Loading...
Agenda 07/12/2016 Item #16E6 7/12/2016 16.E.6. EXECUTIVE SUMMARY Recommendation to reject the sole response received from Invitation to Bid (ITB) 16-6640 Uninterruptible Power Systems (UPS) for Facilities Management Division, in conjunction with other County Departments and Divisions, and to authorize County staff to re-solicit. OBJECTIVE: To competitively solicit and retain a vendor to maintain and repair the County's Uninterrupted Power Supply(UPS)units and systems. CONSIDERATIONS: The County utilizes UPS systems in various County owned and leased buildings, which provide temporary power to key equipment until a generator can kick in during power surges or power outages. On May 26, 2016, Staff publicly advertised Invitation to Bid No. 16-6640 to obtain a vendor to maintain and repair these items. Notifications were sent to 188 prospective vendors, with 53 prospective vendors downloading bid packages. On June 14, 2016, only one prospective vendor responded. The response was deemed non-responsive as the prospective vendor only provided a bid schedule, with no response to the remainder of the requested and/or required information. County staff believes that it is in the best interest of the County to re-solicit this ITB, in order to obtain the best value for the County for these services. FISCAL IMPACT: None. GROWTH MANAGEMENT IMPACT: There are no Growth Management Impacts associated with this action. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK RECOMMENDATION: That the Board rejects the sole response received from Invitation to Bid (ITB) 16-6640 Uninterruptible Power Systems (UPS) for the Facilities Management Division, in conjunction with other County Departments and Divisions, and authorizes County staff to re-solicit. Prepared by: Megan Gaillard,Internal Controls Manager,Facilities Management Division Attachments: 1. ITB 16-6640 Uninterruptible Power Systems 2. ITB 16-6640 Original Bid Tabulation 3. ITB 16-6640 Addendum l 4. ITB 16-6640 Addendum l Bid Tabulation 5. JIB 16-6640 Addendum 2 6. Vendor's Response Packet Page -1361- 7/12/2016 16.E.6. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.6. Item Summary: Recommendation to reject the sole response received from Invitation to Bid (ITB) 16-6640 Uninterruptible Power Systems (UPS) for Facilities Management Division, in conjunction with other County Departments and Divisions, and to authorize County staff to re- solicit. Meeting Date: 7/12/2016 Prepared By Name: GaillardMegan Title: Manager-Internal Controls,Facilities Management 6/21/2016 7:13:27 PM Submitted by Title: Manager-Internal Controls,Facilities Management Name: GaillardMegan 6/21/2016 7:13:29 PM Approved By Name: LinguidiDennis Title: Division Director-Facilities Mgmt,Facilities Management Date: 6/22/2016 12:27:31 PM Name: pochopinpat Title: Operations Coordinator,Administrative Services Department Date: 6/23/2016 8:51:29 AM Name: JohnsonScott Title: Manager-Procurement,Procurement Services Date: 6/23/2016 10:41:04 AM Name: BurnsRhonda Title: Procurement Specialist,Procurement Services Date: 6/23/2016 11:07:12 AM Packet Page -1362- 7/12/2016 16.E.6. Name: KearnsAllison Title: Interim Procurement Director Date: 6/23/2016 1:57:50 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/27/2016 9:16:27 AM Name: PriceLen Title: Department Head-Administrative Svc, Administrative Services Department Date: 6/28/2016 5:09:30 PM Name: WellsLaura Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 6/29/2016 2:07:10 PM Name: AshtonHeidi Title: Managing Assistant County Attorney, CAO Land Use/Transportation Date: 6/30/2016 1:51:14 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 7/1/2016 3:13:07 PM Packet Page -1363- 7/12/2016 16.E.6. Collier County Administrative Services Department Procurement Services Division INVITATION TO BID Date: May 26, 2016 From: Rhonda Burns, FCCN, CPPB, Procurement Strategist (239) 252-8941 (Telephone) (239) 252-6700 (FAX) RhondaBurns@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6640 Uninterruptible Power Systems As requested by the Information Technology, Public Utilities and Facilities Divisions, the Collier County Board of County Commissioners Procurement Services Division has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Megan Gaillard, Internal Controls Manager, Facilities Management Division Dennis Linguidi, Director, Facilities Management Miguel Carballo, Facilities Manager, Facilities Management Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one (1) exact duplicate copies, including all required forms. r. Praoaernent SemcesDM on.3327 Tamiarni Trail East•Naples,Florida 34112-4937.239-252947.wwea_colt;erpov_retprocuren ntserMices #16-66410 1 ITB Template_01202016 Packet Page-1364- 7/12/2016 16.E.6. Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit II: General Bid Instructions 14 Exhibit III: Standard Purchase Order Terms and Conditions 20 Exhibit IV: Additional ITB Terms and Conditions 23 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 30 Attachment 2: Vendor's Check List 31 Attachment 3: Vendor Submittal - Bid Response Form 32 Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit 34 Attachment 5: Vendor Submittal — Immigration Affidavit 35 Attachment 6: Vendor Substitute W—9 36 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements 37 #16-66410 2 ITB remPiate_01202016 Packet Page -1365- 7/12/2016 16.E.6. Go`-tier County Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Solicitation 16-6640 Uninterruptible Power Systems, will be received electronically or manually only at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112 until 2:30 PM, Collier County local time on June 9, 2016. Solicitation responses received after the stated time and date will not be accepted. Solicitation 16-6640 Uninterruptible Power Systems All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Procurement Services Division Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Director, Procurement Services Division Publicly posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasinq and in the lobby of the Purchasing Building on May 26, 2016. #16-66410 3 ITB Template_01202016 Packet Page-1366- 7/12/2016 16.E.6. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Information Technology, Public Utilities and Facilities Management Divisions (hereinafter, the "Division or Department"), 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 bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase Collier County Divisions are responsible for maintaining the Uninterrupted Power Supply (UPS) units /systems in various County owned and leased buildings throughout Collier County. This also includes the battery maintenance and battery replacement. In order to maintain the integrity and continuous operation of these systems, the County intends to award a contract to perform: 1. Preventative maintenance inspection services for units and batteries; 2. Provide labor and parts for routine repair services for units and batteries; and, 3. Provide labor and parts for on-call repair services for units and batteries. The County reserves the right to select one, or more than one contractor, for a single service, or for multiple services. Should the County award the services for two (2) or more contractors, and one of the contractor(s) consistently does not perform their assigned responsibilities, the County retains the right and authority to reassign work to one of the other contractors awarded so as not to leave the equipment vulnerable or in disrepair. Historically, the Facilities Management Division, Information Technologies Division, and the Public Utilities Departments have spent approximately $240,000 per annual fiscal year. Detailed Scope of Work It is the intent of the Facilities Management Division that the County UPS systems experience minimal down time; therefore, bidder's response time shall be a factor in the award of this bid. While the County intends to use the contractor(s) awarded as a part of this solicitation, the County reserves the right at any time to use the awarded contractors for the services described, or to request additional quotes or bids from other contractors [per the Board's Purchasing Ordinance]. A qualified bidder will provide preventative maintenance inspection services, repairs services, and on-call repair services including but not limited to Emerson systems, Liebert systems, Eaton systems, APC systems, etc., as well as capable of furnishing the following services: • Battery replacement/ installation • Battery preventative maintenance • UPS replacement/ installation • UPS preventative maintenance Bidder(s) may also be required to conform to the Facilities Management Division's Work Management procedures, such as utilizing the Facilities Management Division's work order forms, #16-66410 4 ITB Template_01202016 Packet Page-1367- 7/12/2016 16.E.6. or future online work order system, at no additional cost to the County. The Contractor will be responsible for utilizing any systems used by the County for work orders. All bidders must provide requested certifications and licenses necessary to perform the services outlined in the bid specifications. The contractor shall use qualified technicians (brand certified) to complete all work in accordance with the requirements specified in the bid specifications. Hourly time will be paid only for actual time at the worksite. Travel time will not be an allowable item. The preventative maintenance covered by this scope of work includes (all checks or processes may not be applicable to all equipment types or models): 1. Visual Inspections: • Inspect all printed circuit board connections for cleanliness, swab contacts if necessary; • Inspect all power connections for signs of overheating; • Inspect all subassemblies, bridges, and legs for signs of component defects or stress; • Inspect all DC capacitors for signs of leakage; • Inspect all AC capacitors for signs of leakage; • Inspect and inventory all customer-owned spare parts; • Inspect for and perform, as required, any open engineering changes; • Inspect insulation, overheating, and physical damage; and • Inspect battery monitoring system. 2. Internal Operating Parameters: • Control calibrations—check/ adjust, as necessary; • DC Ground Detection Offset, if applicable; • Inverter leg current average phase balance, if applicable; • Output filter current average phase balance; • Rectified bridge current average leg balance; • AC Protection settings are checked; • DC Protection settings are checked; • Calibrate and record all electronics to system specifications; • Input and Output Frequency and Voltage Bandwidth settings are checked; • Verify DC filter capacitance; • Verify AC tank and trap filter capacitance including balancing of items; • Power Supply voltages and waveforms; • Update firmware as necessary with customer approval (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable); and • Evaluate Field Service Bulletins (FSBs)for potential updates (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable). 3. External Operating Parameters: • System Input Voltages, all phases; • System Input Currents, all phases; • DC Charging Voltages (float and equalize), record settings, and adjust to nominal; • Rectifier phase on and walk-up; • Inverter phase on and walk-up; • Adjust all panel meters to measured values; • System Bypass Voltages, all phases; #16-66410 5 ITB Template_01202016 Packet Page -1368- 7/12/2016 16.E.6. • Manual and UV Transfer Testing, verify uninterrupted transfer waveform, if applicable; • Outage Simulation, batter capability testing, and verify charger current limit; and • Generator operation and interface verification, if applicable. 4. Environmental Parameters: • UPS area ambient temperature and condition of ventilating equipment; • General Cleanliness of UPS Power Module; • General Cleanliness of UPS area; • Replace air filters as applicable and necessary (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable); • Clean outside of UPS including control panel/CRT screen; and • Flywheel only: Drain oil and change oil and filers. 5. Battery Cabinet Checks: • General appearance of battery systems (all types); • General cleanliness of batter system areas (all types); • Verify the integrity of the battery rack/cabinet; • Inspect all DC connections for abnormalities; • Inspect cells for physical abnormalities; • Check batter for current limits, input limits, overload levels, and over temp circuits; • Check for corrosion on battery terminals and connectors; • Clean batteries as necessary; • Verify proper torque on connections; • Verify the condition of the ventilation equipment, if applicable; • Check the appearance of the battery room, if applicable; • Battery system area ambient temperature and condition of ventilating equipment; and • For internal batters only— measure and record: i. Overall battery float voltage; H. Charger output current and voltage; iii. Negative terminal temperature of one cell/batter per battery cabinet shelf or rack tier; and iv. Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330). 6. Monitoring System Parameters: • Alarm archive review and printing; • Alarm lamp test-local and remote, if applicable; • Replace all open monitor bulbs; • Inspect battery monitoring system; and • Review battery test in history, if applicable. 7. Circuit Breakers/ Isolators: • Check capacitors for swelling or leaks; • Verify free travel; and • Check magnetic/thermal settings. 8. Additional Items: • Synchronizing verification: i. Utility Snyc and Transfer to bypass; ii. Transfer from bypass to UPS; iii. Verify voltage and phase lockout; and iv. Verify static bypass operation. • Fuses need verified for type, value, and condition; • Power Measurements (on-line): i. Output RMS current (Phase and Neutral); and ii. Output Peak current (Phase and Neutral). • Cleaning/Air Flow—check fans, doors, and compartment seals #16-66410 6 ITB Template_01202016 Packet Page -1369- 7/12/2016 16.E.6. i. Replace filters; and ii. Clean Module. • Clean normal cell dirt/dust accumulation, when possible. • Battery recycling as required, is included. • Check nuts, bolts, screws, and connections for tightness and heat discoloration. • Operational testing of the system including unit transfer and battery discharge. 9. General: • Customer consultation; • Verbal recommendations; and • General observations. Following the preventative maintenance inspection, a written report/ check list will be provided detailing the results of the inspection, services completed, and making specific recommendations for future remedial action, upgrades, or sparing. Preventative maintenance on each unit/system / battery is required to be completed in accordance with the manufacturer's recommendations. Preventative maintenance will be billed by item serviced. Actual records must be provided for payment. Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit services with the date of service and an attestation signed by the Contractor. Typically preventative maintenance will be completed during normal business hours; however, the County may request preventative maintenance during off-hours, as deemed necessary by the Facilities Manager or designee. A surcharge will be allowed for off-hours preventative maintenance, if necessary and first approved in writing by the Facilities Manager or designee. Contractors Responsibilities The Contractor(s) awarded for preventative maintenance inspection services, repair services, and for on-call services will provide: 1. All necessary labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the preventative maintenance inspection services, repairs, and on-call services for the County's systems. Except as noted herein, travel, fees and surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. All work shall be a "turn key" operation to include all repairs, site clean-up and restoring the work area to its original condition. This contract provides for any services deemed necessary to complete the job, through means of Contractor(s) in-house expertise or sub-contracted work as needed (back-up documentation will be required for sub-contracted work). The contractor shall ensure that all rooms and equipment (i.e. UPS units and systems, batteries, etc.) be kept clean and free from dirt, dust and debris. Where necessary, work shall include proper permitting, as required, and the contractor(s) shall be responsible for permit submissions, unless otherwise instructed by the County. Permit fees may be included as a line item on invoices/quotes. The awarded contractor(s) will maintain sufficient personnel (am and pm/service) to accomplish County's work schedule. 2. Technicians who are trained and experienced with brands serviced. The Contractor's technicians will be available for response twenty-four(24) hours a day, seven (7) days a week #16-66410 7 ITB Template_01202016 Packet Page -1370- 7/12/2016 16.E.6. for any emergency repairs. Emergency response shall be provided in no more than two (2) hours. Non-emergency response within four(4) hours is acceptable. 3. A qualified engineer(with all related licenses and certifications being current and in full force and effect)with the experience and ability to "pull" all permits required for any and all system renovations. There is a multitude and variety of different systems currently in place. All brands must be able to be serviced by the vendor. 4. ON-CALL SERVICES for regular and emergency equipment maintenance, repair, and replacement identified in the scope of work. The two types of maintenance, repair, and replacement services required are: • On-Call Repair Work: The project manager will provide a scope of work to be performed to the contractors and request that a "time and materials" or"lump sum" quote be provided. The County expects that for on-call repair work, the contractor provides a price quote within a reasonable time (one to two business days)from the point of initial contact. Once a purchase order is issued, the project manager would expect that the on-call service for regular maintenance, repair and replacement commence within two (2) business days, unless otherwise directed by the project manager. In the event that the contractor does not fulfill these response requirements the County reserves the right to contact other contractor(s)to perform the scope of work. • Emergency Repair Work: The project manager will identify the needed maintenance, repair and replacement for the life, health, safety or equipment/facility emergency and request that work be completed as soon as reasonably practicable. The project manager may direct the contractor to commence work through a verbal direction; and a purchase order will be issued to the contractor as soon as possible. All emergency repair work will be completed on a time and materials based on the contracted pricing schedule. In each scope of work the County's project manager reserves the right to specify: the period of completion; collection of deductions/fines or actual costs in the event of late completion and/or non-compliant performance and/or vendor caused damages; and "lump sum" or "time and material" sums. • If"lump sum" quote is requested, the Contractor shall provide: A not-to-exceed total cost for the entire scope of work including a brief description of the work to be completed; • If"time and material" quote is requested, the Contractor shall provide: ➢ A not-to-exceed total estimated cost for the entire scope of work; ➢ The expected number of work hours by each position (and the hourly rate) and the extended total; ➢ The breakdown of the cost for supplies, parts and equipment used for the scope of work; the contractor must provide itemized documentation of any supply, part or piece of equipment that is greater than five hundred ($500) dollars; for supplies/materials, parts and equipment five hundred ($500) or less, the contractor does not need to provide itemized documentation; ➢ If applicable, a mark-up of subcontractor's labor, supplies/materials and equipment may be included; the contractor must provide itemized documentation of any subcontractor's labor, supplies/ materials, and equipment that is greater than five hundred ($500) dollars; for labor, supplies / materials and equipment five hundred ($500) or less, the contractor does not need to provide itemized documentation. #16-66410 8 ITB Template_01202016 Packet Page-1371- 7/12/2016 16.E.6. 5. On-Call Schedule: Contractor(s) awarded will provide an on-call schedule twenty-four(24) hours a day, seven (7) days per week. Successful bidder(s) shall provide the County with an on-call telephone number(s)for both standard, technical, and emergency service. Response time shall not exceed two (2) hours from time of call for emergencies. 6. Replacement/ Repair Parts: All replacement/ repair parts must be approved and be of genuine and original manufacturer's parts. The Contractor(s)will be required to provide proof of the Original Manufacturer's parts through providing invoices or photographs at the time of invoice submission. The Contractor shall be required to expressly warrant that all replacement are new and free from defects, warranted for their merchantability and meet the performance specifications of the original equipment. In the event a portion, or all of an order, is found to be defective when delivered and/or installed, the Contractor shall immediately replace the equipment at no cost to the County. 7. Warranties: All new equipment warranty work shall be provided by the original warranty supplier. All warranty responsibility for previously purchased, but still under warranty, equipment will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the contractor, unless otherwise directed by the project manager. All trouble calls shall be initially reported to the Contractor. If the trouble call involves a warranty item, the Contractor shall notify the project manager, who will then have the responsibility of placing and tracking the warranty trouble call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty trouble call to the project manager shall be provided by the Contractor at no additional cost to the County. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any equipment from service provided under this Contract as described herein, upon written notification by the County designee to the Contractor. Any additions or deletions shall be handled by letter from the Project Manager and approved by the Procurement Strategist. 9. Facility Safety and Security: The Contractor(s) employees are to comply with all legal and safety requirements, including, and without limitation, the requirements of the Occupational Safety and Health Act (OSHA) and the National Institute for Occupational safety and Health (NIOSH). The Contractor will exercise all necessary caution to protect public pedestrian and employee traffic and to protect all public and private property from injury or damage caused by the Contractor's operations. Any practice deemed hazardous by qualified County staff will be immediately halted upon verbal or written notification to the Contractor by the project manager or designee. Work must be performed in accordance with industry standards & guidelines. The contractor will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor. Any employee or representative of the contractor found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a contractor may constitute cause for immediate termination of the Agreement. The Contractor shall replace or repair any loss at their cost. The County may withhold payment or make such deductions as it may deem necessary to insure reimbursement for loss or damage to property or persons through negligence of the Contractor and its employees. #16-66410 9 ITB Template_01202016 Packet Page -1372- 7/12/2016 16.E.6. The contractor must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the project manager's direction. The Contractor is required to immediately report to the project manager any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. All Contractor personnel will have on their shirts the name of the Contractor's business name and County issued photo identification available at all times. Site access will be limited to required company vehicles and delivery vehicles only. Any parking at any of the County buildings or facilities is to be coordinated, in advance of starting a purchase order, with the County designee. Contractor parking shall not interfere with County personnel or general public parking or pedestrian traffic. Violator's will be towed at owner's expense. Proper behavior and language by all Contractor employees will be enforced at all times while working on County property. Contractor employees shall be prohibited from disturbing items in County offices, and from smoking in any County facility. Background Checks The successful contractor(s) will be asked to work in the County Jails and other areas considered being "high security", which require thorough background checks of personnel and tools taken into the jails. Work to be completed at the Jails and/or Sheriffs locations must be by appointment only and scheduled with the Collier County Sheriffs Office. The vendor(s) and their subcontractor(s) are required to comply with County Ordinance 2004- 52, as amended. Background checks are valid for five (5) years and the vendor(s) / subcontractor(s) shall be responsible for all associated costs. For further information regarding background checks, please visit the following Website: http://www.colliergov.net/vour- qovernment/divisions-f-r/facilities-management/background-checks . Records and Documentation: The contractor is responsible to maintain and update records for each type of equipment serviced. The documentation will include, and not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Contractor will maintain a service log at the site of each piece of equipment maintained. The contractor will not charge for any call back work. All recovery reports shall be sent to the County contract manager, or their designee, noting date, type, quantity, location, and disposal information. 10. Performance Measures: The Contractor shall maintain compliance with the following performance measures: a. The Contractor will provide 100% of all required reports and records within the time frame specified to the County, or their designee. b. The Contractor will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. c. The Contractor will furnish all necessary labor, tools, equipment and services to perform contracted services specified in the contract. The term contract officer or project manager as used herein, shall mean Facilities Manager or his designee. The Facilities Manager shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the Contract Officer, any part if the Contractor's performance becomes unsatisfactory; the County will immediately levy a deduction on the Contractor's invoice for lack of service. This deduction will be two hundred and fifty dollars ($150). #16-66410 10 ITB Template_01202016 Packet Page-1373- 7/12/2016 16.E.6. The County shall have the immediate right to complete the work to it's satisfaction, through the use of County employees or outside contractors as deemed necessary, and shall immediately deduct from the Contractor's monthly invoice an amount for lack of service and/or lack of response at the Contract Officer's discretion, plus actual cost to correct. 13. Contract Deductions: It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the Facilities Manager or designee shall be found to be a non-performance area and a deduction shall be levied. The deduction will be two hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct violation. Deductions shall be administered through the County Building Maintenance Supervisor. Should the Contractor wish to appeal these charges, they may do so in writing to the Facilities Manager or designee within three (3) days of receiving the fine/deduction notification. The appeal should state dates, times and other associated facts, along with a clear description of their argument or disagreement with the fine. The argument should also reference this bid document and /or other supporting documentation. Should the appeal be rejected by the Facilities Manager or designee within three (3) days, the next appeal may then be made to the Director of Facilities Management within three (3) days. Each of these appeals should be made within three (3) days of the incident or notification (for the appeal to the Facilities Management Division). f resolution cannot be obtained through the Facilities Management Appeal process, the vendor will have the right to appeal within three (3) days to the Procurement Services Division. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Procurement Services Division reserves the right to clarify a vendor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). • For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: Responsive: to be deemed responsive the County will evaluate the following documents Provide evidence of five (5) years of primary experience working in heating, ventilation and air condition with commercial, industrial or large corporate businesses. #16-66410 11 ITB Template_01202016 Packet Page -1374- 7/12/2016 16.E.6. a. Provide at least three (3) current customer references, including names, addresses, phone numbers and email addresses. b. Provide a current and valid Contractor's license per Florida Statutes 489.105 (I). c. Provide a Collier or Lee County license to operate business. d. Provide evidence of contractor's procedure for the recovery of CFC's. • The County reserves the right to award the contractor who is the lowest responsive bidder individually per service (one contractor for Preventative Maintenance Inspection Service and one contractor for On-Call Service), OR, for the lowest (OVERALL TOTAL) responsive combined bidder's offer(calculated by adding the weighted totals for Preventative Maintenance Inspection Services plus the On-Call Service). Lowest Cost per Service (See Attachment 3: Vendor Submittal): Should the County award to two separate contractors (one contractor for Preventative Maintenance Inspection Services and one contractor for On-Call Services), each service will be calculated independently of the other and awarded to the responsive and lowest contractor's TOTAL for each service. • Preventative Maintenance Inspection Services: Complete information on Attachment 8: Vendor Bid Schedule via the County's Online Bidding System. The contractors will be ordered from lowest TOTAL to highest TOTAL (the County's Local Vendor Preference consideration will be reviewed on this service). • On-Call Services: Complete information on Attachment 8: Vendor Bid Schedule via the County's Online Bidding System. The contractors will be ordered from lowest TOTAL to highest TOTAL (the County's Local vendor Preference consideration will be reviewed on this service). Lowest Cost for both Services (See Attachment 3: Vendor Submittal): Should the County award to one contractor for both services (Preventative Maintenance Inspection Services and On-Call Services), each service TOTAL will be weighted by the following weighted multiplier: • Preventative Maintenance Inspection Services x 40% =Weighted TOTAL • On-Call Services x 60% =Weighted TOTAL Note: the weighted multiplier is a representative multiplier of the estimated future services in each category. The weighting is for evaluation purposes only. The Weighted TOTAL for both services will be added together to determine the contractor with the lowest OVERALL TOTAL for both services combined. The County's Local Vendor Preference consideration will then be evaluated using the contractor's OVERALL TOTAL. • Collier County reserves the right to select one, or more than one suppliers, whichever best suites the County's needs to ensure that the coverage of the products are fulfilled. • The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. Term of Contract The award term, if an award(s) is/are made is intended to be for one (1) two (2) year term beginning on the date of award, with three (3) additional one (1) year renewal options. Prices shall remain firm for the initial term of this award. Price adjustments are only allowed at contract renewal and are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and County approval. Surcharges will not be accepted in conjunction with this contract except as described in the scope of work. #16-66410 12 ITB Template_01202016 Packet Page-1375- 7/12/2016 16.E.6. Projected Timetable Event Date Issue Solicitation Notice May 26, 2016 Last Date for Receipt of Written Questions June 3, 2016, 4:00 PM, Naples Local Time Addendum Issued Resulting from Written Questions or Pre- TBD Proposal Conference Solicitation Deadline Date and Time June 9, 2016, 2:30 PM, Naples Local Time Anticipated Evaluation of Submittals June 2016 Anticipated Board of County Commissioner's Contract June/July 2016 Approval Date Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirement #16-66410 13 ITB Template_01202016 Packet Page -1376- 7/12/2016 16.E.6. Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Procurement Services Division (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or"Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. #16-66410 14 ITB Template_01202016 Packet Page -1377- 7/12/2016 16.E.6. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission For electronic submissions... All electronic bids shall be submitted online via the Collier County Procurement Services Division Online Bidding System: www.colliergov.net/bid. For paper submissions... All paper bids shall be submitted to the County Procurement Director, Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and one (1)flash drive with one copy of the proposal on each flash drive in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. #16-66410 15 ITB Template_01202016 Packet Page -1378- 7/12/2016 16.E.6. 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. #16-66410 16 ITB Template_01202016 Packet Page-1379- 7/12/2016 16.E.6. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be #16-66410 17 ITB Template_01202016 Packet Page-1380- 7/12/2016 16.E.6. used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Procurement Services Division. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. #16-66410 18 ITB Template_01202016 Packet Page -1381- 7/12/2016 16.E.6. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Procurement Services Division as well as on the Collier County Procurement Services Division website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. #16-66410 19 ITB Template_01202016 Packet Page -1382- 7/12/2016 16.E.6. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14)days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. #16-66410 20 ITB rempiate_01202016 Packet Page -1383- 7/12/2016 16.E.6. VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys'fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Procurement Services Division. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on #16-66410 21 ITB Template_01202016 Packet Page -1384- 7/12/2016 16.E.6. the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and #16-66410 22 ITB Template_01202016 Packet Page -1385- 7/12/2016 16.E.6. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 5. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 6. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors 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. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. #16-66410 23 ITB Template_01202016 Packet Page -1386- 7/12/2016 16.E.6. 7. Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 8. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 9. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt(formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County's project manager, shall coordinate with the Vendor/ Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. #16-66410 24 ITB Template_01202016 Packet Page -1387- 7/12/2016 16.E.6. 12. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part Ill, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 13. Invoice and Payments The County's project manager reserves the right to establish any one, or a combination of, these industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor)timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. #16-66410 25 ITB Template_01202016 Packet Page -1388- 7/12/2016 16.E.6. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard —payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 14. Survivability Purchase Orders: The Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation #16-6640 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. #16-66410 26 ITB Template_01202016 Packet Page -1389- 7/12/2016 16.E.6. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO)forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four(24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. #16-66410 27 ITB Template_01202016 Packet Page -1390- 7/12/2016 16.E.6. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four(24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Procurement Services Division website: www.colliergov.net/purchasinq. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. 16. Security and Background Checks If required, Vendor/ Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 17. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 18. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor's cost for time and material projects, and to withhold payments until documentation is provided. All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) #16-66410 28 ITB Template_01202016 Packet Page -1391- 7/12/2016 16.E.6. complete shop repair manuals and parts lists must be furnished with each type of equipment. Vendor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Vendor from furnishing a complete unit. #16-66410 29 ITB Template_01202016 Packet Page -1392- 7/12/2016 16.E.6. Corer County Administrative Services Department Procurement Services Division Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Procurement Services Division, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 16-6640 Uninterruptible Power Systems ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature /Title Type Name of Signature Date: #16-66410 30 ITB Ternplate_01202016 Packet Page -1393- 7/12/2016 16.E.6. Colter County Administrative Services Department Procurement Ser/ices Division Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Procurement Director Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 16-6640 Uninterruptible Power Systems • Opening Date: June 9, 2016 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 14. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date #16-66410 31 ITB Template_01202016 Packet Page -1394- 7/12/2016 16.E.6. Col.��ier Co14.nty Administrative Services Department Procurement Services Division Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6640 Uninterruptible Power Systems Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Vendor agrees to provide the following: * ** SEE FOLLOWING PAGES Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days ❑ Bid Response Form is electronic. Please input your prices online. ❑ Bid Response is as follows: Manual submission Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. #16-66410 32 ITS Template_01202016 Packet Page-1395- 7/12/2016 16.E.6. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR#or CAGE Code Telephone Number FAX Number Signature/Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #16-66410 33 ITB Template_01202016 Packet Page-1396- 7/12/2016 16.E.6. Goi'Lier Co-runty Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 16-6640 Uninterruptible Power Systems (Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ['Collier County or ❑ Lee County: Number of Employees (Including Owner(s)or Corporate Officers): Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #16-66410 34 ITB Template_01202016 Packet Page -1397- 7/12/2016 16.E.6. Cofer Cott ity Administrative Services Department Procurement Services Division Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: 16-6640 Uninterruptible Power Systems This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/ Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of ,20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #16-66410 35 ITS Template_01202016 Packet Page -1398- 7/12/2016 16.E.6. Corer County Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #16-66410 36 ITB Template_01202016 Packet Page -1399- 7/12/2016 16.E.6. Cofer County Administrative Services Department Procurement Services Division Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. 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/Consultant shall 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/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ 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 $ 1,000,000 Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence #16-66410 37 ITB Template_01202016 Packet Page -1400- 7/12/2016 16.E.6. ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ❑ 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. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds 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. 8. ® 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. 9. ® Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® 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. 11. ® Thirty(30) Days Cancellation Notice required. RLC 4/25/2016 Vendor's Insurance Statement We understand 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. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number #16-66410 38 ITB Template_01202016 Packet Page -1401- Collier County 16-6640 Uninterruptible Power Systems Purchases and Services Attachment 8:Bid Schedule Instructions 1 Complete the Price per Unit section for each of the following service area(s)that the contractor is interested in submitting a bid(Preventative Maintenance Inspection Services and/or On-Call Services). 2 Insert Price per unit;the spreadsheet should automatically multiply that Price per Unit by the Weighted Multiplier which will then calculate the item price and the overall TOTAL. 3 Insert the hourly rate for personnel categories for the purpose of the County having information in the event that a quote is requested based on time and material. Include after hours normal business hours (before 8:00 AM and after 5:00 PM)and Holiday rates 4 Contractors will be reviewed for responsiveness in both service areas and ranked from lowest priced to highest price. 5 The Contractor(s)deemed responsive with the overall lowest price per service area will be recommended as described in the Invitation to Bid. 6 The County reserves the right to award one,or multiple contractor(s)for the services. Hourly Rate for Personnel Categories for Time and Material Requests(Award will be based on responses to items 1-5 and 6-xx below). -o Category Unit of measure Unit Price After Hours and Holidays Supervisor per hour $- $- Licensed Journeyman per hour $- $- a Apprentice per hour $- 6- Engineering/Design per hour $- $- Material Markup over cost percentage Markup over Sub-Contractor cost percentage Price for Preventative Maintenance Inspection Services:to be considered for an award,the contractor must enter a price for items 1-5 below. A TOTAL Item System Description Weighted Price per Unit (Multiply Column A by Multiplier Column B) 1 0-20 KVA 23 $ - 2 21-40 KVA 41 341-80KVA 23 $ - 4 Greater than 81 KVA 13 $ O 5 Off-hours surcharge 10 $ - 6 Enter Line 6 which represents the Preventative Maintenance Inspection Service TOTAL TOTAL $ - O) Fri O) Collier County 16-6640 Uninterruptible Power Systems Purchases and Services Attachment 8:Bid Schedule Price for On-call Mechanical Services:to be considered for an award,the contractor must enter a price for items 7-11 below.Items 7-11 below are being used strictly for evaluation purposes,as general examples of work,and are not specific requests for work. A TOTAL Item Typical Scenarios Weighted B (Multiply Column A by Multiplier Price per Unit Column B) Typical Scope of Work Under$1,000:The following issues have been found for a unit and needs to be addressed -Replace burned battery wiring found on inspection needing replace 7-Replace loose battery terminal connections found on inspection needing replacement 20 $ - Typical Scope of Work Between$1,000 and$3,000: -Replace low reading battery found on inspection 8-Replace bad diodes,capacitors,SCR's or fuses found during inspection 15 $ - Typical Scope of Work Between$3,000 and$20,000: -Replace worn or damaged controls found during inspection ate, -Replace bad printed circuit board 9-Replace logic power supplies 45 $ - Typical Scope of Work Between$20,000—40,000: -Replace full bank of batteries due to weak batteries or longevity replacement recommendation from °110 UPS manufacturer 10 $ oc - ro Typical Scope of Work Between$40,000 and$50,000: 11 -Full turnkey UPS System replacement 5 $ - o Typical Scope of Work$50,000+: 12-Full turnkey UPS System replacement 5 $ - 13 Enter Line 13 which represents the On-Call Service TOTAL TOTAL Category Weighted TOTAL Preventative Maintenance $ - 38% $ - Typical Scenarios $ - 62% $ - Totals for final evaluation TOTAL $ - N O) 9) nl Collier County 16-6640 Uninterruptible Power Systems Purchases and Services Attachment 8:Bid Schedule -v a) C ro k A O A N Ni O 9) m 7/12/2016 16.E.6. Co tier County Email: rhondaburns@colliergov.net Administrative Services Division Telephone: (239) 252-8941 Procurement Services FAX: (239) 252-6700 ADDENDUM 1- Corrected version Memorandum Date: June 3, 2016 From: Rhonda Burns, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum 1, ITB 16-6640 Uninterruptible Power Systems The following is issued as an addendum identifying the following change(s)for the referenced solicitation and/or clarifying material questions received: REPLACE: Bid Schedule with Addendum #1 Bid Schedule (attached) ADDITION/CLARIFICATION: Under Detailed Scope of Work, add the following: Equipment Manufacturer Service Plans may be added as a separate "turnkey" item for specific units, as needed by other Divisions. When these services occur, a quote following the pricing methodology will be obtained. A qualified bidder must be authorized to work on the manufacturer's equipment without negating the equipment warranty. CORRECTION: Item 10. Performance Measures: The Contractor shall maintain compliance with the following performance measures: a. The Contractor will provide 100% of all required reports and records within the time frame specified to the County, or their designee. b. The Contractor will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures. c. The Contractor will furnish all necessary labor, tools, equipment and services to perform contracted services specified in the contract. The term contract officer or project manager as used herein, shall mean the designated employee in each division Facilities Manager or his designee. The Divisions Representative shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under this contract. If, in the opinion of the Contract Officer, any part if the Contractor's performance becomes unsatisfactory; the County will immediately levy a Addendum 1 1 Packet Page-1405- 7/12/2016 16.E.6. deduction on the Contractor's invoice for lack of service. This deduction will be twe hundred one hundred and fifty dollars ($150). CORRECTION: Item 13. Contract Deductions: It is the County's intent to have all tasks performed satisfactorily and completed in accordance with the specifications and frequencies set forth under the contract. It is important that the Contractor perform all tasks as prescribed. If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the contract, the entire affected area as defined solely by the designated employee in each division Facilities Manager or designee shall be found to be a non-performance area and a deduction shall be levied. The deduction will be one twe--hundred and fifty dollars ($150) per occurrence, per day, plus actual cost to correct violation. CORRECTION: Lowest Cost for both Services (See Attachment 3: Vendor Submittal): Should the County award to one contractor for both services (Preventative Maintenance Inspection Services and On-Call Services), each service TOTAL will be weighted by the following weighted multiplier: • Preventative Maintenance Inspection Services x 40%38% =Weighted TOTAL • On-Call Services x 68%62% =Weighted TOTAL Note: the weighted multiplier is a representative multiplier of the estimated future services in each category. The weighting is for evaluation purposes only. Strikethroughs are words that have been deleted from the document and underlined words have been added to the document. cc: Megan Gaillard, Facilities Management Division John Daly, IT Division Kelly Arnold, Public Utilities Division Attachments: Addendum #1 Bid Spreadsheet IT list of equipment Facilities list of equipment Public Utilities list of equipment Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page-1406- Collier County 16-6640 Uninterruptible Power Systems Purchases and Services Attachment 8:Addendum#1 Bid Schedule Instructions 1 Complete the Price per Unit section for each of the following service area(s)that the contractor is interested in submitting a bid(Preventative Maintenance Inspection Services and/or On-Call Services). 2 Insert Price per unit;the spreadsheet should automatically multiply that Price per Unit by the Weighted Multiplier which will then calculate the item price and the overall TOTAL. 3 Insert the hourly rate for personnel categories for the purpose of the County having information in the event that a quote is requested based on time and material. Include after hours normal business hours (before 8:00 AM and after 5:00 PM)and Holiday rates 4 Contractors will be reviewed for responsiveness in both service areas and ranked from lowest priced to highest price. 5 The Contractor(s)deemed responsive with the overall lowest price per service area will be recommended as described in the Invitation to Bid. 6 The County reserves the right to award one,or multiple contractor(s)for the services. .o Hourly Rate for Personnel Categories for Time and Material Requests(Award will be based on responses to items 1-5 and 6-xx below). m m Category Unit of measure Unit Price After Hours and Holidays Supervisor per hour $- $- .A Licensed Journeyman per hour $- $- Apprentice per hour $- $- Engineering/Design per hour $- $- Material Markup over cost percentage Markup over Sub-Contractor cost percentage Price for Preventative Maintenance Inspection Services:to be considered for an award,the contractor must enter a price for items 1-5 below. A B TOTAL Item System Description Weighted (Multiply Column A by Price per Unit Multiplier Column B) 1 0-20 KVA 18 $ - 2 21-40 KVA 41 N 3 41-80 KVA 18 $ - 4 Greater than 81 KVA 13 $ - Cn 5 Off-hours surcharge 10 $ - CA Collier County 16-6640 Uninterruptible Power Systems Purchases and Services Attachment 8:Addendum#1 Bid Schedule 6 Enter Line 6 which represents the Preventative Maintenance Inspection Service TOTAL TOTAL $ - Price for On-call Mechanical Services:to be considered for an award,the contractor must enter a price for items 7-11 below.Items 7-11 below are being used strictly for evaluation purposes,as general examples of work,and are not specific requests for work. A B TOTAL Item Typical Scenarios Weighted (Multiply Column A by Multiplier Price per Unit Column B) Typical Scope of Work Under$1,000:The following issues have been found for a unit and needs to be addressed -Replace burned battery wiring found on inspection needing replace 7-Replace loose battery terminal connections found on inspection needing replacement 20 $ - Typical Scope of Work Between$1,000 and$3,000: -Replace low reading battery found on inspection 8-Replace bad diodes,capacitors,SCR's or fuses found during inspection 15 $ - °' Typical Scope of Work Between$3,000 and$20,000: -Replace worn or damaged controls found during inspection -Replace bad printed circuit board 9-Replace logic power supplies 45 $ - Typical Scope of Work Between$20,000—40,000: -Replace full bank of batteries due to weak batteries or longevity replacement recommendation from 10 UPS manufacturer 10 $ - Typical Scope of Work Between$40,000 and$50,000: 11 -Full turnkey UPS System replacement 5 $ - Typical Scope of Work$50,000+: 12-Full turnkey UPS System replacement 5 $ - 13 Enter Line 13 which represents the On-Call Service TOTAL TOTAL $ - Category Weighted TOTAL Preventative Maintenance $ - 38% $ - Typical Scenarios $ - 62% $ - Totals for final evaluation TOTAL $ - N O) 1 1 9) Collier County 16-6640 Uninterruptible Power Systems Purchases and Services Attachment 8:Addendum#1 Bid Schedule v v rD d up rD O P N O d) ill O) 7/12/2016 16.E.6. Goiter County Email: rhondaburns@colliergov.net Administrative Services Division Telephone: (239) 252-8941 Procurement services FAX: (239) 252-6700 ADDENDUM 2 Memorandum Date: June 6, 2016 From: Rhonda Burns, FCCN, CPPB, Procurement Strategist To: Interested Bidders Subject: Addendum 2, ITB 16-6640 Uninterruptible Power Systems The following is issued as an addendum identifying the following change(s)for the referenced solicitation and/or clarifying material questions received: CHANGE: Bid Opening date from June 9, 2016 to June 14, 2016 CORRECTION: Replace Addendum 1 with new version that corrects spelling errors and marks Strikethroughs are words that have been deleted from the document and underlined words have been added to the document. cc: Megan Gaillard, Facilities Management Division John Daly, IT Division Kelly Arnold, Public Utilities Division Attachments: Addendum #1 — Corrected version Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Addendum 1 1 Packet Page -1410- PM: Megan Gaillard Collier County Solicitations Emailed: 188 PS: Rhonda Burns 16-6640 Uninterruptible Power Systems Solicitations downloaded: 53 Purchases and Services Bids: 1 Bid Tabulation No bid: 1 I Alpha Technologies Services Hourly Rate for Personnel Categories for Time and Material Requests(Award will be based on responses to items 1-5 and 6-xx below). Category Unit of measure Unit Price After Hours and Holida s Supervisor per hour Licensed Journeyman per hour Apprentice per hour Engineering/Design per hour Material Markup over cost percentage Markup over Sub-Contractor cost percentage Price for Preventative Maintenance Inspection Services:to be considered for an award,the contractor must enter a price for items 1-5 below. a ABTOTAL ru Item System Description Weighted (Multiply Column A by Price per Unit Multiplier Column B) 1 0-20 KVA 18 Irs 2 21-40 KVA 41 341-80KVA 18 4 Greater than 81 KVA 13 5 Off-hours surcharge 10 6 Enter Line 6 which represents the Preventative Maintenance Inspection Service TOTAL Price for On-call Mechanical Services:to be considered for an award,the contractor must enter a price for items 7-11 below.Items 7-11 below are being used strictly for evaluation purposes,as general examples of work,and are not specific requests for work. ABTOTAL Item Typical Scenarios Weighted (Multiply Column A by Price per Unit N.) Multiplier Column B) Typical Scope of Work Under$1,000:The following issues have been found for a unit and needs to be 0 addressed O) -Replace burned battery wiring found on inspection needing replace 7-Replace loose battery terminal connections found on inspection needing replacement 20 ill O) PM: Megan Gaillard Collier County Solicitations Emailed: 188 PS: Rhonda Burns 16-6640 Uninterruptible Power Systems Solicitations downloaded: 53 Purchases and Services Bids: 1 Bid Tabulation No bid: 1 Typical Scope of Work Between$1,000 and$3,000: -Replace low reading battery found on inspection 8-Replace bad diodes,capacitors,SCR's or fuses found during inspection 15 Typical Scope of Work Between$3,000 and$20,000: -Replace worn or damaged controls found during inspection -Replace bad printed circuit board g-Replace logic power supplies 45 Typical Scope of Work Between$20,000—40,000: -Replace full bank of batteries due to weak batteries or longevity replacement recommendation from 10 UPS manufacturer 10 Typical Scope of Work Between$40,000 and$50,000: 11 -Full turnkey UPS System replacement 5 Typical Scope of Work$50,000+: 12-Full turnkey UPS System replacement 5 13 Enter Line 13 which represents the On-Call Service TOTAL v Category Wei hted r TOTAL Preventative Maintenance Typical Scenarios Totals for final evaluation F-+ N fV co) 0) 9) 9)