Provision of Variable Frequency Drive (VFD) Maintenance Services on an Annual Contract

Agency: Gwinnett County
State: Georgia
Type of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 4, 2024
Due: Mar 18, 2024
Solicitation No: BL042-24 INV
Publication URL: To access bid details, please log in.
  • BL042-24 INV

    Provision of Variable Frequency Drive (VFD) Maintenance Services on an Annual Contract

    Buyer Contact : Michael.Milstein@GwinnettCounty.com

    Opening Date : 03/18/2024 03:00 PM EST

    5

  • Attachment Preview

    BL042-24
    Page 1
    February 28, 2024
    INVITATION TO BID
    BL042-24
    The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified service
    providers for the Provision of Variable Frequency Drive (VFD) Maintenance Services on an Annual
    Contract for the Department of Water Resources.
    Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the
    BL042-24# and Company Name. Bids will be received until 2:50 P.M. local time on March 18, 2024 at the
    Gwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville,
    Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened
    and read at 3:00 P.M. Apparent bid results will be available the following business day on the website
    www.gwinnettcounty.com.
    Questions regarding bids should be directed to Michael Milstein, Purchasing Associate II, at
    michael.milstein@gwinnettcounty.com or by calling 770-822-7811, no later than March 7, 2024. Bids are
    legal and binding upon the vendor when submitted. All bids should be submitted in duplicate.
    Successful service provider will be required to meet insurance requirements. The Insurance Company
    should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an
    A.M. Best rating of A-5 or higher.
    Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs
    or activities. Any requests for reasonable accommodations required by individuals to fully participate in
    any open meeting, program or activity of Gwinnett County Government should be directed to the ADA
    Coordinator at the Gwinnett County Justice and Administration Center, 770-822-8165.
    The written bid documents supersede any verbal or written prior communications between the parties.
    Award will be made to the consultant submitting the lowest responsive and responsible bid. Gwinnett
    County reserves the right to reject any or all bids to waive technicalities and to make an award deemed in
    its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate
    terms, conditions and pricing with the lowest responsive, responsible vendor(s) at its discretion.
    Award notification will be posted after award on the County website, www.gwinnettcounty.com and
    companies submitting a bid will be notified via email.
    We look forward to your bid and appreciate your interest in Gwinnett County.
    Michael Milstein
    Purchasing Associate II
    MM/km
    The following pages should be returned in duplicate as your bid: Bid Schedule, Pages 12-21
    References, Page 22
    Contractor Affidavit, Page 25
    Code of Ethics, Page 26
    Appendix A, Pages
    BL042-24
    Page 2
    SPECIFICATIONS
    The Gwinnett County Board of Commissioners is soliciting competitive pricing for VFD
    Maintenance Services on various Department of Water Resources (GCDWR) facilities. The
    majority of the GCDWR facilities are industrial in nature and utilize VFD equipment for the
    proper operation of their water and wastewater treatment systems. The required services
    will include two different work elements:
    1. Comprehensive Preventative Maintenance of VFD Equipment, and
    2. On-Call Repairs for VFD Equipment
    The work under this contract will supplement services available to GCDWR through sole
    source agreements with specific VFD manufacturers and suppliers. GCDWR reserves the right
    to utilize the sole source agreements for VFD maintenance and repair when deemed to be in
    the best interest of GCDWR.
    The contract award(s) will be based on the low, responsive, and responsible bids.
    I. SCOPE OF SERVICES
    A. Comprehensive Preventative Maintenance Services
    Under the terms of this procurement and subsequent contract award,
    Comprehensive Preventative Maintenance Services means that for the stated annual
    dollar amounts, the selected Contractor shall provide all specified or scheduled
    preventive maintenance, inspections, and condition reporting required to maintain
    the specified VFD equipment in proper and adequate operating condition at the
    specified facility locations. There shall be no additional costs to the County for these
    services.
    1. Preventive Maintenance Scope and Responsibilities
    As a part of the Comprehensive Preventative Maintenance Services, the
    Contractor shall provide preventive maintenance services per the manufacturer’s
    recommendations for the equipment listed and described in Appendix A. The
    preventive maintenance services will be conducted annually and will be scheduled
    according to a timetable provided by the GCDWR Representative. This
    performance schedule, based on the prior record of maintenance with the
    equipment, will be furnished to the Contractor within 30 days of the start of the
    contract. This performance schedule shall be strictly maintained, and the
    Contractor shall be expected to complete the required preventive maintenance
    tasks and services in accordance with the schedule. A consistent failure to meet
    these schedule terms will be considered contract non-compliance and may result
    in reductions from the monthly payments to the Contractor or a termination of the
    contract for non-performance.
    The basic requirements for the preventive maintenance services are listed below.
    BL042-24
    Page 3
    The Contractor will be responsible for all the listed work items as applicable to the
    equipment and will be responsible for all associated costs. Included in these costs
    are administration, supervision and overhead, travel, equipment and tools
    necessary to perform the services, personnel time, and consumable materials. If
    during the scheduled preventive maintenance services, the Contractor determines
    the need for repair or replacement of equipment or parts that extend beyond the
    scheduled preventive maintenance tasks, the Contractor shall notify the GCDWR
    Representative and provide a quote and schedule for the repair or replacement
    costs.
    a. Monitor system running under normal load, if possible, before starting
    maintenance. Analyze input, DC buss, output, voltage, and current waveforms.
    Analyze power supplies. Verify all for proper operation and record
    abnormalities.
    b. Record fault history.
    c. Tighten all power and control wiring connections. Record any abnormalities.
    d. Visually inspect circuit boards and power assemblies for deterioration and
    overheating, including removal of circuit boards for full examination of all
    sides.
    e. Clean drive enclosure interior, circuit boards, power circuit assemblies, and
    entire heat-sink with low pressure compressed air, vacuum, and approved
    solvents.
    f. Fully re-assemble components disassembled for cleaning, observing proper
    techniques for assembly specified by the manufacturer in the drive’s service
    manual.
    g. Perform functional test in all modes of operation including Hand/Local and
    Auto/Remote. During the functional test, perform a vibration test of all circuit
    boards and wiring assemblies.
    h. Verify monitoring system with an Oscilloscope or Scopemeter, running under
    normal load after maintenance is complete. Analyze input, DC buss and output,
    voltage, and current waveforms. Analyze power supplies. Verify all
    measurements for proper operation and record all information.
    i. Perform a calibration check and record drive to factory specifications and
    application, including operational testing of the drive. The calibration check is
    to verify the VFD responds correctly to the input speed control signal and the
    output frequency correctly matches the called for frequency.
    j. Review and record adjustments/programming.
    k. Complete a written report of findings, including recommendations, and
    submit to the GCDWR Representative.
    BL042-24
    Page 4
    B. On-Call Repairs for VFD Equipment
    1. Basic Scope
    On-Call Repairs for VFD Equipment are for the On-Call Repair Services to be
    provided by the Contractor for repairs outside of the work defined under Section
    I.A Comprehensive Preventative Maintenance Services. These services are for
    the facilities and equipment described in Appendix A.
    2. Availability and Response Time
    The Contractor shall be available to provide on-call repair services on a full-time
    basis 24 hours per day and 7 days per week. The Contractor’s personnel shall
    provide a response call to the service call originator within 30 minutes or less and
    shall be on-site for the repair within two (2) hours of this response call. The
    Contractor shall complete every service call within 12 hours; unless special
    conditions exist where a repair cannot be completed within said time, such as a
    proprietary part must be obtained from an out of area supplier or purchase of
    replacement equipment requires a long lead time. In such instances, the
    Contractor’s technician shall notify the GCDWR Representative promptly after
    determining this situation exists. GCDWR reserves the right to deny time
    extensions for repairs where it believes the Contractor’s request is unreasonable
    or not based on fact. The GCDWR Representative also may require the Contractor
    to respond quicker to the site and in completion of the repair if the situation is
    deemed an emergency. The GCDWR Representative will notify the Contractor at
    the time of the call out if this is the case. The names of the GCDWR
    Representative and other GCDWR staff authorized to issue service calls will be
    provided to the Contractor in writing upon the start of the contract period.
    3. Repair Requirements
    Repairs under this Section require the Contractor to provide all services,
    equipment, parts, and materials that are needed to fully maintain the VFD
    equipment located at each facility. Although this bid lists specific pieces of
    equipment, the Contractor’s repair and maintenance responsibility extends to all
    systems and equipment contributing to or ancillary to the proper operation of the
    VFD equipment. Where the electrical system is involved, the Contractor shall be
    responsible for the complete system back to and including the upstream circuit
    breaker. The Contractor shall be responsible for any needed repair on the above
    described systems and equipment.
    4. Service Requests
    The Contractor shall provide these On-Call Repair services in response to specific
    service requests made by a GCDWR Representative or designees of this
    representative. Prior to the start of services under this agreement GCDWR shall
    provide the Contractor a list of what personnel may submit service requests to
    the Contractor. Service requests will be submitted by telephone or e-mail and will
    be confirmed by e-mail or facsimile, subject to arrangements with the Contractor
    and applicable GCDWR Representative.
    5. Basis of Compensation
    BL042-24
    Page 5
    Compensation to the Contractor for service call responses will be based on the
    hourly labor rates provided in the bid for the contract, the actual cost of parts plus
    a percentage markup indicated in the same bid (not to exceed 10%), and a fixed
    trip charge when applicable. Hours shall be calculated daily from the time the
    Contractor’s personnel arrives at a service location until the personnel leaves the
    site. Travel time to and from the location will not be compensated, and travel
    time away from the service location will not be compensated on an hourly basis.
    However, one Service Call Charge of a fixed amount may be added to a service
    call to cover all travel time, including time away from the service site to pick up
    parts or materials. Overtime labor rates may be charged for time outside of the
    “normal hours” specified in the bid. Parts must be itemized and billed at actual
    cost plus the pre-determined markup. The Contractor also agrees that it will
    provide documentation of costs for parts and materials upon request of GCDWR.
    Sub-contractor services when authorized by GCDWR shall be billed at cost plus
    the same mark-up utilized for parts and materials. Sub- contractor costs must be
    documented. NOTE: All sub-contractors must be pre-approved by the GCDWR
    Representative prior to the work being performed.
    6. Limitation on Utilization of Personnel
    The Contractor typically will be expected to utilize one technician for a routine
    service call. If the Contractor anticipates using a helper for the repair, it shall
    obtain prior approval from the GCDWR Representative prior to committing to the
    use of the additional staff. GCDWR will withhold payment for any invoice
    reflecting a helper, where this support did not have prior approval. Staff utilization
    on larger scale repairs and projects with written authorization from GCDWR shall
    reflect the staffing levels in the Contractor’s approved proposal.
    7. Service Call Charges
    As noted above, GCDWR will not pay the hourly labor rate for time to travel to and
    from the service site or away from the service location to pick up parts and/or
    materials. Instead, compensation may include one Service Call Charge per
    service call to cover any travel time. This amount will be a flat fee charged in lieu
    of hourly time. Example: Repair personnel shows up on job at 9:00 AM, checks
    out problem and discovers that he needs to replace a part that he does not have
    on his service vehicle. He leaves the job site at 10:00 AM, picks up the part and
    returns to the job site at 11:30 AM. He completes the repair at 12:30 PM. Billable
    costs at the hourly rate are from 9:00 – 10:00 and 11:30 – 12:30, and there is one
    Service Call Charge.
    8. Repairs in Excess of $1,000/Equipment Replacements
    If the Contractor expects a repair to exceed $1,000.00, the Contractor’s VFD
    Technician or Contractor Service Manager shall contact the GCDWR
    Representative prior to initiating the repair and shall provide a written estimate of
    the repair costs. This estimate shall include a detailed listing of expected labor
    costs by personnel classification, rate and hours; an itemized description of
    required parts and their costs; and a schedule for when the work can be
    performed. This estimate must be approved in writing by the GCDWR
    Representative and must be retained and submitted by the Contractor to GCDWR
    with the final Contractor Service Report.
    This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
    Daily notification on new contract opportunities

    With GovernmentContracts, you can:

    • Find more opportunities and win more business
    • Receive daily alerts for all new bid opportunities
    • Get contract opportunities matched to your business
    ONE WEEK FREE TRIAL

    See also

    Follow Request for Information (RFI) Active Contract Opportunity Notice ID AFCEC24R0002 Related Notice

    Federal Agency

    Bid Due: 6/08/2024

    Follow USACE National Dredging Meeting, 5-6 June 2024 Active Contract Opportunity Notice ID

    Federal Agency

    Bid Due: 5/10/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/08/2024

    Event Details Event ID Event Type Event Status Purchase Type Category Type Government

    State Government of Georgia

    Bid Due: 5/06/2024

    * Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.