Loading...
21-032-04 TAW Miami Service Center Award Letter Executed CombinedCONTRACT NO. 21-032-04 We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: jimmy.hidalgo@tawinc.com May 5, 2021 Jimmy Hidalgo TAW Miami Service Center 9930 Northwest 89 Avenue Miami FL, 33178 Ph: 305-926-5288 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-032-AY ELECTRIC MOTOR REWIND Dear Mr. Hidalgo: On January 26, 2021, TAW Miami Service Center, submitted to the City of -referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the award of the ITB shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice that on April 29, 2021, the Mayor and City Commission approved the award of a contract pursuant to the ITB to TAW Miami Service Center, as the second tertiary vendor for electric motor rewind services. It is important to note that no services may be performed until such time as insurance has been received pursuant to the ITB and the City has issued a Purchase Order. Performing work without a Purchase Order may result in payment delays or non-payment. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, George Corchado, at GeorgeCorchado@miamibeachfl.gov or (305) 673-7000 ext. 22835. Sincerely, Alex Denis Director Procurement Department AD/ME/AG ATTACHMENT A COMMISSION AWARD MEMO ITB 2021-032-AY Attachment A Item Total Item Total Item Total Item Total 761,700.00$ 667,575.00$ 684,000.00$ 766,500.00$ Legend 1 - denotes primary bidder 2 - denotes secondary bidder 3 - denotes first tertiary bidder 4 - denotes second tertiary bidder 2TAC Armature & Pumps 4TAW Miami Service Center3Condo Electric Motor Repair, Corp.1Donerite pumps, Inc. TOTAL ATTACHMENT B ADDENDA AND ITB SOLICITATION PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUIMP REPAIRS & MAINTENANCE ADDENDUM NO. 1 INVITATION TO BID NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE February 4, 2021 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS: EXHIBIT A: ITB 2016-048-MT tabulation II. RESPONSES TO QUESTIONS RECEIVED Q1: How many station has vertical motor that have a drive shaft and manufacture brand name? A1: The list of stations below contain vertical motor that have a drive shaft. The manufacture brandname is U.S. Motors. Sewer Stations Location Qty. HP S1 1051 Jefferson Av. 4 150 S10 28 Venetian Way 3 50 S11 1710 Washington Av. 3 125 S15 Pine Tree Dr. & W. 51st St. 2 60 S19 6850 Indian Creek Dr. 2 75 S21 850 W. 71st St. 2 75 S22 Hagan St. on golf Course 2 30 S23 750 W. 75th St. 2 75 S24 8100 Hawthorne Av. 2 60 S27 5400 Collins Av. 2 125 S28B 300 28th St. 3 350 S28L 300 28th St. 3 200 S29B Indian Creek Dr. & 63rd St. 3 200 S29L Indian Creek Dr. & 63rd St. 3 125 Water Stations W1 451 Dade Boulevard 2 250 W1 451 Dade Boulevard 1 125 W7 Terminal Island 2 250 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUIMP REPAIRS & MAINTENANCE Q2: Are previous historical data benchmark reading available to make comparable analysis? A2: No. Q3: Will there be a city representatve to accompany bidder for the duration of the service and be responsible for the operation of equipment? A3: Repairs are to be completed at contractors facility. Q4. Who is responsible for the schedule and detail of the annual preventive maintenace plan? A4: The city is responsible for scheduling preventative maintenance per the OEM manual. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov Contact: Arju Yudasto Telephone: 305-673-7490 ext. 26695 Email: ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 3 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUIMP REPAIRS & MAINTENANCE EXHIBIT A: ITB 2016-048-MT tabulation ITB 2021-032-AY TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED .............................................................................................................. 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS .......................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A SPECIFICATIONS APPENDIX B SPECIAL CONDITIONS APPENDIX C COST PROPOSAL FORM APPENDIX D INSURANCE REQUIREMENTS ITB 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE ITB 2021-032-AY 2 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective Bidders to submit their qualifications, propose d scopes of work and cost proposals (the “bid”) to the City for the City’s consideration as an o ption in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the so licitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this bid is to establish a contr act, by means of sealed bids, with qualified firm(s) for the repair, replacement, and preventive maintenance of various types of electric motors and pumps, on an as needed basis, in accordance with the terms, conditions and specifications contained in this Invitation to Bid (ITB). The services to be provided include but are not exclusive to the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, pump rebuilds/overhauls, preventative maintenance, thermal imaging, vibration analysis, crane service and additional field services, as required. On April 11, 2016 the City issued Invitation to Bid (ITB) 2016-048-MT for Electric Motor Rewind Pump Repairs and Maintenance. June 2016, the Mayor and City Commission awarded contracts to the lowest bidder for the services and the existing contract is scheduled to expire in the coming year. The City of Miami Beach estimates the annual budget for this project to be $905,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued January 14, 2021 Pre-Bid Meeting January 21, 2021 @ 10 AM Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 998 893 881 and then press the pound (#) key Deadline for Receipt of Questions January 26, 2021 @ 5:00PM ET ITB 2021-032-AY 3 Responses Due February 10, 2021 @ 3:00PM ET Tentative Commission Approval Authorizing Award March, 2021 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto, CPPB 305-673-7000, ext. 26695 ArjuYudasto@miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e -mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Atten dance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the bidder from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the bidder. 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at ITB 2021-032-AY 4 rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, th e lowest responsive, responsible bidder(s) meeting all terms, conditions, an d specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Mana ger for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, respons ible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is no n- exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 11. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you 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 term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. ITB 2021-032-AY 5 ITB 2021-032-AY 6 SECTION 0200 GENERAL CONDITIONS 1. TERMS & CONDITIONS – By virtue of submitting a bid in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), as well as those for Grants and Federal Requirements (dated 8.20.20) incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ ITB 2021-032-AY 7 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Electronic responses to this ITB are to be submitted through BidSync until the date and time as indicated in this document. It is the sole responsibility of the Bidder to ensure its bid reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder to submit a bid in response to a City of Miami Beach solicitation via BidSync. Electronic bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files (bid format indicated below). All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. The City will only consider the latest version of the bid. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Cost Proposal Form (Appendix B) 3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix B), Bid Submittal Questionnaire (submitted electronically), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC BID FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of bids, it is strongly recommended that bids be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic bid shall be submitted through the “Line Items” attachment tab in BidSync. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ITB 2021-032-AY 8 FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements. • Tab 3 Additional Information. o Employees. Bidder shall provide a list of employees that will be involved in performing the work under this award, including years of experience, qualifications and any certifications received. In addition, any certifications from the manufacturer. Throughout the term of the award, the City reserves the right to request, and subsequently receive a replacement, for any person(s) that is deemed to be unqualified. Please include for each employee listed the following information: 1) Employee Name, 2) Employee’s Title, 3) Address, 4) Telephone, 5) Employee’s Email, 7) Copy of Employee’s certifications. o Equipment. Bidder shall provide a list of equipment that is to be used in the execution of the work detailed herein. This list shall include the capabilities and any other relevant technical data of the equipment that is listed. This information shall be sufficient for the City to determine the suitability of the equipment to accomplish the work described herein. The City reserves the right to inspect the Bidder's place of business to ensure adequacy in these aforementioned items prior to the start of the award resulting f rom this specification. o Safety Training. Bidder shall provide documentation that details an established in-house safety training program or procedures for employees who will be involved in the performing of the work described herein. This list shall include type of training, operating procedures, and proof of bidder’s compliance with above mentioned safety training with certifications received. Balance of Page Intentionally Left Blank ITB 2021-032-AY 9 APPENDIX A ________________________________________________________________________ Specifications ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 10 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder shall provide documentation they are an approved, certified or designated agent, dealer, representative, or distributor of OEM products for the brand(s) of the manufacturer for which it has submitted a bid listed in the bidder’s submittal. Submittal Requirements: Proof may be in the form of: a) Current letters from the manufacturer, on the manufacturer’s letterhead, designating the bidder as a manufacturer, agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal. The letters shall be dated within six (6) months of the bid submittal and it shall be signed by an authorized manufacturer’s representative. OR b) A copy of the signed agreement between the manufacturer and the bidder designating the bidder as an agent, dealer, represen tative or distributor of the OEM products listed in the bidder’s submittal. OR c) Reference to the manufacturer’s internet website, where the manufacturer clearly lists the bidder as an agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal C2. Statement of Work Required. The purpose of this bid is to establish a contract, by means of sealed bids with a qualified supplier(s) for the repair, replacement, and preventative maintenance of various types of electric motors and pumps repair and maintenance, on an as needed basis, for the City ’s Public Works Department. The services include but are not exclusive to the rewinding of stators and rotor, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, pump rebuilds / overhauls, preventative maintenance, thermal imaging, vibrations analysis, crane service and additional field services, as required. C3. Specifications A. These services are specific to the City of Miami Beach and will cover pumps, motors, drives, etc., for the City’s drinking water, sanitary, and storm water pumping stations currently operational and any future facilities / equipment that may fall under the City’s responsibilities to operate and maintain. B. The City will typically remove and replace equipment for the initial repair. If requested by the City, the contractor shall remove and/or reinstall any motors or pumps, including all electrical, control, and mechanical connections, at the appropriate hourly labor rate plus crane rate, if necessary. C. The City will be responsible to electrically and mechanically isolate the equipment for safe removal or installation, unless, the Bidder is directed otherwise under non-typical needs that constitutes the City’s best interest for their stakeholders. D. The Bidder shall, at the City's request, perform precision alignment on repaired motors , ITB 2021-032-AY 11 pumps, and/or shafts at the City's treatment plant or pump stations at the appropriate hourly labor rate. E. The Bidder shall have a crane capable of lifting, removing, and installing all types of motors and pumps (including submersible pumps) up to 350HP. F. The Bidder will be responsible for all costs related to the removal and replacement of equipment related to rework required due to faulty repair by the Bidder. G. The Bidder shall provide a spreadsheet reporting the repair status of each outstanding job along with an estimated completion date weekly to the designated City’s Contract Administrator or designee. H. The Bidder shall provide assigned personnel assigned by the contractor to provide the following duties to the City in order to insure direct and efficien t management of this contract: a. Project / Contract Management b. Administrative accounts payable / receivable c. Engineering / technical support d. Service coordinator(s) (including emergency and after hour’s needs) For the above categories, the contractor will provide name, telephone (office & mobile), and email address of the person responsible to insure efficient communications. Any changes once person is designated must be immediately provided in writing to City of Miami Beach within 24 hours. C4. Schedule A. All work to be performed on-site shall be done between the REGULAR hours of 7:30 AM to 4:00 PM, Monday through Friday. B. The City’s Representative shall provide the Bidder written approval of the repair work and schedule before work shall commence. The bidder will not be compensated for any work that has not received prior written approval. The bidder shall follow the normal work schedule time detailed above unless prior approval by the City Representative is given to proceed otherwise. C5. Emergency Service A. The Bidder shall provide emergency repair service on a 24 hours, 7 days a week, basis including holidays when requested by the City’s Representative. B. The Bidder shall communicate by verbal contact in response to the City’s Representative's request for emergency services within two (2) hours from notification by the City Representative. Bidder shall have a service truck or delivery/pickup truck on site within two (2) hours of notification. C. Compensation for emergency service shall be at the bid hourly rate, as specified on the Bid Response Page. D. All emergency work shall receive prior written approval from the City’s Representative before work is performed. E. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. ITB 2021-032-AY 12 C6. Repair Electric Motors General A. Bidder shall disassemble motor and clean all components. B. Bidder shall inspect electric motors for hot spots, core lamination loss, and assessment of the core's condition to determine if repair of the electric motor is needed. C. Bidder shall conduct core test stator for shorted lamination before rewinding. The City Representative will require both a Core Loss Test and Core Test. D. Bidder shall overhaul the components, rewind, repair and/or replace any assembl ies including: a. Rotor and Stator b. Shaft and Collector Rings c. Bearings d. Surge Test as specified e. Dynamically balance the rotating assemblies shall meet standard of ISO 1940 Balance Grade G 2.5. f. Test overhauled motors under maximum design load conditions to assure proper operations. E. Bidder shall paint or coat all external surfaces to match existing color and specific coating. F. Bidder’s work, materials and work methods shall conform with the latest NEMA standards. G. Bidder’s work and materials shall be NEMA approved Class F or higher unless otherwise requested. H. The bidder shall repair all electric motors in accordance with the manufacturer’s technical data (including tolerances, calibrations, and specifications) and industry standards. C7. Recondition Electric Motor General A. Upon receipt of the motor, and if winding failure is not evident, the insulation of the stator resistance shall be read using a megger. If the insulation resistance reading permits, the motor shall be run on full rated voltage. Minimum acceptable insulation resistance readings are one mega ohm per 1000 volts of rated voltage, but never less than one mega ohm. B. While the motor is running, a visual examination shall be made for hot or noisy bearings and excessive vibration or other unusual conditions. After the motor has been disassembled, the rotor shall be tested for open circuits. In the event the stator winding has failed, the rotor shall be tested on a "growler". C. Micrometer measurements shall be taken on mechanical parts to ensure proper fit. Measurements shall include, but not limited to, bearing housings, seal housings and shafts, and all shall meet OEM specifications. D. The bidder shall test the rotor for short lamination using a core test device. If the old stator windings have not failed, a surge comparison test and a DC HI potential test is required to test for; turn to turn for shorts; coil to coil for shorts; phase to phase for shorts; phase to ground for insulation resistance; Dielectrically strength of windings. E. All of the above information shall be recorded on a shop record and retained in a permanent file. This record shall include a description of failure and the probable cause of failure. Copies will be returned with each repaired piece of equipment prior to payment for those repairs. Electronic copies are required in PDF format. Measurements taken before and after repairs will be included in reports. F. All rotors shall be balanced to meet ISO 1940 BALANCE GRADE G 2.5 standards. ITB 2021-032-AY 13 G. Squirrel Case Rotors shall be visually inspected, tested for open bars, steam cleaned, and baked. H. Slip Ring Rotor (Wound Rotors). The same procedure as used on a squirrel cage rotor shall be followed. In addition, the open circuit voltage between rings shall be read and recorded. I. Rotating Fields. The same procedure as used on a squirrel cage rotor shall be followed. In addition, the fields shall receive an AC and a DC drop-check test and the readings recorded. Drop-check voltage reading will be recorded for each coil and the coils will be numbered. A surge comparison and DC bipotential test may be used to determine the condition of the rotating field. J. Bearings Ball and roller bearings shall always be replaced with equivalent or superior bearings unless otherwise requested. Sleeve bearings shall have babbitts refurbished to original manufacturer's specification. Acceptable bearing manufactures are: SKF, Timken, Fafnir, NSK, NTN. Any other brand of bearing will require approval from the City of Miami Beach, Public Works, Water & Sewer Superintendent before being installe d. K. Shafts and End Bells All bearing surfaces shall meet Original Equipment Manufacturer (OEM) specifications. When out of limits, shafts and end bells shall be repaired using pre- approved methods. All grills shall be unbroken and secure in the frame. C8. Miscellaneous A. All defective items such as feet, lift rings, fans, fan covers, etc., shall be repaired and put in first class condition. B. All bearings used shall be flushed thoroughly, sealed, and packed with grease prior to final assembly. C. Bidder must provide a written detailed description (make/manufacturer) of the type of bearing(s) utilized for each repair. Any change in type or style of bearing will require written pre-approval from the City of Miami Beach, Public Works Operations, Contract Administrator, electronic versions are acceptable. D. All O-Rings exposed through dismantling of equipment shall be replaced with new O- Rings. The use of silicone or similar type caulking is not acceptable. C9. Rewind Electric Motor Rewind shall include all work as defined in Section 9, Repair Electric Motor General. A. Winding Removal and Core Preparation a. Old windings shall be removed by using either a "Vapor-Phase" solvent system or a controlled temperature burn-out oven. In either case, the method must allow removal of the winding without the use of any excessive heat, which might warp the stator frame. b. Upon removal of the winding and insulation, the core shall be tested for shorts in laminations (core test) and inspected for cleanliness and absence of burrs, sharp edges and damaged iron. c. In the event that the slots are not clean, the iron shall be sand blasted. Any damages core iron shall be removed or individually treated to return the core to its ITB 2021-032-AY 14 original laminated condition. The iron and frame shall be in first class condition before the rewinding procedure begins. B. Winding Materials. All materials used in rewinding shall be guaranteed to be capable of a specified minimum temperature class. Data of the original material fabricator shall be available to substantiate the temperature class of each material used. C10. Winding Procedure A. Coils shall be machine wound, with all wires individually tensioned to obtain uniformity and freedom from "crossovers". Proper form shapes shall be used to give adequate end room clearance and prevent "buried" coils. All connections, jumpers and leads shall be laced down in a neat, secure manner with adequate clearance from the end bells. B. Random Wound Stators "U" shape wedges shall be used. In the event the coils are loose after the "U" wedge is installed, additional material shall be driven either in the bottom of the slot, between the top and bottom coils, or under the wedge to render the coils firm and tight. In some cases, it may be necessary to apply fillers in all three locations. C. Random Wound Rotors Maximum attention shall be given to installing the winding in a secure manner. The winding shall not be twisted or skewed while banding. D. Form Wound Stators. The coils shall be spread properly so that the "side angles" are parallel to the slots and do not cause any "cutting in" due to non-parallelism. The coils shall have a secure and firm fit in the slots. All coils shall be securely tied to all surge and end rings. All group jumpers, connections and leads shall be securely laced. All wedges shall be fabricated to a "drive" fit and the proper amount of filler shall be installed with the coils to prevent any "up and down" movements. E. Rotating Fields. The bottom collar shall be ground to the shape of the pole piece and spider rim. All amortisseur windings shall be sandblasted and visually examined for any evidence of cracking, mechanical damage or open connections. Any spots in the amortisseur winding found bad will be brazed before the winding is started. No phosphor bronze solder or brazing rod will be used on electrical connections. During final assembly, the mechanical joints shall be inspected for proper alignment and tightness. All electrical joints between coils shall be brazed, taped and epoxy coated. F. Completed Winding Varnishing The varnish shall be of the semi-rigid, high build type, capable of 155 degrees Celsius (Class F) operation or 180 degrees Celsius (Class H) operation as appropriate. A minimum of three (3) dips and bakes shall be scheduled to ensure a good coating. The baking shall be done in a temperature controlled, forced ventilation oven to give the best and most uniform cure. A rapid process system may be used with prior approval from the City. The City may elect to order a Vacuum Pressure Impregnated (VPI) sealing process versus the varnishing process specified herein. Bidder must be able to perform VPI on motors up to 5000 series frame at the bidder’s facility. G. Reassembly All finished machine surfaces shall be cleaned of all varnish and foreign materials. The bore of the stator laminations and the periphery of the rotor laminations shall be cleaned of all varnish and foreign materials. All rings shall be turned and polished as necessary or specified. All brush holders will be cleaned of corrosion and foreign material. ITB 2021-032-AY 15 C11. Subcontracting Subcontracting this work will not be allowed without prior written approval from City’s Contract Administrator or designee. C12. Final Testing A. The insulation resistance shall be measured again with a megger. B. The motor shall receive an AC high potential test as follows: C. New windings -twice rated voltage, plus 1000 volts. D. Old windings - rated voltage plus 25% unless specified differently E. A surge comparison tester shall be used to test the windings for reverse coil, shorted turns, reverse phase, open circuit, short between phases, ground fault, etc. F. The motor shall be run on rated voltage and the following items observed and recorded and must meet OEM specifications or current industry standards approved by the City of Miami Beach Public Works Department. • No load current for each phase. • Noise and/or endplay • Bearing noise • J Vibration • Bearing temperature • No load speed. G. In addition, drop-check and insulation test shall be performed and recorded. Copies of these final test results will be provided to the City upon request. H. Bidder shall possess equipment and the ability to test (unloaded) any 480 volt or 4160 volt motor. I. Painting, Coating, Finishes, and Identification The equipment shall be hand cleaned, removing all old paint and foreign materials, and painted/ coated. Final coating shall be same color and coating as it was received. Exposed finished parts, such as shafts, shall be treated to prevent corrosion. Any design changes, such as horsepow er re-rating, speed, etc., shall be shown as new nameplate dat a. Nameplates, which are missing or are not eligible, shall be replaced with a new nameplate giving as much information as possible. C13. Explosion Proof Motors All explosion proof motors will be repaired only by facilities which are U.L. approved to perform these repairs. The Bidder shall provide three (3) qualified U.L. approved repair facilities for approval by the City of Miami Beach. C14. Pumps General A. The Bidder shall repair pumps in accordance with the manufacturer’s technical data (including tolerances, calibrations and specifications) and industry standards. ITB 2021-032-AY 16 B. All impellers, volutes, bearing housings will be properly inspected and returned to specified tolerances to insure “like new” conditions are maintained through lifecycle and operation. C. All replacement parts or materials shall meet or exceed the manufacturer's specifications and, when possible, shall be OEM parts and materials D. All work, materials, and work methods performed on submersible pumps shall conform to the latest NEMA Standards. E. Bidder shall have all equipment and manpower needed to remove and install pumps requiring repair or that have been repaired. F. All O-Rings exposed through dismantling of equipment shall be replaced with new O-rings. Use of silicon or similar type caulking is not acceptable. G. All pump repairs shall include applicable electric motor repair as outlined in Section 9 Electric Motors H. Bidder shall be able to electrically run and test any pump up to 500 hp. I. Bearings Ball and roller bearings shall always be replaced with equivalent or superior bearings unless otherwise requested. Sleeve bearings shall have babbitts refurbished to original manufacturer's specification. Acceptable bearing manufactures are: SKF, Timken, Fafnir, NSK, NTN. Any other brand of bearing will require approval from the City of Miami Beach (CMB) Representative before being installed. C15. Service Requirements (Submersible Pump) General A. Disassemble and clean all components. B. Overhaul the components repairing and replacing defective assemblies or parts as required. C. Dynamic balance shall meet ISO 1940 Balance Grade G 2.5 specifications. D. Machining is required to meet OEM specifications. Methods used to restore OEM fits shall be pre-approved by City of Miami Beach, in writing (electronic is acceptable). E. Paint or coat all external surfaces to match existing color and specific coating. C16. Recondition Submersible Pump Includes all applicable specifications in Section 9, REPAIR ELECTRIC MOTORS GENERAL, of these specifications. C17. Rewind Submersible Pump Includes all applicable specifications in Section 9, REPAIR ELECTRIC MOTORS GENERAL, of these specifications. C18. Drywell, Split Case, & Vertical Turbine Pump A. Disassemble and clean all components. B. Overhaul the components repairing and replacing defective assemblies or parts as required. C. Dynamic balance shall meet ISO 1940 BALANCE GRADE G 2.5 specifications. ITB 2021-032-AY 17 D. Machining as required shall meet OEM specifications. Methods used to restore OEM fits shall be pre-approved by City of Miami Beach in writing (electronic is acceptable). E. Paint or coat all external surfaces to match existing color and specific coating. C19. Repairs A. The pricing for the repair work of this Award shall be lump sum. However, if deemed necessary, the City shall allow additional work to exceed the normal eight hour day including weekends and holidays. In this case, the Bidder shall be compensated at the overtime rate that is included on its Bid Response Page. ****rewrite ask for bidder to provide lump sum, but list hourly rate based on number of hours, and price for parts*** B. All overtime work shall receive prior written approval from the City before work is performed. C. The Bidder shall commence repairs on equipment within ten (10) hours from pickup by the Bidder or delivery to the Bidder’s facility by the City. This time frame applies to all equipment other than those specified as emergency repairs, which shall commence upon receipt. D. Routine repairs, as designated by the City’s Representative, to electric motors shall be completed within five (5) business working days from pickup by the Bidder or delivery to the Bidder’s facility by the City’s Representative. E. Electric motors less than 100 HP shall be completed within 24 hours from pickup by the Bidder to the Bidder's facility. F. Electric motors greater than 100 HP shall be completed within 48 hours from pickup by the Bidder or arrival to specified City facility. C20. Record Keeping Requirements The successful bidder(s) must provide and maintain logs of all equipment repaired and or rebuilt site and shall provide a detailed month ly report summary of repairs, rebuilts, inspections, tests, diagnostics and new equipment and dollar amount associated with such. This log and report shall be provided to the City of Miami Beach, Public Works Operations Division, Contract Administrator. The detailed report summary shall include at a minimum the following information: 1. Pump Station Facility Name & Address 2. Equipment Type / Type of Motor 3. Serial or Tag # 4. Date Serviced, Tested, and Inspected 5. Diagnostic: 6. Remarks to include dollar amount (e.g. repairs or parts replaced) 7. Purchase Order Reference No. C21. Inspection and Evaluation The Bidder shall inspect and evaluate each piece of equipment after disassembly to determine if the unit can be economically repaired. Inspections and evaluations must be completed within 24 hours of delivery or pick up to insure quick and timely service. Inspections, evaluations, quotes, lead times, etc., are to be provided in writing within 36 hours of delivery or pick up. All costs overruns from the original repair estimate given by the Bidder to the City shall be absorbed by the ITB 2021-032-AY 18 Bidder unless waived by the City in writing. Proper justification and back-up documentation shall be required in order for the City to consider having these overruns waived. C22. Pickup and Delivery The Bidder shall provide free pickup and delivery of all equipment to be repaired at the Bidder’s facility. If the equipment is unable to be transported to the Bidder’s facility, repairs shall be performed at the specified City facility. The Bidder shall pickup equipment for repair within 24 hours after receiving verbal notification by the City Representative, including after normal/business hours, weekends and holidays. Under emergency conditions the Bidder shall respond within 2 hours after receiving verbal notification by the City Representative. The invoice for this emergency service should list the name of the City representative that requested the emergency. C23. Reports The Bidder shall provide the City all reports for all services performed on motors and pumps detailed herein. The reports shall include an evaluation of the overall condition of the pump or motor and any other data needed to predict future repairs or replacement. Copies of reports shall be returned with each repaired piece of equipment prior to payment for those repairs. Copies of reports shall be submitted via electronic copies in PDF format. Measurements taken before repairs and after repairs shall be included in the reports. Complete repair reports shall be submitted with or prior to any invoice for the work performed. The Bidder shall submit all necessary reports within the first 30 days of the contract for approval by City of Miami Beach. The City of Miami Beach reserves the right to add or delete away as deemed necessary for efficient operations and contract execution. C24. Preventative Maintenance Plan The Bidder shall provide vibr ation analysis of pumps a nd motors, thermal imaging and inspection of drives, control panels, and annual prev entative maintenance , as described by the pump, motor, and controls manufacturers for all vertic al and horizontal pumps that are not submersible. A thorough report with eva luation findings and recommenda tions for each piece of equipment will be provided. by the awarded bidder(s) at no additiona l cost to the City. This service will be provided as sch eduled by the City’s Representative . C25. Contractor's Personnel. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performing maintenance on the City's grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identification at all times Contractor Employee Criminal Background Check and ID Badging Requirements. It is a ITB 2021-032-AY 19 requirement of this bid that contractor comply with all the requirements of Sections 1012.32 and 1012.465, Florida Statutes, requiring that only those contractor employees that have successfully passed the background screening required by the referenc ed statutes and that meet the standards established by the statutes be allowed access to any City location or prior to the provision of any contract services. This requirement shall extend to all contractor representatives, agents or sub- contractors performing duties under the contract. If a contractor’s employee is away from the job for a period of 45 or more days, the City will require a new criminal background check. The background screening will be conducted by The City of Miami Beach Human Resources Department. Contractor will bear the cost, currently estimated at approximately $40.00 per employee (subject to change from time to time), of acquiring the background screening required under Section 1012.32, Florida Statutes, and any fee imposed by the Flor ida Department of Law Enforcement to maintain the provided with respect to contractor and its personnel. The Parties agree that the failure of Awardee to perform any of the duties described in this section shall constitute a material breach of this solicitation and any resulting agreement for which the City reserves the right to terminate immediately with no further responsibilities or duties to perform under this Agreement. Contractor agrees to indemnify and hold harmless the City, its officers and employees of any liability in the form of physical or mental injury, death or property damage resulting in Awardee’s failure to comply with the requirements of this section or Sections 1012.32 and 1012.465, Florida Statutes. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Successful Contractor will wear a uniform bearing the Contractor’s name. Uniforms must be provided at the contractor’s expense, and may not be charged to the employee or deducted from the employees’ paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation Upon successful completion of the required criminal background check, the City will issue ID badges to each contractor employee at a nominal fee, currently $10.00 (subject to change from time to time). Contractor agrees that no contractor employee shall be allowed on any City property without a City issued ID badge worn at all times in a visible and easily readable location. The transfer of ID badge from one employee to another is stric tly prohibited and shall be cause for all contractor employees responsible for such action to be immediately removed from City property and contractor fined in accordance with the provisions of Section 4.5. Instructions on obtaining ID badges will be provided after contract award. Contractor agrees to require all its employees to notify the Contractor and the City of any arrest(s) or conviction(s) of any offense within 24 hours of its occurrence. Contractor further agrees to immediately notify the City upon becoming aware that one of its employees which were previously certified as completing the background che ck is subsequently arrested or convicted of any disqualifying offense. Failure by Contractor to notify the City of such arrest or conviction within 24 hours of being put on notice shall constitute a material breach of the Contract entitling the City to terminate this Contract immediately. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Successful Contractor will wear a uniform bearing the Contractor’s name. Uniforms must be provided at the contractor’s expense, and may not be charged to the employee or deducted from the employees’ paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation ITB 2021-032-AY 20 C26. Work Completion. The bidder shall remove all unusable materials and debris from the premises at the end of each workday, and dispose of in an appropriate manner. Upon final completion, the bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s building manager/project manager. C27. Locations The following is a listing of all current sole site locations, number of pumps and Horse Power (HP). Sewer Stations Location Qty. HP S1 1051 Jefferson Av. 4 150 S2 35 Star Island 2 30 S2 35 Star Island 2 15 S4 231 S. Hibiscus Dr. 2 5 S5 195 Palm Av 2 5 S6 229 E. San Marino Dr. 2 10 S7 428 W. DiLido Dr. 2 10 S8 228 W. Rivo Alto Dr. 2 5 S10 28 Venetian Way 3 50 S11 1710 Washington Av. 3 125 S13 2270 Sunset Dr. 2 10 S14 2730 Sunset Dr. 2 10 S15 Pine Tree Dr. & W. 51st St. 2 60 S18 6590 Pine Tree Dr. 2 15 S19 6850 Indian Creek Dr. 2 75 S21 850 W. 71st St. 2 75 S22 Hagan St. on golf Course 2 30 S23 750 W. 75th St. 2 75 S24 8100 Hawthorne Av. 2 60 S27 5400 Collins Av. 2 125 S28B 300 28th St. 3 350 S28L 300 28th St. 3 200 S29B Indian Creek Dr. & 63rd St. 3 200 S29L Indian Creek Dr. & 63rd St. 3 125 S30 Terminal Island 1 30 S31 290 Washington Ave. 4 40 Water Stations W1 451 Dade Boulevard 2 250 ITB 2021-032-AY 21 W1 451 Dade Boulevard 1 125 W2 75th St. & Dickens Av. 2 250 W2 75th St. & Dickens Av. 1 125 W3 71st St & Fountain (Normandy) 2 250 W4 468 Alton Rd. 3 300 W5 Belle Isle NE side of Venetian Way 1 100 W7 Terminal Island 2 250 Storm Water Stations SW1 Dade Blvd & Sunset Harbour 2 15 SW2 Sunset Harbour / 18th Street Marina 2 15 SW3 Purdy Ave / 20th St (Publix) 2 15 SW4 Bay Road at 14th Terrace 2 60 SW5 Belle Isle at Venetian Causeway 2 30 SW6 16th St at Street end West of Bay Rd 2 14 SW7 Lincoln Terrace street end West of Bay Rd 2 14 SW8 Dade Blvd at Prairie Ave 2 50 SW9 Michigan Ave at 47th Street 2 70 SW10 Jefferson Ave at 46th Street 2 70 SW11 Nautilus Drive at Nautilus Ct 2 70 SW12 Jefferson Ave and 44th Ct 2 70 SW13 Meridian Ave and 42nd St 2 70 SW14 Michigan Ave at Nautilus Dr 2 70 SW15 Lincoln Rd at Lenox Ave 2 15 SW16 South Point Dr at Washington Ave 2 45 SW17 Flamingo Dr at 24th Street 2 33.5 SW18 Pine Tree Dr at 28th St 2 33.5 SW19 Chase Ave at 34th St 2 33.5 SW20 West 37th St between Royal and Sheridan Ave 2 33.5 SW21 West 34th St between Sheridan & Pine Tree Dr 2 33.5 SW22 28th St at Prairie Ave 2 33.5 SW23 Hawthorne Ave at 86th St 2 81 Pump Station 1 1700 Purdy Ave 2 1800 Purdy Ave 2A 1800 Purdy Ave 3 20 Sunset Harbor Dr 4 1400 Bay Rd. 5 52 Venetian Way. ITB 2021-032-AY 22 6 1608 Bay Road Pump STN 2 7 1608 Bay Road Pump STN 1 8 2101 Prairie Ave. 9 4710 N. Michigan Ave 10 875 W 46 St 11 4565 Nautilus Drive 12 4445 N. Jefferson Ave 13 4220 N. Meridian Ave 14 4213 Nautilus Drive 15 1111 Lincoln Road 16 790 South Point Dr. 17 2380 Liberty Ave. 18 2687 Pine Tree Drive 19 3405 Chase Ave. 20 529 W. 37th Street 21 305 W. 34th Street 22 2796 Prairie Ave 23 8501 Hawthorne 24 W 23 Street & N. Bay Road 25 1480 10 Street (City) 26 1490 10 Street (FDOT) 27 1480 14th Street (City) 28 1470 14th Street (FDOT) 29 4300 Indian Creek Dr. (FDOT) 30 8103 Crespi Blvd 31 1223 6th Street (FDOT) 32 630 Alton Rd. (City) 33 1261 17th St. 34 465 E. Rivo Alto (N) 35 9 E. Rivo Alto (S) 36 840 Di Lido (S) 37 61 Di Lido (S) 38 435 E. San Marino (N) 39 8 E. San Marino (S) 40 180 Fountain st (Palm Island Bridge) 41 398 Palm Ave. (Palm West) 42 110 W Palm Hibiscus Island Midway 43 2299 Sunset Dr. (Sunset Island 3) ITB 2021-032-AY 23 44 1400 W. 21st St. (Sunset Island 4) 45 2100 Washington (Convention Center) 48 723 19th St. (Botanical garden) C28. EQUIPMENT Manufacturer Brand Names listing: 1. Fairbanks Morse 2. Flygt 3. Flowserve 4. ABS Pumps 5. KJI Hydro 6. Wilo Emu *Please note that these brands and model numbers are an estimate. The City may add future manufacturers in the foreseeable future* ITB 2020-083-AY 24 APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 25 1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to- month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. 2. PRICES. All prices quoted in the bidder’s bid submittal shall remain firm and fixed, unless amended in writing by the City. 2.1 COST ESCALATION. The living wage rate and health care benefits rate may, by Resolution of the City Commission, be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami-Ft. Lauderdale-West Palm Beach, issued by the U.S. Department of Labor’s Bureau of Labor Statistics, in which case Contractor shall be required to pay its employees such adjusted Living Wage rate under this Agreement. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). 3. PERFORMANCE BOND. Intentionally omitted. 4. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its product and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. Correcting Defects Covered under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within seven (7) calendar days after the City notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within seven (7) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another bidder and charge the bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 5. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder (s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specification in the best interest of the City and a separate purchase order shall be issued by the City. 6. PARTS AND SUPPLIES COST. Bids for parts and supplies shall be submitted at the successful bidder’s cost minus discount or plus a Percentage Mark-up (not to exceed 10%) for parts to City. Evidence of said costs shall be submitted with invoice, for each repair, or service call. Proof of costs shall be printed, ITB 2021-032-AY 26 properly identified, and dated as to issuance and effectiveness. 7. FACILITY LOCATION. Materials will be delivered to the City of Miami Beach Public Works Operations located at 451 Dade Blvd., Miami Beach, FL 33139 or if otherwise to be delivered to any of the City’s locations upon receiving written request of the Public Works Operations Supervisor. 11. ROADMAP FOR PROJECTS AWARDED FOR EMERGENCY SERVICES. In lieu of routine repairs, the project/contract manager may under emergency situations select a contractor in response for emergency service. The Bidder, shall at their own expense, visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative, project managers may require an itemized breakdown of the lump sum amounts. 11.1 In determining the best contractor for the project, the following may be considered: (1) The ability, capacity and sk ill of the bidder to perform the contract. (2) Whether the bidder can perform the contract w ithin the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the b idder with laws and ordinances relating to the contract. 11.2 Parts and Materials as a Pass-Thru Cost. For parts and materials ordered under this option, vendors shall provide quotes or invoice, as determined by the Contract Manager, based on the cost of parts and materials as a pass-thru cost. In determining cost of materials, the contracting officer may: i. require the vendor to provide actual cost of parts and materials (e.g., contractor’s invoice, MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or ii. may require the vendor to seek and document competition from its sources for the required parts or materials; or iii. may obtain any data are available from primary or other secondary sources and use that data in determining a fair and reasonable price. The cost of any ancillary third-party services that are provided by the vendor, with prior approval of the Contract Manager, may be determined in the manner prescribed above ITB 2021-032-AY 27 APPENDIX C ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 28 APPENDIX C COST PROPOSAL FORM Failure to submit Appendix C, Cost Proposal Form, in its entirety by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix C) shall be completed mechanically. All corrections on the Cost Proposal Form (Appendix C) shall be initialed. BIDDER SHALL PROVIDE DOCUMENTATION PURSUANT TO SECTION 0300, BID SUBMITTAL INSTRUCTIONS TAB 2 THAT THEY ARE AN APPROVED, CERTIFIED OR DESIGNATED AGENT, DEALER, REPRESENTATIVE, OR DISTRIBUTOR OF OEM PRODUCTS FOR THE BRAND(S) OF THE FOLLOWING MANUFACTURER(S) FOR WHICH IT HAS SUBMITTED A BID LISTED IN THE BIDDER’S SUBMITTAL. Cost Proposal Form continued on next page ITB 2021-032-AY 29 GROUP 1 FAIRBANKS MORSE REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 1A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 1B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 1C Parts & Equipment for Repairs $60,000 % $ $ 1D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 1A through1D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 1E Emergency Rate 50 HR $ $ 1F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 1E & 1F): $ Total Group 1(1A through1F): $ ITB 2021-032-AY 30 GROUP 2 FLYGT REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 2A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 2B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 2C Parts & Equipment for Repairs $60,000 % $ $ 2D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 2A through 2D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 2E Emergency Rate 50 HR $ $ 2F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 2E & 2F): $ Total Group 2(2A through2F): $ ITB 2021-032-AY 31 GROUP 3 FLOWSERVE REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 3A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 3B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 3C Parts & Equipment for Repairs $60,000 % $ $ 3D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 3A through 3D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 3E Emergency Rate 50 HR $ $ 3F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 3E & 3F): $ Total Group 3(3A through 3F): $ ITB 2021-032-AY 32 GROUP 4 ABS PUMPS REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 4A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 4B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 4C Parts & Equipment for Repairs $60,000 % $ $ 4D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 4A through 4D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 4E Emergency Rate 50 HR $ $ 4F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 4E & 4F): $ Total Group 4(4A through4F): $ ITB 2021-032-AY 33 GROUP 5 KJI HYDRO REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 5A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 5B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 5C Parts & Equipment for Repairs $60,000 % $ $ 5D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 5A through 5D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 5E Emergency Rate 50 HR $ $ 5F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 5E & 5F): $ Total Group 5(5A through5F): $ ITB 2021-032-AY 34 GROUP 6 WILO-EMU REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 6A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 6B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 6C Parts & Equipment for Repairs $60,000 % $ $ 6D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 6A through 6D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 6E Emergency Rate 50 HR $ $ 6F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 6E & 6F): $ Total Group 6 (6A through6F): $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative’s Signature: ITB 2020-083-AY 35 APPENDIX D ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 36 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees an d that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. ITB 2021-032-AY 37 Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] BID SUBMITTAL QUESTIONNAIRE SECTION 1 – BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: 2021-032-AY Solicitation Title: FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE BIDDER’S NAME: TAW Miami Service Center NO. OF YEARS IN BUSINESS: 100 NO. OF YEARS IN BUSINESS LOCALLY: 100 NO. OF EMPLOYEES: 500 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: BIDDER PRIMARY ADDRESS (HEADQUARTERS): 9930 NW 89th Ave CITY: Miami STATE: FL ZIP CODE: 33178 TELEPHONE NO.: 305-884-1717 TOLL FREE NO.: FAX NO.: 305-884-8136 BIDDER LOCAL ADDRESS: 9930 NW 89TH AVE CITY: Miami STATE: Florida ZIP CODE: 33178 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Jimmy Hidalgo ACCOUNT REP TELEPHONE NO.: 305-926-5288 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: jimmy.hidalgo@tawinc.com FEDERAL TAX IDENTIFICATION NO.: 650516082 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder’s Authorized Representative: Jimmy Hidalgo Title of Bidder ’s Authorized Representative: Senior Account Manager file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City’s e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt JH Addendum 1 Addendum 6 Addendum 11 JH Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. YES NO If yes, please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeId=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. SECTION 5 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM NORTH CAROLINA AND MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Bidder shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for- Services-Sources-from-North-Carolina-Mississippi-1.pdf file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] SECTION 6 - REFERENCES AND PAST PERFORMANCE Project No.2021-032-AY Project Title FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: South Florida Water Management District Contact Individual Name and Title: Butch Dias Address: 9901 NW 58the ST. Miami, FL 33178 Telephone: 561-248-2453 Contact’s Email: adias@sfwmd.gov Narrative on Scope of Services Provided: Multiple Pump and Motor Repairs. Reference No.2 Firm Name: City of Miami Public Works Contact Individual Name and Title: Elyrosa Estevez Address: 444 SW 2nda Ave Miami, FL 33130 Telephone: 305-416-1200 Contact’s Email: eestevez@miamigov.com Narrative on Scope of Services Provided: Removal of Pumps and motors, complete rebuild of pumps and motors, Installation and align. Project amount: $1,525,000 Reference No.3 Firm Name: Miami Dade WASD Contact Individual Name and Title: Susan Turner - Procurement Address: 3071 SW 38th Ave Miami, FL 33146 Telephone: 786-552-8254 file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] Contact’s Email: susan.turner@miamidade.gov Narrative on Scope of Services Provided: Miami Dade Water and Sewer Contract Bid 6819-5/17-5 Pump and Motor Repair file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] Additional Reference Firm Name: Contact Individual Name and Title: Address: Telephone: Contact’s Email: Narrative on Scope of Services Provided: SECTION 7 - STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No.2021-032-AY Project Title FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS Bidders are expected to be or become familiar with, the City’s Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeId=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE Bidders shall be solely responsible for ensuring that all applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. YES NO If yes, list name (first and last name) of individuals, occupation, amount and date: First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] 5 6 7 8 9 file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] SECTION 9 – SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- performance by any public sector agency? YES NO If answer to above is “YES,” bidder shall submit a statement detailing the reasons that led to action(s): SECTION 10 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder’s Authorized Representative: Jimmy Hidalgo Title of Bidder ’s Authorized Representative: Senior Account Manager file:///miamibeach.gov/...BID_SUBMITTAL_QUESTIONNAIRE_W_O_LIVING_AND_EQUAL_BEN._--_FINAL_11.13.20_8674230.htm[5/11/2021 1:54:39 PM] SECTION 11 –SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.” By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder’s Authorized Representative: Jimmy Hidalgo Title of Bidder ’s Authorized Representative: Senior Account Manager ITB 2021-032-AY TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED .............................................................................................................. 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS .......................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A SPECIFICATIONS APPENDIX B SPECIAL CONDITIONS APPENDIX C COST PROPOSAL FORM APPENDIX D INSURANCE REQUIREMENTS ITB 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE ITB 2021-032-AY 2 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective Bidders to submit their qualifications, propose d scopes of work and cost proposals (the “bid”) to the City for the City’s consideration as an o ption in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the so licitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this bid is to establish a contr act, by means of sealed bids, with qualified firm(s) for the repair, replacement, and preventive maintenance of various types of electric motors and pumps, on an as needed basis, in accordance with the terms, conditions and specifications contained in this Invitation to Bid (ITB). The services to be provided include but are not exclusive to the rewinding of stators and rotors, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, pump rebuilds/overhauls, preventative maintenance, thermal imaging, vibration analysis, crane service and additional field services, as required. On April 11, 2016 the City issued Invitation to Bid (ITB) 2016-048-MT for Electric Motor Rewind Pump Repairs and Maintenance. June 2016, the Mayor and City Commission awarded contracts to the lowest bidder for the services and the existing contract is scheduled to expire in the coming year. The City of Miami Beach estimates the annual budget for this project to be $905,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued January 14, 2021 Pre-Bid Meeting January 21, 2021 @ 10 AM Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 998 893 881 and then press the pound (#) key Deadline for Receipt of Questions January 26, 2021 @ 5:00PM ET ITB 2021-032-AY 3 Responses Due February 10, 2021 @ 3:00PM ET Tentative Commission Approval Authorizing Award March, 2021 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto, CPPB 305-673-7000, ext. 26695 ArjuYudasto@miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e -mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Atten dance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the bidder from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the bidder. 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at ITB 2021-032-AY 4 rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, th e lowest responsive, responsible bidder(s) meeting all terms, conditions, an d specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Mana ger for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, respons ible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is no n- exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 11. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you 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 term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. ITB 2021-032-AY 5 ITB 2021-032-AY 6 SECTION 0200 GENERAL CONDITIONS 1. TERMS & CONDITIONS – By virtue of submitting a bid in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), as well as those for Grants and Federal Requirements (dated 8.20.20) incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ ITB 2021-032-AY 7 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Electronic responses to this ITB are to be submitted through BidSync until the date and time as indicated in this document. It is the sole responsibility of the Bidder to ensure its bid reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder to submit a bid in response to a City of Miami Beach solicitation via BidSync. Electronic bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files (bid format indicated below). All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. The City will only consider the latest version of the bid. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Cost Proposal Form (Appendix B) 3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix B), Bid Submittal Questionnaire (submitted electronically), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC BID FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of bids, it is strongly recommended that bids be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic bid shall be submitted through the “Line Items” attachment tab in BidSync. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ITB 2021-032-AY 8 FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements. • Tab 3 Additional Information. o Employees. Bidder shall provide a list of employees that will be involved in performing the work under this award, including years of experience, qualifications and any certifications received. In addition, any certifications from the manufacturer. Throughout the term of the award, the City reserves the right to request, and subsequently receive a replacement, for any person(s) that is deemed to be unqualified. Please include for each employee listed the following information: 1) Employee Name, 2) Employee’s Title, 3) Address, 4) Telephone, 5) Employee’s Email, 7) Copy of Employee’s certifications. o Equipment. Bidder shall provide a list of equipment that is to be used in the execution of the work detailed herein. This list shall include the capabilities and any other relevant technical data of the equipment that is listed. This information shall be sufficient for the City to determine the suitability of the equipment to accomplish the work described herein. The City reserves the right to inspect the Bidder's place of business to ensure adequacy in these aforementioned items prior to the start of the award resulting f rom this specification. o Safety Training. Bidder shall provide documentation that details an established in-house safety training program or procedures for employees who will be involved in the performing of the work described herein. This list shall include type of training, operating procedures, and proof of bidder’s compliance with above mentioned safety training with certifications received. Balance of Page Intentionally Left Blank ITB 2021-032-AY 9 APPENDIX A ________________________________________________________________________ Specifications ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 10 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Bidder shall provide documentation they are an approved, certified or designated agent, dealer, representative, or distributor of OEM products for the brand(s) of the manufacturer for which it has submitted a bid listed in the bidder’s submittal. Submittal Requirements: Proof may be in the form of: a) Current letters from the manufacturer, on the manufacturer’s letterhead, designating the bidder as a manufacturer, agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal. The letters shall be dated within six (6) months of the bid submittal and it shall be signed by an authorized manufacturer’s representative. OR b) A copy of the signed agreement between the manufacturer and the bidder designating the bidder as an agent, dealer, represen tative or distributor of the OEM products listed in the bidder’s submittal. OR c) Reference to the manufacturer’s internet website, where the manufacturer clearly lists the bidder as an agent, dealer, representative or distributor of the OEM products listed in the bidder’s submittal C2. Statement of Work Required. The purpose of this bid is to establish a contract, by means of sealed bids with a qualified supplier(s) for the repair, replacement, and preventative maintenance of various types of electric motors and pumps repair and maintenance, on an as needed basis, for the City ’s Public Works Department. The services include but are not exclusive to the rewinding of stators and rotor, replacements of bearings and seals, complete motor repair, rewinding of transformers, machining, pump rebuilds / overhauls, preventative maintenance, thermal imaging, vibrations analysis, crane service and additional field services, as required. C3. Specifications A. These services are specific to the City of Miami Beach and will cover pumps, motors, drives, etc., for the City’s drinking water, sanitary, and storm water pumping stations currently operational and any future facilities / equipment that may fall under the City’s responsibilities to operate and maintain. B. The City will typically remove and replace equipment for the initial repair. If requested by the City, the contractor shall remove and/or reinstall any motors or pumps, including all electrical, control, and mechanical connections, at the appropriate hourly labor rate plus crane rate, if necessary. C. The City will be responsible to electrically and mechanically isolate the equipment for safe removal or installation, unless, the Bidder is directed otherwise under non-typical needs that constitutes the City’s best interest for their stakeholders. D. The Bidder shall, at the City's request, perform precision alignment on repaired motors , ITB 2021-032-AY 11 pumps, and/or shafts at the City's treatment plant or pump stations at the appropriate hourly labor rate. E. The Bidder shall have a crane capable of lifting, removing, and installing all types of motors and pumps (including submersible pumps) up to 350HP. F. The Bidder will be responsible for all costs related to the removal and replacement of equipment related to rework required due to faulty repair by the Bidder. G. The Bidder shall provide a spreadsheet reporting the repair status of each outstanding job along with an estimated completion date weekly to the designated City’s Contract Administrator or designee. H. The Bidder shall provide assigned personnel assigned by the contractor to provide the following duties to the City in order to insure direct and efficien t management of this contract: a. Project / Contract Management b. Administrative accounts payable / receivable c. Engineering / technical support d. Service coordinator(s) (including emergency and after hour’s needs) For the above categories, the contractor will provide name, telephone (office & mobile), and email address of the person responsible to insure efficient communications. Any changes once person is designated must be immediately provided in writing to City of Miami Beach within 24 hours. C4. Schedule A. All work to be performed on-site shall be done between the REGULAR hours of 7:30 AM to 4:00 PM, Monday through Friday. B. The City’s Representative shall provide the Bidder written approval of the repair work and schedule before work shall commence. The bidder will not be compensated for any work that has not received prior written approval. The bidder shall follow the normal work schedule time detailed above unless prior approval by the City Representative is given to proceed otherwise. C5. Emergency Service A. The Bidder shall provide emergency repair service on a 24 hours, 7 days a week, basis including holidays when requested by the City’s Representative. B. The Bidder shall communicate by verbal contact in response to the City’s Representative's request for emergency services within two (2) hours from notification by the City Representative. Bidder shall have a service truck or delivery/pickup truck on site within two (2) hours of notification. C. Compensation for emergency service shall be at the bid hourly rate, as specified on the Bid Response Page. D. All emergency work shall receive prior written approval from the City’s Representative before work is performed. E. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. ITB 2021-032-AY 12 C6. Repair Electric Motors General A. Bidder shall disassemble motor and clean all components. B. Bidder shall inspect electric motors for hot spots, core lamination loss, and assessment of the core's condition to determine if repair of the electric motor is needed. C. Bidder shall conduct core test stator for shorted lamination before rewinding. The City Representative will require both a Core Loss Test and Core Test. D. Bidder shall overhaul the components, rewind, repair and/or replace any assembl ies including: a. Rotor and Stator b. Shaft and Collector Rings c. Bearings d. Surge Test as specified e. Dynamically balance the rotating assemblies shall meet standard of ISO 1940 Balance Grade G 2.5. f. Test overhauled motors under maximum design load conditions to assure proper operations. E. Bidder shall paint or coat all external surfaces to match existing color and specific coating. F. Bidder’s work, materials and work methods shall conform with the latest NEMA standards. G. Bidder’s work and materials shall be NEMA approved Class F or higher unless otherwise requested. H. The bidder shall repair all electric motors in accordance with the manufacturer’s technical data (including tolerances, calibrations, and specifications) and industry standards. C7. Recondition Electric Motor General A. Upon receipt of the motor, and if winding failure is not evident, the insulation of the stator resistance shall be read using a megger. If the insulation resistance reading permits, the motor shall be run on full rated voltage. Minimum acceptable insulation resistance readings are one mega ohm per 1000 volts of rated voltage, but never less than one mega ohm. B. While the motor is running, a visual examination shall be made for hot or noisy bearings and excessive vibration or other unusual conditions. After the motor has been disassembled, the rotor shall be tested for open circuits. In the event the stator winding has failed, the rotor shall be tested on a "growler". C. Micrometer measurements shall be taken on mechanical parts to ensure proper fit. Measurements shall include, but not limited to, bearing housings, seal housings and shafts, and all shall meet OEM specifications. D. The bidder shall test the rotor for short lamination using a core test device. If the old stator windings have not failed, a surge comparison test and a DC HI potential test is required to test for; turn to turn for shorts; coil to coil for shorts; phase to phase for shorts; phase to ground for insulation resistance; Dielectrically strength of windings. E. All of the above information shall be recorded on a shop record and retained in a permanent file. This record shall include a description of failure and the probable cause of failure. Copies will be returned with each repaired piece of equipment prior to payment for those repairs. Electronic copies are required in PDF format. Measurements taken before and after repairs will be included in reports. F. All rotors shall be balanced to meet ISO 1940 BALANCE GRADE G 2.5 standards. ITB 2021-032-AY 13 G. Squirrel Case Rotors shall be visually inspected, tested for open bars, steam cleaned, and baked. H. Slip Ring Rotor (Wound Rotors). The same procedure as used on a squirrel cage rotor shall be followed. In addition, the open circuit voltage between rings shall be read and recorded. I. Rotating Fields. The same procedure as used on a squirrel cage rotor shall be followed. In addition, the fields shall receive an AC and a DC drop-check test and the readings recorded. Drop-check voltage reading will be recorded for each coil and the coils will be numbered. A surge comparison and DC bipotential test may be used to determine the condition of the rotating field. J. Bearings Ball and roller bearings shall always be replaced with equivalent or superior bearings unless otherwise requested. Sleeve bearings shall have babbitts refurbished to original manufacturer's specification. Acceptable bearing manufactures are: SKF, Timken, Fafnir, NSK, NTN. Any other brand of bearing will require approval from the City of Miami Beach, Public Works, Water & Sewer Superintendent before being installe d. K. Shafts and End Bells All bearing surfaces shall meet Original Equipment Manufacturer (OEM) specifications. When out of limits, shafts and end bells shall be repaired using pre- approved methods. All grills shall be unbroken and secure in the frame. C8. Miscellaneous A. All defective items such as feet, lift rings, fans, fan covers, etc., shall be repaired and put in first class condition. B. All bearings used shall be flushed thoroughly, sealed, and packed with grease prior to final assembly. C. Bidder must provide a written detailed description (make/manufacturer) of the type of bearing(s) utilized for each repair. Any change in type or style of bearing will require written pre-approval from the City of Miami Beach, Public Works Operations, Contract Administrator, electronic versions are acceptable. D. All O-Rings exposed through dismantling of equipment shall be replaced with new O- Rings. The use of silicone or similar type caulking is not acceptable. C9. Rewind Electric Motor Rewind shall include all work as defined in Section 9, Repair Electric Motor General. A. Winding Removal and Core Preparation a. Old windings shall be removed by using either a "Vapor-Phase" solvent system or a controlled temperature burn-out oven. In either case, the method must allow removal of the winding without the use of any excessive heat, which might warp the stator frame. b. Upon removal of the winding and insulation, the core shall be tested for shorts in laminations (core test) and inspected for cleanliness and absence of burrs, sharp edges and damaged iron. c. In the event that the slots are not clean, the iron shall be sand blasted. Any damages core iron shall be removed or individually treated to return the core to its ITB 2021-032-AY 14 original laminated condition. The iron and frame shall be in first class condition before the rewinding procedure begins. B. Winding Materials. All materials used in rewinding shall be guaranteed to be capable of a specified minimum temperature class. Data of the original material fabricator shall be available to substantiate the temperature class of each material used. C10. Winding Procedure A. Coils shall be machine wound, with all wires individually tensioned to obtain uniformity and freedom from "crossovers". Proper form shapes shall be used to give adequate end room clearance and prevent "buried" coils. All connections, jumpers and leads shall be laced down in a neat, secure manner with adequate clearance from the end bells. B. Random Wound Stators "U" shape wedges shall be used. In the event the coils are loose after the "U" wedge is installed, additional material shall be driven either in the bottom of the slot, between the top and bottom coils, or under the wedge to render the coils firm and tight. In some cases, it may be necessary to apply fillers in all three locations. C. Random Wound Rotors Maximum attention shall be given to installing the winding in a secure manner. The winding shall not be twisted or skewed while banding. D. Form Wound Stators. The coils shall be spread properly so that the "side angles" are parallel to the slots and do not cause any "cutting in" due to non-parallelism. The coils shall have a secure and firm fit in the slots. All coils shall be securely tied to all surge and end rings. All group jumpers, connections and leads shall be securely laced. All wedges shall be fabricated to a "drive" fit and the proper amount of filler shall be installed with the coils to prevent any "up and down" movements. E. Rotating Fields. The bottom collar shall be ground to the shape of the pole piece and spider rim. All amortisseur windings shall be sandblasted and visually examined for any evidence of cracking, mechanical damage or open connections. Any spots in the amortisseur winding found bad will be brazed before the winding is started. No phosphor bronze solder or brazing rod will be used on electrical connections. During final assembly, the mechanical joints shall be inspected for proper alignment and tightness. All electrical joints between coils shall be brazed, taped and epoxy coated. F. Completed Winding Varnishing The varnish shall be of the semi-rigid, high build type, capable of 155 degrees Celsius (Class F) operation or 180 degrees Celsius (Class H) operation as appropriate. A minimum of three (3) dips and bakes shall be scheduled to ensure a good coating. The baking shall be done in a temperature controlled, forced ventilation oven to give the best and most uniform cure. A rapid process system may be used with prior approval from the City. The City may elect to order a Vacuum Pressure Impregnated (VPI) sealing process versus the varnishing process specified herein. Bidder must be able to perform VPI on motors up to 5000 series frame at the bidder’s facility. G. Reassembly All finished machine surfaces shall be cleaned of all varnish and foreign materials. The bore of the stator laminations and the periphery of the rotor laminations shall be cleaned of all varnish and foreign materials. All rings shall be turned and polished as necessary or specified. All brush holders will be cleaned of corrosion and foreign material. ITB 2021-032-AY 15 C11. Subcontracting Subcontracting this work will not be allowed without prior written approval from City’s Contract Administrator or designee. C12. Final Testing A. The insulation resistance shall be measured again with a megger. B. The motor shall receive an AC high potential test as follows: C. New windings -twice rated voltage, plus 1000 volts. D. Old windings - rated voltage plus 25% unless specified differently E. A surge comparison tester shall be used to test the windings for reverse coil, shorted turns, reverse phase, open circuit, short between phases, ground fault, etc. F. The motor shall be run on rated voltage and the following items observed and recorded and must meet OEM specifications or current industry standards approved by the City of Miami Beach Public Works Department. • No load current for each phase. • Noise and/or endplay • Bearing noise • J Vibration • Bearing temperature • No load speed. G. In addition, drop-check and insulation test shall be performed and recorded. Copies of these final test results will be provided to the City upon request. H. Bidder shall possess equipment and the ability to test (unloaded) any 480 volt or 4160 volt motor. I. Painting, Coating, Finishes, and Identification The equipment shall be hand cleaned, removing all old paint and foreign materials, and painted/ coated. Final coating shall be same color and coating as it was received. Exposed finished parts, such as shafts, shall be treated to prevent corrosion. Any design changes, such as horsepow er re-rating, speed, etc., shall be shown as new nameplate dat a. Nameplates, which are missing or are not eligible, shall be replaced with a new nameplate giving as much information as possible. C13. Explosion Proof Motors All explosion proof motors will be repaired only by facilities which are U.L. approved to perform these repairs. The Bidder shall provide three (3) qualified U.L. approved repair facilities for approval by the City of Miami Beach. C14. Pumps General A. The Bidder shall repair pumps in accordance with the manufacturer’s technical data (including tolerances, calibrations and specifications) and industry standards. ITB 2021-032-AY 16 B. All impellers, volutes, bearing housings will be properly inspected and returned to specified tolerances to insure “like new” conditions are maintained through lifecycle and operation. C. All replacement parts or materials shall meet or exceed the manufacturer's specifications and, when possible, shall be OEM parts and materials D. All work, materials, and work methods performed on submersible pumps shall conform to the latest NEMA Standards. E. Bidder shall have all equipment and manpower needed to remove and install pumps requiring repair or that have been repaired. F. All O-Rings exposed through dismantling of equipment shall be replaced with new O-rings. Use of silicon or similar type caulking is not acceptable. G. All pump repairs shall include applicable electric motor repair as outlined in Section 9 Electric Motors H. Bidder shall be able to electrically run and test any pump up to 500 hp. I. Bearings Ball and roller bearings shall always be replaced with equivalent or superior bearings unless otherwise requested. Sleeve bearings shall have babbitts refurbished to original manufacturer's specification. Acceptable bearing manufactures are: SKF, Timken, Fafnir, NSK, NTN. Any other brand of bearing will require approval from the City of Miami Beach (CMB) Representative before being installed. C15. Service Requirements (Submersible Pump) General A. Disassemble and clean all components. B. Overhaul the components repairing and replacing defective assemblies or parts as required. C. Dynamic balance shall meet ISO 1940 Balance Grade G 2.5 specifications. D. Machining is required to meet OEM specifications. Methods used to restore OEM fits shall be pre-approved by City of Miami Beach, in writing (electronic is acceptable). E. Paint or coat all external surfaces to match existing color and specific coating. C16. Recondition Submersible Pump Includes all applicable specifications in Section 9, REPAIR ELECTRIC MOTORS GENERAL, of these specifications. C17. Rewind Submersible Pump Includes all applicable specifications in Section 9, REPAIR ELECTRIC MOTORS GENERAL, of these specifications. C18. Drywell, Split Case, & Vertical Turbine Pump A. Disassemble and clean all components. B. Overhaul the components repairing and replacing defective assemblies or parts as required. C. Dynamic balance shall meet ISO 1940 BALANCE GRADE G 2.5 specifications. ITB 2021-032-AY 17 D. Machining as required shall meet OEM specifications. Methods used to restore OEM fits shall be pre-approved by City of Miami Beach in writing (electronic is acceptable). E. Paint or coat all external surfaces to match existing color and specific coating. C19. Repairs A. The pricing for the repair work of this Award shall be lump sum. However, if deemed necessary, the City shall allow additional work to exceed the normal eight hour day including weekends and holidays. In this case, the Bidder shall be compensated at the overtime rate that is included on its Bid Response Page. ****rewrite ask for bidder to provide lump sum, but list hourly rate based on number of hours, and price for parts*** B. All overtime work shall receive prior written approval from the City before work is performed. C. The Bidder shall commence repairs on equipment within ten (10) hours from pickup by the Bidder or delivery to the Bidder’s facility by the City. This time frame applies to all equipment other than those specified as emergency repairs, which shall commence upon receipt. D. Routine repairs, as designated by the City’s Representative, to electric motors shall be completed within five (5) business working days from pickup by the Bidder or delivery to the Bidder’s facility by the City’s Representative. E. Electric motors less than 100 HP shall be completed within 24 hours from pickup by the Bidder to the Bidder's facility. F. Electric motors greater than 100 HP shall be completed within 48 hours from pickup by the Bidder or arrival to specified City facility. C20. Record Keeping Requirements The successful bidder(s) must provide and maintain logs of all equipment repaired and or rebuilt site and shall provide a detailed month ly report summary of repairs, rebuilts, inspections, tests, diagnostics and new equipment and dollar amount associated with such. This log and report shall be provided to the City of Miami Beach, Public Works Operations Division, Contract Administrator. The detailed report summary shall include at a minimum the following information: 1. Pump Station Facility Name & Address 2. Equipment Type / Type of Motor 3. Serial or Tag # 4. Date Serviced, Tested, and Inspected 5. Diagnostic: 6. Remarks to include dollar amount (e.g. repairs or parts replaced) 7. Purchase Order Reference No. C21. Inspection and Evaluation The Bidder shall inspect and evaluate each piece of equipment after disassembly to determine if the unit can be economically repaired. Inspections and evaluations must be completed within 24 hours of delivery or pick up to insure quick and timely service. Inspections, evaluations, quotes, lead times, etc., are to be provided in writing within 36 hours of delivery or pick up. All costs overruns from the original repair estimate given by the Bidder to the City shall be absorbed by the ITB 2021-032-AY 18 Bidder unless waived by the City in writing. Proper justification and back-up documentation shall be required in order for the City to consider having these overruns waived. C22. Pickup and Delivery The Bidder shall provide free pickup and delivery of all equipment to be repaired at the Bidder’s facility. If the equipment is unable to be transported to the Bidder’s facility, repairs shall be performed at the specified City facility. The Bidder shall pickup equipment for repair within 24 hours after receiving verbal notification by the City Representative, including after normal/business hours, weekends and holidays. Under emergency conditions the Bidder shall respond within 2 hours after receiving verbal notification by the City Representative. The invoice for this emergency service should list the name of the City representative that requested the emergency. C23. Reports The Bidder shall provide the City all reports for all services performed on motors and pumps detailed herein. The reports shall include an evaluation of the overall condition of the pump or motor and any other data needed to predict future repairs or replacement. Copies of reports shall be returned with each repaired piece of equipment prior to payment for those repairs. Copies of reports shall be submitted via electronic copies in PDF format. Measurements taken before repairs and after repairs shall be included in the reports. Complete repair reports shall be submitted with or prior to any invoice for the work performed. The Bidder shall submit all necessary reports within the first 30 days of the contract for approval by City of Miami Beach. The City of Miami Beach reserves the right to add or delete away as deemed necessary for efficient operations and contract execution. C24. Preventative Maintenance Plan The Bidder shall provide vibr ation analysis of pumps a nd motors, thermal imaging and inspection of drives, control panels, and annual prev entative maintenance , as described by the pump, motor, and controls manufacturers for all vertic al and horizontal pumps that are not submersible. A thorough report with eva luation findings and recommenda tions for each piece of equipment will be provided. by the awarded bidder(s) at no additiona l cost to the City. This service will be provided as sch eduled by the City’s Representative . C25. Contractor's Personnel. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor’s employee’s from performing maintenance on the City's grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identification at all times Contractor Employee Criminal Background Check and ID Badging Requirements. It is a ITB 2021-032-AY 19 requirement of this bid that contractor comply with all the requirements of Sections 1012.32 and 1012.465, Florida Statutes, requiring that only those contractor employees that have successfully passed the background screening required by the referenc ed statutes and that meet the standards established by the statutes be allowed access to any City location or prior to the provision of any contract services. This requirement shall extend to all contractor representatives, agents or sub- contractors performing duties under the contract. If a contractor’s employee is away from the job for a period of 45 or more days, the City will require a new criminal background check. The background screening will be conducted by The City of Miami Beach Human Resources Department. Contractor will bear the cost, currently estimated at approximately $40.00 per employee (subject to change from time to time), of acquiring the background screening required under Section 1012.32, Florida Statutes, and any fee imposed by the Flor ida Department of Law Enforcement to maintain the provided with respect to contractor and its personnel. The Parties agree that the failure of Awardee to perform any of the duties described in this section shall constitute a material breach of this solicitation and any resulting agreement for which the City reserves the right to terminate immediately with no further responsibilities or duties to perform under this Agreement. Contractor agrees to indemnify and hold harmless the City, its officers and employees of any liability in the form of physical or mental injury, death or property damage resulting in Awardee’s failure to comply with the requirements of this section or Sections 1012.32 and 1012.465, Florida Statutes. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Successful Contractor will wear a uniform bearing the Contractor’s name. Uniforms must be provided at the contractor’s expense, and may not be charged to the employee or deducted from the employees’ paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation Upon successful completion of the required criminal background check, the City will issue ID badges to each contractor employee at a nominal fee, currently $10.00 (subject to change from time to time). Contractor agrees that no contractor employee shall be allowed on any City property without a City issued ID badge worn at all times in a visible and easily readable location. The transfer of ID badge from one employee to another is stric tly prohibited and shall be cause for all contractor employees responsible for such action to be immediately removed from City property and contractor fined in accordance with the provisions of Section 4.5. Instructions on obtaining ID badges will be provided after contract award. Contractor agrees to require all its employees to notify the Contractor and the City of any arrest(s) or conviction(s) of any offense within 24 hours of its occurrence. Contractor further agrees to immediately notify the City upon becoming aware that one of its employees which were previously certified as completing the background che ck is subsequently arrested or convicted of any disqualifying offense. Failure by Contractor to notify the City of such arrest or conviction within 24 hours of being put on notice shall constitute a material breach of the Contract entitling the City to terminate this Contract immediately. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Successful Contractor will wear a uniform bearing the Contractor’s name. Uniforms must be provided at the contractor’s expense, and may not be charged to the employee or deducted from the employees’ paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation ITB 2021-032-AY 20 C26. Work Completion. The bidder shall remove all unusable materials and debris from the premises at the end of each workday, and dispose of in an appropriate manner. Upon final completion, the bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s building manager/project manager. C27. Locations The following is a listing of all current sole site locations, number of pumps and Horse Power (HP). Sewer Stations Location Qty. HP S1 1051 Jefferson Av. 4 150 S2 35 Star Island 2 30 S2 35 Star Island 2 15 S4 231 S. Hibiscus Dr. 2 5 S5 195 Palm Av 2 5 S6 229 E. San Marino Dr. 2 10 S7 428 W. DiLido Dr. 2 10 S8 228 W. Rivo Alto Dr. 2 5 S10 28 Venetian Way 3 50 S11 1710 Washington Av. 3 125 S13 2270 Sunset Dr. 2 10 S14 2730 Sunset Dr. 2 10 S15 Pine Tree Dr. & W. 51st St. 2 60 S18 6590 Pine Tree Dr. 2 15 S19 6850 Indian Creek Dr. 2 75 S21 850 W. 71st St. 2 75 S22 Hagan St. on golf Course 2 30 S23 750 W. 75th St. 2 75 S24 8100 Hawthorne Av. 2 60 S27 5400 Collins Av. 2 125 S28B 300 28th St. 3 350 S28L 300 28th St. 3 200 S29B Indian Creek Dr. & 63rd St. 3 200 S29L Indian Creek Dr. & 63rd St. 3 125 S30 Terminal Island 1 30 S31 290 Washington Ave. 4 40 Water Stations W1 451 Dade Boulevard 2 250 ITB 2021-032-AY 21 W1 451 Dade Boulevard 1 125 W2 75th St. & Dickens Av. 2 250 W2 75th St. & Dickens Av. 1 125 W3 71st St & Fountain (Normandy) 2 250 W4 468 Alton Rd. 3 300 W5 Belle Isle NE side of Venetian Way 1 100 W7 Terminal Island 2 250 Storm Water Stations SW1 Dade Blvd & Sunset Harbour 2 15 SW2 Sunset Harbour / 18th Street Marina 2 15 SW3 Purdy Ave / 20th St (Publix) 2 15 SW4 Bay Road at 14th Terrace 2 60 SW5 Belle Isle at Venetian Causeway 2 30 SW6 16th St at Street end West of Bay Rd 2 14 SW7 Lincoln Terrace street end West of Bay Rd 2 14 SW8 Dade Blvd at Prairie Ave 2 50 SW9 Michigan Ave at 47th Street 2 70 SW10 Jefferson Ave at 46th Street 2 70 SW11 Nautilus Drive at Nautilus Ct 2 70 SW12 Jefferson Ave and 44th Ct 2 70 SW13 Meridian Ave and 42nd St 2 70 SW14 Michigan Ave at Nautilus Dr 2 70 SW15 Lincoln Rd at Lenox Ave 2 15 SW16 South Point Dr at Washington Ave 2 45 SW17 Flamingo Dr at 24th Street 2 33.5 SW18 Pine Tree Dr at 28th St 2 33.5 SW19 Chase Ave at 34th St 2 33.5 SW20 West 37th St between Royal and Sheridan Ave 2 33.5 SW21 West 34th St between Sheridan & Pine Tree Dr 2 33.5 SW22 28th St at Prairie Ave 2 33.5 SW23 Hawthorne Ave at 86th St 2 81 Pump Station 1 1700 Purdy Ave 2 1800 Purdy Ave 2A 1800 Purdy Ave 3 20 Sunset Harbor Dr 4 1400 Bay Rd. 5 52 Venetian Way. ITB 2021-032-AY 22 6 1608 Bay Road Pump STN 2 7 1608 Bay Road Pump STN 1 8 2101 Prairie Ave. 9 4710 N. Michigan Ave 10 875 W 46 St 11 4565 Nautilus Drive 12 4445 N. Jefferson Ave 13 4220 N. Meridian Ave 14 4213 Nautilus Drive 15 1111 Lincoln Road 16 790 South Point Dr. 17 2380 Liberty Ave. 18 2687 Pine Tree Drive 19 3405 Chase Ave. 20 529 W. 37th Street 21 305 W. 34th Street 22 2796 Prairie Ave 23 8501 Hawthorne 24 W 23 Street & N. Bay Road 25 1480 10 Street (City) 26 1490 10 Street (FDOT) 27 1480 14th Street (City) 28 1470 14th Street (FDOT) 29 4300 Indian Creek Dr. (FDOT) 30 8103 Crespi Blvd 31 1223 6th Street (FDOT) 32 630 Alton Rd. (City) 33 1261 17th St. 34 465 E. Rivo Alto (N) 35 9 E. Rivo Alto (S) 36 840 Di Lido (S) 37 61 Di Lido (S) 38 435 E. San Marino (N) 39 8 E. San Marino (S) 40 180 Fountain st (Palm Island Bridge) 41 398 Palm Ave. (Palm West) 42 110 W Palm Hibiscus Island Midway 43 2299 Sunset Dr. (Sunset Island 3) ITB 2021-032-AY 23 44 1400 W. 21st St. (Sunset Island 4) 45 2100 Washington (Convention Center) 48 723 19th St. (Botanical garden) C28. EQUIPMENT Manufacturer Brand Names listing: 1. Fairbanks Morse 2. Flygt 3. Flowserve 4. ABS Pumps 5. KJI Hydro 6. Wilo Emu *Please note that these brands and model numbers are an estimate. The City may add future manufacturers in the foreseeable future* ITB 2020-083-AY 24 APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 25 1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to- month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. 2. PRICES. All prices quoted in the bidder’s bid submittal shall remain firm and fixed, unless amended in writing by the City. 2.1 COST ESCALATION. The living wage rate and health care benefits rate may, by Resolution of the City Commission, be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami-Ft. Lauderdale-West Palm Beach, issued by the U.S. Department of Labor’s Bureau of Labor Statistics, in which case Contractor shall be required to pay its employees such adjusted Living Wage rate under this Agreement. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). 3. PERFORMANCE BOND. Intentionally omitted. 4. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its product and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. Correcting Defects Covered under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within seven (7) calendar days after the City notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within seven (7) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another bidder and charge the bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. 5. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successful bidder (s) under this contract shall be invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specification in the best interest of the City and a separate purchase order shall be issued by the City. 6. PARTS AND SUPPLIES COST. Bids for parts and supplies shall be submitted at the successful bidder’s cost minus discount or plus a Percentage Mark-up (not to exceed 10%) for parts to City. Evidence of said costs shall be submitted with invoice, for each repair, or service call. Proof of costs shall be printed, ITB 2021-032-AY 26 properly identified, and dated as to issuance and effectiveness. 7. FACILITY LOCATION. Materials will be delivered to the City of Miami Beach Public Works Operations located at 451 Dade Blvd., Miami Beach, FL 33139 or if otherwise to be delivered to any of the City’s locations upon receiving written request of the Public Works Operations Supervisor. 11. ROADMAP FOR PROJECTS AWARDED FOR EMERGENCY SERVICES. In lieu of routine repairs, the project/contract manager may under emergency situations select a contractor in response for emergency service. The Bidder, shall at their own expense, visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative, project managers may require an itemized breakdown of the lump sum amounts. 11.1 In determining the best contractor for the project, the following may be considered: (1) The ability, capacity and sk ill of the bidder to perform the contract. (2) Whether the bidder can perform the contract w ithin the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the b idder with laws and ordinances relating to the contract. 11.2 Parts and Materials as a Pass-Thru Cost. For parts and materials ordered under this option, vendors shall provide quotes or invoice, as determined by the Contract Manager, based on the cost of parts and materials as a pass-thru cost. In determining cost of materials, the contracting officer may: i. require the vendor to provide actual cost of parts and materials (e.g., contractor’s invoice, MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or ii. may require the vendor to seek and document competition from its sources for the required parts or materials; or iii. may obtain any data are available from primary or other secondary sources and use that data in determining a fair and reasonable price. The cost of any ancillary third-party services that are provided by the vendor, with prior approval of the Contract Manager, may be determined in the manner prescribed above ITB 2021-032-AY 27 APPENDIX C ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 28 APPENDIX C COST PROPOSAL FORM Failure to submit Appendix C, Cost Proposal Form, in its entirety by the deadline established for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix C) shall be completed mechanically. All corrections on the Cost Proposal Form (Appendix C) shall be initialed. BIDDER SHALL PROVIDE DOCUMENTATION PURSUANT TO SECTION 0300, BID SUBMITTAL INSTRUCTIONS TAB 2 THAT THEY ARE AN APPROVED, CERTIFIED OR DESIGNATED AGENT, DEALER, REPRESENTATIVE, OR DISTRIBUTOR OF OEM PRODUCTS FOR THE BRAND(S) OF THE FOLLOWING MANUFACTURER(S) FOR WHICH IT HAS SUBMITTED A BID LISTED IN THE BIDDER’S SUBMITTAL. Cost Proposal Form continued on next page ITB 2021-032-AY 29 GROUP 1 FAIRBANKS MORSE REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 1A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 1B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 1C Parts & Equipment for Repairs $60,000 % $ $ 1D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 1A through1D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 1E Emergency Rate 50 HR $ $ 1F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 1E & 1F): $ Total Group 1(1A through1F): $ ITB 2021-032-AY 30 GROUP 2 FLYGT REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 2A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 2B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 2C Parts & Equipment for Repairs $60,000 % $ $ 2D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 2A through 2D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 2E Emergency Rate 50 HR $ $ 2F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 2E & 2F): $ Total Group 2(2A through2F): $ ITB 2021-032-AY 31 GROUP 3 FLOWSERVE REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 3A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 3B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 3C Parts & Equipment for Repairs $60,000 % $ $ 3D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 3A through 3D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 3E Emergency Rate 50 HR $ $ 3F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 3E & 3F): $ Total Group 3(3A through 3F): $ ITB 2021-032-AY 32 GROUP 4 ABS PUMPS REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 4A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 4B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 4C Parts & Equipment for Repairs $60,000 % $ $ 4D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 4A through 4D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 4E Emergency Rate 50 HR $ $ 4F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 4E & 4F): $ Total Group 4(4A through4F): $ ITB 2021-032-AY 33 GROUP 5 KJI HYDRO REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 5A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 5B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 5C Parts & Equipment for Repairs $60,000 % $ $ 5D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 5A through 5D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 5E Emergency Rate 50 HR $ $ 5F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 5E & 5F): $ Total Group 5(5A through5F): $ ITB 2021-032-AY 34 GROUP 6 WILO-EMU REPAIRS Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 6A Hourly Rate - Regular (7:30 AM to 4:00 PM, Monday through Friday) 500 HR $ $ 6B Hourly Rate - Non Regular (after 4:00 PM, Monday through Friday) 100 HR $ $ PARTS AND EQUIPMENT Group Item Parts & Equipment (A) Estimated Annual Gross Costs (B) Percentage discount or mark-up (C) Cost of percentage discount or mark- up (A x B = C) State Whether the % Listed is a Discount or Mark- up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Markup is offered ( A + C = D) 6C Parts & Equipment for Repairs $60,000 % $ $ 6D Balance of Line (All other parts and equipment) $25,000 % $ $ Sub- total for Repairs, Parts & Equipment (Items 6A through 6D): $ EMERGENCY SERVICES Group Item Hourly Rate (A) Estimated Annual Service Hours Unit of Measure (B) Unit Cost (C) Total ( A x B = C) 6E Emergency Rate 50 HR $ $ 6F Materials provided as a Pass-thru $60,000 $ Sub- total Parts & Equipment (Items 6E & 6F): $ Total Group 6 (6A through6F): $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative’s Signature: ITB 2020-083-AY 35 APPENDIX D ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ ITB NO. 2021-032-AY FOR ELECTRIC MOTOR REWIND PUMP REPAIRS & MAINTENANCE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2021-032-AY 36 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees an d that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. ITB 2021-032-AY 37 Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement.