Loading...
Agenda 06/23/2015 Item #16C26/23/2015 16.C.2. EXECUTIVE SUMMARY Recommendation to award Bid 15 -6461 to Pantropic Power, Inc., in the amount of 5357,569 to provide and install a rebuilt diesel generator engine at the North County Regional Water Treatment Plant. OBJECTIVE: To restore the full capability of the emergency auxiliary generator power system at the North County Regional Water Treatment Plant ( NCRWTP). CONSIDERATIONS: On June 10, 2014, as agenda item 11C, the Board of County Commissioners (Board) approved the Water, Wastewater, Irrigation Quality Water, and Bulk Potable Water User Rate Study. The proposed scope of work is consistent with Project 70104, "Water Plant Compliance Assurance," on page 3 -185, line 32 of the user rate study. The NCRWTP has an emergency auxiliary power system that consists of four generators. The system design allows the facility to be operated through a combination of two generators, with two on standby. A transient lightning event caused the Generator No. 2 engine to overheat and malfunction resulting in catastrophic engine failure. Attachment 1 is the damage report by Power Pro -Tech. Staff and contract engineering consultant, RKS Consulting Engineers, Inc., determined the ideal repair strategy would be to locate a factory rebuilt in -kind engine with a factory warranty. The scope of this project provides for the in -kind replacement of the damaged generator engine with a factory rebuilt engine. Bid No. 15 -6461 was posted May 13, 2015, with 301 email notices sent to vendors that provide these services. Seventeen bidders downloaded the full package, and one bid was timely received. The one qualified bid is summarized below and in the bid tabulation information in Attachment 2. Bidder Total Bid Amount Pantropic Power, Inc. S 357.569 County staff determined the low bid to be fair and reasonable and recommend awarding this solicitation to Pantropic Power, Inc., the lowest responsive and qualified local bidder. Pantropic Power, Inc. has a satisfactory performance and warranty record on previous county facility- related projects. This award will be Purchase Order driven. The bid specifications informed the bidders there may be unforeseen conditions associated with the project. The bid amount incorporates a $25,000 allowance for owner- directed additional work including, but not limited to, electrical wiring and removal /installation of site louvers. The price for additional work will be negotiated prior to commencement in accordance with the county's Purchasing Ordinance. A 48- month warranty is included in the bid amount. FISCAL IMPACT: Funding is available in, and is consistent with, the FY2015 Capital Budget approved by the Board on September 18, 2014. The source of funding is the Water User Fee Fund (412). Operation and maintenance costs are expected to remain the same. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. Packet Page -1335- 6/23/2015 16.C.2. RECOMMENDATION: That the Board of County Commissioners, Eh- officio the Governing Board of the Collier County Water -Sewer District, approve the award of Bid 15 -6461 to Pantropic Power, Inc., in the amount of $357,569. Prepared By: Oscar P. Martinez, Int. Principal Project Manager, PPMD Attachments: Attachment 1 - Power Pro -Tech Failure Investigative Report Attachment 2 - Bid Tabulation Attachment 3 — ITB 15 -6461 Packet Page -1336- 6/23/2015 16.C.2. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.2. Item Summary: Recommendation to award Bid 15 -6461 to Pantropic Power, Inc., in the amount of $357,569 to provide and install a rebuilt diesel generator engine at the North County Regional Water Treatment Plant. Meeting Date: 6/23/2015 Prepared By Name: Oscar Martinez Title: Project Manager, Senior, Public Utilities Department 5/26/2015 5:43:55 PM Approved By Name: Howard Brogdan Title: Plant Manager, Public Utilities Department Date: 5/27/2015 7:11:14 AM Name: HapkeMargie Title: Recycling Coordinator, Public Utilities Department Date: 5/27/2015 8:15:46 AM Name: JacobsSusan Title: Operations Analyst, Public Utilities Department Date: 5/27/2015 11:01:43 AM Name: Steve Messner Title: Division Director - Water, Public Utilities Department Date: 5/27/2015 1:39:16 PM Name: ChmelikTom Title: Division Director - Public Utilities Eng, Public Utilities Department Date: 5/28/2015 12:09:04 PM Name: Joseph Bellone Title: Division Director - Operations Support, Public Utilities Department Date: 5/29/2015 11:49:01 AM Packet Page -1337- 6/23/2015 16.C.2. Name: MarkiewiczJoanne Title: Division Director - Purchasing & Gen Svc, Administrative Services Department Date: 6/2/2015 6:34:44 AM Name: JohnsonScott Title: Manager - Procurement, Administrative Services Department Date: 6/2/2015 8:10:57 AM Name: HallSwainson Title: Procurement Specialist, Administrative Services Department Date: 6/2/2015 8:57:14 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 6/4/2015 11:20:17 AM Name: YilmazGeorge Title: Department Head - Public Utilities, Public Utilities Department Date: 6/9/2015 12:38:48 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 6/10/2015 10:36:56 AM Name: KlatzkowJeff Title: County Attorney, Date: 6/1 0/2015 1:41:47 PM Name: RodriguezDan Title: Division Director - Solid Waste, Public Utilities Department Date: 6/10/2015 3:09:04 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budoet Date: 6/11/2015 9:25:55 AM Name: CasalangtaidaNick Title: Deputy County Manager, County Managers Office Date: 6/12/2015 4:08:41 PM Packet Page -1338- Attachment 1 6/23/2015 16.C.2. 377 Maitland Ave., Suite 1010 Altamonte Springs, FL 32701 TOLL FREE: 1- 800 - 437 -4474 PDWER PROF TECH S E R V I C E S www.PowerProTech.com September 10, 2014 Collier County Government NRWTP CAT Generator #2 8005 Vanderbilt Beach Rd Ext Naples, FL 34120 Subject: Prime Mover Failure Investigation Report Reference: WO# 463402, Unit ID# 8925 August 30, 2014 • 16:30 - Customer owned onsite lightning detection equipment located within facilities' operations control room indicated to the Plant Operators that they should switch to generator power due to storm presence in area. • 16:38 - Plant Operators switched to generator power. Caterpillar generators #2 and #3 came up and online, supplied power to 100% of the water plant. Caterpillar generators #1 and #4 were not being used due to tie breaker closure for plant efficiency purposes. Generators #1 and #4 were properly locked and tagged out. • At approximately 18:05 - Transient occurred, most likely attributed to lightning, that tripped out the roof mounted remote radiator systems on both operating Caterpillar generator sets ( #2 and #3), allowing the cooling fan motors to come to a stop and rest. The transient directly affected unit #2 with an entry point into building via remote radiator cooling system conductive coolant piping that was filled with conductive coolant. The engine coolant high temperature switch is located at front of engine, less than one foot from one of the two coolant pipes. Transient damaged the coolant temperature switch, making it ineffective and inoperable against engine overheat condition. Post transient induction affects both units ( #2 and #3) engines immediately and they began building up heat internally. Unit #2 built up heat at a much faster rate than unit #3 as result of it carrying the majority (3/4) of plant load that was in operation at the time. • At approximately 18:15 - Plant Operators received a generator alarm in their control room via SCADA. Plant Operator John went to the generator room and found both generators sets ( #2 and #3) were still operating. Generator #2 was found to be operating abnormally and did shut itself down via low coolant level fault moments later. Unfortunately, with the two components being affected by transients (i) remote radiator system shutdown, and (ii) failure of high coolant temp switch, unit #2 had experienced excessively high engine temperature allowing a major engine failure. At time of unit #2 shut down, it was noticed that the unit spilled approximately 5 gallons of fluid. • 18:20 - The Plant experienced a non - expected shut down at which time Generator #3 was manually retransferred and shut down. At time of shutdown unit, unit #3 did not have time to show signs of overheating due to minimal load, even though the remote radiator system for this unit also tripped at 18:05. Mission Statement To Offer the Highest Quality Service and Most Compelling Economic Value to Companies that Rely on Emergency Power to Protect & Preserve the Welfare of their Customers, Employees and Business. Packet Page -1339- 6/23/2015 16.C.2. September 30, 2014 Page 2 *The cooling system capacity of both units is 300 gallons each. Therefore, it would take either of them some significant elapsed time to heat up to an overheat condition unless they are heavily loaded as was the case with unit #2 at time of failure. * *Typically any remote radiator trip failures should occur during initial startup of cooling fan electric motors if something was wrong, not two hours into a run time. This ideology further supports a transient related failure. * * *It was also confirmed that generator systems were properly equipped with all of the intended safeties per "as originally engineered" and "as originally built" prints. There were no alterations or modifications discovered during our investigation that led us to believe the failures were a result of anything other than a transient. In summary, it was determined during the troubleshooting and investigation completed by our Engineers between August 31, 2014 and September 9, 2014, that the cause of failure allowing for extensive damage to the Prime Mover (engine) on generator #2 was a direct result of cooling system failure, most likely attributed to a transient similar to that of lightning. The generator set prime move will require removal, complete rebuild and reinstallation /proof testing before it can be commissioned back into active service. To follow is a time line account of the troubleshooting and investigation performed by Power Pro -Tech Services Engineers: August 31, 2014 Received dispatch from customer and responded to jobsite. Arrived to jobsite and discovered approximately 5 gallons of oil from unknown source had spilled out. Suspect the oil was from the engine dipstick area based on location of spill and remnants on engine. There were no visual indicators or smell of oil than indicated a severe overheat condition, but pulled an oil sample for proper analysis and confirmation. Found physical damage to radiator neck that appears to be a result of an over pressurized cooling system, ejection of radiator cap. Packaged up oil sample for ER shipment on Tuesday, September 2nd as Monday is a Federal holiday (Labor day). September 2, 2014 Gathered equipment needed for further diagnosis and investigation, traveled to jobsite. At remote radiator, disconnected and removed the cooling system expansion tank. Installed pressure testing equipment on system and pressurized to 15 psi to verify system integrity. It held 15 psi for 25 minutes of testing confirming radiator is not compromised. With assistance from others, removed the expansion tank from roof top. Left the pressure testing equipment in place and at 15 psi, will recheck tomorrow to ensure it is holding. Visually inspected remote radiator control for unit #2 as well as for the other 3 units. Studied onsite control wiring installation to properly educate on future prevention strategy as well as to understand OEM intent. There is currently no alarm configuration installed or intended by OEM for remote radiator control failure indication. Cleaned work area up. Delivered expansion tank to local sublet repair shop for neck repairs. Coordinated coolant needed for tomorrow, continued diagnosis and investigation. Florida - Georgia - Alabama - Louisiana - Mississippi - Texas - Oklahoma - Arkansas - Tennessee - Kentucky - West Virginia - Maryland - Virginia - North Carolina - South Carolina TOLL FREE: 1 -500- 437 -4474 Packet Page -1340- 6/23/2015 16.C.2. September 30, 2014 Page 3 September 3, 2014 • Traveled to jobsite and checked on the pressure test left overnight. The system had lost 5 psi but was still holding at 10 psi. During additional failure analysis inspection, remote radiator system for CAT #3 was found tripped by Jason Schulz, witnessed by Brian Beck. It was further verified via Plant Log Books and SCADA that Generator #3 had not operated since shutdown on August 30th @ 18:20. This in turn indicates and further proves that remote radiator controls for both units ( #2 and #3) tripped at the same time (approximately at 18:05 on August 30th). With assistance of a second engineer, began internal engine damage inspection by removing all accessible crankcase inspection covers, and valve covers. Manually barred engine over one full revolution while inspecting all rotating parts visible, as well as visible cylinder liners. Found coolant leaking down a piston rod, indicative head or head gasket failure. Also found excessive scoring in 8 of the liners. Overhead and valves appear satisfactory. Removed and drained the oil filter to discover excessive metal, likely as result of previously discovered cylinder liner scoring. Closed up engine, cleaned up work area. To follow are a couple pictures of the internal coolant leak and scoring damage discoveries mentioned above. Florida - Georgia - Alabama - Louisiana - Mississippi - Texas - Oklahoma Arkansas - Tennessee - Kentucky - West Virginia - Maryland - Virginia - North Carolina - South Carolina TOLL FREE: 1- 800 - 437 -4474 Packet Page -1341- 6/23/2015 16.C.2. September 30, 2014 Page 4 September 4, 2014 • Accumulated and processed all information obtained to date associated with failure. Researched air flow style switch assemblies that could be retrofit to radiators in future to prevent a reoccurrence of similar failure pattern. Traveled to jobsite and inspected unit prints and manuals for installation of additional coolant temp and air flow safeties. September 5, 2014 • In preparation for final repair estimate creation, coordinated site visits with a rigging company having appropriate capabilities required for the engine removal from building, as well as the insulation contractor. Began preparation of [this] formal investigation report. September 9, 2014 • Acquired repaired radiator expansion tank from radiator shop. REPAIR PLAN & SCOPE OF WORK The Following Estimate is provided for the Repair /Overhaul and other Services to the Emergency Diesel Generator unit Identified Below. 1. Lock -Out, Make unit safe for Planned Remedial Work 2. Disconnect all Mechanical and Electrical Equipment tied to the Generator Set in preparation for Rig - Out and Transportation. 3. Recover and Dispose of any Residual Fluids or any other "take -off' equipment that will not be re -used. 4. Inspect Disconnected Equipment's suitability for re -use. Estimate needed additional repairs if /as they are uncovered by removals. S. Work with Riggers on Safe, non - destructive Removal and Loading of the Generator Set for Transportation to the Overhaul Facility. 6. Deliver to and Off -Load the Engine- Generator Set at the Overhaul Facility 7. Spot Check Engine and Generator Overhaul Work Mileposts. Details of Engine and Generator Overhaul are attached separately. 8. Witness the Overhauled Engine Dynamometer test at the Overhaul facility 9. Witness the Reassembled Engine- Generator Test -Run at the Overhaul facility. 10. Load and Transport the Generator Set back to the Water Treatment Plant. 11. Assist Riggers with the Safe, non - destructive off - loading and rigging of the Generator Set back into place. 12. Complete reassembly- restoration of exterior items disturbed by the work. 13. Re- Connect the Generator Set to the Building Systems and make necessary Mechanical adjustments. 14. Load Skid Mounts and Measure Crankshaft Deflection. Re- Adjust Mounts if necessary. 1S. Restore Pipe -work, Lagging and /or anything else in the Generator Space disturbed by the work. 16. Perform pre- start -up inspection work, Especially Verification of Speed Control and Positive Shut -down Control. 17. Perform start-up and operational off -line tests as required in preparation for: A- Artificial Full -Load Test and B- Building Load Test. 18. Supply and Connect Load Banks sufficient to apply full Nameplate kW load to the Generator Set to Certify the Repairs, the Installation and the Units Readiness to Accept Applied Building Loads. Florida Georgia - Alabama - Louisiana - Mississippi - Texas - Oklahoma - Arkansas - Tennessee Kentucky - West Virginia - Maryland - Virginia - North Carolina - South Carolina TOLL FREE: 1- 800 - 437 -4474 Packet Page -1342- 6/23/2015 16.C.2. September 30, 2014 Page 5 19. Conduct and Monitor Load Bank Tests making any necessary final adjustments and then Carry the Load, uninterrupted, for Four Continuous Hours. 20. Secure from Load Tests, Remove cables, Restore Disturbed Connections /Covers et al and Transport to Point of Origin. 21. A Building "Pull- The -Plug" or Other Specified Building Test (NTE 4 hours) can now be carried -out at the Discretion /Direction of the Owner. PREVENTION PLAN TO REDUCE RISK OF REOCCURENCE OF SIMILAR FAILURE SCENARIO • Installation of a secondary, backup mechanical coolant temp gauge(s) w /mechanical alarm points o Use of Murphy A25T assemblies • Installation of alarm circuitry for remote radiator control faults that would wire into existing generator control system and shutdown circuits. • Installation of air flow switches on the remote radiators that would wire into existing generator control system and shutdown circuits. This is our best assessment of what occurred regarding the Prime Mover Failure at this facility based on direct reports and investigation by our Field Engineers while on -site. It also includes our best recommendation going forward. If you have questions, or if we can be of any further assistance at all, please feel free to contact us directly. Thank You, Florida Regional Manager POWER PRO -TECH SERVICES, INC. Office: 561- 744 -1478 Extension 180 Cell: S61- 262 -1034 robert.nelson @powerprotech.com Florida Georgia - Alabama - Louisiana - Mississippi - Texas - Oklahoma - Arkansas - Tennessee Kentucky - West Virginia - Maryland - Virginia - North Carolina - South Carolina TOLL FREE: 1- 800 - 437 -4474 Packet Page -1343- w .i v U «i 6/23/2015 16.C.2. Packet Page -1344- C u 6 0°° 0 0 CD O N N N N N ✓1 O- O ° O� O N m O � T } } } } N ~ O n 00 � li / t/'F In N N N 0 V� C i/? N tN/} i~ M m O u — C- trT 4/? C C E O O � zoV) N rn 2 E E E E E E 0 o m O 7 O C 7 U- LL O z N Q (n n a cn Q cn Q N a N Q O L N U C m Q w a� M E E E E E E i-- _ o 0 w U U z � °tea. Cn � L > J E n O W `° E N L � m iW O V L u C L @ a o E W u O a) pp U N J w � O � ^' W v N O p Y C m O O Q Q C C) o u N n O u v a 0 Q @ w cn LL T _ Q N O C w O Cu Z Q� `n o r – m ' f° Z N m O 3 Q Q� � c — 1n u C m L N p m WJ Q C u : C u Y w w Q1 Iz °�-° N .� C m In n W 4! — N in F- C C U E Q1 vi y ^^ (10 LU C w `) "6 Cu c–NO C 'O M0 m .0 O cp O O -0 .� a O Lfi a o o 0 v o a l� Cu Lu -O O c O d 00 E aS — o m 0� z CU M LL = m m U (U to m u0 p Q y v o w v a v S 3 m y 3 v o2S `m c Z o o m 0 r to .E m t v D > v ° Q 0 3 o w ro "O Q •– O c -O o a.� m6 C N LL D_' W O m Q u m .Qj O z °' N d Co LU r-1 N m L(') lD I� d y H N d C 0. 07 O Packet Page -1344- 6/23/2015 16.C.2. crlie -r county Administrative Services Department Procurement Services division INVITATION TO BID Date: May 13, 2015 From: Swainson Hall, Procurement Strategist (239) 252 -8935 (Telephone) (239) 252 -6334 (FAX) swainsonhall(a-)colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 15 -6461 Engine Replacement for Generator Number 2 As requested by the Public Utilities Planning and Project Management Division, the Collier County Board of County Commissioners Purchasing Department 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: Oscar Martinez Note: All iTl3 responses submitted must include one (1) original labeled MASTER, along with one (1) exact duplicate copy, including all required forms. '� cti _ a.a �. k,p • o,�. a.n i_ • �V L, G -roa —1 �C __ , vv. o_ ,�rc .n�o�ure �. �� 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1345- 6/23/2015 16.C.2. Invitation to Bid Index PublicNotice ............................................................................................... ............................... 3 Exhibit I: Scope of Work, Specifications and Response Format ................ ............................... 4 Exhibit ll: General Bid Instructions ............................................................. ............................... 7 Exhibit III: Standard Purchase Order Terms and Conditions ....................... .............................13 Exhibit IV: Additional ITB Terms and Conditions ......................................... .............................16 Attachment 1: Vendor Submittal - Vendor's Non - Response Statement ....... .............................24 Attachment 2: Vendor's Check List ............................................................. .............................25 Attachment 3: Vendor Submittal - Bid Response Form ............................... .............................26 Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit .......... .............................28 Attachment 5: Vendor Submittal — Immigration Affidavit ............................... .............................29 Attachment 6: Vendor Substitute W — 9 ........................................................ .............................30 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ... .............................31 15 -6461 2 Engine Replacement for Generator Number 2 Packet Page -1346- 6/23/2015 16.C.2. Cover County Administrative Services Department Procurement Services Division Public Notice Sealed bid responses for Engine Replacement for Generator Number 2, will be received electronically or manually only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:OOPM, Collier County local time on Friday, May 29, 2015. Solicitation responses received after the stated time and date will not be accepted. Solicitation 15 -6461 Engine Replacement for Generator Number 2 A non - mandatory pre -bid conference will be held on Friday, May 15, 2015, commencing promptly at 10:OOAM and held at the Collier County North County Regional Water Treatment Plant located at 8005 Vanderbilt Beach Rd., Naples, FI 34120. 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. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department 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 Purchasing Department website: www.collieroov.net /purchasing and in the lobby of the Purchasing Building on May 13, 2015. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1347- 6/23/2015 16.C.2. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Public Utilities Planning and Project Management Division (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. Background The NCRWTP has an emergency auxiliary power system that consists of four generators. The system design allows the facility to be operated through a combination of two generators, with two kept in stand -by. A transient lightning event occurred, causing major engine failure to Generator No. 2. The scope of this project provides for the in -kind replacement of the damaged generator engine with a factory rebuilt engine. Detailed Scope of Work 1. Furnish all labor, materials, equipment and incidentals required and install, put into operation, and field test the re -built Caterpillar 25Z prefix diesel engine. a. Caterpillar Rebuilt 25Z Prefix Diesel Engine: i. Replacement for generator Unit #2 diesel engine The cylinder decks and block are to be machined and stainless inserts are required on the small and large cooling passages. ii. New components to be included in re -built engine (Caterpillar certified parts): 1. Cylinder Packs 2. Main Bearings 3. Rod Bearings 4. Lifters 5. Cam Bearings 6. Cylinder Heads 7. Injectors 8. Turbo Cartridges 9. Valve Bridges 10. Oil Pump 11. Water Pump 12. Oil Cooler 13. Fuel Transfer Pump 14. Filters 15. Oil 16. Gasket 17. Seals 18. Spacer Plates 19. Breathers 20. Regulators 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1348- 6/23/2015 16.C.2. b. Contractor Services: i. Lock out tag out generator and electrical (by NCRVV l P personnel). ii. Remove louvers. iii. Disconnect generator electric and engine isolators. iv. Disconnect cooling water, fuel lines and exhaust, remove engine from room. v. Delivery of replacement engine to NCRWTP site. vi. Removal of old engine from existing frame and transporting to vendor's site. vii. Install new engine on existing frame and reconnect to existing generator end. viii. Re- connect fuel lines, exhaust piping and cooling water piping. ix. Re- install louvers. x. Reconnect electrical. xi. Assist with start-up. c. Loadbank Services: Load bank test for 4 hours and provide a final written report of the condition of the standby power system. d. Warranty: The replacement engine, rebuilt by a Caterpillar- certified dealer, is to be covered by Caterpillar's 24 month / 1000 hour Overhaul Protection Program. 2. The installation, supervision, and the coordination of testing and startup of the system shall be included. 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 Purchasing Department 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 vendors) in accordance with the following methodology: Lowest bid price submitted on the completed Bid Schedule that is attached; cell L13 - TOTAL PRICE FOR Base Bid ITEMS 1 THROUGH 7 • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select identify a single awardee. • The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1349- 6/23/2015 16.C.2. Term of Contract The contract term, if an award(s) is /are made is intended to be for one (1) year. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice May 13, 2015 Last Date for Receipt of Written Questions May 22, 2015, 5:OOPM, Naples Local Time Non - mandatory pre - solicitation meeting Friday, May 15, 2015, 10:OOAM, Naples Local Time and Locations Addendum Issued Resulting from Written Questions or Pre- May 26, 2015 Proposal Conference Solicitation Deadline Date and Time Friday, May 29, 2015, 3:OOPM, Naples Local Time Anticipated Evaluation of Submittals May 2015 Anticipated Board of County Commissioner's Contract June 2015 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 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1350- Exhibit II: General Bid Instructions 1. Purpose /Objective 6/23/2015 16.C.2. As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (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, 51 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. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1351- 6/23/2015 16.C.2. 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 rip or 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 Purchasing Department 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 Purchasing Department Online Bidding System: www.colliergov.net /bid. For paper submissions... All paper bids shall be submitted to the County Procurement Director, Collier County Government, Purchasing Department, 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) compact disk (CD's) with one copy of the proposal on each CD 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 Purchasing Department Internet bid site. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1352- 6/23/2015 16.C.2. 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 Purchasing Department 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 Purchasing Department 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. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1353- 6/23/2015 16.C.2. 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 Purchasing Department 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 Purchasing Department 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 used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. 15 -6461 10 Engine Replacement for Generator Number 2 Packet Page -13S4- 6/23/2015 16.C.2. 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 Purchasing Department 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 Purchasing Department. 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.org /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. General Information 15 -6461 11 Engine Replacement for Generator Number 2 Packet Page -1355- 6/23/2015 16.C.2. 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 Purchasing Department as well as on the Collier County Purchasing Department 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. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1356- WA Exhibit III: Standard Purchase Order Terms and Conditions Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and /or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and /or services, or any similar act by VENDOR. Inspection All goods and /or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and /or services provided early in the term of the Purchase Order are non - conforming or otherwise rejected by the COUNTY. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of 6/23/2015 16.C.2. delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and /or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. 15 -6461 13 Engine Replacement for Generator Number 2 Packet Page -1357- VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification 15 -6461 Engine Replacement for Generator Number 2 6/23/2015 16.C.2. VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non - infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR at its SOIc expanse shall provir"fe commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non - exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on 14 Packet Page -1358- the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and /or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 6/23/2015 16.C.2. conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase finder dpi lir`nte or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and /or Conditions that are most favorable to the County and /or provide the greatest protection to the County shall govern. 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 15 -6461 15 Engine Replacement for Generator Number 2 Packet Page -1359- 6/23/2015 16.C.2. 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. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 80% or more of the solicitation amount for said work. 6. 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. 7. 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. 8. 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. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1360- 16 6/23/2015 16.C.2. 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 sh all h e labeled with appropriate NFPA 70E arch flaJl l boundary an PPE Protective labels. 9. 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. 10. 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. 11. 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. 12. 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. 13. 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 15 -6461 17 Engine Replacement for Generator Number 2 Packet Page -1361- 6/23/2015 16.C.2. 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. 10. 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 III, 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. 11. Invoice and Payments 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. 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 15 -6461 18 Engine Replacement for Generator Number 2 Packet Page -1362- 6/23/2015 16.C.2. 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 1aches" 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. 12. Survivability Purchase Orders: The Consultant/Contractor /Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 15 -6461 Engine Replacement for Generator Number 2, will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 13. 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. 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. 15 -6461 19 Engine Replacement for Generator Number 2 Packet Page -1363- 6/23/2015 16.C.2. 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. 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 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1364- c 6/23/2015 16.C.2. required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.colliergov.net/purchasing. 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. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right -of -Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and /or Purchasing Departments and are available on -line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ( "MOT ") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 18. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 19. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and /or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as "County Furnished Materials" and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and /or materials from other suppliers. In either instance the County may require the following information from the Vendor: Required quantities of material. 15 -6461 21 Engine Replacement for Generator Number 2 Packet Page -1365- 6/23/2015 16.C.2. • Specifications relating to goods and /or materials required for job including brand and /or model number or type if applicable • Pricing and availability of goods and /or materials provided under Vendors agreements with material suppliers 20. 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. 21. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required, 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. 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. The County reserves the right to request and obtain documentation of the Vendor's cost, and to withhold payments until documentation is provided. 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. All equipment must be new and of current manufacture in production at the time of ITB opening, and carry standard warranties. At the time of delivery, at least two (2) 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. 22. Storage Tank Installation and Closure Requirements The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. The contractor shall notify the Solid & Hazardous Waste Management Department ( SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239 - 252 -2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 23. 62- 761.300 Applicability 1) General Requirements: a) Underground storage tank systems: The requirements of this Chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of UST 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1366- 22 6/23/2015 16.C.2. systems with individual storage tank capacities greater than 110 gallons that contain or contained: i) Vehicular fuel, subject to Chapter 17 -61, F.A.C., after May 21, 1984 NO Pollutants or hazardous substances after December 10, 1990; or iii) Regulated substances in unmaintained storage tank systems. b) This rule is applicable to non - residential facilities. Under 40 C.F.R. 280, residential tanks greater than 1100 gallons containing motor fuels are subject to Federal UST rules (advisory information only -not required by this Chapter). 24.62-762.301, F.A.C. Applicability 1) General Requirements: a) Aboveground storage tank systems: The requirements of this chapter, unless specified otherwise, apply to owners and operators of facilities, or owners and operators of aboveground stationary storage tank systems with individual storage tank capacities greater than 550 gallons that contain or contained: Vehicular fuel, subject to Chapter 17- 61, F.A.C., after May 21, 1984 (1) Vehicular fuel, subject to Chapter 17 -61, F.A.C., after May 21, 1984; (2) Pollutants after March 12, 1991; or (3) Pollutants in unmaintained storage tank systems. b) Aboveground compression vessels and hazardous substance storage tank systems: Owners and operators of compression vessels and hazardous substance storage tanks with capacities of greater than 110 gallons containing hazardous substances are only required to comply with subsections 62- 762.401(1) -(2), F.A.C. c) Aboveground mineral acid storage tank systems: Owners and operators of facilities, or owners and operators of aboveground mineral acid storage tank systems with capacities of greater than 110 gallons containing mineral acids are only required to comply with Rule 62- 762.891, F.A.C. 25. Definitions 62- 761.200(11) and 62- 762.201(16), F.A.C.: "County" means a locally administered program under contract with the Department to perform compliance verification activities at facilities with storage tank systems. 62- 761.200(48) and 62- 762.201(62), F.A.C.: "Pollutants" includes any "product" as defined in Section 377.19(l 1), F.S., pesticides, ammonia, chlorine and derivatives thereof, excluding liquefied petroleum gas. 62- 761.200(51) and 62- 762.201(65), F.A.C.: "Product" as defined in Section 377.19(l 1), F.S., means any commodity made from oil or gas and includes refined crude oil, crude tops, topped crude, processed crude petroleum, residue from crude petroleum, cracking stock, uncracked fuel oil, fuel oil, treated crude oil, residuum, gas oil, casing head gasoline, natural gas gasoline, naphtha, distillate, condensate, gasoline, used oil, kerosene, benzene, wash oil, blended gasoline, lubricating oil, blends or mixtures of oil with one or more liquid products or byproducts derived from oil or gas, and blends or mixtures of two or more liquid products or byproducts derived from oil or gas, whether hereinabove enumerated or not. 62- 761(73) and 62- 762(84), F.A.C.: "Vehicular fuel" means a petroleum product used to fuel motor vehicles, including aircraft, watercraft and vehicles used on and off roads and rails. 15 -6461 23 Engine Replacement for Generator Number 2 Packet Page -1367- 6/23/2015 16.C.2. COAL i0r County Administrative Services Department Procurement Services Division Attachment 1: Vendor Submittal - Vendor's Non - Response Statement The sole intent of the Collier County Purchasing Department 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 Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 15 -6461 Engine Replacement for Generator Number 2 ❑ 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: 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1368- 24 6/23/2015 16.C.2. Cof{her County riui..Hd iraLl SeNI s`Jej.,ai u`ucr ii Prxurement Services 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 Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: 15 -6461 Engine Replacement for Generator Number 2 • Opening Date: Friday, May 29, 2015 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 15 -6461 25 Engine Replacement for Generator Number 2 Packet Page -1369- 6/23/2015 16.C.2. Coder County Administrative Services Depart i iei it Procurement Services Division Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 15 -6461 Engine Replacement for Generator Number 2 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: 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. 15 -6461 26 Engine Replacement for Generator Number 2 Packet Page -1370- 6/23/2015 16.C.2. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of ,20 in the County of , in the State of Flrm'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 15 -6461 27 Engine Replacement for Generator Number 2 Packet Page -1371- 6/23/2015 16. C .2. Co �i�r Cc���tty Administrative Services Department Procurement Services Division Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: 15 -6461 Engine Replacement for Generator Number 2 (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: Address in Collier or Lee County: Signature: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Date: Title: 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) 15 -6461 28 Engine Replacement for Generator Number 2 Packet Page -1372- 6/23/2015 16.C.2. Coff er C,014 ty Administrative Services Department Procurement Ser ices Division Attachment 5: Vendor Submittal — Immigration Affidavit Solicitation: 15 -6461 Engine Replacement for Generator Number 2 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 Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration as identification. (Type of Identification and Number) 20_, by 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. 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1373- 29 co &er Col'tnty /ydr ninistrative Services Department Procurement Services Division 6/23/2015 16.C.2. 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 State Telephone FAX Order Information Address City State Zip FAX Email 2. Company Status (check only one) City Zip . Email Remit / Payment Information Address City State FAX Email M _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 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1374- 30 6/23/2015 16.C.2. 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 $500,000 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 $ 500.000 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 $ 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 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1375- 31 6/23/2015 16.C.2. 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 (or Collier MPO). 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. Lib 5111/2015 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 Vendor Signature Print Name Insurance Agency Agent Name 15 -6461 Engine Replacement for Generator Number 2 Packet Page -1376- Date Telephone Number MEN