Loading...
Agenda 01/08/2019 Item #16C1001/08/2019 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs,” to Tampa Bay System Sales, Inc. d/b/a Tampa Bay Trane for County-wide Chiller preventative maintenance and repair services. OBJECTIVE: To obtain Chiller Preventative Maintenance and Repair services. CONSIDERATIONS: The Division of Facilities Management is responsible for the maintenance and repair of County facilities. These facilities require maintenance and repair of Chiller s ystems to minimize operational down time and maintain top operating conditions. The intent of this contract is to provide proper preventative maintenance and repair services to the forty-five (45) County owned and operated Chiller systems. Two Invitation to Bids were posted for these services. On March 14, 2018, the Procurement Services Division released notice of Invitation to Bid 18-7297 for Chiller Preventative Maintenance and Repair services. Notifications were sent to 4,735 vendors, 60 bid packages were downloaded, and 2 bids were received; Tampa Bay System Sales d/b/a Tampa Bay Trane and Carrier Corporation. Carrier Corporation was deemed non-responsive due to missing license, references, and list of employees needed as per the solicitation requirements. On July 12, 2018, Procurement Services Division requested to cancel and resolicit due to Tampa Bay Trane not providing the required number of journeyman licenses required within the solicitation. On August 13, 2018, the Procurement Services Division released notice of Invitation to Bid No. 18-7464 to 1,513 vendors for Chillers Preventative Maintenance and Repairs. Interested vendors downloaded fifty (50) bid packages and the County received two (2) bids by the September 17, 2018 deadline. MCWDCC Auto Sales & Services Corp. has been deemed non‐responsive for not submitting requested licenses. Staff determined the lowest responsive and responsible bidder to be Tampa Bay System Sales, Inc. d/b/a Tampa Bay Trane. Respondents: Company Name Bid Amount Responsive/Responsible Tampa Bay System Sales Inc., d/b/a Tampa Bay Trane $ 234,630.00 YES/YES MCWDCC Auto Sales & Services Corp. $ 300,000.00 NO/YES The bid amounts above are for evaluation purposes only and were based on pricing scenarios, which were calculated using the vendors' hourly rates and mark-ups on parts and subcontractors to identify the most responsive and competitive bidder. On December 28, 2018, pricing and scope was reviewed by John McCormick, PE, Principal Engineer, Facilities Management Division. Mr. McCormick’s knowledge of Chiller Plants and associated maintenance contracts over the past 30 years affords him a professional level of expertise in this area. In the attached Memorandum, Mr. McCormick confirmed that the pricing and hourly rates are commensurate with the scope of work and in line with the industry standards. No single repair may exceed $300,000 as the intent is for work over $300,000 to be competitively bid out. 16.C.10 Packet Pg. 1304 01/08/2019 FISCAL IMPACT: Funds are available in the Division of Facilities Management Operating Budget 001-122240 and other user division cost centers. The base annual amount of the contract is estimated to be $500,000. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. RECOMMENDATION: To award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs,” to Tampa Bay System Sales, Inc. d/b/a Tampa Bay Trane, and to authorize the Chair to execute the attached agreement. Prepared By: Miguel Carballo, CFM, Manager of Facilities, Division of Facilities Management ATTACHMENT(S) 1. 18-7464 TampaBaySystems_Contract_VendorSigned (PDF) 2. 18-7464 TampaBaySystems_Insurance_11-20-18 (PDF) 3. [Linked] 18-7464 Tampa Bay Trane Proposal (PDF) 4. 18-7464 NORA (PDF) 5. 18-7464 Solicitation (PDF) 6. 18-7464 Bid Tabulation (PDF) 7. Memorandum ITB 18-7464 Chillers Preventative Maintenance and Repairs (PDF) 16.C.10 Packet Pg. 1305 01/08/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.10 Doc ID: 7419 Item Summary: Recommendation to award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs,” to Tampa Bay System Sales, Inc. d/b/a Tampa Bay Trane for County-wide Chiller preventative maintenance and repair services. Meeting Date: 01/08/2019 Prepared by: Title: Supervisor - Revenue – Facilities Management Name: Amanda Condomina 11/26/2018 10:30 AM Submitted by: Title: Director - Facilities Management – Facilities Management Name: Damon Grant 11/26/2018 10:30 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 11/26/2018 11:22 AM Procurement Services Viviana Giarimoustas Additional Reviewer Completed 11/26/2018 12:06 PM Facilities Management Miguel Carballo Additional Reviewer Completed 11/30/2018 3:51 PM Procurement Services Sandra Herrera Additional Reviewer Completed 12/05/2018 2:48 PM Facilities Management Damon Grant Director - Facilities Completed 12/06/2018 3:45 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 12/10/2018 10:33 AM Procurement Services Ted Coyman Additional Reviewer Completed 12/10/2018 1:09 PM Procurement Services Swainson Hall Additional Reviewer Completed 12/12/2018 4:52 PM Public Utilities Department Dan Rodriguez Additional Reviewer Completed 12/13/2018 11:06 AM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 12/17/2018 3:00 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 12/18/2018 5:38 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/20/2018 1:17 PM Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review Completed 12/20/2018 1:21 PM County Attorney's Office Emily Pepin CAO Preview Completed 12/20/2018 1:53 PM Budget and Management Office Ed Finn Additional Reviewer Completed 12/20/2018 5:52 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/21/2018 8:48 AM 16.C.10 Packet Pg. 1306 01/08/2019 County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/31/2018 9:14 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/08/2019 9:00 AM 16.C.10 Packet Pg. 1307 16.C.10.aPacket Pg. 1308Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1309Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1310Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1311Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1312Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1313Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1314Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1315Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1316Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1317Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1318Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1319Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1320Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1321Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1322Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1323Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1324Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1325Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1326Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1327Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1328Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1329Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1330Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1331Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1332Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative 16.C.10.aPacket Pg. 1333Attachment: 18-7464 TampaBaySystems_Contract_VendorSigned (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative CERTIFICATE HOLDER © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS WC STATU-TORY LIMITS OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). The ACORD name and logo are registered marks of ACORD COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Lykes Insurance,Inc. P.O.Box 2879 Tampa FL 33601-2879 Diane Cocking 813-470-5038 dcocking@lykesinsurance.com Westfield Insurance Company 24112 TBTRA-1 Bridgefield Employers Ins Co.10701TampaBaySystemsSales,Inc. dba Tampa Bay Trane 902 North Himes Ave Tampa FL 33609 Indian Harbor 36940 Travelers Property Casualty Insurance Company 955379528 A X 1,000,000 150,000 X 1,000,000 2,000,000 2,000,000 CMM0154905 12/31/2017 12/31/2018 X Y Y 10,000 A 1,000,000 X X X X PIP $10,000 CMM0154905 12/31/2017Y 12/31/2018 D X X 10,000,000 X 10,000,000 10,000 ZUP15R6693817NF 12/31/2017 12/31/2018 Prod/Comp Opts 10,000,000 B N 0830-52169 1/1/2018 1/1/2019 500,000 500,000 500,000 C Profressional Liability Claims Made 11/19/2018 X PEC004882900 12/31/2017 12/31/2018 Each Loss General Aggregate Retro Date 6/2/15 2,000,000 2,000,000 Collier County Board of County Commissioners,OR Board of County Commissioners in Collier County,OR Collier County Government,as additional insured for any and all work performed in Collier County as respects to general liability and automobile liability with primary and non-contributory wording as required by written contract subject to all policy terms,conditions,limitations and exclusions. Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 16.C.10.b Packet Pg. 1334 Attachment: 18-7464 TampaBaySystems_Insurance_11-20-18 (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Florida Profit Corporation TAMPA BAY SYSTEMS SALES, INC. Filing Information 355678 59-1274990 11/20/1969 FL ACTIVE CORPORATE MERGER 12/28/1993 01/01/1994 Principal Address 902 N HIMES AVE TAMPA, FL 33609 Changed: 01/27/2010 Mailing Address 902 N HIMES AVE TAMPA, FL 33609 Changed: 01/27/2010 Registered Agent Name & Address COHN,DOUGLAS B 4616 SAN MIGUEL TAMPA, FL 33609 Address Changed: 04/14/2006 Officer/Director Detail Name & Address Title CEOS COHN, DOUGLAS B 902 N. HIMES AVENUE TAMPA, FL 33609 Title P DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 3Detail by Entity Name 4/18/2018http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... ALLISON, JAY 902 N. HIMES AVENUE TAMPA, FL 33609 Title V COHN, MAUREEN 902 N. HIMES AVENUE TAMPA, FL 33609 Title CFO HODSON, JOHN 902 N. HIMES AVENUE TAMPA, FL 33609 Annual Reports Report Year Filed Date 2016 03/29/2016 2017 03/28/2017 2018 03/02/2018 Document Images 03/02/2018 -- ANNUAL REPORT View image in PDF format 03/28/2017 -- ANNUAL REPORT View image in PDF format 03/29/2016 -- ANNUAL REPORT View image in PDF format 04/13/2015 -- ANNUAL REPORT View image in PDF format 03/26/2014 -- ANNUAL REPORT View image in PDF format 03/22/2013 -- ANNUAL REPORT View image in PDF format 03/30/2012 -- ANNUAL REPORT View image in PDF format 04/18/2011 -- ANNUAL REPORT View image in PDF format 01/27/2010 -- ANNUAL REPORT View image in PDF format 06/16/2009 -- ANNUAL REPORT View image in PDF format 03/31/2008 -- ANNUAL REPORT View image in PDF format 03/10/2008 -- ANNUAL REPORT View image in PDF format 04/23/2007 -- ANNUAL REPORT View image in PDF format 04/14/2006 -- ANNUAL REPORT View image in PDF format 03/28/2005 -- ANNUAL REPORT View image in PDF format 02/26/2004 -- ANNUAL REPORT View image in PDF format 03/17/2003 -- ANNUAL REPORT View image in PDF format 02/26/2002 -- ANNUAL REPORT View image in PDF format 01/31/2001 -- ANNUAL REPORT View image in PDF format 03/14/2000 -- ANNUAL REPORT View image in PDF format 03/24/1999 -- ANNUAL REPORT View image in PDF format 05/13/1998 -- ANNUAL REPORT View image in PDF format 02/10/1997 -- ANNUAL REPORT View image in PDF format 02/01/1996 -- ANNUAL REPORT View image in PDF format 04/03/1995 -- ANNUAL REPORT View image in PDF format Page 2 of 3Detail by Entity Name 4/18/2018http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 18‐7464 Chiller Preventative Maintenance And Repairs Chiller Mechanics Name Years of Experience Qualifications Jaroslaw Dziarnowski 31Universal EPA Certification, Danfoss TR200 Training, Vibration Analysis Certificate, Engineering Degree, Tracer ES Installation CertificateDanny Duke 30Universal EPA Certification, CentraVac Machanical Services Certification, Danfoss TR200 Certification, Trane Start Up and Service CertificationDennis Garber25Universal EPA Certification, CentraVac Electronic Controls Certification, Danfoss TR200 Certification, CVH and AFD Certification Mike Stott 6EPA Certification, HVAC Fundamentals Course, Large Split System Certification, Electronically Commutated Motors Certification, Large Chilled Water Systems Certification Ernie Kelley 22EPA Certification, RTAE Rotary Chillers Certification, Intellipak Certification, Danfoss TR200 Certification Manny Risueno 2EPA Certification, Associates in Mechanical and Electrical Technology, UA STAR HVACR Mastery Certification, Apprenticeship Completion Certificate Mike Gricar5EPA Certification Gabe Vera 7EPA Certification, Certificate of Achievement in A/C Refrigeration and Heating Mechanic and TechnicianWalt Horobin 13EPA Certification, Addison Service Certification Journeymen Name Years of Experience Qualifications Andy Bell 33Universal EPA Certification, Commercial Start up and Repair Certificate Cliff Shields 10Universal EPA Certification Alfredo Torres 4Electrical Certificate, Universal EPA Certification, Sarasota County Technical Institute Certificate of Completion Mario Starks 10Universal EPA Certification, Addison Service Technician Ray Startup 16Duchess County Technical Education Plumbing and Heating II Diploma, Universal EPA CertificationAdditional certifications available upon request  16.C.10.d Packet Pg. 1335 Attachment: 18-7464 NORA (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR CHILLERS PREVENTATIVE MAINTENANCE AND REPAIRS SOLICITATION NO.: 18-7464 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 VivianaGiarimoustas@colliergov.net (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.10.e Packet Pg. 1336 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7464 PROJECT TITLE: CHILLERS PREVENTATIVE MAINTENANCE AND REPAIRS DUE DATE: Monday, September 17, 2018 10:00 AM EST PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Facilities 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 bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Historically, the County departments have spent for these services on average for the last three fiscal years upwards of approximately $300,000 on repairs, however, future annual expenditures will be based on the County’s needs and available budget. BACKGROUND Collier County Facilities Division is responsible for maintaining the mechanical systems in various County owned and leased buildings and facilities. In order to maintain the integrity and continuous operation of these systems, the County intends to award contract(s) to perform preventative maintenance as well as routine and urgent repair services on County owned chillers. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) additional one (1) year renewals. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows:  The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation.  It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County.  For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below:  Lowest total base bid  Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: 16.C.10.e Packet Pg. 1337 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs")  Award to a Primary and Secondary.  The County reserves the right to issue a formal contract, standard County Purchase Order, or utilize the County Purchasing Card for the award of this solicitation.  The following items should be included with submission of bid:  Current Mechanical Contractor’s License  State Class A Air Conditioning Contractor’s License  Three (3) references from the past five (5) years of experience working with similar sized government agencies and/or private business providing services listed in the scope.  List of employees that will be assigned to Collier County including their names, number of years of experience, certifications and licenses. At a minimum the list should include: (a) Four (4) HVAC journeymen (b) Three (3) Chiller mechanics  No single project may exceed $300,000 with the exception of preventative maintenance projects. DETAILED SCOPE OF WORK The intent of this solicitation is to obtain preventative maintenance and repairs for mechanical systems for County owned and operated facilities in order to minimize operational down time and for facilities to be maintained in top operating conditions. A qualified bidder will provide preventative maintenance services, routine mechanical services, and urgent repairs including but not limited to maintenance and repairs of chiller, thermal storage tanks (Ice Storage Tanks), boiler and water heater systems and other related electrical equipment. The systems covered by this scope of work include but not limited to: 1. Chiller and related control system: Centrifugal, Screw, and Scroll Chillers; all of which may either be water or air cooled and associated hardware, including but not limited to: air handlers, fan coils, cooling towers, chilled water pumps, condenser water pumps, chilled water air handlers, interior and exterior fan sections, variable frequency drives, controller systems, thermal ice systems (including water and glycol levelling), chemical water treatment and other adjacent/integrated equipment. 2. Other mechanical equipment and/or related work associated with mechanical equipment may be required under this contract, including, but not limited to any mechanical system controls maintenance, repair, cleaning, and equipment rentals. 3. Parts for in-house service, repairs, or equipment, as needed by the Division(s). All bidders should be comfortable with various automation controls and software packages which include but are not limited to: Metasys, Trane Tracer Summit, and Automated Logic. The County representative or designee must use the Primary Contractor as awarded by the resultant Contract. If the Primary Contractor cannot commit to requested services and requirements in timeframe and requirements specified by the County’s representative, then the Secondary Contractor will be contacted. If the Secondary Contractor cannot provide the requested services within the timeframe and requirements specified by the County Representative, then the Tertiary Contractor will be contacted. Bidder(s) will be required to use the County’s Work Management procedures, such as utilizing internal work request forms or future online work request system, at no additional cost to the County or Contractor (https://facilities.colliergov.net). The Contractor will be responsible for utilizing any systems used by the County for work requests under this Agreement. The Contractor will be required to update, complete and close work requests and attach before and after pictures, as necessary. Typically, maintenance and repair services will be completed during normal business hours; however, the County may request services during after hours, as deemed necessary by the County Representative and/or designee. Normal business hours are considered Monday through Friday between 7:00 AM and 5:00 PM. After hours are considered before 7:00 AM and after 5:00 PM on weekdays 16.C.10.e Packet Pg. 1338 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") and at any time on Saturday, Sunday or County Observed Holiday. After rate hours will be calculated at 1 and ½ time the hourly rate provided on the bid schedule. Types of services A. PREVENTATIVE MAINTENANCE SERVICES: For Preventative maintenance services of mechanical units, the County requires two (2) services per year per equipment every six (6) months. This date will commence thirty (30) days after Board Approval and continue six months moving forward. Preventative maintenance services shall be priced and billed at a flat rate per unit price for one (1) Preventative maintenance service visit per equipment unit. The limit of $300,000 per individual project does not apply for the Preventative maintenance billing. Note: in the event the equipment does not have a service log, the contractor will add the service log to the equipment at no additional charge. In addition, before and after pictures must be taken and kept on file. 1. Air and Water-Cooled Chillers a) Check for refrigerant leaks. b) Check for water leaks, if applicable. c) Complete visual assessments for all equipment or related components – observe the equipment or related components and determine if there are any issues or potential issues. d) Check all electrical connections (Contactors, relays, check amperage draw), tighten all electrical connections as needed. e) Lubricate bearings and check for abnormal operation. Report any abnormalities or potential abnormalities in writing. f) Clean condenser and evaporator coils and sanitize.  Cleaning of coils includes but is not limited to cleaning of: coils and all related components, etc. g) Check Temperature Differential to ensure proper operation per manufacturers design. h) Check all safety controls for proper operation. i) Rust removal and/or corrosion removal unless replacement parts are necessary. j) Service and disconnect disconnector box, if necessary. k) Comprehensive annual preventative maintenance in conformance with the manufacturer’s recommendations. l) Perform an Eddy current tube analysis every two (2) years. m) Vibration diagnostics with written report. n) Condenser tube cleaning. o) Spectro chemical oil analysis. p) Coat finish of equipment when applicable to prevent rust and corrosion with chemicals / products, must be approved by County Representative or Designee (typically Simple Green or equivalent). q) Check and secure all equipment panel screws and attachments. r) Adjust any components and equipment, as needed. s) Update records in all existing equipment. t) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. u) Report all issues or potential issues to County staff in writing. v) Maintain good housekeeping. Ensure area is free of trash and work debris. 2. Cooling Towers (applicable for Water Cooled Chillers) a) Check for water leaks. b) Complete visual assessments for all equipment or related components – observe the equipment or related 16.C.10.e Packet Pg. 1339 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") components and determine if there are any issues or potential issues. c) Check all electrical connections (contactors, relays, check amperage draw), tighten all electrical connections as needed. d) Lubricate bearings and check for abnormal operation. Report any abnormalities or potential abnormalities in writing. e) Check all safety controls for proper operation. f) Rust removal and/or corrosion removal unless replacement parts are necessary g) Service and disconnect disconnector box, if necessary h) Coat finish of equipment when applicable to prevent rust and corrosion with chemicals/products, must be approved by County Representative or Designee (typically Simple Green or equivalent). i) Wipe down, clean, and sanitize (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. j) Analyze the sump pump strainer. Status and/or recommendations are required. Cleaning to be completed separately. k) Check and secure all equipment panel screws and attachments. l) Adjust any components and equipment, as needed. m) Update records in all existing equipment. n) Wipe down and clean (including dusting) any and all components, housings, or related items to remove all dust, debris, etc. o) Report all issues or potential issues to County staff in writing. p) Maintain good housekeeping. Ensure area is free of trash and work debris. q) Legionella Test. The vendor shall maintain stock of items needed to perform the preventative maintenance, including but not limited to grease, lubrication oil, v-belts, condensate pan tablets, fuses, biocide disinfectants, all paints, protective finishes, rust removers and coil cleaners at no additional cost to the County. The cost of these items shall be included in the unit price. Following the preventative maintenance, a written report/check list will be provided detailing the results, services completed, and making specific recommendations for future remedial action upgrades, etc. Preventative maintenance on each unit/system is required to be completed in accordance with the manufacturer’s recommendations. Preventative maintenance will be billed by item serviced. Actual records must be provided for payment. These records will include but not be limited to: a summary spreadsheet for each unit serviced with the date of service and an attestation signed by the Contractor. The Contractor shall obtain and maintain a comprehensive list of all mechanical equipment and related parts currently in place at each of the County's buildings and facilities. This list will be emailed and provided, at a minimum, once per month to the County Representative or designee. The Contractor shall maintain and update the list with the minimum inventory requirements data when performing scheduled maintenance of all equipment. The list should be up-to-date at all times. Anytime the inventoried equipment changes through additions, deletions, relocation or transfer, the Contractor will modify its records to indicate such action and maintain an accurate equipment inventory. All changes to the inventory shall be communicated in writing to the County Representative or designee. The County has the ability to update the minimum inventory requirements as needed, with notice to the contractor. Typically, preventative maintenance will be completed during normal business hours (7:00am to 5:00pm); however, the County Representative or designee may request preventative maintenance during after hours, as deemed necessary by the County Representative or designee. Water Cooled Chiller and Cooling Tower Preventative maintenance service shall be performed during after-hours or on the weekends in order to prevent interruption of normal operation of Collier County facilities. No additional charges will be allowed for after hour Preventative maintenance service requests. The Contractor shall, under no circumstances, remove any equipment containing a County asset sticker. When replacing equipment, the asset sticker can be removed by a Contractor authorized to adjust equipment inventory records. The Contractor will place asset stickers on the equipment, as necessary for no charge. The county reserves the right to purchase parts for awarded vendor(s) for in-house services, repairs, or equipment, as needed. Note: The Master Equipment List has been included for reference purposes only, to give an idea of the quantity and different types of equipment currently in place throughout the County. It is not an all-inclusive list and will need to be updated and finalized as outlined above. Additional equipment may be added via an amendment later. At a minimum, the required information will include: 16.C.10.e Packet Pg. 1340 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs")  Asset Tag Number  Building Code and Building Name  Location including address, floor location, geography in building, room  Type of equipment and equipment code  In-Service Date, if applicable  Removal from Service Date, if applicable  Expected Life and Actual Life  Tonnage of the Equipment  Category  Description  Serial Number  Model number  Manufacturer name, number, and relevant information  Refrigerant Type  Voltage, if applicable  Rated Amps, if applicable  Motor Horse Power, if applicable  Cost of equipment, if applicable  Any existing warranties on equipment, if applicable o This information will not be required for pre-existing equipment o Repaired equipment or partial units from repairs should be noted for warranties with the information provided to the County Representative or designee o The Contractor will not be required to maintain all warranty information, only report new information  Condition - Report on condition of equipment and related parts; recommendation for repair (as needed) with estimate of cost for repair and identification of required equipment and parts to do so. B. MECHANICAL SERVICES for routine and urgent repairs of mechanical equipment and parts for in-house repairs  Remedial repairs: Once a purchase order is issued, the County representative or designee would expect that the work commence within five (5) business days, unless otherwise directed by the County representative or designee.  Routine and Urgent Repair Work: The County will issue a written work request for on-call repair work. The County representative or designee would expect that the on-call service for routine repair commence within one (1) business day from the authorization notification, unless otherwise directed by the County representative or designee. An urgent response requires a two (2) hour response time, this will be required 24 hours a day, 365 days a year. Payment of time and a half will be given for urgent requests.  After Hours Services: The County representative or designee will identify the needed maintenance and repair and request that work be completed as soon as reasonably practicable. The County representative or designee may direct the Contractor to commence work through a written or verbal communication. In the event the Contractor does not fulfill these response requirements, the County reserves the right to reassign the work to the other Contractors awarded, or to request quotes or bids from other vendors following the Board’s Procurement Ordinance. 16.C.10.e Packet Pg. 1341 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") Contractor’s Responsibilities 1. Contractor(s) shall furnish all necessary qualified labor, materials, equipment, tools, consumables, transportation, skills, and incidentals required for the maintenance services, repairs and miscellaneous services for the County’s mechanical systems. 2. Response time: Urgent response: For maintenance and repairs needed for the health, safety and well-being of the County staff and/or public, the urgent response shall be provided in no more than two (2) hours from the time of the initial contact. Non - urgent response: a response (at a minimum a telephone call) within twenty-four (24) hours is acceptable on any calendar day. For non- urgent repairs, the Contractor must be on-site and repairs begun within one (1) day of the purchase order being issued and/or work authorization for all areas unless the County Representative and/or designee, approves a different amount of time for response. 3. On-call Schedule: The awarded Contractor(s) will provide an on-call schedule twenty-four (24) hours a day, seven (7) days a week. Successful bidder(s) shall provide the County with an on-call telephone number(s) for both routine and after-hours service. 4. Scheduling: Preventative maintenance services (except Water Cooled Chiller and Cooling Tower Preventative maintenance) and repairs will be conducted during normal working hours, Monday through Friday, 7:00 am until 5:00 pm unless otherwise authorized by a County representative. To arrange for an appointment to perform service at a County facility, the Contractor may contact the County designee a minimum of 24 hours in advance of the work. No chemicals may be applied during normal business hours if building is occupied. 5. When required, the Contractor must use a qualified engineer or company representative (with all related licenses and certifications being current) with the experience and ability to obtain all permits required for any and all repairs, when necessary and applicable. 6. The Contractor(s) shall use technicians who are trained and experienced with commercial chillers (any tonnage and type), piping, underground piping and mechanical insulation, water heaters and other related mechanical equipment. 7. Repair Parts: All repair parts and materials must be as specified in the work request. If the work request is not specific and/or the Collier County Vertical Standards do not specify, then the parts must be approved by the County Representative and/or designee. The Contractor(s) will be required to provide proof of the parts/materials/supplies supplied by providing invoices and/or photographs at the time of invoice submission. 8. Additions and Deletions of Equipment: The County retains the right to add or to delete any facilities and equipment from service provided under the resultant contract as described herein, upon written notification by the County Representative or designee to the Contractor. Any additions will be added via amendment or change order.  The County, or designee, will provide notice of equipment addition in writing to the Contractor when possible. The Contractor may then charge for that piece of equipment, as described in the bid schedule.  If removing equipment from coverage, the County shall provide fifteen (15) days prior written or electronic notice. Equipment removed from coverage prior to the 15th shall not be billed for that month; equipment removed after the 15th shall be billed for the whole month. 9. Records and Documentation: The Contractor(s) is responsible to maintain and update records for services provided. The documentation will include, and not be limited to, records of all service calls, maintenance performed, and any modifications, if applicable. The Contractor(s) will not charge for any call back work. All reports shall be sent to the County Representative or designee, noting date, repair, materials, location, and/or disposal information.  When submitting a “unit price” Preventative maintenance invoice, the Contractor shall provide:  A summary spreadsheet listing the equipment type, equipment size (tons, horsepower, MBH), equipment location, date of Preventative maintenance performed, unit price, total amount due, and equipment asset tag number.  The invoice may be billed on a monthly basis for Preventative maintenance services that have been performed.  Preventative Maintenance Service shall be billed at a unit price based on the rate identified in the contractor’s bid. Unit price is for one (1) Preventative maintenance service visit per equipment unit. The County requires two (2) Preventative maintenance visits per year per equipment performed every six (6) months.  The limit of $300,000 per individual project does not apply for the Preventative maintenance billing.  Attestation signed by the Contractor that the work is completed in conformance with the Preventative maintenance requirements of the solicitation.  When submitting a “time and material” invoice for projects up to $300,000, the Contractor shall provide: 16.C.10.e Packet Pg. 1342 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs")  A Purchase order number, work request number, date, location and description of the work performed.  The number of hours worked and billing rate by position (company (or subcontractor) timekeeping or payroll records will not be required). Hourly time will be paid only for actual time at the worksite. Rates provided must reflect the rates provided in the bid schedule.  Backup documentation and receipts/invoices for any subcontractor charges and other documentation for the project.  Administrative hours for quoting, invoicing, providing back-up and supporting documentation will not be allowed and should be incorporated into the bid pricing.  If applicable, a fifteen (15%) percent mark-up for subcontractor’s work will be allowed. 10. Inspections: The County and the Contractor(s) may conduct an inspection of the completed services provided in response to any resulting purchase order. Any deficiencies noted during an inspection shall be corrected before final acceptance. Such deficiencies will be corrected within 24 hours after receipt of notification, at the Contractor’s expense, or the County may follow the provisions in Performance Measures and Contract Deductions Section. Deductions may be imposed at the time of initial notification for lack of performance. If the Contractor(s) fails to correct the deficiencies within this time frame, the County shall be entitled to have the work remedied, charge a deduction (see Section - Performance Measures and Contract Deductions), and the Contractor(s) shall be fully liable for all costs and expenses reasonably incurred by the County. 11. Performance Measures and Contract Deductions: The Contractor(s) shall maintain compliance with the following performance measures:  The Contractor(s) will provide all required reports and records within the time frame specified to the County Representative or designee.  The Contractor(s) will advise the County, in writing, of any extenuating circumstances that will prohibit the Contractor from meeting the above-outlined performance measures.  The Division Management and/or County Representative shall be the final authority on any issues that may arise as to the quality and acceptability of any work performed under the resultant contract.  If any tasks are omitted or not performed satisfactorily and completely and with the frequency designated by the Contract, the entire affected area as defined solely by the County Representative or designee shall be found to be a non- performance area. NOTE: At the discretion of the Project Manager or designee, the final completion date can be extended due to unforeseen circumstances or acts of force majeure that are beyond the Contractor’s control. The Contractor must request a date extension in writing with the reason of the delay prior to the completion date via email notification. Final Acceptance by County: The County shall consider the work complete when the Contractor has completed in its entirety all of the work and the County has accepted all of the work and notified the Contractor in writing that the work is complete. Once the County has approved and accepted the work, Contractor shall be entitled to payment in accordance with the Contract requirements. Payments withheld: The Project Manager or designee may decline to approve any invoice submission, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract documentation. The Project Manager or designee may nullify the whole or any part of any approval for payment previously issued and the County may withhold any payments otherwise due to the Contractor under this Agreement or any other agreement between County and Contractor, to such extent as may be necessary in the County's opinion to protect it from loss because of: (a) Defective work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the work can be completed for the unpaid balance of the invoice amount; (e) reasonable indication that the work will not be completed within the required time; (f) unsatisfactory prosecution of the work by the Contractor; or (g) any other material breach of the Contract by Contractor. If any conditions described above are not remedied or removed, the County may, after three (3) business days and a written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, the County shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor’s expense. 16.C.10.e Packet Pg. 1343 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") The Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, change orders, work directive changes and field orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. Interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As-Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As-Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for County. 12. Facility Safety and Security: Work must be performed in accordance with industry standards and guidelines. The Contractor(s) will comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of the services requested herein. Any fines levied due to inadequacies, or failure to comply with any requirements, will be the sole responsibility of the Contractor(s). Any employee or representative of the Contractor(s) found not in conformance with any laws, statutes, rules or regulations will not be allowed on job sites. Violations by a Contractor may constitute cause for immediate termination of the Agreement. The Contractor(s) shall replace or repair any loss at their cost. The Contractor(s) must comply with Federal and State right-to-know laws if hazardous materials are used. Material Safety Data Sheets (MSDS) will be made available and provided to the County per the County Representative’s direction. The Contractor is required to immediately report to the County Representative or designee any spillage or dumping of hazardous material on County property. The Contractor shall bear all costs associated with the cleanup of any such incidents. The successful Contractor(s) will be asked to work in the Collier County Sheriff Office Correctional Facilities and other areas considered “high security”, which require thorough background checks of personnel and tools taken into such Facilities. 13. Exclusion of County Permits in Bid Prices: To ensure compliance with Section 218.80, F.S., otherwise known as “The Public Bid Disclosure Act,” Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. The County will not be obligated to pay for any permits obtained by Subcontractors. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.C.10.e Packet Pg. 1344 Attachment: 18-7464 Solicitation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") Project Manager: Amanda Condomina Procurement: Viviana Giarimoustas Opened: 9/17/18 Witness: Kris Lopez  Bid Tabulation # 18‐7464 Chillers Preventative  Maintenance and Repairs Notifications Sent: 1,513  Downloaded: 50 Submissions: 2   Item Air Cooled Chillers                                                        System Description CHIL‐AC Number of Units  Price per Unit TOTAL  Price per Unit TOTAL 10‐99 tons 8 1,320.00$        10,560.00$           4,350.00$        34,800.00$           2 100‐299 tons 7 1,320.00$        9,240.00$             6,000.00$        42,000.00$           3 300+ tons 2 1,760.00$        3,520.00$             7,000.00$        14,000.00$           4 Equipment Rental & Installation of 100 ton 1 3,190.00$        3,190.00$             8,300.00$        8,300.00$             5Total for Air Cooled Chillers 18 TOTAL 26,510.00$           TOTAL 99,100.00$           Item Water Cooled Chillers                                                     System Description CHIL‐WC Number of Units  Price per Unit  TOTAL  Price per Unit  TOTAL  60‐99 tons 1 2,400.00$        2,400.00$             4,300.00$        4,300.00$             7 100‐299 tons* 1 2,760.00$        2,760.00$             4,500.00$        4,500.00$             8 300‐699 tons 4 3,240.00$        12,960.00$           6,400.00$        25,600.00$           9 700+ tons 1 3,720.00$        3,720.00$             8,300.00$        8,300.00$             10 Equipment Rental & Installation of 100 ton 1 3,480.00$        3,480.00$             8,300.00$        8,300.00$             11 Total for Water Cooled Chillers 8 TOTAL 25,320.00$           TOTAL 51,000.00$           Note: Water Cooled Chillers Preventative Maintenance service to be performed during after‐hours or weekends. Item Cooling Towers                                                           System Description CT   Number of Units  Price per Unit  TOTAL  Price per Unit  TOTAL  12 100‐299 tons 2 560.00$            1,120.00$             6,200.00$        12,400.00$           13 300‐699 tons 2 560.00$            1,120.00$             7,510.00$        15,020.00$           14 700+ tons 1 560.00$            560.00$                8,480.00$        8,480.00$             15 Total for Cooling Towers 5 TOTAL 2,800.00$             TOTAL 35,900.00$           Note: Cooling Tower Preventative Maintenance service to be performed during after‐hours or weekends. Item Technician Services ‐ Labor Hours Number of Units  Price per Hour  TOTAL  Price per Hour  TOTAL  16 HVAC Journeyman 1000 60.00$              60,000.00$           50.00$              50,000.00$           17 Chiller Mechanic 1000 120.00$            120,000.00$        64.00$              64,000.00$           18 Total for Technician Services 2000 TOTAL 180,000.00$        TOTAL 114,000.00$         Item 19 20 21 22 23 Required Forms Mechanical  Contractors License Air Coonditioning  License 3 References List of Employees Tampa Bay System Sales  Inc. Complete line items #1‐18. Insert price per unit in the cells highlighted in blue.Price per unit is the price for one Periodic Preventativce maintenance service visit per equipment unit The  spreadsheet will automatically multiply that price per the number of units, which will then calculate the total. Prices must be all inclusive, no additional fees will be accepted. After hours and urgent requests  will be calculated at 1 and ½ time the hourly rate provided on the bid schedule. If applicable a 15% mark‐up for subcontractor's work will be allowed and  10% for any material mark‐up. The number of units provided is for bidding and evaluation purposes only and does not limit or obligate the County to these numbers.  YES NO YES 1 YES NO Total Base Bid *Currently, the County does not have this item on hand, but anticipates a need for it in the future. The amount of one (1) Unit is added for bidding and evaluation purposes.   YES/NO YES  YES  YES  NO Total Calculation for Periodic Preventative Maintenance Services Total for Air Cooled Chillers Total for Water Cooled Chillers Total for Cooling Towers Total for Technician Services TOTAL                           99,100.00$                                         51,000.00$                                         35,900.00$                                         114,000.00$                                       300,000.00$                                       TOTAL                           26,510.00$                                          25,320.00$                                          2,800.00$                                            180,000.00$                                        234,630.00$                                       MCWDCC AUTO SALES &  SERVICES CORP 1 of 1 16.C.10.f Packet Pg. 1345 Attachment: 18-7464 Bid Tabulation (7419 : Award Invitation to Bid No. 18-7464, “Chillers Preventative Maintenance and Repairs") 16.C.10.gPacket Pg. 1346Attachment: Memorandum ITB 18-7464 Chillers Preventative Maintenance and Repairs (7419 : Award Invitation to Bid No. 18-7464, “Chillers