Loading...
Agenda 01/14/2025 Item #16C 1 (Award Invitation to BID #23-8095R)1/14/2025 Item # 16.C.1 ID# 2024-2046 Executive Summary Recommendation to award Invitation to Bid No. 23-8095R, “Maintenance and Repair of Balers, Compactors & Roll-off Equipment,” to ABG Fabrication, LLC, and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To obtain contracted services to provide required routine preventative maintenance and repair & replacement services for county-owned balers, compactors, and roll-off equipment. CONSIDERATIONS: Collier County Public Utilities has established GIS-based integrated Enterprise Asset Management (EAM) where assets are routinely evaluated and conditions in the field updated by Operations Divisions and, where appropriate, they are listed under the Capital Improvements Plan (CIP) for Engineering and Project Management to implement the soonest possible. Solid Waste EAM drives the priorities for investment in our Critical Infrastructure where replacements, re-hab, and repairs are planned and implemented prior to failure (Cat Red-F and Red- E) that would result in Utility Service outages and negative customer service impact. The Solid & Hazardous Waste Division of the Public Utilities Department has completed QA/QC and programmed this project. The Solid & Hazardous Waste Management Division owns and operates various types of equipment used for the processing of recyclable material including, but not limited to, vertical and horizontal balers, as well as stationary compactors and roll-off equipment consisting of steel containers and receiver boxes in various sizes. The balers, compactors, and roll-off equipment located throughout the County need preventative maintenance and repairs & replacement driven by proactive EAM, to ensure public assets are preserved, maintained, for optimal use during and after the life cycle achieves safe processing and efficient transportation of materials received at County Recycling Drop- Off Centers. On May 1, 2024, the Procurement Services Division released notices of Invitation to Bid No. 23-8095R, Maintenance and Repair of Balers, Compactors & Roll-off Equipment. The County extended the bid deadline multiple times due to a lack of vendor participation, and staff performed additional vendor outreach to promote the competition. Ultimately, the County received three bids by the July 25, 2024, bid submission deadline. Company Name City County State Bid Amount Responsive/Responsible ABG Fabrication, LLC Naples Collier FL $83,370.00 Y/Y C&D Industrial Maintenance, LLC Bradenton Manatee FL $232,000.00 Y/Y Synergy Waste Management, Inc Abingdon Worcester MA $53,750.00 N/Y Staff found Synergy Waste Management, Inc. non-responsive for not providing pricing for all line items and for not providing required forms. Staff is recommending that the Board award ITB No. 23-8095R and the attached Agreement to ABG Fabrication, LLC, the lowest, responsible and responsive bidder. ABG Fabrication, LLC is located in Naples and has been providing welding, fabrication, and various related repair services in Florida since 2014. The attached Agreement provides for a three-year term with two additional renewal terms available. FISCAL IMPACT: The annual cost of this contract will vary based on several factors, such as age of equipment, service intervals, and quantity of material processed by the equipment which can be impacted by growth and natural disasters. Prices are to remain firm for the initial year of the contract. Funds are available and will continue to be budgeted in the Solid Waste Disposal Fund (4070). Other divisions utilizing this contract will provide funding from their respective budgets. GROWTH MANAGEMENT IMPACT: There is no impact on the Growth Management Plan associated with this Page 2588 of 6405 1/14/2025 Item # 16.C.1 ID# 2024-2046 Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Invitation to Bid No. 23-8095R, “Maintenance and Repair of Balers, Compactors & Roll-off Equipment,” to ABG Fabrication, LLC, and authorize the Chairman to sign the attached Agreement. PREPARED BY: Kari Ann Hodgson, P.E., Director, Solid & Hazardous Waste Management ATTACHMENTS: 1. 23-8095R InsurancePacket_ABGFabrication 2. 23-8095R NORA 3. 23-8095R Solicitation 4. 23-8095R VS_ABGFabrication 5. ABG Fabrication LLC Bid submittal 6. 23-8095R Bid Tabulation Page 2589 of 6405 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Maintenance and Repair of Balersm Compactors, & Roll-off Equipment ABG Fabrication, LLC 23-8095R The COI is approved. Since the book value of the assets the vendor will service is $50,293 the $100,000 Garage Keeper limit the vendor carries will suffice. 4 GonzalezGreily Digitally signed by GonzalezGreily Date: 2024.11.13 09:43:26 -05'00' Page 2590 of 6405 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000_ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Garagekeepers/Bailee $_1,000,000____ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 2591 of 6405 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 7/17/23 Revised ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Page 2592 of 6405 Page 2593 of 6405 Page 2594 of 6405 © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER E-MAIL ADDRESS: FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:2978138 10/25/2024 LOCKTON COMPANIES 844-456-1523444 W 47TH STREET, SUITE 900 KANSAS CITY, MO 64112-1906 A I U INSURANCE COMPANY 19399 ABG Fabrication, LLC dba ABG Fabrication, LLC 4284 Enterprise AvenueUnit 14 Unit 14NAPLES, FL 34104 NA X 015834129 06/01/2024 06/01/2025 X RE: FOR ALL WORK PERFORMED ON BEHALF OF COLLIER COUNTY WAIVER OF SUBROGATION IN FAVOR OF CERTIFICATE HOLDER WHERE REQUIRED BY WRITTEN CONTRACT. dhrcerts@locktonaffinity.com Collier Country Board of County Commissioners Naples FL 34112 3295 Tamiami Trail E. Coverage is provided for only those employees leased to but not subcontractors of insured Page 2595 of 6405 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications. According to Section 287.150(6) of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenfo rceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13 (11/05) © Copyright 1983-2017 National Council on Compensation Insurance, Inc. All Rights Reserved. Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Policy Number Symbol: WC Number: Policy Period TO Effective Date of Endorsement Issued By (Name of Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. Decision HR St. Petersburg, FL 33702 9455 Koger Blvd. N. Suite 110 A I U INSURANCE COMPANY 06/01/2024 06/01/2025 015834129 10/25/2024 Page 2596 of 6405 “Revised” Notice of Recommended Award Solicitation: 23-8095R Title: Maintenance and Repair of Balers, Compactors & Roll-off Equipment Due Date and Time: July 25, 2024, at 3:00 PM EST. Respondents: Company Name City County State Bid Amount Responsive/Responsible ABG Fabrication, LLC Naples Collier FL $83,370.00 Yes/Yes C&D Industrial Maintenance, LLC Bradenton Manatee FL $232,000.00 Yes/Yes Synergy Waste Management, Inc Auburn Worcester MA $53,750.00 No/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On May 1, 2024, the Procurement Services Division released notices of Invitation to Bid No. 23 -8095R Maintenance and Repair of Balers, Compactors & Roll-off Equipment, to one thousand, eight hundred and seventy-five vendors (1,875), and four hundred eighty-one (481) bid packages were viewed. The due date was extended multiple times due to a lack of vendor participation. Staff performed additional vendor outreach to promote competition, and three (3) bids were received by the submission deadline of July 25, 2024. Staff reviewed the bids received. ABG Fabrication, LLC and C&D Industrial Maintenance, LLC were found to be responsive and responsible. Synergy Waste Management, Inc. was found to be non-responsive for not providing pricing for all line items and for not providing required forms. Awards have been established based on the lowest total bid. Staff is recommending award to ABG Fabrication, LLC the lowest-responsive and responsible bidder. Staff has determined it is in the best interest of the County not to award a Secondary Vendor. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: B3FE443A-78CA-4474-8A2E-88B6A54C5BB2 9/12/2024 9/12/2024 9/12/2024 Page 2597 of 6405 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR MAINTENANCE AND REPAIR OF BALERS, COMPACTORS & ROLL-OFF EQUIPMENT SOLICITATION NO.: 23-8095R LEEANN CHARLES, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-4270 Leeann.Charles@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Bidder may be grounds for rejection of the bid, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 2598 of 6405 SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 23-8095R MAINTENANCE AND REPAIR OF BALERS, COMPACTORS & ROLL- OFF EQUIPMENT DUE DATE: May 30, 2024, at 3:00 PM EST. PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/ INTRODUCTION As requested by the Solid Hazardous Waste Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions, and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, County departments have spent approximately $45,000; however, with aging equipment and County growth, it is anticipated future spend will exceed this amount. BACKGROUND The Solid & Hazardous Waste Management Division has various types of balers to include, but not limited to, vertical and horizontal balers, as well as stationary compactors. Roll-off equipment may consist of steel roll-off dumpsters in various sizes. The balers, compactors, and roll-off equipment located throughout Collier County are in need of preventative maintenance, repairs, and replacements. The bidder shall, at a minimum, be able to achieve the scope of work listed in this solicitation. TERM OF CONTRACT The contract term, if awards are made is intended to be for (3) years with two (2) one (1) year renewal options. Prices shall remain firm for the initial year of this contract. A Purchase Order shall survive Contract expiration to allow completion of work commenced prior to the contract expiration date. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. FEMA funding may be used, in part, in support of this procurement. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive, and responsible vendor(s) that represents the best value to Page 2599 of 6405 the County.  For the purposes of determining the winning bidder, the County will select the Vendor with the lowest price as outlined below: • Lowest Total Bid  Collier County reserves the right to select one, or more than one suppliers, award on a line-item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify Primary, Secondary and Tertiary Awardees  Should the Primary not be able to support the work request, the department will move to the Secondary and then Tertiary as necessary.  The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK The Solid & Hazardous Waste Management Division is seeking qualified Vendors to provide required routine, preventative maintenance, repair services, and replacements for County owned balers, compactors, and roll-off equipment. 1. LOCATIONS & EXAMPLES The listing below contains locations and examples of County equipment to be maintained under this solicitation. Naples Recycling Center: 2640 Corporate Flight Dr. Naples, FL 34104 • Horizontal Baler (Make: International Baler / Model: EXP-865-75) • 2YD Stationary Compactor (Make: HESCO / Model: H600) • Roll-off Containers (Open Top, Enclosed Recycling, Receiver Boxes – various sizes) Welding, & minor repairs (wheels, hinges, doors, floors, etc.) • Roll-off Truck Body repairs (Cable hoist, Auto tarper, Hydraulics, etc.) North Collier Recycling Center: 9950 Goodlette Frank Rd. Naples, FL 34109 • 2YD Stationary Compactor (Make: IES / Model: HE10561) • Vertical Baler (Make: PTR / Model: 2300 HD 60” ) Marco Island Recycling Center: 990 Chalmer Dr. Marco Island, FL 34145 • 5YD Stationary Compactor (Make: Marathon / Model: RJ550) • 2YD Stationary Compactor (Make: : IES / Model: HE10561) • Vertical Baler (Make: PTR / Model: HE10561) Tim Nance Recycling Center: 825 39th Ave. NE Naples, 34120 • Vertical Baler (Make: Bace / Model: V630CC / Serial: V630CC1007536) 2. PREVENTATIVE MAINTENANCE 2.1. Preventative maintenance may include: • Evaluate overall equipment condition. • Verify that all safety decals are in good condition. • Test and verify the operation of safety features. • Thoroughly inspect the cylinder welds and seals. • Grease all fittings. Page 2600 of 6405 • Inspect all hoses and crimps. • Inspect all hose clamps and tighten them as needed. • Inspect motor for signs of wear or end-of-life conditions. • Inspect the pump for leaks or signs of failure. • Inspect oil level and general condition. • Inspect and replace (as needed) hoses, fluids, and filters. • Clean power unit. • Grease and lube proper areas for maximum performance and longevity. • Change oil and hydraulic fluid as recommended by the manufacturer. • (Optional) Perform oil analysis by an independent laboratory. • Operate gauge and verify that there are no leaks and operational. • Set all Pressures. • Adjust Limit Switches as required. • Inspect ram or platen guide systems. • Inspect all control box switches and verify all are operational. • Inspect the motor starter. • Inspect motor starter overload. • Inspect and test Emergency Stop Switches. • Inspect all electrical connections and tighten as needed. • Inspect wiring for signs of damage. • Perform structural inspection of equipment. • Verify that all safety covers are secure and properly positioned. • Inspect all loading doors and related safety switches. • Provide training to personnel on site during visit. • Verify area near the equipment is clear of debris or improperly stored material. • All deficiencies communicated and solutions discussed. 2.2. The Vendor must provide a master schedule for all expected maintenance days. 2.3. For each site visit, the awarded Vendor will provide an Equipment Service Report. The Report should include the following: • Record of inspection including all findings/remarks for each piece of equipment • All preventative maintenance items completed • Recommend repairs, if applicable The Equipment Service Report must be completed and submitted by Vendor to County Representative upon preventative maintenance completion or within three (3) business days if repairs are recommended. Note: Failure to provide the completed, signed and dated report may delay the Vendor’s payment. 2.4. The Vendor shall use a County provided Equipment Service Report if requested to do so by the County. 2.5. Monthly, quarterly, and annual preventative maintenance services are anticipated for all balers and compactors; however, the service shall also be as needed. 2.6. If, during the preventative maintenance, the vendor determines a need for repair or replacement, follow 3. Repairs & Replacement below. Page 2601 of 6405 3. REPAIRS & REPLACEMENT 3.1. Repairs may include: • Welding, fabricating, metal cutting/patching. • Safety guard repair or replacements. • Hydraulic system repairs (cylinders, hoses, etc.) • Electrical controller system repairs. • Replacement components/parts (couplings, bearings, switches, etc.) • Pump and motor repair. 3.2. If a repair is recommended, the Vendor will provide a quote to the County Representative within three (3) business days from the date of the inspection, unless it is determined to be an urgent repair, then the Vendor shall work with the County Representative for a quick resolution. The Vendor must be able to work with scale software and other county agencies, when necessary, for problem-solving. 3.3. Should minor repairs or replacement parts be required or recommended by the Vendor while performing the preventative maintenance, and the Vendor is able to repair or replace during the preventative maintenance service, the Vendor shall provide a quote for any parts and labor related to the minor repair or replacement in writing prior to the repair and obtain the County Representative or their designee’s approval. Labor rates and markup shall be in accordance with the fee schedule. 3.4. No single quote for a single repair/replacement project shall exceed $200,000. The County does reserve the right to competitively bid any repair or replacement project, if deemed in the best interest of the County. The County also reserves the right to separately purchase equipment required for the job and may request the Vendor to provide delivery and installation services. 3.5. The County Representative shall determine if the quote provided is fair, reasonable and within an acceptable spend threshold. 3.6. Labor rates and applicable markups shall be in accordance with the Fee Schedule. 3.7. Hourly labor rates shall be inclusive of all overhead, insurance, profit, travel, and use of company owned equipment (excluding rental equipment). 3.8. Should the Vendor need to hire a subcontractor, the subcontractor charges may be invoiced at cost plus 15% markup. A copy of the subcontractor’s invoice shall be required with the Vendor’s invoice. The subcontractor’s hourly rate may not exceed the Vendor’s hourly rates listed on the fee schedule. 3.9. Parts and materials may be invoiced at cost plus 10% markup. Parts/ materials with a single item amount of $500.00 or more shall require the Vendor to provide backup documentation. All shipping or freight charges must have backup documentation. Should the Vendor need to rent equipment to complete the project, rental charges may be invoiced at cost plus 10% markup. A copy of the rental receipt showing the cost shall be required with the Vendor’s invoice. Ancillary charges may be transferred to the County in the actual amount; however, mark-ups will not be allowed on taxes, freight/shipping, and/or permits. 4. SERVICE CHARGE Should a service truck with specialized equipment be needed, the vendor may charge a Service Truck Charge per day regardless of how many sites are visited, in accordance with the Fee Schedule. This charge shall include all expenses related to the service truck, such as tools, equipment, fuel, travel time, and insurance. Additional labor rates may still apply in accordance with the Fee Schedule. 5. SHOP CHARGE Should the vendor need to repair the equipment and/or components in their shop, the vendor may charge a Shop Charge per the Fee Schedule that shall be all-inclusive of any equipment used, insurance, and transport of the equipment/components to and from the shop. This charge shall be a per-day fee for the time the equipment/components are at the vendor’s shop being repaired. Time justification may be required. Additional labor rates may still apply in accordance with the Fee Schedule. Page 2602 of 6405 6. EQUIPMENT & PARTS 6.1. All equipment and parts provided and installed by the Vendor under the awarded contract shall be new and free of defects and may require County approval prior to installation. It is the intent that all digital and mechanical components will be purchased under the awarded contract. Equipment and Parts may include, but shall not be limited to: • Replacement balers, compactors, and/or roll-off equipment • Components, hardware • Power units • Lights • Terminals • Safety guards • Control box • Containers • Casing/Housings • Pumps • Cylinders 6.2. At a minimum, replacement parts and/or maintenance materials shall be based on the manufacturer’s recommendations. 7. WORK HOURS AND CONTRACTOR CONTACT 7.1. Normal business hours shall be 7:00am to 5:00pm, Monday through Friday, excluding County observed holidays. After hours are considered to be requests outside of the normal business hours, weekends and County observed holidays or in the event of a declared local state of emergency and vendor shall be paid 1.5x straight time applicable in accordance with the fee schedule. 7.2. The Vendor shall provide a company contact name, phone number and email address for all requests and shall be available twenty-four (24) hours per day, 365 days per year. 7.3. The County will issue a Purchase Order prior to commencement of work. No work shall be performed until the Vendor is in receipt of an approved purchase order. 8. RESPONSE TIMES FOR REPAIRS/REPLACEMENTS 8.1. Normal Request • Vendor shall acknowledge a request for quote via email or phone call within twelve (12) hours from the time the County issued the request. • Vendor shall provide a written quote to the requestor via email within three (3) business days of the initial request from the County. • The County may request that the Vendor start work within two (2) business days after a valid Purchase Order has been e-mailed to the Vendor by an appropriate County Representative. 8.2. Urgent Request • Vendor shall acknowledge an urgent request via email or phone call within one (1) hour of the request being sent by the County. • Vendor shall be on-site within three (3) hours after the County’s initial request. A response time that exceeds the three (3) hours must be approved by the County Representative. • Vendor shall be paid 1.5x straight time hourly rate(s) in accordance with the fee schedule for urgent requests regardless of the day or time the work is performed. Page 2603 of 6405 9. PRICE MODIFICATIONS 9.1. Any requested adjustment shall be fully documented and submitted to the County no less than thirty (30) days prior to the contract anniversary date based on the percent change (up or down) of the Consumer Price Index (CPI). Retroactive price adjustments are not authorized. All requests must be submitted to the County Representative or designee. Any approved cost adjustments shall become effective as of the anniversary date or upon Procurement Director/Board approval. • Contractor shall provide supporting documentation justifying price increases (examples: Contractor’s material agreements, distributor invoices, proof of fuel increases, etc.). • County Representative or designee shall analyze prices to determine if increases are fair and reasonable using the following methods: price competition (reviewing competitive bids or offers), market prices, historical prices, or independent estimates. • Contractor shall continue to fill all purchase orders received at the current agreement prices during the review process. • The Procurement Director has the authority to approve price adjustments in accordance with the Procurement Ordinance, as amended. The bid tabulation shall be modified with the price increases, or an amendment process as required, and uploaded into the County’s Finance system. • Price increase requests are not guaranteed. If approved, the Procurement Director or designee will notify the Contractor in writing with the effective date of any approved price increases. The County may, after examination, refuse to accept the adjusted costs if they are not properly documented, considered excessive, or if decreases are deemed insufficient. In the event the County does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the County, a contract termination will have to be processed. 10. SAFETY 10.1. The awarded Vendors shall comply with all Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA), the National Institute of Occupational Safety Hazards (NIOSH), the American National Standards Institute (ANSI), the National Fire Protection Association (NFPA), the Crane Manufacturers Association of America, Inc. (CMAA), National Electric Code (NEC), American Society of Mechanical Engineers (ASME), State and County regulations while performing work under the resultant Contract. Vendor shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. 10.2. Barricades shall be provided and utilized by the Vendor when work is performed in public areas, or when deemed necessary by the County. 10.3. Hazardous conditions shall be immediately reported to the County. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 2604 of 6405 Page 2605 of 6405 Page 2606 of 6405 Page 2607 of 6405 Page 2608 of 6405 Page 2609 of 6405 Page 2610 of 6405 Page 2611 of 6405 Page 2612 of 6405 Page 2613 of 6405 Page 2614 of 6405 Page 2615 of 6405 Page 2616 of 6405 Page 2617 of 6405 IN WITNESS WHEREOF, the parties hereto, by an authorized person or agent, have executed th is Agreement on the date and year first written above: ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court and Comptroller By:----------- Dated: ________ _ (SEAL) Contractor's Witnesses: --- Cohtractor 's First Witness ' Typeprint witness namet ~,/~ n ractor's' Second Witness /!.. ... ",.t .... tType/prin t witness name't Approved as to Form and Legality: ____ County Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By:-----------------------. Chairman ABG Fabrication, LLC Contractor (-// j//Jff <V!)c_ By: ?,~ V/~l · ~ , f It ~931{)~re ;j A --~ 1) { (;; lN £ It;{ 6 R. tType/print signature and titlet Page 14 of 17 Pixed Term Service Agreement [2024_vet .3] Page 2618 of 6405 Page 2619 of 6405 Page 2620 of 6405 Page 2621 of 6405 Page 2622 of 6405 Page 2623 of 6405 Page 2624 of 6405 Page 2625 of 6405 Page 2626 of 6405 Page 2627 of 6405 Page 2628 of 6405 Page 2629 of 6405 Page 2630 of 6405 Page 2631 of 6405 Page 2632 of 6405 Page 2633 of 6405 Page 2634 of 6405 Page 2635 of 6405 Page 2636 of 6405 Page 2637 of 6405 Page 2638 of 6405 Page 2639 of 6405 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT GEN No. 23-8095R Maintenance and Repair of Balers, Compactors & Roll-off Equipment RESPONSE DEADLINE: July 25, 2024 at 3:00 pm Report Generated: Thursday, July 25, 2024 ABG Fabrication LLC Response CONTACT INFORMATION Company: ABG Fabrication LLC Email: jkraffert@abgfabricationllc.com Contact: Jim Kraffert Address: 4284 Enterprise Ave Naples, FL 34104 Phone: (941) 232-9855 Website: www.abgfabricationllc.com Submission Date: Jul 22, 2024 3:57 PM Page 2640 of 6405 [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT GEN No. 23-8095R Maintenance and Repair of Balers, Compactors & Roll-off Equipment [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT undefined - Maintenance and Repair of Balers, Compactors & Roll-off Equipment Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Jul 11, 2024 3:56 PM by Jim Kraffert Addendum #2 Confirmed Jul 11, 2024 3:56 PM by Jim Kraffert Addendum #3 Confirmed Jul 11, 2024 3:56 PM by Jim Kraffert Addendum #4 Confirmed Jul 11, 2024 3:56 PM by Jim Kraffert Addendum #5 Confirmed Jul 18, 2024 1:04 PM by Jim Kraffert QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. General Bid Instructions* General Bid instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Page 2641 of 6405 [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT GEN No. 23-8095R Maintenance and Repair of Balers, Compactors & Roll-off Equipment [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT undefined - Maintenance and Repair of Balers, Compactors & Roll-off Equipment Page 3 Confirmed 4. Insurance Requirements* Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed 5. Bid Schedule* Please upload using EXCEL format. Collier_Bid_Schedule_Solid_Waste.xlsx 6. Vendor Declaration Statement (Form 1)* Vendor_Declaration.pdf 7. Conflict of Interest Certification (Form 2)** Conflict_of_Interest.pdf 8. Immigration Affidavit Certification (Form 3)* Immigration_Affidavit.pdf 9. Certification for Claiming Status as a Local Business (Form 4) IF APPLICABLE Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. COLLIER_COUNTY_TAX_CERT.pdf 10. Grant Forms (Form 5)* Grant_Form_5-FEMA.pdf Page 2642 of 6405 [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT GEN No. 23-8095R Maintenance and Repair of Balers, Compactors & Roll-off Equipment [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT undefined - Maintenance and Repair of Balers, Compactors & Roll-off Equipment Page 4 11. E-Verify* endor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal MOU_E-Verify.pdf 12. Proof of Status from Division of Corporations - Florida Department of State (SunBiz)** http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sun_Biz.pdf 13. Signed Addenda All addenda have been signed and attached. Please attached signed Addenda if applicable. Addenums_23-8095R.pdf 14. W-9 Form* W-9.pdf 15. Miscellaneous Documents Upload any additional documents 2024_COI_Collier_County.pdf Auto_Insurance.pdf Reference_Questionaire.pdf Check_List-Bid.pdf 16. State of Florida (Select County if Vendor is described as a Local Business) Collier County PRICE TABLES Page 2643 of 6405 [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT GEN No. 23-8095R Maintenance and Repair of Balers, Compactors & Roll-off Equipment [ABG FABRICATION LLC] RESPONSE DOCUMENT REPORT undefined - Maintenance and Repair of Balers, Compactors & Roll-off Equipment Page 5 TOTAL BID AMOUNT Please submit in EXCEL format as well. Line Item Description Quantity Unit of Measure Unit Cost Total 1 Total Bid 1 Total $83,370.00 $83,370.00 TOTAL $83,370.00 Page 2644 of 6405 Page 2645 of 6405 Page 2646 of 6405 Page 2647 of 6405 Page 2648 of 6405 Page 2649 of 6405 Page 2650 of 6405 Page 2651 of 6405 Page 2652 of 6405 Page 2653 of 6405 Page 2654 of 6405 Page 2655 of 6405 Page 2656 of 6405 Page 2657 of 6405 Page 2658 of 6405 Page 2659 of 6405 Page 2660 of 6405 1888575301273 Page 2661 of 6405 1888575301273 Page 2662 of 6405 1888575301273 Page 2663 of 6405 1888575301273 Page 2664 of 6405 1888575301273 Page 2665 of 6405 1888575301273 Page 2666 of 6405 1888575301273 Page 2667 of 6405 1888575301273 Page 2668 of 6405 1888575301273 Page 2669 of 6405 1888575301273 Page 2670 of 6405 1888575301273 Page 2671 of 6405 1888575301273 Page 2672 of 6405 1888575301273 Page 2673 of 6405 1888575301273 Page 2674 of 6405 DecisionHR USA, Inc. USCIS Verification Division 06/01/2023 Jim Kraffert 06/01/2023Electronically Signed Electronically Signed ABG Fabrication, LLC 1888575 06/01/2023 Rohan Darbar Electronically Signed 301273 Page 2675 of 6405 ABG Fabrication, LLC COLLIER 1888575 332 10 to 19 301273 4284 Enterprise Avenue Unit 14 Naples, FL 34104 472373973 1 site(s) Page 2676 of 6405 FL 1 1888575301273 Page 2677 of 6405 Email 2393308796 Jim Kraffert 1888575301273 Name Phone Number Fax jkraffert@abgfabricationllc.com Page 2678 of 6405 1888575301273 Page 2679 of 6405 Unit Quantity*Unit Price Extended Price Per Hour 150 $ 150.00 $22,500.00 Per Hour 350 $ 125.00 $43,750.00 1 Service 20 600.00$ $12,000.00 1 Service 8 640.00$ $5,120.00 $83,370.00 10% 10% 15% 1.5 X Straight Time Hourly Markups for Repairs and Replacements Parts and Materials Markup Percent Rental Equipment Markup Percent Subcontractor Markup Percent After hours and urgent work Preventative Maintenance, Repair and Replacement 23-8095R Bid Schedule Rates Description Supervisor Service Technician Service Truck Charge: Includes Welder, Air Compressor, Tools, Fuel, Travel Time, and Insurance (One charge per day regardless of how many sites are visited) Shop Charge: Includes Welder, Air Compressor, Tools, and Insurance (Charged per in shop service / day) Total Bid *Quantities listed are for evaluation purposes only. Page 2680 of 6405 Page 2681 of 6405 Page 2682 of 6405 Page 2683 of 6405 Page 2684 of 6405 Page 2685 of 6405 Page 2686 of 6405 Page 2687 of 6405 Page 2688 of 6405 Page 2689 of 6405 Page 2690 of 6405 Page 2691 of 6405 Page 2692 of 6405 Project Manager: Donna DeeterNumber of Bids Sent 1,875Procurement Strategist: Leeann CharlesNumber of Bids Viewed: 481Number of Bids Received:3Unit Quantity* Unit PriceExtended PriceUnit PriceExtended PriceUnit PriceExtended PricePer Hour 150$150.00 $22,500.00 $ 400.00 $60,000.00 $ 100.00 $15,000.00Per Hour 350$125.00 $43,750.00 $ 400.00 $140,000.00 $ 100.00 $35,000.001 Service 20600.00$ $12,000.00 1,000.00$ $20,000.00 187.50$ $3,750.001 Service 8640.00$ $5,120.00 1,500.00$ $12,000.00 -$ $0.00$83,370.00 $232,000.00 $53,750.0010%10%15%1.5 X Straight Time HourlyBid ScheduleForm 1: Vendor Declaration StatementForm 2: Conflict of Interest Certification AffidavitForm 3: Immigration Affidavit CertificationForm 4: Local Vendor PreferenceForm 5: Grant FormBusiness Tax ReceiptW-9Sun BizE-VerifyAddendums InsuranceOpended By: Leeann Charles *Minor IrregularityWitnessed By: Matt WebsterDate: July 25, 2024 at 3:00 PM EST NO* NO YES NO YES YES YES YES NO NO NO NO YES YES YES YES YES NO YES NO YES YES YES NO* YES YESYESYESC&D Industrial Maintenance Synergy Waste Management Required Documents YES/NO YES/NO YES/NO YESABG Fabrication YESYESYES YESNOYESYESPreventative Maintenance, Repair and Replacement23-8095R Bid TabulationService TechnicianService Truck Charge: Includes Welder, Air Compressor, Tools, Fuel, Travel Time, and Insurance (One charge per day regardless of how many sites are visited)Shop Charge: Includes Welder, Air Compressor, Tools, and Insurance (Charged per in shop service / day)DescriptionSupervisorABG FabricationAfter hours and urgent work*Quantities listed are for evaluation purposes only.RATESMarkups for Repairs and ReplacementsC&D Industrial Maintenance Synergy Waste ManagementNon-ResponsiveTotal BidParts and Materials Markup PercentRental Equipment Markup PercentSubcontractor Markup PercentPage 2693 of 6405