the Ninth Circuit Court in and for Orange County, Florida. 17. PUBLIC ENTITY CRIME Section 287.133(3)(d), Florida Statutes, provides that the Florida Department of Management Services shall maintain a list of the names and addresses of those who have been disqualified from participating in the public contracting process under this section. Page 6 45 http://www.dms.myflorida.com/business operations/state purchasing/ven dor information/convicted suspended discriminatory complaints vendor lists/convicted vendor list A person or affiliate who has been placed on The Convicted Vendor list following a conviction for a public entity crime shall not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, shall not submit bids on leases of real property to a public entity, shall not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and shall not transact business with any public entity in excess of the threshold amount provided in Florida Statute Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on The Convicted Vendor List. 18. DRUG-FREE WORKPLACE FORM The Drug-Free Workplace Form is attached and shall be completed and submitted with your bid. 19. SUBCONTRACTING Bidders subcontracting any portion of the work shall state name and address of subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors Form". 20. CONFLICT OF INTEREST FORM Bidder shall complete the Conflict of Interest Form attached hereto and submit it with their bid. 21. ETHICS COMPLIANCE The following forms are included in this solicitation and shall be completed and submitted as indicated below: A. Orange County Specific Project Expenditure Report -The purpose of this form is to document any expenses incurred by a lobbyist for the purposes described in Section 2-351, Orange County Code. This form shall be completed and submitted with all bid responses to an Orange County solicitation. Any questions concerning this form shall be addressed to the purchasing agent identified in the applicable solicitation. B. Relationship Disclosure Form —The purpose of this form is to document any relationships between a bidder to an Orange County solicitation and the Mayor or any other member of the Orange County Board of County Commissioners. This form shall be completed and submitted with the applicable bid to an Orange County solicitation. No contract award shall be made unless these forms have been completed and submitted with the bid. Any questions concerning these forms shall be addressed to the purchasing agent identified in this solicitation. Also, a listing of the most frequently asked questions concerning these forms is attached to each for your information. Page 7 46 22. SUBMISSION OF BID The bid must be mailed or hand delivered in a sealed envelope to: ORANGE COUNTY PROCUREMENT DIVISION Internal Operations Centre II 400 E. South Street, 2nd Floor Orlando, Florida 32801 Bidders must indicate on the sealed envelope the following: A. Invitation for Bids Number B. Hour and Date of Opening C. Name of Bidder Bids received after the time, date, and/or at the location specified, due to failure to identify the envelope with the above information shall be rejected. 23. COPIES Copies of documents, records, materials, and/or reproductions requests will be charged in accordance with Orange County's fee schedule. Copyrighted materials may be inspected, but cannot be copied or reproduced per Federal law. 24. PROPRIETARY/RESTRICTIVE SCOPE OF WORK/SERVICES If a prospective bidder considers the scope of work/services contained herein to be proprietary or restrictive in nature, thus potentially resulting in reduced competition, they are urged to contact the Procurement Division prior to bid opening. Specifications which are unrelated to performance will be considered for deletion via addendum to this Invitation for Bids. 25. ASSISTANCE WITH SCOPE OF WORK/SERVICES Any prospective bidder who assisted the County in developing or writing the scope of work/services contained herein are requested to so note such on the bid response page. 26. PAYMENT TERMS/DISCOUNTS The County's payment terms are in accordance with Florida Statute 218, Local Government Prompt Payment Act. Cash discounts for prompt payment shall not be considered in determining the lowest net cost for bid evaluation purposes. 27. PATENTS AND ROYALTIES Unless otherwise provided, the Contractor shall be solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of the contract resulting from this Invitation for Bids. The Contractor, without exception, shall indemnify and save harmless the County 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 supplied by the Contractor. In the Page 8 47 event of any claim against the County of copyright or patent infringement, the County shall promptly provide written notification to the Contractor. If such a claim is made, the Contractor shall use its best efforts to promptly purchase for the County any infringing products or services or procure a license, at no cost to the County, which will allow continued use of the service or product. If none of the alternatives are reasonably available, the County agrees to return the article on request to the Contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. 28. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall defend, indemnify, and hold harmless the County, its officials, agents, and employees from and against any and all claims, suits, judgments, demands, liabilities, damages, cost and expenses including attorney's fees of any kind or nature whatsoever arising directly or indirectly out of or caused in whole or in part by any act or omission of the Contractor or its subcontractors, anyone directly or indirectly employed by them, or anyone for whose acts any of them may be liable; excepting those acts or omissions arising out of the sole negligence of the County. 29. CLARIFICATIONS It is the Bidder's responsibility to become familiar with and fully informed regarding the terms, conditions and specifications of this Invitation for Bids. Lack of understanding and/or misinterpretation of any portions of this Invitation for Bids shall not be cause for withdrawal of your bid after opening or for subsequent protest of award. Bidder's must contact the Procurement Division, at the phone number on the bid cover sheet prior to bid opening, should clarification be required. Modification or alteration of the documents contained in the solicitation or contract shall only be valid if mutually agreed to in writing by the Bidder and the County. 30. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement: A. The prices in this bid have been arrived at independently, without consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. B. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and, Page 9 48 C. No attempt has been made or shall be made by the Bidder to induce any other person or bidder to submit or not to submit a bid for the purpose of restricting competition. 31. SUCCESSORS AND ASSIGNS The County and the Contractor each binds itself and its partners, successors, executors, administrators, and assigns to the other party of this Contract and to the partners, successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the County nor the Contractor shall assign, sublet, convey or transfer its interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the County which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the County and the Contractor. 32. PRICING/AUDIT The Contractor shall establish and maintain a reasonable accounting system, which enables ready identification of Contractor's cost of goods and use of funds. Such accounting system shall also include adequate records and documents to justify all prices for all items invoiced as well as all charges, expenses and costs incurred in providing the services for at least five (5) years after completion of this contract. The County or its designee shall have access to such books, records, subcontract(s), financial operations, and documents of the Contractor or its subcontractors, as required to comply with this section for the purpose of inspection or audit anytime during normal business hours at the Contractor's place of business. This right to audit shall include the Contractor's subcontractors used to procure services under the contract with the County. Contractor shall ensure the County has these same rights with subcontractors and suppliers. 33. EMPLOYEES OF THE CONTRACTOR All work under this contract shall be performed in a professional and skillful manner. The County may require, in writing, that the Contractor, remove from this contract any employee the County deems incompetent, careless, or otherwise objectionable. 34. TOBACCO FREE CAMPUS All Orange County operations under the Board of County Commissioners shall be tobacco free. This policy shall apply to parking lots, parks, break areas and worksites. It is also applicable to Contractors and their personnel during contract performance on County owned property. Tobacco is defined as tobacco products including, but not limited to, cigars, cigarettes, e-cigarettes, pipes, chewing tobacco and snuff. Failure to abide by this policy may result in civil penalties levied under Chapter 386, Florida Statutes and/or contract enforcement remedies. Page 10 49 35. CONTRACT CLAIMS "Claim" as used in this provision means a written demand or written assertion by one of the contracting parties seeking as a matter of right, the payment of a certain sum of money, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. Claims made by a Contractor against the County, relating to a particular contract shall be submitted to the Manager, Procurement Division in writing clearly labeled "Contract Claim" requesting a final decision. The Contractor also shall provide with the claim a certification as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the County is liable; and that I am duly authorized to certify the claim on behalf of the Contractor." Failure to document a claim in this manner shall render the claim null and void. No claim shall be accepted after final payment of the contract. The decision of the Manager, Procurement Division shall be issued in writing and furnished to the Contractor. The decision shall state the reasons for the decision reached. The Manager, Procurement Division shall render the final decision within sixty (60) days after receipt of Contractor's written request for a final decision. The Manager, Procurement Division decision shall be final and conclusive. The Contractor shall proceed diligently with performance of this contract pending final resolution of any request for relief, claim, appeal or action arising under the contract and shall comply with any final decision rendered by the Manager, Procurement Division. 36. VERIFICATION OF EMPLOYMENT STATUS Prior to the employment of any person under this contract, the Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the contract term, and an express requirement that Contractors include in such subcontracts the requirement that subcontractors performing work or providing services pursuant to the state contract utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. For more information on this process, please refer to United States Citizenship and Immigration Service site at: http://www.uscis.gov/portal/site/uscis. Only those employees determined eligible to work within the United States shall be employed under this contract. By submission of a bid in response to this solicitation, the Contractor affirms that all employees in the above categories shall undergo e-verification before placement on this contract. The Contractor shall commit to comply with this requirement by completing the E-Verification certification, attached to this solicitation. Page 11 50 37. CONFIDENTIAL INFORMATION In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable State or Federal Law, all proposers should be aware that Invitation for Bids and the responses thereto are in the public domain. Bidders must identify specifically any information contained in their response which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. If a Bidder fails to cite the applicable exempting law, we will treat the information as public. 38. FEDERAL REQUIREMENTS In the event this Contract is paid in whole or in part from any federal government agency or source, the specific terms, regulations and requirements governing the disbursement of these funds shall be specified herein and become a part of this clause. All Contracts in excess of one hundred thousand dollars ($100,000) shall comply with all the requirements of Section 114 of the Clean Air Act (42 USC 7401 et seq.) as amended and Section 308 of the Federal Water Pollution Control Act (33 USC 1251 et seq.) as amended. 39. PUBLIC RECORDS COMPLIANCE Orange County is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by Orange County to perform the service. 2. Upon request from Orange County's custodian of public records, provide Orange County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to Orange County. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to Orange County all public records in possession of the Contractor or keep and maintain public records required by Orange County to perform the service. If the Contractor transfers all public record to Orange County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon Page 12 51 completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to Orange County, upon request from Orange County's custodian of public records, in a format that is compatible with the information technology systems of Orange County. 5. A Contractor who fails to provide the public records to Orange County within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. 6. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT : Procurement Public Records Liaison 400 E. South Street, 2nd Floor, Orlando, FL 32801 ProcurementRecords(a-)-ocfl.net, 407-836-5897 Page 13 52 SPECIAL TERMS AND CONDITIONS 1. PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference will be held on Friday, January 27, 2017, beginning at 1:00 P.M. The Pre-Bid Conference will be held at Orange County Southern Regional Water Supply Facility, 13000 S. Orange Ave, Orlando, FL 32824-6031. Attendance is not mandatory but is encouraged. At that time, the County's representative will be available to answer questions relative to this Invitation for Bids. Any suggested modifications may be presented in writing to, or discussed with, the County's representative(s) at this meeting and may be considered by said representative(s) as possible amendments to the Invitation for Bids. 2. QUALIFICATION OF BIDDERS This bid shall be awarded to a responsible, responsive bidder, qualified by experience to provide the work specified. Each Bidder shall submit the following information with the bid regardless of bidding on Lot A and/or Lot B. A. Bidder shall submit documentation demonstrating that firm name identified on the bid response form has been in waterworks as well as motor and pump repairs for a minimum of five (5) years. Documentation may be in the form of Articles of Incorporation, past business tax receipts, and/or past copies of occupational licenses. B. Bidder shall have a minimum of three (3) satisfactory references for accounts similar in size and scope of work, completed within the last five (5) years. Using the attached reference sheets, Bidder shall provide the following information: 1. Brief description of the size of account including estimated contract dollar and estimated number of pumps and/or motors serviced. 2. Type of services provided including pump, motor, and gearbox reconditioning/rewinding services, diagnostic services, motor and pump related parts and repair services. 3. The facility shop(s) location that serviced the account. 4. Start/end dates of contract, names, addresses, email addresses, and telephone numbers of the owners within the last five (5) years by completing the attached reference sheets. C. Bidder shall detail the Name(s) and Address(es) of all repair(machine) shops that will service the County's account. Bidder shall detail the contact information for the following services. Contact information shall include name(s), positions, phone number(s), and email address (es). Page 14 53 1. Scheduling of standard, non- emergency inspections and repair services. 2. Scheduling of non -standard business hour inspections and repair services. 3. Contact information for emergency services (3 hour response time) 4. General billing/accounts payable questions. D. All repair (machine) shops used in the performance of this contract shall meet the all requirements specified in the Scope of Services. Bidder shall demonstrate that each facility indicated for use meets these requirements by completing the checklist as provided in Attachment C. E. List of personnel, by name and title, contemplated to perform the work including management, supervisors, and qualified technicians. Include a list of certifications, licenses, qualifications, and contact information for each staff member assigned to this contract. Contractor's list of personnel shall collectively meet the following minimum requirements. 1. Bidder shall have a minimum of one (1) on-site technician at the Contractor's shop who is factory trained for at least one (1) major pump and motor manufacturer including but not limited to Aurora, Crane Deming, Zoeller, Fairbanks Morse, Gorman Rupp, and Peerless. They shall have the skill, knowledge, proficiency, and other necessary qualifications to install, maintain, troubleshoot, inspect, disassemble, repair, rebuild, replace, and reassembly any of the Orange County pumps, motors, and right angle gear drives. Bidder shall submit a resume and copies of training certifications to demonstrate they satisfy the aforementioned requirement. 2. Bidder shall have a minimum of one (1) designated technician who has a minimum of five (5) years' experience in motor and pump maintenance, inspections, repairs, and installation and/or startup of centrifugal, self-priming centrifugal, and multistage vertical turbine and split case horizontal cold water pumps in sizes up to at least 54 inches in diameter. They must have experience as a factory trained presentative for at least one (1) major pump manufacturer such as Aurora, Crane Deming, Zoeller, Fairbanks Morse, Gorman Rupp, and/or Peerless. The Contractor shall submit, in addition to a detailed resume, training documents to demonstrate the aforementioned. 3. Bidder shall have a minimum of two (2) repair technicians with a minimum of five (5) years' experience in repair-recondition and repair-rewind of submersible pumps assigned to performed work as specified in this contract. Bidder shall submit detailed resumes and copies of training certificates to demonstrate the aforementioned requirement. Page 15 54 4. The Bidder's repair(machine) shop must employ a full time a machinist on call 24 hours a day, 7 days a week to do any emergency work. The machinist must have at least five (5) years' experience on lathes and milling machines. Bidder shall submit detailed resumes and copies of training certificates to demonstrate the aforementioned requirement. F. Bidder to providing a statement confirming adherence to the time requirements specified in the scope of services and detail the methods that will be in place to ensure reliability of the system(s) during emergencies. Detail delivery methods for all equipment and services, including emergency and non-emergency services. G. Provide a copy of bidder's quality assurance plan to assure that all applicable standards, regulations, laws and statutes are being adhered to during the life of the contract. Quality Control Plan shall include a minimum of maintain clean tanks, resin temperature, quarterly resin testing, vacuum pumps, and control panel. Detailed plan shall also detail the number and size of clients and/or projects currently under contract and how the Bidder will manage existing workload in addition to County's requirements. Failure to submit the above requested information may be cause for rejection of your bid. The determination on whether a bidder is responsible or not shall be at the sole discretion of the County. Although the County may request the submission of a minimum number of contracts similar to the requirements of this solicitation with certain minimum dimensions, quantities, dollar values, etc., the County's determination of a bidder's responsibility shall not be solely based on the number of similar procurements the bidder provides but the entirety of the bidder's qualifications. Prior to recommendation of award, the County will perform a compliance inspection at the bidder(s)' and/ or subcontractor's site(s) to verify compliance to the requirements specified herein. The County will use the checklist provided in Attachment C to verify compliancy to the minimum requirements specified for the Bidder's repair (machine) shop and/or listed subcontractor's repair(machine) shop. During the inspection, if it is determined by the County, at its sole discretion, that the bidder's repair (machine) shop does not meet the minimum requirements as denoted in the Scope of Services, the Bidder shall be deemed non-responsible. 3. LICENSES AND PERMITS A. Bidders to be considered for contract award under this Invitation for Bids shall be either "registered" or "certified" by the State of Florida, Department of Professional Regulation and licensed by all other federal, state, county or municipal agencies which may have jurisdiction over the type of work to be performed under this solicitation. Page 16 55 B. Required licenses shall be in the Bidder's name as it appears on the Bid Response Form. Bidder shall supply appropriate license numbers, with expiration dates, as part of their bid. Failure to maintain and provide proof of proper licensing, certification and registration may be grounds for rejection of the bid. C. Upon notification, the Bidder shall provide copies of all applicable licenses. 4. AWARD (LOTS A AND B) FOR LOT A, Wastewater Division Pumps and Elector Motor Repair Services: Award shall be made on all or none total estimated basis to the lowest responsive and responsible Contractor on a lot-by-lot basis. The County reserves the right to make multiple awards for Lot A at the County's sole discretion. In the event there is only one bid response, the County reserves the right to award to one bidder. FOR LOT B Water Division Pumps and Electric Motor Repair Services: Award shall be made on all or none total estimated basis to the lowest responsive and responsible Contractor on a lot-by-lot basis. In the event there is only one bid response, the County reserves the right to award to one bidder. 5. POST AWARD MEETING Within Ten (10) business days after receipt of notification of award of bid, Contractor shall meet with the County's representative(s) to discuss job procedures and scheduling. 6. PERFORMANCE Timely performance is of the essence in the award of this Invitation for Bids. Performance shall be in accordance with the issued delivery order. Bids which fail to meet this requirement shall be rejected. It is hereby understood and mutually agreed to by and between parties hereto that the time of performance is an essential condition of this contract. Should the Contractor neglect, fail or refuse to provide the services within the time herein specified, then said Contractor does hereby agree as part of the consideration for the awarding of this contract, to pay Orange County the sum extended by the County to contract for like services approved by the Procurement Division for the period from the required scheduled commencement date until performance of services covered in the Invitation for Bids is completed. The Contractor shall, within one (1) calendar days from the beginning of such delay, notify the Manager, Procurement Division in writing of the cause(s) of the delay. Page 17 56 7. TERMINATION A. Termination for Default: The County may, by written notice to the Contractor terminate this contract for default in whole or in part (delivery orders, if applicable) if the Contractor fails to: 1. Provide goods or services that comply with the specifications herein or fails to meet the County's performance standards 2. Deliver the goods or to perform the services within the time specified in this contract or any extension. 3. Make progress so as to endanger performance of this contract 4. Perform any of the other provisions of this contract. Prior to termination for default, the County shall provide adequate written notice to the Contractor through the Manager, Procurement Division, affording the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) calendar days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action. Such termination may also result in suspension or debarment of the Contractor in accordance with the County's Procurement Ordinance. The Contractor and its sureties (if any) shall be liable for any damage to the County resulting from the Contractor's default of the contract. This liability includes any increased costs incurred by the County in completing contract performance. In the event of termination by the County for any cause, the Contractor shall have, in no event, any claim against the County for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the County the Contractor shall: 1. Stop work on the date and to the extent specified. 2. Terminate and settle all orders and subcontracts relating to the performance of the terminated work 3. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the County. 4. Continue and complete all parts of that work that have not been terminated. If the Contractor's failure to perform the contract arises from causes beyond the control and without the fault or negligence of the Contractor the contract shall not be terminated for default. Examples of such causes include (1) acts of God or the public enemy, (2) acts of a government in its sovereign capacity, (3) fires, (4) floods, (5) epidemics, (6) strikes and (7) unusually severe weather. Page 18 57 B. Termination for Convenience: The County, by written notice, may terminate this contract, in whole or in part, when it is in the County's interest. If this contract is terminated, the County shall be liable only for goods or services delivered and accepted. The County Notice of Termination shall provide the Contractor thirty (30) calendar days prior notice before it becomes effective. A termination for convenience may apply to individual delivery orders, purchase orders or to the contract in its entirety. 8. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH By submission of a bid in response to this solicitation, the Bidder certifies that all material, equipment, etc., contained in their bid meets all OSHA requirements. Bidder further certifies that if they are the awarded Contractor, and the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with the aforementioned requirements shall be borne by the Contractor. 9. CODES AND REGULATIONS The Contractor shall strictly comply with all Federal, State and local codes and regulations. 10. PAYMENT Partial payments for the value of services rendered and accepted may be requested by the submission of a properly executed invoice, with supporting documents if required. Payment shall be made in accordance with Florida Statute 218, Local Government Prompt Payment Act. Payment for accepted services shall be accomplished by submission of an invoice, in duplicate, to: Orange County Utilities Division Attention: Markay Murphy, Procurement Coordinator 8100 Presidents Drive Orlando, Florida 32809 Phone (407) 836-6857 In the event additional County Departments or other public entities utilize this contract, invoices are to be sent directly to the Department or entity placing the order. 11. SAFETY AND PROTECTION OF PROPERTY The Contractor shall at all times: A. Initiate, maintain and supervise all safety precautions and programs in connection with its services or performance of its operations under this contract. B. Take all reasonable precautions to prevent injury to employees, including County employees and all other persons affected by their operations. Page 19 58 C. Take all reasonable precautions to prevent damage or loss to property of Orange County, or of other Contractors, consultants or agencies and shall be held responsible for replacing or repairing any such loss or damage. D. Comply with all ordinances, rules, regulations, standards and lawful orders from authority bearing on the safety of persons or property or their protection from damage, injury or loss. This includes but is not limited to: o Occupational Safety and Health Act (OSHA) o National Institute for Occupational Safety & Health (NIOSH) o National Fire Protection Association (NFPA) o American Society of Heating, Refrigeration & Air-Conditioning Engineers (ASHRAE) o Underwriters Laboratory (UL) o American Society for Testing and Materials (ASTM) o National Electrical Motor Association (NEMA) o National Institute of Standards and Technology (NIST) E. The Contractor shall also comply with the guidelines set forth in the Orange County Safety & Health Manual. The manual can be accessed online at the address listed below: http://www.orangecountyfl.net/VendorServices/OrangeCountySafety and Health Man ual.aspx 12. INSURANCE REQUIREMENTS Vendor/Contractor agrees to maintain on a primary basis and at its sole expense, at all times throughout the duration of this contract the following types of insurance coverage with limits and on forms (including endorsements) as described herein. These requirements, as well as the County's review or acceptance of insurance maintained by Vendor/Contractor is not intended to and shall not in any manner limit or qualify the liabilities assumed by Vendor/Contractor under this contract. Vendor/Contractor is required to maintain any coverage required by federal and state workers' compensation or financial responsibility laws including but not limited to Chapter 324 and 440, Florida Statutes, as may be amended from time to time. The Vendor/Contractor shall require and ensure that each of its sub- Vendors/sub-Contractors providing services hereunder (if any) procures and maintains until the completion of their respective services, insurance of the types and to the limits specified herein. Insurance carriers providing coverage required herein must be licensed to conduct business in the State of Florida and must possess a current A.M. Best's Financial Strength Rating of A- Class VIII or better. (Note: State licenses can be checked via www.floir.com/companysearch/ and A.M. Best Ratings are available at.www.ambest.com Page 20 59 Required Coverage: ® Commercial General Liability - The Vendor/Contractor shall maintain coverage issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with a limit of liability of not less than $1,000,00 per occurrence. Vendor/Contractor further agrees coverage shall not contain any endorsement(s) excluding or limiting Product/Completed Operations, Contractual Liability, or Separation of Insureds. The General Aggregate limit shall either apply separately to this contract or shall be at least twice the required occurrence limit. Required Endorsements: ® Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their equivalents. Note: CG 20 10 must be accompanied by CG 20 37 to include products/completed operations ® Waiver of Transfer of Rights of Recovery- CG 24 04 or its equivalent. Note: If blanket endorsements are being submitted please include the entire endorsement and the applicable policy number. ® Business Automobile Liability - The Vendor/Contractor shall maintain coverage for all owned; non-owned and hired vehicles issued on the most recent version of the ISO form as filed for use in Florida or its equivalent, with limits of not less than $500,000 (five hundred thousand dollars) per accident. In the event the Vendor/Contractor does not own automobiles the Vendor/Contractor shall maintain coverage for hired and non-owned auto liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. ® Workers' Compensation - The Vendor/Contractor shall maintain coverage for its employees with statutory workers' compensation limits, and no less than $100,000 each incident of bodily injury or disease for Employers' Liability. Elective exemptions as defined in Florida Statute 440 will be considered on a case-by-case basis. Any Vendor/Contractor using an employee leasing company shall complete the Leased Employee Affidavit. Required Endorsements: ® Waiver of Subrogation- WC 00 03 13 or its equivalent When a self-insured retention or deductible exceeds $100,000 the COUNTY reserves the right to request a copy of Vendor/Contractor most recent annual report or audited financial statement. For policies written on a "Claims-Made" basis the Vendor/Contractor agrees to maintain a retroactive date prior to or equal to the effective date of this contract. In the event the policy is canceled, non-renewed, switched to occurrence form, or any other event which triggers the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this contract the Vendor/Contractor agrees to purchase the SERP with a minimum reporting period of not less than two years. Purchase of the SERP shall not relieve the Vendor/Contractor of the obligation to provide replacement coverage. Page 21 60 By entering into this contract Vendor/Contractor agrees to provide a waiver of subrogation or a waiver of transfer of rights of recovery, in favor of the County for the workers' compensation and general liability policies as required herein. When required by the insurer or should a policy condition not permit the Vendor/Contractor to enter into a pre-loss agreement to waive subrogation without an endorsement, then Vendor/Contractor agrees to notify the insurer and request the policy be endorsed with a Waiver of Subrogation or a Waiver of Transfer of Rights of Recovery Against Others endorsement. Prior to execution and commencement of any operations/services provided under this contract the Vendor/Contractor shall provide the COUNTY with current certificates of insurance evidencing all required coverage. In addition to the certificate(s) of insurance the Vendor/Contractor shall also provide endorsements for each policy as specified above. All specific policy endorsements shall be in the name of the Orange County Board of County Commissioners. For continuing service contracts renewal certificates shall be submitted immediately upon request by either the COUNTY or the COUNTY's contracted certificate compliance management firm. The certificates shall clearly indicate that the Vendor/Contractor has obtained insurance of the type, amount and classification as required for strict compliance with this insurance section. Vendor/Contractor shall notify the COUNTY not less than thirty (30) business days (ten business days for non-payment of premium) of any material change in or cancellation/non-renewal of insurance coverage. The Vendor/Contractor shall provide evidence of replacement coverage to maintain compliance with the aforementioned insurance requirements to the COUNTY or its certificate management representative five (5) business days prior to the effective date of the replacement policy (ies). The certificate holder shall read: Orange County Board of County Commissioners c/o Procurement Division 400 E. South Street, 2nd Floor Orlando, Florida 32801 13. CONTRACT TERM/RENEWAL A. The contract resulting from this Invitation for Bids shall commence effective upon issuance of a term contract by the County and extend for a period of one (1) year. The contract may be renewed for four (4) additional one (1) year periods, upon mutual agreement of both parties. If any such renewal results in changes in the terms and conditions, such changes shall be reduced to writing as an amendment to this contract and such amendment shall be executed by both parties. B. The initiating County department(s) shall issue delivery/purchase orders against the term contract on an "as needed" basis. Page 22 61 C. If the quantity of a unit priced item in this contract is an estimated quantity and the actual quantities ordered are more than 50% above the estimated quantity, the County shall enter into negotiations with the Contractor for a lower unit price which shall be incorporated into the contract. Failure of the Contractor to agree to a reduced unit price may result in the termination of the contract and re-solicitation of the requirement. D. Any order issued during the effective period of this contract, but not completed within that period, shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and the County's rights and obligations with respect to that order to the extent as if the order were completed during the contract performance period. 14. PRICE ESCALATION/DE-ESCALATION (CPI) The County may allow a price escalation provision within this award. The original contract prices shall be firm for the entirety of the initial (1 year) contract period. A price escalation/de-escalation will be considered at the time of contract renewal and at 1-year intervals thereafter, provided the Contractor notifies the County, in writing, of the pending price escalation/de-escalation a minimum of sixty (60) days prior to the contract renewal date. Price adjustments shall be based on the latest version of the Consumers Price Index (CPI-U) for All Urban Consumers, All Items, U.S. City Average, non-seasonal, as published by the U.S. Department of Labor, Bureau of Labor Statistics. This information is available at www.bis.gov. Price adjustment shall be calculated by applying the simple percentage model to the CPI data. This method is defined as subtracting the base period index value (at the time of initial award) from the index value at time of calculation (latest version of the CPI published as of the date of request for price adjustment), divided by the base period index value to identify percentage of change, then multiplying the percentage of change by 100 to identify the percentage change. Formula is as follows: Current Index — Base Index / Base Index = % of Change % of Change x 100 = Percentage Change CPI-U Calculation Example: CPI for current period 232.945 Less CPI for base period 229.815 Equals index point change 3.130 Divided by base period CPI 229.815 Equals 0.0136 Result multiplied by 100 0.0136 x 100 Equals percent change 1.4% Page 23 62 A price increase may be requested only at each time interval specified above, using the methodology outlined in this section. To request a price increase, Contractor shall submit a letter stating the percentage amount of the requested increase and adjusted price to the Orange County Procurement Division. The letter shall include the complete calculation utilizing the formula above, and a copy of the CPI-U index table used in the calculation. The maximum allowable increase shall not exceed 4%, unless authorized by the Manager, Procurement Division. If approved, the price adjustment shall become effective on the contract renewal date. All price adjustments must be accepted by the Manager, Procurement Division and shall be memorialized by written amendment to this contract. No retroactive contract price adjustments will be allowed. Should the CPI-U for All Urban Consumers, All Items, U.S City Average, as published by the U.S. Department of Labor, Bureau of Labor Statistics decrease during the term of the contract, or any renewals, the Contractor shall notify the Orange County Procurement Division of price decreases in the method outlined above. If approved, the price adjustment shall become effective on the contract renewal date. If the Contractor fails to pass the decrease on to the County, the County reserves the right to place the Contractor in default, cancel the award, and remove the Contractor from the County Vendor List for a period of time deemed suitable by the County. In the event of this occurrence, the County further reserves the right to utilize any options as stated herein. 15. MARKET CONDITIONS The County reserves the right to purchase on the open market should lower market prices prevail, at which time the Contractor shall have the option of meeting the lower price or relieving the County of any obligation previously understood. 16. USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES At the option of the Contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities. Each governmental agency allowed by the Contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 17. BID PREFERENCE In accordance with the Minority Women Owned Business Enterprise (MWBE) Ordinance, award of a contract resulting from this Invitation for Bids may be made to the lowest responsive and responsible Orange County certified MWBE bidder provided that the bid does not exceed the overall lowest responsive and responsible bidder by the following percentages for the bid amounts listed: A. 8% - Bids Up To $100,000 B. 7% - Bids Greater Than $100,000 to $500,000 C. 6% - Bids Greater Than $500,000 to $750,000 Page 24 63 D. 5% - Bids Greater Than $750,000 to $2,000,000 E. 4% - Bids Greater Than $2,000,000 to $5,000,000 F. 3% - Bids Greater Than $5,000,000 In accordance with the Registered Service Disabled Veteran Business Ordinance, award of a contract resulting from this Invitation for Bids may be made to the lowest responsive and responsible registered prime Service Disabled Veteran bidder provided that the bid does not exceed the overall lowest responsive and responsible bidder by the following percentages for the bid amounts listed: A. 8% - Bids Up To $100,000 B. 7% - Bids Greater Than $100,000 to $500,000 C. 6% - Bids Greater Than $500,000 to $750,000 D. 5% - Bids Greater Than $750,000 to $2,000,000 E. 4% - Bids Greater Than $2,000,000 to $5,000,000 F. 3% - Bids Greater Than $5,000,000 In the event of a tie between an M/WBE and a registered prime SDV with all else being equal, the award shall be made to the firm with the lowest business net worth. 18. METHOD OF ORDERING The County shall issue Delivery Orders against the contract on an as needed basis for the goods or services listed on the Bid Response Form. 19. ATTACHMENTS The following attachment(s) is/are attached to, and made a part of this Invitation for Bids: A. Attachment A, Wastewater Treatment Plant's Equipment List B. Attachment B, Water Treatment Plant's Equipment List C. Attachment C, Repair (Machine) Shop Compliance Checklist 20. CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM CONTRACTS It is hereby made a part of this Invitation for Bids that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God that Orange County shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the County. Contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed to a private citizen, on a first priority basis. The County expects to pay contractual prices for all goods or services required during an emergency situation. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. Page 25 64 21. REFERENCES A contact person shall be someone who has personal knowledge of the Bidder's performance for the specific requirement listed. Contact person shall have been informed that they are being used as a reference and that the County may be contacting them. More than one person can be listed but all shall have knowledge of the project. The reference shall be the owner or a representative of the owner. Contractors who provided services under the referenced project (contract) shall not be accepted as references. DO NOT list principals or officers who shall not be able to answer specific questions regarding the project. Failure of references listed to respond to the County's inquiries may negatively impact the responsibility of the Bidder. 22. REQUIREMENTS CONTRACT This is a Requirements Contract and the County's intent is to order from the Contractor all of the goods or services specified in the contract's price schedule that are required to be purchased by the County. If the County urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the contractor will not accept an order providing for accelerated delivery, the County may acquire the goods or services from another source. The County's requirements in this contract are estimated and there is no commitment by the County to order any specified amount. If the estimated quantities are not achieved, this shall not be the basis for an equitable adjustment. If the Manager, Procurement Division determines that the Contractor's performance is less than satisfactory, the County may order the goods or services from other sources until the deficient performance has been cured or the contract terminated. Page 26 65 SCOPE OF SERVICES I. OVERVIEW The Contractor shall provide electric motor and pump repairs and related services. These services include but shall not be limited to the following: • On site and off site diagnostic services to motors, pumps, pump parts, gearboxes, or gearboxes parts • On site and off site repairs and modifications to motors and pumps, pump parts, gearboxes, or gearbox parts • Reconditioning and/or rewinding services for horizontal, vertical, induction, close coupled and synchronous motors • Reconditioning and rewinding of submersible pump/motor combinations • Repairs for explosion proof (EX) rate motors designed for use in hazardous areas, Services shall include all transportation, equipment, materials, parts and labor necessary to satisfactorily complete the authorized repair and/or inspection. Sites serviced under this contract include Orange County Utilities' Water Treatment Plants (WTP), Wastewater Treatment Plants (WWTP), Reclaimed Water Pump Stations and Sanitary Sewer Pump Stations (PS). Please refer to Attachment A that details the types of electric motor, pumps, and related equipment currently in place for the Wastewater Treatment Plant, and Attachment B for the Water Treatment Plant. The Contractor shall have the ability to supply and repair any of the variety of common manufacturers or type of equipment used by the County as listed in Attachment A and B. The motor repair/recondition and pump services on the bid response form will be split into two (2) Lots; Lot A- Wastewater Treatment Plant and Lot B-Water Treatment Plant. Each lot will further be classified into the following eight (8) categories: 1. Group 1 — AC three(3) phase Low Voltage motors (600V and less), including close coupled pump units 2. Group 2- AC three(3) phase medium voltage motors (over 600V) 3. Group 3- AC three(3) phase Synchoronous motors(Horizontal and Vertical) 4. Group 4- Pumps with flow capacity of 1000 gallons per minute or less 5. Group 5- Pumps with flow capacity range of 1001 G.P.M to 10,000 G.P.M. 6. Group 6- Pumps with flow capacity greater than 10,001 G.P.M 7. Group 7- Crane and Rigging Support Services and Expedited Hourly Labor Rates 8. Group 8- Material/Part Adjustment Page 27 66 II. REPAIR SHOP/FACILITY REQUIREMENTS A. The Contractor for the life of this contract shall provide a minimum of one(1) repair (machine) shop that meets the following minimum requirements, multiple sites may be used to satisfy these requirements, sub-contractors may be used to satisfy these requirements: a. The utilized repair (machine) shops shall be within one hundred and fifty (150) mile radius from 8100 Presidents Drive, Orlando, Florida 32809. b. Repair (machine) shops shall be available twenty four (24) hours a day, seven (7) days a week, for emergency work. c. Repair shop(s) shall have an area designated as storage area for safe storage of the submersible pumps under repair, submersible pump components, and the repaired submersible pumps awaiting shipment. This area shall be covered, weather protected and isolated from disassembly and inspection, sandblasting, steam cleaning, and similar sources of contaminants that could damage the components or the submersible pumps. The parts and submersible pumps shall be kept off the ground. The storage area shall be located at the shop. d. Repair (machine) shop's disassembly and inspection area shall be covered; weather protected and isolated from storage and assembly areas. e. Repair shop(s) assembly area shall be covered, weather protected, and isolated from disassembly and inspection area, sandblasting, and similar contaminants that could damage components or the submersible pumps. f. Repair (machine) shop(s) shall have the necessary overhead canes and/or jib cranes to handle the submersible pumps equipped with lifting eyes, or similar factory lifting points throughout the repair process. g. Repair (machine) shop(s) shall have a paint booth available that meets all applicable Federal, State, and Local regulations, ordinances, codes and standards. h. Repair (machine) shop(s) shall a pressure washer and steam-cleaning machine available that meets all applicable Federal, State, and Local regulations, ordinances, codes and standards. The steam cleaning machine shall provide water at 200 degrees Fahrenheit and at 30 pounds per square inch (psi). i. Repair (machine) shop(s) shall have a burnout oven available, which meet all applicable Federal, State, and Local regulations, ordinances, codes and standards. The furnace temperature shall be automatically controlled and have a chart recorder and the controller shall have the tag of the latest calibration. The controller shall indicate and control the furnace temperature by furnace air temperature. j. Repair (machine) shop(s) shall have a baking oven available, which meets all applicable Federal, State, and local regulations, ordinances, and codes and standards. The furnace temperature shall be automatically controlled and have a chart recorder and the controller shall have the tag of the latest calibration. The controller shall indicate and control the furnace temperature by furnace air temperature. k. Repair(machine) shop(s) shall have a varnish dip tank available, which meets all applicable Federal, State, and local regulations, ordinances, codes and standards. Page 28 67 I. Repair (machine) shop(s) shall have a Vacuum Pressure Impregnation (VPI) system available, which meets all applicable Federal, State, and Local regulations, ordinances, codes, and standards. m. Repair (machine) shop(s) shall have precision v-blocks to check the largest size (>600 HP) rotor assembly for roundness and runout. The checking shall be performed using dial indicators. n. Repair (machine) shop(s) shall have balancing machine(s) available to perform balancing of the largest size (>600HP) rotor assembly. The machine shall have a printout of the values of "before" and "after" balancing. o. Repair (machine)shop(s) shall have testing equipment and the set up to safely conduct all recommended final tests including a no load test run and the vibration test of the repair submersible pump, at the highest rated voltage and the rated frequency of the submersible pump. p. Repair(machine) shop(s) shall have necessary testing equipment and the set up to safely do all recommended tests before and after recondition and rewind repair of the submersible pumps. The check and test equipment shall include at a minimum: meggers, loop or core loss tester, high- potential DC tester, surge-comparison tester, growler, infrared thermography camera and submersible pump test panel to the test the largest submersible pump in this contract. q. Repair(machine) shop(s) shall have a coil manufacturing machine equipped with turn counter available. The coils shall be wound with minimum crossovers and have uniform cross-section coils. r. Repair (machine) shop shall have a coil winding room available, isolated from disassembly and inspection, sandblasting, painting, and similar contaminated areas that could possibly shorten the light expectancy of a winding. s. Repair (machine) shop(s) shall have adequate access for Orange County Utilities delivery vehicles to enter, load/unload, and exit safely without exposing the operator of the vehicle to danger such as backing in traffic lanes, crossing medians, etc. t. Repair (machine) shop(s) shall be a smoke-free environment when the Orange County Utilities representative visits the facility to check the job progress and observe the test run. B. To verify compliance, The Contractor shall maintain on file with the County Attachment C, Repair (Machine) Shop Compliance Checklist. C. The Contractor shall notify the County Project Manager and/or authorized County representative immediately should any of the information submitted in Attachment C change during the life of this contract. Such changes may include not be limited to the following: change in Contractor's repair shop/facility address, change in approved subcontractor's repair shop/facility address, and/or a deletion and/or addition of new subcontractor to be used to support this contract. The Contractor shall provide an updated Attachment with updated information to the County Project Manager for review and approval. Failure to maintain a minimum of one repair(machine) shop between the Contractor and/or the Contractor's subcontractor that complies with the minimum requirements above, may result in contract default. The County reserves the right Page 29 68 to inspect Contractor's and/or subcontractor's repair shop during the life of this contract to ensure compliance to the minimum specifications specified in the minimum requirements. III. PERSONNEL REQUIREMENTS A. The Contractor shall be responsible to provide adequate staff levels so that multiple pieces of equipment may be serviced at once. Contractor shall have staff currently employed that is trained and technically proficient that can provide the range of services covered under this contract. B. The Contractor shall have qualified staff to perform services 24 hours a day 7 days a week including County observed holidays. C. The Contractor's staff shall have a staff that collectively meets the following minimum requirements: 1. The on-site technician shall be factory trained for one or more major pump and motor manufactures including but not limited to Aurora, Crane Deming, Zoeller, Fairbanks Morse, Gorman Rupp, and Peerless. They shall have the skill, knowledge, proficiency and other necessary qualifications to install, maintain, troubleshoot, inspect, disassemble, repair, rebuild, replace and reassemble any of the Orange County pumps, motors, and right angle gear drives. 2. The Contractor's on-site designated technician must have a minimum of five (5) years' experience in the warranty repair, installation and/or startup of centrifugal, self-priming centrifugal and multistage vertical turbine and split case horizontal cold water pumps in sizes up to at least 54 inches in diameter. He/She must have experience as a factory trained representative for a major pump manufacturer such as Aurora, Crane Deming, Zoeller, Fairbanks Morse, Gorman Rupp, Peerless. 3. The Contractor shall have at least two (2) repair technicians with a minimum of five (5) years' experience in repair-recondition and repair-rewind of submersible pumps assigned to performed work as specified in this contract. 4. The shop must employ a full time a machinist on call 24 hours a day, 7 days a week to do any emergency work. The machinist must have at least five (5) years' experience on lathes and milling machines. The Contractor shall maintain on-file with the County training documents and comprehensive resumes for these technicians. D. The Contractor shall provide all employees with necessary equipment, tools, testing devices, and materials to perform services proficiently at Contractor's expense, including personal protective equipment for this work under OSHA regulations. E. The Contractor and/or subcontractor's staff shall have appropriate identification when entering County facilities, including a name badge at minimum. Page 30 69 IV. OPERATION HOURS The Contractor shall be able to perform all services under this contract for twenty four hours a day, seven days a week, including County observed Holidays. The Contractor shall have a method to receive service requests, dispatch service, and communicate with County Project Manager and/or authorized representatives for both normal business hours and after business hours for work serviced under this contract. Service requested will be via a phone call and/or email from the County Project Manager or designee. It shall be the Contractor's responsibility to ensure that communication is dispersed appropriately to staff to ensure there are no service breaks and response time requirements of this contract are adhered to. Contractor's staff shall be available to perform all work (emergencies and non- emergencies) during the following hours: A. Standard Business Hours: shall be defined as being between the hours of 7:00 A.M. through 7:00 P.M., Monday through Friday. B. After Business Hours: shall be defined as being between the hours of 7:01 P.M. through 6:59 A.M., all weekends (all day Saturday and Sunday), including Observed Holidays. All work performed during after Business Hours must be pre-approved by the County Project Manager or authorized designee and shall be identified in the service proposal/estimate. V. TEARDOWN INSPECTION AND DIAGNOSTIC SERVICES The Contractor shall have the ability to provide both tear down inspection and diagnostic services for equipment to be serviced under this contract. Tear Down Inspection and diagnostic services may be performed either in the field (County property) or at Contractor's service center (shop), as mutually agreed upon by the County and Contractor. Contractor shall have all, design, metalizing, welding, heat-treating, machining, balancing, calibrating, and testing capabilities necessary to fully inspect any County gearbox, pump and/or motors as requested by County Project Manager(s). Contractor may assess an hourly rate to be applicable for field and shop teardown and diagnostic services, in accordance with the bid response form. This charge may be assessed whether a repair is performed or not. If the County decides not to proceed with repairs, Contractor upon request by the County, shall either return the equipment to the County or dispose of equipment in compliance with all applicable regulations with no additional fee to the County. Page 31 70 VI. SERVICE PROPOSAL/ESTIMATE DEVELOPMENT A. For all services performed under this contract, a service proposal/estimate will need to be provided by the Contractor and approved by County Project Manager or designee. Preparation of service proposals shall be at no additional charge to the County. The service proposal shall include the following at a minimum: 1. Job Number/ Estimate Number 2. Date of Estimate 3. Detailed description of work to be performed; suggested correction methods 4. The make, model, serial/asset number of the pump/ motor 5. Equipment involved 6. Cost of part/ materials required for repair 7. Approximate labor hours required for completion of repair 8. Truck Crane Service (if applicable) 9. All work to be performed by approved subcontractor including description and type of work to be performed, number of labor hours, time, and materials. 10. Estimated date and time of repair completion 11. Inspection / Diagnostic reports (as applicable) B. If the initial proposal/estimate exceeds the County budget, Orange County Utilities shall reserve the right to revise the scope of work and have the Contractor submit a new quote. C. All service proposals shall be approved by the County Project Manager or designee prior to commencement of work. D. Any additional repairs or services not listed in the original proposal shall require Contractor to provide a revised service proposal to be approved by County Proiect Manager or designee prior to commencement of additional work. Copies of all service proposals/tickets shall accompany all submitted invoices. E. Contractor shall make all efforts to submit a service proposal/estimate to the County Project Manager and/or representative within five (5) days from date of equipment inspection by the Contractor. Service Proposal/Estimate may be delivered by email and/or facsimile to County Project Manager. VII. RESPONSE TIME REQUIREMENTS FOR DIAGNOSTIC AND REPAIR SERVICES A. Standard-Non Emergency and Repair Services Diagnostic County Project Manager or authorized representative may notify Contractor of diagnostic request either via phone and/or email. Contractor shall acknowledge receipt of request and shall schedule the transportation and handling of County equipment to be delivered to Contractor's repair facility. Exact time and date of pickup and/or delivery of equipment shall be mutually agreed upon by the Contractor and County Project Manager. Page 32 71 B. Expedited Diagnostic and Repair Services The County shall reserve the right to request any inspection and/or repair to be expedited due to urgency. The County may request either a 72 hour or 96 hour expedited time requirement for completion of services. The Contractor shall not perform and/or charge for expedited services without prior approval by the County project manager or authorized designee. This expedited requirement will only apply to majority of motor repair categories. For expedited services that are actually completed and performed within the 72 and/or 96 hour time requirement, an expedited hourly rate may be assessed to the County. This expedited hourly labor rate may only be assed for activated shop hours and shop tear down hours performed assessed to the County. This hourly labor rate shall be charged in lieu of the standard hourly labor rate and shall not be treated as an additional surcharge. The County recognizes that there may be occasions where such expedited work may not be completed within established time frames due to reasons such as the unavailability of parts. Contractor shall make every effort to stabilize the situation to the best of their ability. In the event that the expedited time requirements are not met, standard hourly labor rates shall apply only. C. Emergency Diagnostic and Repair Services The Contractor shall respond to an emergency and make all efforts to arrive on County Site within three (3) hours for any emergency diagnostic inspection and/or repair required which is a result of an unexpected and urgent request where health and safety of the public is at risk, unless otherwise approved by the County. Failure by the Contractor to communicate with the County Project manager within the time specified for emergency repairs may result in Contractor being found in default and the work being procured through another source. VIII. TRANSPORTATION A. Majority of services provided by the Contractor will require County equipment to be transported to and from County sites and Contractor's shop/repair facility. There may be instances where repairs and services will need to be completed at County sites ("field"). Contractor shall available apparatuses on hand in order to transport all County motors, pump, and related equipment to be serviced in a timely fashion as further outlined below. B. Truck Cane Service for equipment to be serviced. Contractor shall provide truck crane service, with operator for equipment requiring such mode of transportation to and from County site(s). Truck Cane Service shall be computed by using hourly rates listed on bid form page. Mobilization, mileage, fuel, or any other cost associated with supply of such service shall be included in hourly unit prices. County shall only be responsible to pay for actual time. Contractor shall round to the nearest quarter of an hour. Page 33 72 Any freight or shipping damage cost incurred while Contractor is transporting County equipment will become the responsibility and absorbed by Contractor. C. Contractor picking up/delivery of equipment to be serviced (Non Truck Crane Service) Contractor shall have the ability to transport all equipment serviced under this contract by any other method necessary. Fees for such pickup/delivery service, excluding truck crane service, shall be at no additional cost to the County. All equipment must be covered and protected against adverse weather conditions while in transit. D. County Delivering and Picking up Equipment 1. County, at its sole discretion, may opt to use own sources for the transportation and delivery of County equipment, to and from Contractor repair center, whichever is deemed to be in the best interest of the County. 2. Orange County reserves the right to pick up any and all parts that are quoted by the Contractor to be replaced. This includes (but not limited to) seals, bearings, and other items of a submersible pump unit. IX. HOURLY LABOR RATES A. All repair services shall be charged by hourly labor rates as identified on the bid form page. All hourly labor rates shall include all tools, overhead, profit, mileage, travel means, and any other expenses necessary to perform the services. Billable time shall be supported with timesheets or other documentation processes as approved by County Project Manager. Start of services for both routine and/or emergency services shall not be clocked until technician arrives on County site. Contractor shall round to the quarter of an hour for all work performed in excess of an hourly increment. B. The Contractor shall log in with the operator at the facility upon arrival to the job and shall log out upon completion of the job. Travel time to and from the job site shall be included in unit bid prices. C. The time charged for repairs on any associated mechanical equipment which is directly connected to the electric motor housing or electric motor shaft is to be authorized in advance and fully documented and submitted to the Orange County Utilities representative for which the repairs were done X. PROVISION OF PARTS AND MATERIALS Contractor shall be responsible to supply all parts and equipment required to have County equipment in repaired and back to operational use. The Contractor shall stock and maintain a sufficient inventory of factory recommended replacement parts and components for all equipment covered by this agreement to expedite maintenance service and to assure that any downtime shall not exceed a maximum of five (5) business days. The downtime can be extended with the written approval of the Orange County representative Page 34 73 Parts and/or Materials required for repairs shall be Original Equipment Manufacturer(OEM) parts. Unless approved by County Project Manager or designee, after market or used parts shall not be used for repairs. The repair parts supplied for and installed in the equipment covered under this service shall conform to the manufacturers and industry standards. Only parts meeting or exceeding that of the original equipment will be used for repair work. All parts used for repairs must be listed on the original invoice submitted for payment. Orange County Utilities reserves the right to audit vendor's invoices for parts, as it deems necessary. Parts and/or Materials required for repairs shall be billed to the County at cost plus percent markup bid for parts and materials. For invoices involving materials and/or parts, copies of list prices, catalogs, and/or receipts shall be submitted for verification to the County Project Manager or authorized designee, unless provided at time of quote. The Contractor is required to maintain documentation to ensure that every effort has been made by the Contractor to secure the lowest possible price for all parts and/or equipment used in this contract. XI. WARRANTY PROVISION A. New Equipment Warranties for all new equipment shall be inclusive in pricing for labor and/or materials/parts. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the below stated warranty period, the Contractor shall repair or replace same at no cost to the County. 1. Workmanship: The Contractor shall warranty their work against defect in workmanship for a minimum period of five years from date of service. Any repairs made under warranty shall include any weekends and holiday rates, if repairs are required during that time. 2. Materials: The Contractor shall provide a minimum of five years warranty on all equipment/parts furnished against defect in materials. In the event the manufacturer warranty is longer than the minimum five year period, the manufacturer warranty period shall prevail. The warranty for new equipment shall become effective on the date of delivery and acceptance by Orange County Utilities. The Contractor shall be responsible for processing all warranty returns / replacements at no additional cost to the County. Contractor shall be responsible to process all warranty claims in a timely manner at no additional cost to the County. B. Repaired/Rebuilt Equipment, including reconditioned motors Warranties for repaired/rebuilt equipment, including reconditioned motors shall be inclusive in pricing for labor and/or materials/parts. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the below stated warranty period, the Contractor shall repair or replace same at no cost to the County. Page 35 74 1. Workmanship: The Contractor shall warranty their work against defect in workmanship for a minimum period of one year from date of service. Any repairs made under warranty shall include any weekends and holiday rates, if repairs are required during that time. 2. Materials: The Contractor shall provide a minimum of one year warranty on all equipment/parts furnished against defect in materials. The one year warranty shall become effective on the date of delivery and acceptance by Orange County. Contractor shall be responsible for processing all warranty returns / replacements at no additional cost to the County. Contractor shall be responsible to process all warranty claims in a timely manner at no additional cost to the County. XII. TECHNICAL SPECIFICATIONS FOR PUMPS AND MOTORS A. General Requirements 1. The repair service shall be, unless otherwise stated in the delivery order, in accordance with the methods and procedures of the manufacturers operational, maintenance and repair manuals. 2. All rewinding is to be performed using inverter rated copper wiring. B. Hazardous Information 1. Motors used in hazardous locations will have a nameplate stating such. 2. The repairs shall be done in a facility which has been certified by the Underwriters Laboratories (UL) to meet the requirements of UL674, `Qualification of Facilities Engaged in the Repair of Electric Motors and Generators for use in Hazardous Locations'. 3. Must be certified by UL for repair of explosion-proof motors ("EX"). C. Nameplate Information 1. All labeling must be clearly and accurately marked to indicate at minimum the following motor nameplate parameters: i) Manufacturer ii) Horsepower iii) Speed iv) Voltage v) Phase vi) Model Number Page 36 75 vii) Serial Number viii) Frame Size 2. Insulation Type Note: If nameplate information is not legible, shall replace with a new nameplate. D. Minimum Tools 1. The Contractor shall be responsible for having the following test equipment and any other equipment necessary to perform the repair (to be verified prior to contract award: i)Ammeter ii) Voltmeter iii) Wattmeter iv) Ohmmeter v) Mega-ohm meter vi) High Potential Tester vii) Surge Testers viii)Core Loss Testers ix) Dynamometers x) Tachometers xi) Vibration Meters xii) Mile-ohm-meters E. Requirements for All Motors (including close coupled pump and motor) 1. Incoming Inspection i) Upon receipt of the motor, the Contractor shall take digital photographs of unit and perform initial testing to determine what repairs are required. ii) The purpose of the initial tests shall be to determine and record the probable cause of failure, if any, to document certain pre-repair parameters, and to determine what work is required. iii) A visual inspection shall be made to assess the general condition of the outside of the motor for cracks, broken welds and missing parts. Page 37 76 iv) Insulation to Ground: An insulation resistance test to ground shall be performed at a voltage suitable for the motor's voltage rating and the apparent condition of the motor. The testing shall be as follows: v) The initial test voltage shall be 500 volts DC. vi) The duration of the insulation test shall be one (1) minute. The temperature shall be recorded. vii) For motors where there is more than one winding, the insulation shall also be tested between windings, at the test voltage appropriate to the lower voltage winding, with other windings grounded. viii)The shaft shall be manually rotated to check for any obvious problems with the bearings shaft. ix) If possible, the motor shall be run on no load, at nameplate voltage and checked for balanced currents and vibration. 2. Disassembly i) After the incoming inspection the motor shall be cleaned with hot soapy water or degreaser and then with fresh water before disassembling. ii) The motor shall be disassembled to the extent needed to either identify or repair the failure, or to perform the specified overhaul. iii) End brackets and frames shall be clearly match-marked with numerals or letters. iv) Bolts and parts shall be stored in dedicated containers. If the motor has insulated bearings, note which, if any have the insulation deliberately bridged. The insulation resistance of each insulated bearing shall be at least 10-megohms with a 500-volt DC test. v) If dowels or fitted bolts are used to ensure accurate fits, the location of these pieces shall be identified. vi) Subcontractor must be certified by UL for repair of explosion proof (`EX') rated motors. vii) For motors certified for hazardous locations, care shall be taken to ensure that joints and flame paths are not damaged during the repair. viii)For horizontal motors where the shaft rotor assembly is too heavy to be removed easily by hand, one (1) or two (2) cranes shall be used to move the shaft, with a close fitting pipe installed over one end of the shaft extension. Page 38 77 ix) Attention shall be paid to the following: (1) Care shall be taken that the slings do not damage the bearing surfaces or the rotor. (2) Under no circumstances shall the stator windings be touched by any of the parts being moved. 3. Vertical Motors a. Vertical motors shall be disassembled according to the manufacturer's instruction manual. The assembly of vertical motors is critical. Particular attention shall be paid to, and records kept of: i. The amount of rotor lift (end play). ii. The make and types of bearings, particularly the thrust bearings including orientation of thrust bearings. iii. The arrangement of the thrust and guide bearings, including specially ground mating surfaces. iv. The axial and radial clearances (fit) to the shaft and housing. v. The method of lubrication of both upper and lower bearings. vi. The method of bearing insulation, if any. vii. Any other particular features of the motor configuration. 4. Winding Removal i. General: For motors that are to be rewound, the core shall be stripped, cleaned, tested and repaired. ii. Take Data: Winding data shall be recorded so as to permit replicating original configuration. iii. Core Loss: a. A core loss test shall be done on all stators both before and after stripping and iron repair, to check for damaged inter-laminar insulation. The tests shall be done at a flux density of 85,000 lines per square inch rms. Exciting currents and watts loss shall be recorded each time, as well as a physical check carried out for hot spots. Page 39 78