Loading...
HomeMy WebLinkAboutC2020-035 - Bestway Electric Motor Service Co. Contract No.2020-035 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND BESTWAY ELECTRIC MOTOR SERVICE CO., INC. THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement") is entered into as of September 23, 2019,between the Town of Fountain Hills, an Arizona municipal corporation (the "Town"), and Bestway Electric Motor Service Co., Inc., an Arizona corporation (the "Contractor"). RECITALS A. After a competitive procurement process, the City of Tucson (the "City") entered into Contract No. 151304-01, effective December 7, 2015, with the Contractor for the supply of pump repair and maintenance services. A copy of the City Contract is attached hereto as Exhibit A and incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the City Contract, at its discretion and with the agreement of the awarded Contractor, and the City Contract permits its cooperative use by other public entities, including the Town. C. The Town and the Contractor desire to enter into this Agreement for the purpose of (i) acknowledging their cooperative contractual relationship under the City Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the Town with pump repair and maintenance services (the "Materials and Services"), and (iii) setting the maximum aggregate amount to be expended pursuant to this Agreement related to the Materials and Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Agreement. This Agreement shall be effective as of the date first set forth above and shall remain in full force and effect until December 6, 2019 (the "Initial Term"), unless terminated as otherwise provided in this Agreement or the City Contract. After the expiration of the Initial Term, this Agreement may be renewed for up to four successive one-year terms (each, a"Renewal Term") if: (i) it is deemed in the best interests of the Town, subject to availability and appropriation of funds for renewal in each subsequent year, (ii) the term of the City Contract has not expired or has been extended, (iii) at least 30 days prior to the end of the then-current term of this Agreement, the Contractor requests, in writing, to extend this Agreement for an additional 1 one-year term and (iv) the Town approves the additional one-year term in writing (including any price adjustments approved as part of the City Contract), as evidenced by the Town Manager's signature thereon, which approval may be withheld by the Town for any reason. The Contractor's failure to seek a renewal of this Agreement shall cause this Agreement to terminate at the end of the then-current term of this Agreement; provided, however, that the Town may, at its discretion and with the agreement of the Contractor, elect to waive this requirement and renew this Agreement. The Initial Term and any Renewal Term(s) are collectively referred to herein as the "Term." Upon renewal, the terms and conditions of this Agreement shall remain in full force and effect. 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the City Contract. The Town does not guarantee that any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will only be made when the Town identifies a need and proper authorization and documentation have been approved.For purchase(s)determined by the Town to be appropriate for this Agreement, the Contractor shall provide the Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, work order or other form of written agreement describing the work to be completed (each, a "Work Order"). Each Work Order approved and accepted by the parties pursuant to this Agreement shall (i) contain a reference to this Agreement and the City Contract and (ii) be attached hereto as Exhibit B and incorporated herein by reference. Work Orders submitted without referencing this Agreement and the City Contract will be subject to rejection. 2.1 Inspection; Acceptance. All Materials and Services are subject to final inspection and acceptance by the Town. Materials failing to conform to the requirements of this Agreement and/or the City Contract will be held at Contractor's risk and may be returned to the Contractor. If so returned, all costs are the responsibility of the Contractor. Upon discovery of a non-conforming Materials or Services, the Town may elect to do any or all of the following by written notice to the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii) bring the Materials or Services into compliance and withhold the cost of same from any payments due to the Contractor. 2.2 Cancellation. The Town reserves the right to cancel Work Orders within a reasonable period of time after issuance. Should a Work Order be canceled, the Town agrees to reimburse the Contractor, but only for actual and documentable costs incurred by the Contractor due to and after issuance of the Work Order. The Town will not reimburse the Contractor for any costs incurred after receipt of Town notice of cancellation, or for lost profits, shipment of product prior to issuance of Work Order or for anything not expressly permitted pursuant to this Agreement. 3. Compensation. The Town shall pay Contractor for the Initial Term and for each subsequent Renewal Term, if any, a maximum aggregate amount not to exceed $49,999.99. 4. Payments. The Town shall pay the Contractor monthly,based upon acceptance and delivery of Materials and/or Services performed and completed to date, and upon submission and approval of invoices. Each invoice shall (i) contain a reference to this Agreement and the City Contract and (ii) document and itemize all work completed to date. The invoice statement shall include a record of materials delivered, time expended, and work performed in sufficient detail to 2 justify payment.Additionally,invoices submitted without referencing this Agreement and the City Contract will be subject to rejection and may be returned. 5. Records and Audit Rights. To ensure that the Contractor and its subcontractors are complying with the warranty under Section 6 below, Contractor's and its subcontractors' books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Agreement, including the papers of any Contractor and its subcontractors' employees who perform any work or services pursuant to this Agreement (all of the foregoing hereinafter referred to as "Records"), shall be open to inspection and subject to audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit evaluation of the Contractor's and its subcontractors' compliance with the Arizona employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to audit Records as set forth in this Section,Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors' facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 6. E-verify Requirements. To the extent applicable under ARIZ. REV. STAT. § 41- 4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E-verify requirements under ARIZ. REV. STAT. § 23-214(A). Contractor's or its subcontractors' failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 7. Israel. Contractor certifies that it is not currently engaged in and agrees for the duration of this Agreement that it will not engage in a "boycott," as that term is defined in ARIZ. REV. STAT. § 35-393, of Israel. 8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to ARIZ.REV.STAT. § 38-511. 9. Applicable Law; Venue. This Agreement shall be governed by the laws of the State of Arizona and a suit pertaining to this Agreement may be brought only in courts in Maricopa County,Arizona. 10. Agreement Subject to Appropriation. The Town is obligated only to pay its obligations set forth in this Agreement as may lawfully be made from funds appropriated and budgeted for that purpose during the Town's then current fiscal year. The Town's obligations under this Agreement are current expenses subject to the "budget law" and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which 3 such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement.The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town's termination of this Agreement pursuant to this section. 11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, any Town-approved work orders,the City Contract, and invoices,the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above,unauthorized exceptions,conditions, limitations or provisions in conflict with the terms of this Agreement or the City Contract (collectively, the "Unauthorized Conditions"),other than the Town's project-specific requirements,are expressly declared void and shall be of no force and effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized Conditions or failure to demand full compliance with the terms and conditions set forth in this Agreement or under the City Contract shall not alter such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Agreement. 12. Rights and Privileges. To the extent provided under the City Contract, the Town shall be afforded all of the rights and privileges afforded to the City and shall be the "City" (as defined in the City Contract) for the purposes of the portions of the City Contract that are incorporated herein by reference. 13. Indemnification; Insurance. In addition to and in no way limiting the provisions set forth in Section 12 above, the Town shall be afforded all of the insurance coverage and indemnifications afforded to the City to the extent provided under the City Contract, and such insurance coverage and indemnifications shall inure and apply with equal effect to the Town under this Agreement including, but not limited to, the Contractor's obligation to provide the indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold harmless the Town and each council member, officer, employee or agent thereof(the Town and any such person being herein called an "Indemnified Party"), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys' fees, court costs and the costs of appellate proceedings)to which any such Indemnified Party may become subject, under any theory of liability whatsoever ("Claims"), insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in connection with the work or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the performance of this Agreement. 14. Notices and Requests.Any notice or other communication required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given if (i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail,registered or certified, return receipt requested, to the address set forth below or (iii) given to a recognized 4 and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Pierce Coleman PLLC 4711 E. Falcon Drive, Suite 111 Mesa, Arizona 85215 • Attn: Aaron D. Arnson, Town Attorney If to Contractor: Bestway Electric Motor Service Co., Inc. 728 South Campbell Avenue Tucson, Arizona 85719 Attn: Ray McDannell or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received: (i) when delivered to the party, (ii) three business days after being placed in the U.S. Mail, properly addressed, with sufficient postage or (iii) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. If a copy of a notice is also given to a party's counsel or other recipient, the provisions above governing the date on which a notice is deemed to have been received by a party shall mean and refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. [SIGNATURES APPEAR ON FOLLOWING PAGES] ,mot-- . - •_..._.._ !?'+pN4Y 1 Yam..,*a 'YL . �� r •A q lKw,4 ,... .trYlama'Y 01 * ,.fi gllllik re-` 5 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first set forth above. "Town" TOWN OF FOUNTAIN HILLS, an Arizona Municipal Corporation rr Grady E. Mille , wn Manager ATTEST: 1,r174, 4,CLik, izabeth rke, Town 4k APPROVED AS TO FORM: aron D. Amson, Town Attorney (ACKNOWLEDGEMENT) STATE OF ARIZONA ) ss. COUNTY OF MARICOPA ) On (Ai , 2019, before me personally appeared Grady E. Miller, the Town Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document, on behalf of the Town of Fountain Hills. •_ Callwine E.Vapid Zji?,/vpipot Wry Public•Arions CIPMINI .�Emig* Notary Public �I.f1li (Affix notary seal here) [SIGNATURES CONTINUE ON FOLLOWING PAGE] 6 "Contractor" BESTWAY ELECTRIC MOTOR SERVICE CO., INC. a(n)Arizona corporatiot By: ) Name: Zetald 1. . Hc)ctiote'1 Its:\IP S.r c.►vt � i (ACKNOWLEDGEMENT) STATE OF 142 ) ss. COUNTY OF (R*tn� . ) On 0 Ci' I ,2019,before me personally appeared tRtt Li 104 r n c.I l ,the ..�;orl of BESTWAY ELECTRIC MOTOR SERVICE Gb., INC., a(n) Arizona Vf' 0Qer corporatbn, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document, on behalf of the corporation. JENNIFER FOLK c L " Notary Public-State of Atizot a PiMAC©LINTY My Corti a . December 10,2*19 y -1A,. '_4/4,‘ frel- Notar ublic (Affix notary seal here) 4831-3981-4822,v.I 7 EXHIBIT A TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND BESTWAY ELECTRIC MOTOR SERVICE CO., INC. [City Contract] See following pages. Contract #151304-01 PUMP REPAIR AND MAINTENANCE SERVICES Table of Contents 1. Offer and Acceptance 2. Bestway Electric's Response to Notice of Intent to Negotiate Letter 3. Bestway Electric's response to RFP #151304 4. RFP #151304 j { • ,• 1. Offer and Acceptance :• . • • • l! • 00 tu cp c) a t h \. .. CITY OF TUCSON DEPARTMENT PROCUREMENT t REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 23 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)7914139 1 FAX:(520)791-4735 OFFER AND ACCEPTANCE OFFER TO THE CITY OF TUCSON: The Undersigned hereby offers and shall furnish the material or service in compliance with all terms, scope of work, conditions, specifications,and amendments in the Request for Proposal which is incorporated by reference as if fully set forth herein. For clarification of this offer, contact: i,‘-‘0k et 'Ct L O 0( of vi Lt, Name: Paws lam-0 Company Name . g 4 Lrai-, be t I A4 Title: J.Q1 C utl' /frtue (-- Address Le it .3 -11)6 0 A C g � I Phone: elf k g$ F -91'f 1 - 1-I,3 1 + City State Zip Fax: (SsVii) 8 8 - 8 Cu Si t e of Person Authorized to Sign �/ yI d b`-- ( 0M E-mail: o- L i' Q..Lr V�1 d�� .Q.�2 Y�L Printed Name hetr ��+ / r $ ar ( Title ACCEPTANCE OF OFFER The Offer is hereby accepted.The Contractor is now bound to sell the materials or services specified in the Contract.This Contract shall be referred to as Contract No. 4'5 4_3(19°-ol. CITY OF TUCSON„a municip ',corporation Approved as to form this '-i day of ,2015. Awarded this day of -/-,,-1 fr ,2015. r As Tucson City Attorley and not personally Marcheta Gillespie,C.P.M., CPPO,CPPB, CPM As Director of Procurement and not personally lj 2. Bestway Electric's Response to Notice of intent to Negotiate Letter '1i I II, { { i September 25,2015 a Sent via electronic mail, this day {ITT °i Pam Kothe .!L► Bestway Electric Motor Service { 728 South Campbell Avenue Tucson,Arizona 85719 TUCSON Email: pkothe@bestwayelectric.com CITY OF TUCSON Subject: Request for Proposal No. 151304, Pump Repair and Maintenance Services -Notice of Intent to Negotiate DEPARTMENT OF PROCUREMENT Dear Ms. Rothe: The City of Tucson has completed evaluation of your Firm's submission for the above referenced Request for Proposal. Based upon the recommendation of the evaluation committee, the City is inviting your firm to enter negotiations. This letter serves as notification of the City's intent to enter into negotiations. Specifically, the City requests: 1. Price Proposal Please provide your best pricing offer to the City in accordance with the attached Best and Final Price Page. Including revised prices, please indicate the percent reduction in prices offered by your firm for each category. 2. Per section 2.4 Emergency Response Estimate/Repair, item B. "Contractor shall arrive on the site of a reported problem with required crew and transportation available to respond to emergencies, after hours, holidays and weekends within four(4)hours of initial contact." Please confirm if your organization can meet the requested requirement. 3. Please provide from the Arizona Corporation Commission a current Certificate of Good Standing and a copy of Bestway Electric Motor Service's latest filed Annual Report. 4. Also who holds the Warranty for newly purchased pumps from your organization;the manufacturer or Bestway and how is the Warranty administered. This Notice of Intent to Negotiate is not intent to award a contract and does not establish a contractual relationship between the firm and the City. In the event that the City is not able to negotiate a satisfactory contract with the firm, the City will terminate negotiations Your response to this letter must be received by the City's Department of Procurement on or before October 2,2015, 4:00 pm local Arizona time.Please ADMINISTRATION•DESIGN AND CONSTRUCTION SERVICES•GOODS AND SERVICES MAIL SERVICES•S.A.M.M.(SURPLUS AUCTION MATERIALS MANAGEMENT) CITY HALL•255 W.ALAMEDA•P.O.BOX 27210•TUCSON,AZ 85726-7210 (520)791-4217•FAX(520)791-4735•TTY(520)791-2639 www.tucsonprocurenient.com submit your response to me via e-mail to jalnes.gaston@tucsonaz.gov or via fax to (520) 791-4735. If you should have any questions regarding the items above, please contact me at(520) 837-4139. Sincerely, James Gaston Senior Contract Officer C: Contract No. 151304 File ADMINISTRATION•DESIGN AND CONSTRUCTION SERVICES•GOODS AND SERVICES MAIL SERVICES•S.A.M.M.(SURPLUS AUCTION MATERIALS MANAGEMENT) CITY HALL•255 W.ALAMEDA•P.Q.BOX 27210■TUCSON,AZ 85726-7210 (520)791-4217•FAX(520)791-4735•TTY(520)791-2639 www.tucsonprocurement.com Page 1 of 2 Carole Quintana - RE: City of Tucson- PLEASE CONFIRM RECEIPT-RFP 151304, Pump Repair and Maintenance Services -Notice of Intent to Negotiate From: Pam Kothe<pkothe c@bestwayelectric.com> To: Carole Quintana<Carole.Quintana c@tucsonaz.gov> Date: 9/28/2015 2:56 PM Subject: RE: City of Tucson- PLEASE CONFIRM RECEIPT- RFP 151304, Pump Repair and Maintenance Services -Notice of Intent to Negotiate Carole, I am out of the office right now. I will ask Scott Henderson to answer your notice of intent. tent. Thanks, - i Pam Kothe Bestway Electric Motor Service Company, Inc. 728 S Campbell Ave. Tucson,AZ 85719 phone: 520-884-9141 fax: 520-884-1850 cell: 520-237-6371 The information contained in this message may be privileged,confidential,or protected from disclosure.If the reader of this message is not the intended recipient,employee,or agent responsible for delivering the message to the intended recipient,you are hereby notified that any dissemination,distribution,or copying of this communication is strictly prohibited.If you have received this communication in error,please notify the sender immediately by replying to the message,and deleting it from your computer. MEMBER -EASA2 Me Eiecfre.Mocha.nrcol Autfrorli y _ w ....,.. _ idp"!1 l3#f ] VJf�Ii ,....._...............,,._ � 4ixXl....__r..a......» t Agi f ,``�i � n :�;*:Ci elµ MaKtiElt From: Carole Quintana [Carole.Quintana@ tucsonaz.gov] Sent: Friday,September 25, 2015 2:31 PM To: Pam Kothe<pkothe@bestwayelectric.com> Cc:James Gaston<James.Gaston@tucsonaz.gov> Subject:City of Tucson-PLEASE CONFIRM RECEIPT-RFP 151304, Pump Repair and Maintenance Services- Notice of Intent to Negotiate fi le:l//C:/Users/cduinta I/AppData/Local/Temp/XPgrpwise/56095 519CHDOM2CHPO410... 9/28/2015 Page 2 of 2 Good Afternoon, Please find attached the Notice of Intent to Negotiate and Best and Final Offer Price Page. Please direct any questions regarding the attached to the contract officer James Gaston, 520-837-4139 or james.cjaston@tucsonaz.gov. Thank you, Carafe Quintana Department of Procurement Administrative Assistant 255 W.Alameda,6th Floor Tucson,AZ 85726 Ph:(520)837-4121 Fax:(520)791-4735 carole.quintnnarr tucsonaz,gov file:///C:/Users/cquinta l/AppData/Local/Temp/XPgrpwise/56095519CHDOM2CHPO410... 9/28/2015 Bestway Electric Motor Service Co. Inc.. 9 9 728 S.CAA.IPBELL AVE.1/'I'UCSON,ARIZONA 85719 PHONE 520-884-91411 I<AX 520,884.1850 LICENSE NO•s ROC 180818 CR29,296811 CRI I September 29, 2015 Sent via electronic mall,this day James Gaston City of Tucson,Procurement Department 255 W Alameda Tucson,AZ 85726-7210 Email:james.gaston@tuesonaz.gov tucsonaz.gov RE:RPP No. 151304,Pump Repair and Maintenance Services—Notice of Intent to Negotiate Dear Mr. Gaston, Please see the following responses to the City requests from the letter dated September 25,2015: 1, Price Proposal: Please find attached the completed"Best and Final Price"sheet.Note that there is no additional reduction in pricing on these rates. Bestway Electric has been and is offering the same rates(already significantly discounted)to the City for many years. Bestway has made every effort to maintain these deeply discounted rates for the City,in spite of the rising costs of labor,materials, and utilities, in an effort to keep business local with the right expertise and response times. Enclosed is a current rate sheet for comparison. 2. Bestway Electric Motor Service Co,, Inc.will meet the requirement for "Emergency Response Estimate/Repair, item B. Bestway Electric is a local. Tucson company,with 24/7, On-Call Emergency Response, and has been so for 37 years. 3. Please find attached a copy of the current Arizona Corporation Commission Certificate of Good Standing and a copy of the latest filed Annual Report. 4. New retail items purchased through Bestway Electric are warrantied through the manufacturer. Items purchased through Bestway Electric that fail in the warranty period will be returned to Bestway Electric for inspection and/or return to the manufacturer for war tt evaluation. huatno1 . Repair or replacement tit of item is at the discretion of the manufacturer,per the manufacturer warranty terms, Bestway Electric Motor Service, Co., Inc. 4,4 728 S.CAMP11t LL AVE./TUCSON,ARIZONA 85719 PHONE 520-884-9141/FAX 520,884.1850 LICENSE NO,s ROC 180818 CR29,296811 CR11 We anticipate that these answers satisfy the requirements, and look forward to many years of working with the City of Tucson. Sincerely, Scott Henderson Controller Cc: pkotheAbestwayelcetric.coin File CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 24 OF 27 CONTRACT OFFICER:JAMES GASTON ( PH:(520)791-4139/FAX:(520)791-4735 BEST AND FINAL PRICE PAGE Fees must be Inclusive of all costs, Including but not limited to, direct and Indirect costs for labor, overhead, materials,printing,travel and mileage, postage,etc. 1. Provide charges for disassembling pumping unit and providing an estimate on the following sample pumps: Vertical Turbine Pump $ 12C. 00 each (4 stage, 12 inch bowl,25 feet of 10 inch column, 1 -11/16 inch line shaft with discharge head) Vertical Turbine Pump $ 00 each (4 stage, 12 inch bowl) Vertical Turbine Submersible Pump $ 244,0.CO each (4 stage, 8 inch bowl with motor) 40 HP close coupled end section centrifugal pump $ 3L-D.OO each Grundfos DME 60-10 diaphragm pump $ 2AO• each TOTAL $ Z,i t,(2 r OtO Reduction % c 1 2. Provide total charges for a non-witnessed pump test for each of the following sample pumps: Vertical Turbine Pump $ 2. 7 each (4 stage, 12 inch bowl, 1400 gpm @ 350 ft. head,200 HP) Close coupled end suction centrifugal pump $ tkto "fit t) each (500 gpm @ 250 ft.of head, 50 HP) TOTAL Reduction 3, Discount off of Manufacturer's list price for parts: %off of L.Y." - � (`�r�� t" r � � 2CJt4 NamelDate of Price List %off of Name/Date of Price List %off of Name/Date of Price List Reduction % { Contract No.2020-035 COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND BESTWAY ELECTRIC MOTOR SERVICE CO., INC. THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement") is entered into as of September 23, 2019,between the Town of Fountain Hills, an Arizona municipal corporation (the "Town"), and Bestway Electric Motor Service Co., Inc., an Arizona corporation (the "Contractor"). RECITALS A. After a competitive procurement process, the City of Tucson (the "City") entered into Contract No. 151304-01, effective December 7, 2015, with the Contractor for the supply of pump repair and maintenance services. A copy of the City Contract is attached hereto as Exhibit A and incorporated herein by reference, to the extent not inconsistent with this Agreement. B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make purchases under the City Contract, at its discretion and with the agreement of the awarded Contractor, and the City Contract permits its cooperative use by other public entities, including the Town. C. The Town and the Contractor desire to enter into this Agreement for the purpose of (i) acknowledging their cooperative contractual relationship under the City Contract and this Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the Town with pump repair and maintenance services (the "Materials and Services"), and (iii) setting the maximum aggregate amount to be expended pursuant to this Agreement related to the Materials and Services. AGREEMENT NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which are incorporated herein by reference, the following mutual covenants and conditions, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Town and the Contractor hereby agree as follows: 1. Term of Agreement. This Agreement shall be effective as of the date first set forth above and shall remain in full force and effect until December 6, 2019 (the "Initial Term"), unless terminated as otherwise provided in this Agreement or the City Contract. After the expiration of the Initial Term, this Agreement may be renewed for up to four successive one-year terms (each, a`'Renewal Term") if: (i) it is deemed in the best interests of the Town, subject to availability and appropriation of funds for renewal in each subsequent year, (ii) the term of the City Contract has not expired or has been extended, (iii) at least 30 days prior to the end of the then-current term of this Agreement, the Contractor requests, in writing, to extend this Agreement for an additional 1 one-year term and (iv) the Town approves the additional one-year term in writing (including any price adjustments approved as part of the City Contract), as evidenced by the Town Manager's signature thereon, which approval may be withheld by the Town for any reason. The Contractor's failure to seek a renewal of this Agreement shall cause this Agreement to terminate at the end of the then-current term of this Agreement; provided, however, that the Town may, at its discretion and with the agreement of the Contractor, elect to waive this requirement and renew this Agreement. The Initial Term and any Renewal Term(s) are collectively referred to herein as the "Term." Upon renewal, the terms and conditions of this Agreement shall remain in full force and effect. 2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement for Materials and Services under the terms and conditions of the City Contract. The Town does not guarantee that any minimum or maximum number of purchases will be made pursuant to this Agreement. Purchases will only be made when the Town identifies a need and proper authorization and documentation have been approved.For purchase(s)determined by the Town to be appropriate for this Agreement, the Contractor shall provide the Materials and Services to the Town in such quantities and configurations agreed upon between the parties, in a written invoice, quote, work order or other form of written agreement describing the work to be completed (each, a "Work Order"). Each Work Order approved and accepted by the parties pursuant to this Agreement shall (i) contain a reference to this Agreement and the City Contract and (ii) be attached hereto as Exhibit B and incorporated herein by reference. Work Orders submitted without referencing this Agreement and the City Contract will be subject to rejection. 2.1 Inspection; Acceptance. All Materials and Services are subject to final inspection and acceptance by the Town. Materials failing to conform to the requirements of this Agreement and/or the City Contract will be held at Contractor's risk and may be returned to the Contractor. If so returned, all costs are the responsibility of the Contractor. Upon discovery of a non-conforming Materials or Services, the Town may elect to do any or all of the following by written notice to the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii) bring the Materials or Services into compliance and withhold the cost of same from any payments due to the Contractor. 2.2 Cancellation. The Town reserves the right to cancel Work Orders within a reasonable period of time after issuance. Should a Work Order be canceled, the Town agrees to reimburse the Contractor, but only for actual and documentable costs incurred by the Contractor due to and after issuance of the Work Order. The Town will not reimburse the Contractor for any costs incurred after receipt of Town notice of cancellation, or for lost profits, shipment of product prior to issuance of Work Order or for anything not expressly permitted pursuant to this Agreement. 3. Compensation. The Town shall pay Contractor for the Initial Term and for each subsequent Renewal Term, if any, a maximum aggregate amount not to exceed $49,999.99. 4. Payments. The Town shall pay the Contractor monthly,based upon acceptance and delivery of Materials and/or Services performed and completed to date, and upon submission and approval of invoices. Each invoice shall (i) contain a reference to this Agreement and the City Contract and (ii) document and itemize all work completed to date. The invoice statement shall include a record of materials delivered, time expended, and work performed in sufficient detail to 2 justify payment.Additionally,invoices submitted without referencing this Agreement and the City Contract will be subject to rejection and may be returned. 5. Records and Audit Rights. To ensure that the Contractor and its subcontractors are complying with the warranty under Section 6 below, Contractor's and its subcontractors' books, records, correspondence, accounting procedures and practices, and any other supporting evidence relating to this Agreement, including the papers of any Contractor and its subcontractors' employees who perform any work or services pursuant to this Agreement (all of the foregoing hereinafter referred to as "Records"), shall be open to inspection and subject to audit and/or reproduction during normal working hours by the Town, to the extent necessary to adequately permit evaluation of the Contractor's and its subcontractors' compliance with the Arizona employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to audit Records as set forth in this Section,Contractor and its subcontractors hereby waive any rights to keep such Records confidential. For the purpose of evaluating or verifying such actual or claimed costs or units expended, the Town shall have access to said Records, even if located at its subcontractors' facilities, from the effective date of this Agreement for the duration of the work and until three years after the date of final payment by the Town to Contractor pursuant to this Agreement. Contractor and its subcontractors shall provide the Town with adequate and appropriate workspace so that the Town can conduct audits in compliance with the provisions of this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of intended audits. Contractor shall require its subcontractors to comply with the provisions of this Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement. 6. E-verify Requirements. To the extent applicable under ARIZ. REV. STAT. § 41- 4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws and regulations that relate to their employees and their compliance with the E-verify requirements under ARIZ. REV. STAT. § 23-214(A). Contractor's or its subcontractors' failure to comply with such warranty shall be deemed a material breach of this Agreement and may result in the termination of this Agreement by the Town. 7. Israel. Contractor certifies that it is not currently engaged in and agrees for the duration of this Agreement that it will not engage in a "boycott," as that term is defined in ARIZ. REV. STAT. § 35-393, of Israel. 8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to ARIZ.REV.STAT. § 38-511. 9. Applicable Law; Venue. This Agreement shall be governed by the laws of the State of Arizona and a suit pertaining to this Agreement may be brought only in courts in Maricopa County,Arizona. 10. Agreement Subject to Appropriation. The Town is obligated only to pay its obligations set forth in this Agreement as may lawfully be made from funds appropriated and budgeted for that purpose during the Town's then current fiscal year. The Town's obligations under this Agreement are current expenses subject to the "budget law" and the unfettered legislative discretion of the Town concerning budgeted purposes and appropriation of funds. Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this Agreement shall be deemed terminated at the end of the then-current fiscal year term for which 3 such funds were appropriated and budgeted for such purpose and the Town shall be relieved of any subsequent obligation under this Agreement.The parties agree that the Town has no obligation or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement is executed and delivered. The Town shall be the sole judge and authority in determining the availability of funds for its obligations under this Agreement. The Town shall keep Contractor informed as to the availability of funds for this Agreement. The obligation of the Town to make any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town. Contractor hereby waives any and all rights to bring any claim against the Town from or relating in any way to the Town's termination of this Agreement pursuant to this section. 11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among the terms of this Agreement, any Town-approved work orders,the City Contract, and invoices,the documents shall govern in the order listed herein. Notwithstanding the foregoing, and in conformity with Section 2 above,unauthorized exceptions,conditions, limitations or provisions in conflict with the terms of this Agreement or the City Contract (collectively, the "Unauthorized Conditions"),other than the Town's project-specific requirements,are expressly declared void and shall be of no force and effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized Conditions or failure to demand full compliance with the terms and conditions set forth in this Agreement or under the City Contract shall not alter such terms and conditions or relieve Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the performance of this Agreement. 12. Rights and Privileges. To the extent provided under the City Contract, the Town shall be afforded all of the rights and privileges afforded to the City and shall be the "City" (as defined in the City Contract) for the purposes of the portions of the City Contract that are incorporated herein by reference. 13. Indemnification; Insurance. In addition to and in no way limiting the provisions set forth in Section 12 above, the Town shall be afforded all of the insurance coverage and indemnifications afforded to the City to the extent provided under the City Contract, and such insurance coverage and indemnifications shall inure and apply with equal effect to the Town under this Agreement including, but not limited to, the Contractor's obligation to provide the indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold harmless the Town and each council member, officer, employee or agent thereof(the Town and any such person being herein called an "Indemnified Party"), for, from and against any and all losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable attorneys' fees, court costs and the costs of appellate proceedings)to which any such Indemnified Party may become subject, under any theory of liability whatsoever ("Claims"), insofar as such Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the negligent acts, intentional misconduct, errors, mistakes or omissions, in connection with the work or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the performance of this Agreement. 14. Notices and Requests.Any notice or other communication required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given if (i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail,registered or certified, return receipt requested, to the address set forth below or (iii) given to a recognized 4 and reputable overnight delivery service, to the address set forth below: If to the Town: Town of Fountain Hills 16705 East Avenue of the Fountains Fountain Hills, Arizona 85268 Attn: Grady E. Miller, Town Manager With copy to: Pierce Coleman PLLC 4711 E. Falcon Drive, Suite 111 Mesa, Arizona 85215 • Attn: Aaron D. Arnson, Town Attorney If to Contractor: Bestway Electric Motor Service Co., Inc. 728 South Campbell Avenue Tucson, Arizona 85719 Attn: Ray McDannell or at such other address, and to the attention of such other person or officer, as any party may designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed received: (i) when delivered to the party, (ii) three business days after being placed in the U.S. Mail, properly addressed, with sufficient postage or (iii) the following business day after being given to a recognized overnight delivery service, with the person giving the notice paying all required charges and instructing the delivery service to deliver on the following business day. If a copy of a notice is also given to a party's counsel or other recipient, the provisions above governing the date on which a notice is deemed to have been received by a party shall mean and refer to the date on which the party, and not its counsel or other recipient to which a copy of the notice may be sent, is deemed to have received the notice. [SIGNATURES APPEAR ON FOLLOWING PAGES] ,mot-- . - •_..._.._ !?'+pN4Y 1 Yam..,*a 'YL . �� r •A q lKw,4 ,... .trYlama'Y 01 * ,.fi gllllik re-` 5 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year first set forth above. "Town" TOWN OF FOUNTAIN HILLS, an Arizona Municipal Corporation rr Grady E. Mille , wn Manager ATTEST: 1,r174, 4,CLik, izabeth rke, Town 4k APPROVED AS TO FORM: aron D. Amson, Town Attorney (ACKNOWLEDGEMENT) STATE OF ARIZONA ) ss. COUNTY OF MARICOPA ) On (Ai , 2019, before me personally appeared Grady E. Miller, the Town Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document, on behalf of the Town of Fountain Hills. •_ Callwine E.Vapid Zji?,/vpipot Wry Public•Arions CIPMINI .�Emig* Notary Public �I.f1li (Affix notary seal here) [SIGNATURES CONTINUE ON FOLLOWING PAGE] 6 "Contractor" BESTWAY ELECTRIC MOTOR SERVICE CO., INC. a(n)Arizona corporatiot By: ) Name: Zetald 1. . Hc)ctiote'1 Its:\IP S.r c.►vt � i (ACKNOWLEDGEMENT) STATE OF 142 ) ss. COUNTY OF (R*tn� . ) On 0 Ci' I ,2019,before me personally appeared tRtt Li 104 r n c.I l ,the ..�;orl of BESTWAY ELECTRIC MOTOR SERVICE Gb., INC., a(n) Arizona Vf' 0Qer corporatbn, whose identity was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and acknowledged that he signed the above document, on behalf of the corporation. JENNIFER FOLK c L " Notary Public-State of Atizot a PiMAC©LINTY My Corti a . December 10,2*19 y -1A,. '_4/4,‘ frel- Notar ublic (Affix notary seal here) 4831-3981-4822,v.I 7 EXHIBIT A TO COOPERATIVE PURCHASING AGREEMENT BETWEEN THE TOWN OF FOUNTAIN HILLS AND BESTWAY ELECTRIC MOTOR SERVICE CO., INC. [City Contract] See following pages. Contract #151304-01 PUMP REPAIR AND MAINTENANCE SERVICES Table of Contents 1. Offer and Acceptance 2. Bestway Electric's Response to Notice of Intent to Negotiate Letter 3. Bestway Electric's response to RFP #151304 4. RFP #151304 j { • ,• 1. Offer and Acceptance :• . • • • l! • 00 tu cp c) a t h \. .. CITY OF TUCSON DEPARTMENT PROCUREMENT t REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 23 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)7914139 1 FAX:(520)791-4735 OFFER AND ACCEPTANCE OFFER TO THE CITY OF TUCSON: The Undersigned hereby offers and shall furnish the material or service in compliance with all terms, scope of work, conditions, specifications,and amendments in the Request for Proposal which is incorporated by reference as if fully set forth herein. For clarification of this offer, contact: i,‘-‘0k et 'Ct L O 0( of vi Lt, Name: Paws lam-0 Company Name . g 4 Lrai-, be t I A4 Title: J.Q1 C utl' /frtue (-- Address Le it .3 -11)6 0 A C g � I Phone: elf k g$ F -91'f 1 - 1-I,3 1 + City State Zip Fax: (SsVii) 8 8 - 8 Cu Si t e of Person Authorized to Sign �/ yI d b`-- ( 0M E-mail: o- L i' Q..Lr V�1 d�� .Q.�2 Y�L Printed Name hetr ��+ / r $ ar ( Title ACCEPTANCE OF OFFER The Offer is hereby accepted.The Contractor is now bound to sell the materials or services specified in the Contract.This Contract shall be referred to as Contract No. 4'5 4_3(19°-ol. CITY OF TUCSON„a municip ',corporation Approved as to form this '-i day of ,2015. Awarded this day of -/-,,-1 fr ,2015. r As Tucson City Attorley and not personally Marcheta Gillespie,C.P.M., CPPO,CPPB, CPM As Director of Procurement and not personally lj 2. Bestway Electric's Response to Notice of intent to Negotiate Letter '1i I II, { { i September 25,2015 a Sent via electronic mail, this day {ITT °i Pam Kothe .!L► Bestway Electric Motor Service { 728 South Campbell Avenue Tucson,Arizona 85719 TUCSON Email: pkothe@bestwayelectric.com CITY OF TUCSON Subject: Request for Proposal No. 151304, Pump Repair and Maintenance Services -Notice of Intent to Negotiate DEPARTMENT OF PROCUREMENT Dear Ms. Rothe: The City of Tucson has completed evaluation of your Firm's submission for the above referenced Request for Proposal. Based upon the recommendation of the evaluation committee, the City is inviting your firm to enter negotiations. This letter serves as notification of the City's intent to enter into negotiations. Specifically, the City requests: 1. Price Proposal Please provide your best pricing offer to the City in accordance with the attached Best and Final Price Page. Including revised prices, please indicate the percent reduction in prices offered by your firm for each category. 2. Per section 2.4 Emergency Response Estimate/Repair, item B. "Contractor shall arrive on the site of a reported problem with required crew and transportation available to respond to emergencies, after hours, holidays and weekends within four(4)hours of initial contact." Please confirm if your organization can meet the requested requirement. 3. Please provide from the Arizona Corporation Commission a current Certificate of Good Standing and a copy of Bestway Electric Motor Service's latest filed Annual Report. 4. Also who holds the Warranty for newly purchased pumps from your organization;the manufacturer or Bestway and how is the Warranty administered. This Notice of Intent to Negotiate is not intent to award a contract and does not establish a contractual relationship between the firm and the City. In the event that the City is not able to negotiate a satisfactory contract with the firm, the City will terminate negotiations Your response to this letter must be received by the City's Department of Procurement on or before October 2,2015, 4:00 pm local Arizona time.Please ADMINISTRATION•DESIGN AND CONSTRUCTION SERVICES•GOODS AND SERVICES MAIL SERVICES•S.A.M.M.(SURPLUS AUCTION MATERIALS MANAGEMENT) CITY HALL•255 W.ALAMEDA•P.O.BOX 27210•TUCSON,AZ 85726-7210 (520)791-4217•FAX(520)791-4735•TTY(520)791-2639 www.tucsonprocurenient.com submit your response to me via e-mail to jalnes.gaston@tucsonaz.gov or via fax to (520) 791-4735. If you should have any questions regarding the items above, please contact me at(520) 837-4139. Sincerely, James Gaston Senior Contract Officer C: Contract No. 151304 File ADMINISTRATION•DESIGN AND CONSTRUCTION SERVICES•GOODS AND SERVICES MAIL SERVICES•S.A.M.M.(SURPLUS AUCTION MATERIALS MANAGEMENT) CITY HALL•255 W.ALAMEDA•P.Q.BOX 27210■TUCSON,AZ 85726-7210 (520)791-4217•FAX(520)791-4735•TTY(520)791-2639 www.tucsonprocurement.com Page 1 of 2 Carole Quintana - RE: City of Tucson- PLEASE CONFIRM RECEIPT-RFP 151304, Pump Repair and Maintenance Services -Notice of Intent to Negotiate From: Pam Kothe<pkothe c@bestwayelectric.com> To: Carole Quintana<Carole.Quintana c@tucsonaz.gov> Date: 9/28/2015 2:56 PM Subject: RE: City of Tucson- PLEASE CONFIRM RECEIPT- RFP 151304, Pump Repair and Maintenance Services -Notice of Intent to Negotiate Carole, I am out of the office right now. I will ask Scott Henderson to answer your notice of intent. tent. Thanks, - i Pam Kothe Bestway Electric Motor Service Company, Inc. 728 S Campbell Ave. Tucson,AZ 85719 phone: 520-884-9141 fax: 520-884-1850 cell: 520-237-6371 The information contained in this message may be privileged,confidential,or protected from disclosure.If the reader of this message is not the intended recipient,employee,or agent responsible for delivering the message to the intended recipient,you are hereby notified that any dissemination,distribution,or copying of this communication is strictly prohibited.If you have received this communication in error,please notify the sender immediately by replying to the message,and deleting it from your computer. MEMBER -EASA2 Me Eiecfre.Mocha.nrcol Autfrorli y _ w ....,.. _ idp"!1 l3#f ] VJf�Ii ,....._...............,,._ � 4ixXl....__r..a......» t Agi f ,``�i � n :�;*:Ci elµ MaKtiElt From: Carole Quintana [Carole.Quintana@ tucsonaz.gov] Sent: Friday,September 25, 2015 2:31 PM To: Pam Kothe<pkothe@bestwayelectric.com> Cc:James Gaston<James.Gaston@tucsonaz.gov> Subject:City of Tucson-PLEASE CONFIRM RECEIPT-RFP 151304, Pump Repair and Maintenance Services- Notice of Intent to Negotiate fi le:l//C:/Users/cduinta I/AppData/Local/Temp/XPgrpwise/56095 519CHDOM2CHPO410... 9/28/2015 Page 2 of 2 Good Afternoon, Please find attached the Notice of Intent to Negotiate and Best and Final Offer Price Page. Please direct any questions regarding the attached to the contract officer James Gaston, 520-837-4139 or james.cjaston@tucsonaz.gov. Thank you, Carafe Quintana Department of Procurement Administrative Assistant 255 W.Alameda,6th Floor Tucson,AZ 85726 Ph:(520)837-4121 Fax:(520)791-4735 carole.quintnnarr tucsonaz,gov file:///C:/Users/cquinta l/AppData/Local/Temp/XPgrpwise/56095519CHDOM2CHPO410... 9/28/2015 Bestway Electric Motor Service Co. Inc.. 9 9 728 S.CAA.IPBELL AVE.1/'I'UCSON,ARIZONA 85719 PHONE 520-884-91411 I<AX 520,884.1850 LICENSE NO•s ROC 180818 CR29,296811 CRI I September 29, 2015 Sent via electronic mall,this day James Gaston City of Tucson,Procurement Department 255 W Alameda Tucson,AZ 85726-7210 Email:james.gaston@tuesonaz.gov tucsonaz.gov RE:RPP No. 151304,Pump Repair and Maintenance Services—Notice of Intent to Negotiate Dear Mr. Gaston, Please see the following responses to the City requests from the letter dated September 25,2015: 1, Price Proposal: Please find attached the completed"Best and Final Price"sheet.Note that there is no additional reduction in pricing on these rates. Bestway Electric has been and is offering the same rates(already significantly discounted)to the City for many years. Bestway has made every effort to maintain these deeply discounted rates for the City,in spite of the rising costs of labor,materials, and utilities, in an effort to keep business local with the right expertise and response times. Enclosed is a current rate sheet for comparison. 2. Bestway Electric Motor Service Co,, Inc.will meet the requirement for "Emergency Response Estimate/Repair, item B. Bestway Electric is a local. Tucson company,with 24/7, On-Call Emergency Response, and has been so for 37 years. 3. Please find attached a copy of the current Arizona Corporation Commission Certificate of Good Standing and a copy of the latest filed Annual Report. 4. New retail items purchased through Bestway Electric are warrantied through the manufacturer. Items purchased through Bestway Electric that fail in the warranty period will be returned to Bestway Electric for inspection and/or return to the manufacturer for war tt evaluation. huatno1 . Repair or replacement tit of item is at the discretion of the manufacturer,per the manufacturer warranty terms, Bestway Electric Motor Service, Co., Inc. 4,4 728 S.CAMP11t LL AVE./TUCSON,ARIZONA 85719 PHONE 520-884-9141/FAX 520,884.1850 LICENSE NO,s ROC 180818 CR29,296811 CR11 We anticipate that these answers satisfy the requirements, and look forward to many years of working with the City of Tucson. Sincerely, Scott Henderson Controller Cc: pkotheAbestwayelcetric.coin File CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 24 OF 27 CONTRACT OFFICER:JAMES GASTON ( PH:(520)791-4139/FAX:(520)791-4735 BEST AND FINAL PRICE PAGE Fees must be Inclusive of all costs, Including but not limited to, direct and Indirect costs for labor, overhead, materials,printing,travel and mileage, postage,etc. 1. Provide charges for disassembling pumping unit and providing an estimate on the following sample pumps: Vertical Turbine Pump $ 12C. 00 each (4 stage, 12 inch bowl,25 feet of 10 inch column, 1 -11/16 inch line shaft with discharge head) Vertical Turbine Pump $ 00 each (4 stage, 12 inch bowl) Vertical Turbine Submersible Pump $ 244,0.CO each (4 stage, 8 inch bowl with motor) 40 HP close coupled end section centrifugal pump $ 3L-D.OO each Grundfos DME 60-10 diaphragm pump $ 2AO• each TOTAL $ Z,i t,(2 r OtO Reduction % c 1 2. Provide total charges for a non-witnessed pump test for each of the following sample pumps: Vertical Turbine Pump $ 2. 7 each (4 stage, 12 inch bowl, 1400 gpm @ 350 ft. head,200 HP) Close coupled end suction centrifugal pump $ tkto "fit t) each (500 gpm @ 250 ft.of head, 50 HP) TOTAL Reduction 3, Discount off of Manufacturer's list price for parts: %off of L.Y." - � (`�r�� t" r � � 2CJt4 NamelDate of Price List %off of Name/Date of Price List %off of Name/Date of Price List Reduction % { f CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 25 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 4. IDENTIFY AND ADD FIRM'S TITLESICATEGORIES FOR EACH HOURLY RATE Labor Charges Hourly Rate(Shop Rate) $ GAO,C. 3 per hour $ 3O•ob per hour c' $ 2..50 per hour TOTAL $ '2 12 Reduction % (() Regular Hours between 7:00 am to 4:00 pm, Mon.-Fri. (does not Include holidays) Labor Gorges Hourly Rate(Shop Rate) ''tr= ltcl.1-Stc.A,.t._ $ `10 . (JL> per hour $ 243,CO per hour $ L0(6-1:i per hour TOTAL $ R31t, Reduction % �a Overtime Hours between 4:00 pm and 7:00 am. Mon-Fri. (does not include holidays) Labor Charges Hourly Rate(Shop Rate) $ 17-•C CA per hour $ \L>. OC.N per hour l' 1t ` $ \At-3. Cb per hour TOTAL $ t,-z..5.e Reduction Holiday Rate-Price per hour for major holidays Labor Charges Hourly Rate(Field Rate) � F ri 1 $ per hour $ .00 per hour v l 1 �,..,40c' 4 -11-1C-e.- ti„ i tva(�,t kk:7 $ ` Y�,C,O per hour TOTAL $ v Reduction % Regular Hours between 7:00 am to 4:00 pm, Mon,-Fri.(does not Include holidays) CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 26 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Labor Charges Hourly Rate(Field Rate) 1- -t- Et. $ per hour 6-t0,(y per hour h.1-161,1t-kr.Or ( TL4j24 1,4.I' cac,YI0�� 26, 00 per hour TOTAL $ Reduction (1� Overtime Hours between 4:00 pm and 7:00 am, Mon—Fri. (does not include holidays) Labor charges Hourly Rate(Field Rate) J $ (4' • UCH per hour .. ..42— $ MO,CCU per hour $ (100.06 per hour TOTAL $ 4-2.6.60 Reduction p/a Holiday Rate—Price per hour for major holidays Machine/Welding Rate per hour Cs , per hour Reduction % C� City of Tucson recognized holidays: New Year's Day Martin Luther King, Jr. Day Washington's Birthday Memorial Day Cesar Chavez Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas Day Bestway Electric Motor Service, Co., Inc. �i► 1�'� 728 S Campbell Ave.Tucson,AZ 85719(520)884-9141 Tel(520)884-1850 Fax = = Contractor License#ROC 180818 L-29 2014 Current Hourly Rate Sheet Straight Time Rates Shop Labor $90.00/hr Machine Labor $95.00/hr Lift Station Service $95.00/hr DAY$760. HALF DAY$456. Field Service Labor $95.00/hr DAY$760. HALF DAY$456. Second Technician $85.00/hr Golf&Water Service Labor $95.00/hr DAY$760. HALF DAY S456. Field Service Application/Engineer $125.00/hr DAY$1000. HALF DAY$600. Vibration Analysis $100.00/hr DAY $800. HALF DAY$480. Dynamic Balancing $100.00/hr DAY$800. HALF DAY$480. VFD Programming $112.50/hr DAY$900. HALF DAY$540. VFD Start-Up $1000.00 Per DAY HALF DAY$600. EXPENSES cost+ 15 % service fee MILEAGE$.55 /mile+$80./hr Tech 1, +$60./hr Tech 2 CRANE$80./use Minimum charge in shop for Diagnostic Service is one hour. Regular business hours are 7:00 am to 3:30 pm Monday—Friday(excluding holidays) Work performed during regular business hours are billed at straight time. Rush(high priority),after hours,and Saturdays are billed at 1.5 times the above rates. Sundays or work in excess of 16 hrs./day are 2 times the above rates. Holidays are 2.5 times the above rates.The minimum Service Call Charge is two hours($190.), Service calls are charged portal to portal.Lift stations and confined spaces require 2 technicians minimum.Rates subject to Change. terd0 ►-)�, r: ,•';!f %!h7:1(:) OF_ARIZONA I 4.;..,...:...„ ,,, 1�5 o�►qT o1[ua ,.., ,,,,,, .7.y .... .,. r er:, 19l 4 Office of the CORPORATION COMMISSION CERTIFICATE OF GOOD STANDING To all to whom these presents shall come, greeting: 1,Jodi A. Jerich, Executive Director of the Arizona Corporation Commission, do hereby certify that ***YBESTWAY ELECTRIC MOTOR SERVICE CO., INC*** a domestic corporation organized under the laws of the State of Arizona, did incorporate on December 27 1978. I further certify that according to the records of the Arizona Corporation Commission, as of the date set forth hereunder, the said corporation is not administratively dissolved for failure to comply with the provisions of the Arizona Business Corporation Act; and that its most recent Annual Report, subject to the provisions of A.R.S. sections 10-122, 10-123, 10- 125& 10-1622, has been delivered to the Arizona Corporation Commission for filing;and that the said corporation has not filed Articles of Dissolution as of the date of this certificate. This certificate relates only to the legal existence of the above named entity as of the date issued. This certificate is not to be construed as an endorsement, recommendation, or notice of approval of the entity's condition or business activities and practices. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the Arizona Corporation Commission. Done at Phoenix, the Capital, this 29th day of September, 2015, A. D. a�P CORP06, .4...,. Ampo„.M., 100,Q. e--1-e . -k-c., W ��.-I � a 1 w J++� A. Jerich, ecutive Director `'" ..'4 - ' 1299770 f� D I TAT DI US J�O�G S*7912* ►Jr l { Page 1 of 3 • rtJ • STATE OF ARIZONA E—FILED CORPORATION COMMISSION 05217544 r .': CORPORATION ANNUAL REPORT +.,iiiiii 1.;0 ° & CERTIFICATE OF DISCLOSURE DUE ON OR BEFORE 00/27/2015 FLING FEE $45 PLEASE READ ALL INSTRUCTIONS. The following Information Ie required byAR.S,+,§10-1022110-11622 for all C4 organized pursuant to Arizona Revle+ad Statutes,Title 10. The Comm lesion's authority to prescribe No form its Ali 121 i',A)&10.9121(A►). YOUR REPORT MUST BE SUBMITTED ON THIS DRIO1NAL FORM. Make changes orcorrectiai necessary. Information for tfie report should reflect the current statue ol'the corporation. 01200162 t BE$TWAY ELECTRIC MOTOR $ET ICE CO, ! INC. % ANDWIOTHE 72B S CANIPBELL AV TUCSON f .AZ B 57 19 BuSif0 !MOM: Business phone is optional. State of Domkile: AZ Type of Corporation: PROFIT 2, 8t&ta 'goat: Dial5410*2nras statut y"gnat'a $traet or IP ►aimf a Mdra Mail Um Mddresa: 720 S CO211011211.WM Phyai.aa1 :10273 a SwatIM ROCK MEI City? Plato, sip: TOMOK, AS 95719 City, 9tatO r Yip; rum, AZ 8571$ 1 ACO USE ONLY Fee $,-- — I If aiopointing 3l9 W StediltOiy agent Me new air!MUST comsat)t)NW t bvslatilari below. Note Mat the went address musi brain At. Reln 0 I! Wi,�� 1 :► +2r d4 rrWS, e Ret+ubmfta Sbgrvi of now ry Aged Printed Nan ct new Statutory Agent 3, wndary Addres*: (Foreiprt Corp: ations we REQUIRED to c>ampiete this section)_ �. CHARACTER OF BUSINESS ELECTRO MECHANICAL SALES & SERVICE Received: 09/02/2015 10:20 http://images.azcc.gov/scripts/cgi/dwispar-t2.pl?COMMAND-4&SESSION[D=ps7i0FfEw... 9/29/2015 i Page 2 of 3 i 01200162 HESTWAY ELECTRIC MOTOR SERVICE CO. , INC. (For-prat Corporations and Business Truce areREQUIRED to complete this section.) 5. ITALgJ4Tl�7N� p Business trusts must indices the number of transferable certificates held by trustees evidencing their beneficial in estate_ 5a. Please examine the corporation's original Midas of Incorporation for the amount of shares authorized. Number of Shares/Certffcatas Authorized Class Series Wthln Class(t!Q 1000000 CCtN Sb. Review all corporation amondmonts to determine if tho original number of shares has charged. Exaritino t minutes for the number of shams issued. Number of Shares/Car-Montag Issued COMMON Series Within Class(in s 20000 6.SHAREHOLDERS: (For-profit Corporations and Business Trusts ore REQUIRED to complete this section.) List shareholder$holding more than 20%of any class of shares issued by the corporation,or having more than r intern in the corpawfion. RAYMOND W KOTHE PAMELA I4 KOTHE T.QFFK RS Narnma: RAYMOND W KOTHE Naru : PAMELk M KOTHE Title: PRESIDENT Title: SECRETARY Address: 10279 E SHADY ROCK LN Address: 10279 E SHADY POCKIa TUCSON, AZ 85749 TUCSON, AZ 85749 Date Taking Office: 12/01/1978 Date Taking Office: 05/01/198! Name: Name: Title: Title: Addres s: Address Date Taking Office: Date Taking Office: 8.DIRECTORS Nair: PA iELA. M KOTHE Name: RAYMOND W KOTHE Address: 10279 E SHADY ROCK LN Address: 10279 E SHADY ROCK Lt TUCSON, .AZ 857d9 TUCSON, AZ 85749 Dater Taking Office: 05/01/1989 Data Taking Offices: 12/01/198! Warm: Name: ( Address: Add.ress. Date Takina Office: Date Takina office: http://imagcs.azcc.gov/scripts/cgi/clwispart2.pl?COMMAND-4&SCSSIONID=ps7i0F'fEw... 9/29/2015 Page3of3 01200162 EIESTWAY ELECTRIC MOTOR SERVICE CO. , INC 9. FINANCIAL PJ$CL JRE(AR.8 j(10-11022A)($)J Nonprofits—if your annual report is due on or before September 25,zoo,you nintatbsgia financial tement(e.g.incoineh balance sheet includi g aresets, If your rcnproft annual report is due after September 25,2448, a financial etatems Cooperative marketing associations muat In al CEISeS submit a Anandai at ement All other tone of corpora-Bone are ex financial statement no matter what date the annual report was due. ONLY NONPROFIT CORPORATIONS ir4UST ANSWER THIS QUESTION: SA. F.IE.M3 (A.R.S.§1O-11Ms.V(A)(8)) This corporation DOES ID DOES NOT 0 h 1Q.CEI TIFJCATE OF DISCLOSURE(A R S. 11 2(0),1t 02(D),1Q-1522( &10O-11822(A)(7)) A. Has any pecsan who is currently an officer,duet or,trustee,incorporator,or who,in a For-profit corporation,ccntroIe or t 10%of the Issued and outstanding common snares or 10%of any other prop,beneticial or membership Interest In been: 1. Convicted of a fralany involving a trxneectiorl in saauritiias,eansumer fraud or antitrust in any ate ur federal jurisdiction will period immediately precedng the execution of this certificate? 2. Con'oted of a ferny,the ental elemanta cf which conalated of fraud,rnlerepreeantation,theft byFfake p enaaa or rc monopoly in any state or federal jujar:lotion within the seven year period inimeeately precedng execution of this certificz a. Subject to en Injunction,judgment;decree or permanent order of any state or federal cciurt entered within the aeven year F preceding execution of this certificate where such injunction,judgment,decree or permanent order involved the+.iiolation (a)fraud or rcglMzaffon provisions of tie se+curttce Iowa of that jurisdiction,or (b)the consumer fraud laws of that ju ris&ictJon,or (c)the ant±bruet or reetrtirt of trade laws of thatjuriediction? • One box must be marked: YES I If"YES"to A,the follow Ing Information must be submitted as an attach mentto this repartfcreach person subject to actions meted in Items 1 through 3 above. 1. RI birth name. 5. Date and location ci birth. 2_ Ful present name and prior names used. Ot The nature and description of each cor 3. Present home address. action;the date and location;the court 2 4_ All prier addresaea for immediately preceding 7 year Involved;and the Ile or cause numberol period. B. Has any pin who is c urrentfy an officer,erector,truotoo,incorporator,or who,in a For-profit corporation,controls or l• the hued and outatanrIng common shares,or 20%of any other proprietary,benello al or membership Harem in the cc in ary such capacity or held a 20%interest in any other corporation on the bankruptcy or receivership of that other corps One box must be malted: YES If"YEW to B,the following information mitiallzujigatabd as an attachment to this report for each corporation sul statorrtant above. (a)Name and address of each corporation and the persons irrveolved, (b)Stair(e)in which it (1)wee Incorporated and (II)transacted b sineee. (a)Dater of corporate operation_ It STATEMENT OF BANKRUPTCY OR RECEIVERSHIP(AR S.ti 10-1623 a 10-11423) A. Has the corporation flied a patftlon for bankruptcy or appointed a receiver? One box must be marked: YES ❑ If "Yee"IDA,the following Information must be submitted an an sttachmentto thle report: 1. All officers,directors,trustees end major Qtockiolders of the corporation within one year of fflrg the petition for ben appoint nsnt of a receive If a major stockholder Is a corporation.the statement shall 1st the current president,chaff board of erections and major atoakholders of ouch corporate etocicholdor.`Majorotockholdor"means a ahareholde controlling twenty per cent of the lesued and outstanding shares or twenty par cent of any proprietary, beneficial or intered in the corporation. 2. Whether any such person has been an officer,director,trustee or major stockholder of any other corporation witliir bankruptcy or receivership of the other corporation. If so,for each such corporation give: (a)Name and acidness of each corporation; (b)Staten In which It (I)was Incorporated and (il)fmnasoted buralneea. (el Oaten of o p n. 12.Uf NATURES: 1 Annual Reports must be signed and dated by at least one duly authorized officer or they WI declare,under penalty ofperjury,that all corporate Income tax returns required by Tide 43 oil the Arizona Revised Bt flied with the Arizona Department of Revenue_ I furtherdoclare undor penalty of perjury that I have examined Oil { corttflcato Including any attachments,and to the toast of my(our)knowledge and belief they are true,correct and cx mama RA ND W EOTlaE 09/02/2015 http://images.azcc.gov/scripts/cgi/dwispart2.pl?COMMAND=4&SESSIONID=ps7i0FfEw... 9/29/2015 l � � II 3. Bestway Electric's Response to RFP #151304 i;! L l l" . CITY OF TUCSON RFP 151304 PUMP REPAIR & MAINTENANCE SERVICES Submitted by Bestway Electric Motor Service Co., Inc. 728 S Campbell Ave Tucson, AZ 85719 (520) 884-9141 Pamela Kothe, Secretary/Treasurer { i CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL NUMBER: 151304 PROPOSAL DUE DATE: SEPTEMBER , 2015, AT 4:00 P.M. LOCAL AZ TIME PROPOSAL SUBMITTAL LOCATION: Department o Procurement 255 W. Alameda, 6th Floor, Tucson, AZ 85701 MATERIAL OR SERVICE: PUMP REPAIR AND MAINTENANCE SERVICES PRE-PROPOSAL CONFERENCE DATE: AUGUST 20, 2015 TIME: 1:00 P.M., LOCAL AZ TIME LOCATION: CITY HALL, ATTORNEY CONFERENCE ROOM 255 W.ALAMEDA, 7TH FLOOR, TUCSON, AZ 85701 CONTRACT OFFICER: James Gaston TELEPHONE NUMBER: (520) 837-4139 james.gaston@tucsonaz.gov A copy of this solicitation and possible future amendments may be obtained from our Internet site at: http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link and the associated solicitation number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email notifications are sent to those interested offerors who are registered with us and who have selected email as their preferred delivery method. To register, please visit www.tucsonorocurement.com, click on Vendors, then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?, and read the section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions. Competitive sealed proposals for the specified material or service shall be received by the Department of Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited. Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock shall be the City Department of Procurement clock. Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name and address should be clearly indicated on the outside of the envelope. All proposals must be completed in ink or typewritten. Questions must be addressed to the Contract Officer listed above. "'AL E RT**** Effective July 1, 2014, the City of Tucson's Small Business Enterprise (SBE) and Disadvantaged Business Enterprise (DBE) Program has moved to the Department of Procurement and has become the Business Enterprise and Compliance Program. To contact them, please call (520) 837-4000 or visit the website at http://www.tucsonprocurement.com/Bidders Page.aspx and click on SBE or DBE. JG/cq PUBLISH DATE: AUGUST 13, 2015 Revised 11/2014 CITY OF TUCSON DEPARTMENT OF P. .;UREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 2 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 INTRODUCTION k The City of Tucson is seeking proposals from qualified firms to provide PUMP REPAIR AND MAINTENANCE SERVICES for the City of Tucson's Water Department (Tucson Water). Tucson Water currently has approximately 600 Booster, etc. types of pumps currently operating in the water system. Generally, approximately 60 pumps a year are repaired or replaced by either Tucson Water or by the Contractor's staff. The types of pumps that will be repaired include, but may not be limited to, the following: - Vertical Turbine Can Pumps - Deep Well Vertical Turbine&Submersible Pumps(Deep well and booster) - Centrifugal Pumps - Diaphragm Pumps The City intends to award this contract to multiple offerors in order to provide sufficient coverage of the City's needs. See Attachments A& B for examples of specifications for required pumps. Work will be performed on an as-needed, if-needed basis and no volume of service should be assumed or is guaranteed. To award work under the Contract, the City may seek bids or proposals for individual projects from the awarded Contractors, granting the work to the best qualified by price, equipment, and staff availability, the Contractor best able to meet the City's time lines, or as deemed most advantageous to the City. Alternatively, the City may award work to the Contractor best able to meet the City's needs without seeking bids or proposals, as is in the City's best interest. The City anticipates that it may spend approximately $100,000.00 per year on pump repair services. SCOPE OF WORK 1.0 GENERAL REQUIREMENTS 1.1 Contractor's Performance A. All materials and workmanship provided to the City shall be of the highest industry standard. For the purpose of this contract, the standards set forth in ANSI/AWWA E103-07 for shaft driven pumps, ANSI/HI 2.1-2.2 for vertical pumps, and ANSI/HI 3.1-3.5 for rotary pumps shall be the governing standards. Materials purchased by the City through this contract shall be new and subject to inspection and approval by the City Representative prior to delivery. B. Contractor shall obtain all permits and licenses and pay all taxes, charges and fees necessary to perform the services under this contract. C. The Contractor shall furnish all necessary supplies, labor, vehicles, and equipment to perform services. All supplies, labor, vehicles, and equipment shall be compliant with all pertinent National, State, and local rules and regulations as well the specifications, terms, and provisions set forth herein and shall be subject to random, unannounced inspection by the City Representative. D. The City shall not provide office or storage space for the Contractor's supplies,vehicles,or equipment. E. In the event of any recall notice, technical service bulletin, or other important notification affecting an item or component purchased from this contract, a notice shall be sent within 7 days of issuance to: City of Tucson, Maintenance Division, Water Stores, 1445 S. 11 th Avenue, Tucson, Arizona 85713. It shall be the responsibility of the Contractor to assure that all recall notices are sent directly to the City and to obtain a confirmation of receipt. F. All defective products shall be exchanged and replaced by the Contractor. The cost of transportation, unpacking, inspection, re-packing, re-shipping, re-stocking or other like expenses shall be paid by the Contractor. Contractor shall provide the City with a plan of action for either repair or replacement of defective product within 5 working days of being notified of a defect by the City. G. Upon award, the Contractor is required to have existing maintenance facilities with sufficient parts inventory and trained technicians experienced in providing quality service on the equipment specified. CITY OF TUCSON DEPARTMENT OF Pk. ,;UREMENT ( REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 3 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Contractor shall provide a detailed description of their facility. Maintenance facilities are subject to inspection by the City to determine adequacy. H. The Contractor shall ensure that all work shall be done by trained, skilled and experienced technichians and shall be performed in a first-class and professional manner, I. The Contractor shall provide an electronic copy of a spend report upon request to the Department of Procurement or Tucson Water. The report shall be available within ten (10) days of notification. The report shall provide complete information on the quantity and description of items purchased, services performed, and amounts paid to the Contractor under this Contract.The Contractor shall further provide to the Tucson Water Contract Representative a weekly status report of all pumps currently in their posession. 1.2 Pick-up and Delivery A. Contractor shall be responsible for pick-up and delivery of all pumps when and where requested by Tucson Water. The Contractor shall respond and make an appointment to inspect the pump with the Tucson Water Contract Representative or designee within five business days if the initial contact by Tucson Water. Contractor will provide a written estimate for repair services to the Tucson Water Representative or designee within two(2)business days from the date of inspection. B. The Contractor shall perform all pick-up and/or response activities within two business days of notification to proceed with the specific work task. In necessary instances, contractor shall contact Tucson Water in a minimum of two(2)working days prior to the delivery, to determine availability of Tucson Water's crane and/or forklift. Tucson Water does not guarantee its crane or forklift will be available. Contractor must have available sufficient resources to deliver or pick up pumps. C. The pumps shall be delivered banded or secured for easy removal by Contractor's or Tucson Water's { equipment. The contractor shall have sufficient vehicle/trailer capacity to transport pumps/equipment up to 5,000 lbs. and 30 ft. in length. D. Pick-up and delivery shall be F.O.B. Destination Freight Prepaid to and from various Tucson metropolitan locations. E. Contractor shall return completed repair items to the department within 10 business days from date of authorization to proceed, or department approval of estimate/quote unless agreed upon otherwise by both parties. F. Contractor may be requested to pick up disassembled pumps from City facilities. Alternatively, disassembled pumps may be delivered to Contractor by Tucson Water personnel. 1.3 Warranty A. Contractor shall warrant that all rebuilt or repaired equipment and parts furnished under this contract meet manufacturer's specifications and are free from defects in material and workmanship for no less than one(1)year from the date the equipment is reinstalled. B. Warranty shall include accepted trade standards of quality and fitness. It is the intent of the replacement/repair that the equipment performs within the tolerances as set forth by the original manufacturer for the intended uses, and conformance to promises or specified specifications. No other express or implied warranty shall eliminate the Contractor's liability as stated herein. C. Contractor shall warrant all labor involved in the repair of pumps and associated equipment for no less than one (1)year from the date the equipment is re-installed.This includes, but is not limited to, general, welding, and machine work labor. CITY OF TUCSON DEPARTMENT OF It. 3UREMENT l REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 4 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 1.4 Key Personnel A. The Contractor must have trained personnel and must have the equipment/supplies necessary to perform repairs on the pumps owned by the City of Tucson as per the specifications, terms and conditions of this contract. B. In the event that Tucson Water chooses to perform pump re-installation work, upon request, the Contractor shall provide a representative to be present to witness/review and approve the reinstallation of the pump (the reinstallation shall be performed by Tucson Water) to ensure compliance with the warranty. Upon request, the Contractor shall also be available to troubleshoot any problems that occur after the reinstallation of the equipment. C. The Contractor shall provide training upon the request of the Tucson Water Department. Training shall be in-classroom or in-the-field, as requested and shall consist of product_'nformation and support.Training shall be provided by staff who are trained to.provide such services. 1r•$-�try C i on S h a l l 10 e_ f Co Nit(1�a1? too (-v\C k`o r s- ` o r r a 5 lick-i�{ k r Act -rcianet Co J((.L 1j tit Q ry 2.0 PERFORMANCE REQUIREMENTS 2.1 Equipment A. The Contractor's facilities and equipment must be sufficient to handle pumps up to 18"in diameter, 30 ft. long, and 5,000 lbs. B. The Contractor shall have access to shop and/or fleet equipment inventory including but not limited to the following: 1. Lifting equipment (overhead crane, forklift) to safely move pumps, motor/pump combinations and accessories weighing up to two tons. 2. Cleaning capability(power wash, "steam cleaning", sandblasting equipment) 3. Machine tools, micrometers, gauges, etc. 4. Welding equipment(stick,TIG, MIG) 6. Hydraulic bearing pullers 7. Lathes, milling machine, drill press of sufficient size 8. Dynamic balancing equipment&stand of sufficient capacity 9. Test pit and equipment to run the pump 2.2 Overhaul and Repair Guidelines A. The Contractor shall perform all pump repairs according to the highest industry standards/guidelines as stated in Section 1.1 A above. B. Unless otherwise authorized by the Tucson Water Representative, all repaired vertical turbine pumping units shall have the exterior of the bowl assembly coated with an NSF-approved two-part W b��l epoxy paint system. If the column pipe is part of the repair scope of work, it shall be painted inside or o {ion-A" and out with an NSF-approved two-party epoxy paint system. Preparation of the painted surface shall be performed in accordance with the paint manufacturer's recommendation and shall, at a minimum, include sandblasting in accordance with SSPC-Sp6 (NACE #3) "Commercial Blast Cleaning". Applications of paint coatings and linings shall be performed in accordance with the paint manufacturer's technical data sheets. C. All repaired pumps shall have a separate metal tag screwed or riveted next to the manufacturer's original I.D. metal plate and shall state the Contractor's name, address, phone number and date of pump repair. D. Bearings shall be replaced with like components, regardless of condition. CITY OF TUCSON DEPARTMENT OF{H'OCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 5 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 E. If the column pipe needs to be replaced, the City will identify the type of column pipe (e.g., flanged or threaded)that the Contractor must use. F. Upon request, the Contractor shall conduct a non-witnessed, certified pump performance test after the repair work has been completed for both vertical turbine pumps of any size and centrifugal pumps 50 HP or larger. Testing shall be performed as described in the American National Standard/Hydraulic Institute Test Standards for Vertical Turbine Pumps ANSI/HI 2.6 — latest edition, and ANSI/HI 1.6 — latest edition, respectively. This non-witnessed pump performance test shall be conducted at a RPM equal to that of the pump's normal operating speed. Certified test data shall include, at a minimum, pumping capacity, head, efficiency, required horsepower, and net positive suction head required (NPSHr). This data shall be provided to the Tucson Water Department prior to the return of the equipment. G. Contractor shall provide an itemized cost sheet listing full details of repair and labor. This Summary Sheet shall be retained by the.Tucson Water Department as part of the maintenance history for that piece of equipment. H. Occasionally, it may be necessary for pump repair work to be performed on an emergency basis. During such an emergency situation, the Contractor may be required to work after normal business hours and/or on the weekend. Contractor shall refer to the hourly wage price schedule for approved charges. I. Contractor shall ensure that all work performed, and all materials provided, are in accordance with the previously referenced standards and as summarized in attachment A and B. 2.3 Estimate for Repair Services i Note: Each repair will be different and may not require the same level of refurbishing. A. When a pump requires repair, the Tucson Water Department will remove the pump from the application it is currently installed in and load it on to the Contractor's trailer to be hauled to the Contractor's shop for repair. Occasionally, the pump will be taken to a Tucson Water shop facility, 501 West 18th Street, Building 4 OR 4401 South Tucson Estates Parkway, and arrangements will be made for the Contractor to pick up the pump from a Tucson Water shop. 1. On occasion, the Tucson Water Department will disassemble and inspect the pump at the Tucson Water Department's shop. Within four (4) days of the initial request by Tucson Water, Contracted vendors will come to Tucson Water's shop, inspect the pump, and provide a detailed (to include a breakdown of parts and or repairs needed and an estimate of time needed to perform those repairs) quotation for repairing the pump. Tucson Water will identify the date and time by which all Contractors must come and inspect the pump. Tucson Water will also identify the date and time by which the quotation must be submitted. Requests to inspect the pump AFTER the date and time specified, or to provide a quotation AFTER the date and time specified, may be denied. Tucson Water shall award the repair job to the Contractor whose estimate is deemed to be most advantageous to the City. 2. Tucson Water may choose not to disassemble the pump at their shop. Tucson Water may choose to select a single Contractor to provide a quotation. If so, Tucson Water will contact the Contractor, who will pick up the pump from the Tucson Water. The Contractor will then inspect the pump and take it apart at the Contractor's location and provide a detailed quotation to Tucson Water. Tucson Water will identify the date and time by which the Contractor must come and pick up the pump. Tucson Water will also Identify the date and time by which the quotation must be submitted. 3. Based on the cost of the repairs, number of days req uired quired for the repairs, and other factors as deemed important by the Tucson Water Department in the particular repair job at hand, the City may determine that it is more advantageous to replace the pump rather than repair it. For this reason, no work shall commence until the City provides a Notice To Proceed with the work as CITY OF TUCSON DEPARTMENT OF wUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA, 6TH FLOOR,TUCSON,AZ 85701 PAGE 6 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 outlined in the estimate. When the repair of the pump components below the discharge head is not cost effective, the City may elect to purchase new components below the discharge head. 4. If a Contractor provides an estimate, but the City does not provide a notice to proceed with the repair work, that Contractor shall be allowed to invoice the City for the tear down and the estimate. The City may request that the disassembled pump be returned and in this case freight charges will be borne by City. No additional costs will be charged to the City. 5. The City reserves the right to make a determination, at any time during the repair process, to replace the pump with a new one. If repair services have already commenced, the Contractor shall be allowed to invoice the City for any repair services that have already been performed. Contractor shall be required to submit documentation to show the work that has already been performed. Upon termination of the repair job, all pumps and parts will be returned to the City. 6. The standard time frame for repair after provided release shall be 10 working days unless stated otherwise by Tucson Water personnel. 7. In some cases, the Water Department will request expedited service and repair time shall not exceed four(4)working days when requested. 8. When the repair of the pump components below the discharge head is not cost effective,the City may elect to purchase new components below the discharge head. 9. If new components are required, a shop drawing of the new component assembly shall be required showing every noteworthy detail of the new assembly. For the pumping unit, this includes, but is not limited to, a pump curve showing the relationship between capacity, head, bowl efficiency, horsepower, thrust and the required Net Positive Suction Head(NPSHr). 10. Working days shall be Monday through Friday, excluding Saturday, Sunday, and holidays. Repair time will begin when the notice to proceed is given to the Contractor. Repair time ends when the repaired pump is delivered to the City, either to a Tucson Water shop facility or delivered to a City installed pump location. 2.4 Emergency Response Estimate/Repair A. Designated Contractor Representative shall respond via telephone to problems reported by City personnel within two(2)hours of initial contact, 7 days a week,24 hours a day. B. Contractor shall arrive on the site of a reported problem with required crew and transportation available to respond to emergencies, after hours, holidays and weekends within four (4) hours of initial contact. C. Contractor shall inspect and repair the equipment within four(4) days of initial contact by City personnel. Examples of emergency repair work are as follows: 1. Diagnose motor, electrical and pumping problems and make recommendations for repair. 2. Remove and replace of motors and pumps. 3. Evaluate system water flow and supply problems. 4. Diagnose and make recommendations for repair/replacement of system components and/or pump injection systems. D. City on-site personnel shall have the authority to accept or decline Contractor's recommendations. E. The standard time frame for repair after provided release shall be 10 working days unless stated i otherwise. F. In some cases, the Water Department will request expedited service and repair time, including pick up, disassembly, inspection and delivery, and shall not exceed four(4)calendar days when requested CITY OF TUCSON DEPARTMENT OF l.. ,,UREMENT L REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 7 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 INSTRUCTIONS TO OFFERORS 1. DEFINITION OF KEY WORDS USED IN THE SOLICITATION: For purposes of this solicitation and subsequent contract, the following definitions shall apply: City:The City of Tucson,Arizona Contract: The legal agreement executed between the City and the Contractor/Consultant. The Contract shall Include this RFP document incorporated herein by reference, all terms, conditions, specifications, scope of work, Amendments, the Contractor's offer and negotiated items as accepted by the City. Contractor/Consultant: The individual, partnership, or corporation who, as a result of the competitive solicitation process, is awarded a contract by the City. Contract Representative: The City employee or employees who have specifically been designated to act as a contact person or persons to the Contractor, and is responsible for monitoring and overseeing the Contractor's performance under this Contract. Director of Procurement: The contracting authority for the City, authorized to sign contracts and amendments thereto on behalf of the City. May: Indicates something that is not mandatory but permissible. Offeror:The individual, partnership,or corporation who submits a proposal in response to a solicitation. Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements, if they constitute a substantive requirement, may,at the City's sole discretion, result in the rejection of a proposal as non-responsive. Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide recommended information, the City may, at its sole option, ask the Offeror to provide the information or evaluate the proposal without the information. 2. PRE-PROPOSAL CONFERENCE: If scheduled, the date and time of a Pre-Proposal conference is indicated on the cover page of this document. Attendance at this conference is not mandatory. Written minutes and/or notes will not be available, therefore attendance is encouraged. If an Offeror is unable to attend the Pre-Proposal Conference questions may be submitted in writing. Offerors are encouraged to submit written questions, via electronic mail or facsimile, at least five days prior to the Request for Proposal due date to the Contract Officer listed above. The purpose of this conference will be to clarify the contents of this Request for Proposal in order to prevent any misunderstanding of the City's position. Any doubt as to the requirements of this Request for Proposal or any apparent omission or discrepancy should be presented to the City at this conference. The City will then determine the appropriate action necessary, if any, and may issue a written amendment to the Request for Proposal. Oral statements or instructions will not constitute an amendment to this Request for Proposal. 3. INQUIRIES: Any question related to the Request for Proposal shall be directed to the Contract Officer whose name appears above. An offeror shall not contact or ask questions of the department for whom the requirement is being procured. The Contract Officer may require any and all questions be submitted in writing. Offerors are encouraged to submit written questions via electronic mail or facsimile, at least five days prior to the proposal due date. Any correspondence related to a solicitation should refer to the appropriate Request for Proposal number, page and paragraph number. An envelope containing questions should be identified as such, otherwise it may not be opened until after the official proposal due date and time. Oral interpretations or clarifications will be without legal effect. Only questions answered by a formal written amendment to the Request for Proposal will be binding. 4, AMENDMENT OF REQUEST FOR PROPOSAL: The Offeror shall acknowledge receipt of a Request for Proposal Amendment by signing and returning the document by the specified due date and time. 5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial adjustment, other than that provided by the subsequent Contract,for lack of such familiarization. 6. PREPARATION OF PROPOSAL: A. All proposals shall be on the forms provided in this Request for Proposal package. it is permissible to copy these forms as required. Facsimiles or electronic mail proposals shall not be considered. B. At a minimum, your proposal should include the signed Offer and Acceptance form, signed copies of any solicitation amendments,completed Price Page and your response to all evaluation criteria. C. The Offer and Acceptance page shall be signed by a person authorized to submit an offer.An authorized signature on the Offer and Acceptance page, Proposal Amendment(s), or cover letter accompanying the proposal documents shall constitute an irrevocable offer to sell the good and/or service specified herein. Offeror shall submit any additional requested documentation, signifying intent to be bound by the terms of the agreement. CITY OF TUCSON DEPARTMENT OF Pd, .:,UREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 8 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-41391 FAX:(520)791-4735 . D. The authorized person signing the proposal shall initial erasure, interlineations or other modifications on the proposal. i E. In case of error in the extension of prices in the proposal,unit price shall govern when applicable. F. Periods of time, stated as a number of days, shall be in calendar days. G. It is the responsibility of all offerors to examine the entire Request for Proposal package and seek clarification of any requirement that may not be clear and to check all responses for accuracy before submitting a proposal. Negligence in preparing a proposal confers no right of withdrawal after due date and time. H. The City shall not reimburse the cost of developing, presenting, submitting or providing any response to this solicitation. I. Offeror must list any subcontractors to be utilized in the performance of the services specified herein. For each subcontractor, details on respective qualifications must be included. 7. PAYMENT DISCOUNTS: Payment discount periods shall be computed from the date of receipt of the material/service or correct invoice, whichever is later, to the date City's payment warrant is mailed. Unless freight and other charges are itemized, any discount provided shall be taken on full amount of invoice. Payment discounts of twenty-one calendar days or more shall be deducted from the proposed price in determining the price points. However, the City shall be entitled to take advantage of any payment discount offered by a vendor provided payment is made within the discount period.The payment discount shall apply to all purchases and to all payment methods. 8. TAXES: The City of Tucson is exempt from federal excise t x, including.the federal transportation tax. 9. PROPOSAL/SUBMiTTAL FORMAT: An original an /copies ( /total) of each proposal should be submitted on the forms and in the format specified in the RFP. Offerors shall also submit one electronic copyof the proposal on cd, disc or zip disc in MS Office 2003 or.pdf format. Any confidential information shall be submitted on a separate cd, disc or zip disc.The original copy of the proposal should be clearly labeled "Original" and shall be single-sided, three hole punched and in a binder. The material should be in sequence and related to the RFP. The sections of the submittal should be tabbed, clearly identifiable and should include a minimum of the following sections: the completed Offer and Acceptance Form, all signed Amendments, a copy of this RFP document and the Offeror's response to the Evaluation Criteria Including the completed Price Page. Failure to include the requested information may have a negative Impact on the evaluation of the offeror's proposal. 10. EXCEPTIONS TO CONTRACT PROVISIONS: A response to any Request for Proposal is an offer to contract with the City based upon the contract provisions contained in the City's Request for Proposal, including but not limited to, the specifications, scope of work and any terms and conditions. Offerors who wish to propose modifications to the contract provisions must clearly identify the proposed deviations and any proposed substitute language. The provisions of the Request for Proposal cannot be modified without the express written approval of the Director or his designee. If a proposal or offer is returned with modifications to the contract provisions that are not expressly approved in writing by the Director or his designee, the contract provisions contained in the City's Request for Proposal shall prevail. 11. PUBLIC RECORD: All proposals submitted in response to this Request for Proposal shall become the property of the City and shall become a matter of public record available for review subsequent to the award notification. 12. CONFIDENTIAL INFORMATION: The City of Tucson is obligated to abide by all public information laws. if an Offeror believes that any portion of a proposal, offer, specification, protest or correspondence contains information that should be withheld, a statement advising the Contract Officer of this fact should accompany the submission and the information shall p Y be so identified wherever it appears. The City shall review all requests for confidentiality and may provide a written determination to designate specified documents confidential or the request may be denied. Price is not confidential and will not be withheld. If the confidential request is denied, such information shall be disclosed as public information, unless the offeror submits a formal written objection. 13. CERTIFICATION: By signature on the Offer and Acceptance page, solicitation Amendment(s),or cover letter accompanying the submittal documents,Offeror certifies: A. The submission of the offer did not involve collusion or other anti-competitive practices. B. The Offeror shall not discriminate against any employee or applicant for employment in violation of Federal or State law. C. The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, meal or service to a public servant in connection with the submitted offer. D. The Offeror hereby certifies that the individual signing the submittal is an authorized agent for the Offeror and has the authority to bind the Offeror to the Contract. CITY OF TUCSON DEPARTMENT OF 14 ,UREMENT tEQUEST FOR PROPOSAL NO, 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 9 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 ( 14. WHERE TO SUBMIT PROPOSALS: In order to be considered, the Offeror must complete and submit its proposal to the City of Tucson Department of Procurement at the location indicated, prior to or at the exact date and time indicated on the Notice of Request for Proposal page. The Offeror's proposal shall be submitted in a sealed envelope. The words"SEALED PROPOSAL" with the REQUEST FOR PROPOSAL TITLE, REQUEST FOR PROPOSAL NUMBER, PROPOSAL DUE DATE AND TIME and OFFEROR'S NAME AND ADDRESS shall be written on the envelope. 15. LATE PROPOSALS: Late proposals will be rejected. 16. OFFER AND ACCEPTANCE PERIOD: In order to allow for an adequate evaluation, the City requires an offer In response to this solicitation to be valid and irrevocable for ninety(90)days after the proposal due date and time. 17. WITHDRAWAL OF PROPOSAL: At any time prior to the specified solicitation due date and time, an offeror may formally withdraw the proposal by a written letter, facsimile or electronic mail from the Offeror or a designated representative. Telephonic or oral withdrawals shall not be considered. 18. DISCUSSIONS: The City reserves the right to conduct discussions with offerors for the purpose of eliminating minor Irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify an offer and assure full understanding of,and responsiveness to, solicitation requirements. 19. CONTRACT NEGOTIATIONS: Exclusive or concurrent negotiations may be conducted with responsible offeror(s) for the purpose of altering or otherwise changing the conditions, terms and price of the proposed contract unless prohibited. Offerors shall be accorded fair and equal treatment in conducting negotiations and there shall be no disclosure of any information derived from proposals submitted by competing offerors. Exclusive or concurrent negotiations shall not constitute a contract award nor shall it confer any property rights to the successful offeror. In the event the City deems that negotiations are not progressing, the City may formally terminate these negotiations and may enter Into subsequent concurrent or exclusive negotiations with the next most qualified firm(s). 20. VENDOR APPLICATION: Prior to the award of a Contract,the successful offeror shall register with the City's Department of Procurement. Registration can be completed at htto://www.tucsonorocurement.com/ by clicking on Vendor Services. Please note that email notifications of newly published solicitations and amendments will be provided to those vendors that select email as their preferred delivery method in their vendor record. 21. CITY OF TUCSON BUSINESS LICENSE: It is the responsibility of the Contractor to have a City of Tucson Business License throughout the life of this contract or a written determination from the City's Business License Section that a license is not required. At any time during the contract, the City may request the Contractor to provide a valid copy of the business license or a written determination that a business license is not required. Application for a City Business License can be completed at http://www.tucsonaz.gov/etax. For questions contact the City's Business License Section at(520)791-4566 or email at tax-license(a�tucsonaz.gov. 22. UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign and file with the City, within five (5) days after Notice of Intent to Award,all documents necessary to the successful execution of the Contract. 23. AWARD OF CONTRACT: Notwithstanding any other provision of the Request for Proposal,the City reserves the right to: (1)waive any immaterial defect or informality;or (2)reject any or all proposals,or portions thereof; or (3)reissue the Request for Proposal. A response to this Request for Proposal is an offer to contract with the City based upon the terms, conditions and Scope of Work contained in the City's Request for Proposal. Proposals do not become contracts unless and until they are executed by the City's Director of Procurement and the City Attorney. A contract has its inception in the award, eliminating a formal signing of a separate contract. All of the terms and conditions of the contract are contained in the Request for Proposal, unless any of the terms and conditions are modified by a Request for Proposal amendment, a Contract Amendment, or by mutually agreed terms and conditions in the Contract documents. 24. PROPOSAL RESULTS: The name(s) of the successful offeror(s) will be posted on the Procurement Department's Internet ( site at htto://www.tucsonorocurement.com/upon issuance of a Notice of Intent to Award or upon final contract execution. CITY OF TUCSON DEPARTMENT OF PF(. ,UREMENT tEQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 10 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 25. PROTESTS: A protest shall be In writing and shall be filed with the Director of Procurement. A protest of a Request for Proposal shall be received at the Department of Procurement not less than five (5) working days before the Request for Proposal due date. A protest of a proposed award or of an award shall be filed within ten (10) days after issuance of notification of award or issuance of a notice of intent to award,as applicable.A protest shall include: A. The name,address, and telephone number of the protestant; B. The signature of the protestant or Its representative; C. Identification of the Request for Proposal or Contract number; D, A detailed statement of the legal and factual grounds of protest including copies of relevant documents;and E. The form of relief requested. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 11 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 ( PROPOSAL EVALUATION REQUIREMENTS I. PROPOSAL EVALUATION CRITERIA--(listed in relative order of importance) A. Method of Approach B. Qualifications& Experience C. Price Proposal Il. REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials presented in response to this Request for Proposal should be submitted in the same order as requested and must contain, at a minimum, the following: A. Method of Approach 1. Provide a point-by-point response to each paragraph of the SCOPE OF WORK section of this document. For each Paragraph (Paragraphs 1.1.A through 2.4), offeror shall specify their understanding of the paragraph. Alternately, if offeror cannot comply with the requirements of a paragraph or an item herein, offeror shall indicate their non-compliance with the paragraph and shall explain how they intend to meet the City's needs. Offeror is encouraged to elaborate on how they intend to meet the requirements of Tucson Water. B. Qualifications&Experience 1. Provide a brief history of the firm. 2. Include a detailed description of the in-house shop inventory referenced in Section 2.1.B of the Scope of Work. Specifically identify the offeror's in-house equipment and that which will be accessed through subcontractors. 3. Identify your key personnel and the positions they will hold in the performance of services under the contract. 4. Provide resumes that demonstrate the qualifications and experience of key personnel, such as the people who will be performing the repair work, providing the in-classroom and in-the-field training, factory or industry specialty certification(s), supervisors, etc. 5. Provide the information requested in Items 1 —4 above for all proposed subcontractors. 6. Include the name and contact information for the person who would be Tucson Water's main point of contact for requesting estimates, scheduling repair jobs, coordinating pick-ups/deliveries, etc. 7. Provide at least three (3) references for work that is similar in scope and has been performed within the last 3 years to the Scop,e of Work of tljs Contract. The three references must not be from Tucson Water. 6 e.e_ K� ere,Ace3""I #-b Reference#1: Company Name:1D A,v one+W► , f -fa/Le s�— Address: Vtk►V i „ 4,via ip "92 I rLQ 5.4- 'rug n S cicr? Contact Person/Title: Rio 'yvkMte,Li , Phone & Email Address: ,),o AAA 1 Reference#2: Company Name: GAM,C-0 Q.,j (r0 t n� Ke t"d i (..e j t� )41-t v tiiv4 Address: '�O o t� 1Q i .., L n O�\ > b Oo '1 Contact Person/Title: &.rtA.- Phone & Email Address: t -. \iste. , tor' Reference #3: Company Name: PNvIk 10/11c1\} C f— fk1 9e,p tZ'r (jon-lruc.- - Address: fut.* 14+10e0 i+ 1,1101 S G(11-4e. a)v 8c"i 3 Contact Person/Title: brikk, t ,'c 1 ri 6 ZFok l n ku-h.O1 *A Phone & Email Address:5)-0•`'h_ - Y16 brad, 01 -s 91 ��� ffitviA.N50Y 8. Offeror shall provide the name and contact information for the person that should be contacted in the case of emergency repair work. 9. What is the value of your total local inventory to support this requirement? CITY OF TUCSON DEPARTMENT OF PIt ;UREMENT AEQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 12 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 10, The Offeror shall specify the product lines it represents and the product lines it is authorized to distribute for. Supply a letter of authorization from suppliers proposed on the Price Page item #3. 11. Provide description of local fleet vehicles and outfitted with what major equipment. C. Price Proposal 1. Provide price proposal as requested on the Price Pages attached herein. 2. All prices on Line Items 1 through 5 on the Price Page shall be held firm for one year from the date of award. Price adjustments shall only be considered once per year at renewal, in accordance with Paragraph 4 of the Special Terms and Conditions. 3. The discount offered from Manufacturer's list price indicated on Line Item 4 of the Price Page shall be held firm for the life of the entire contract, including all renewal periods. The City recognizes that the manufacturer may publish a new price list, but the discount off of the price list will remain constant. 4. On average, how often does your supplier(s) publish a new price list? 1A-Kr3 a..11 y 5. As stated in the Instructions to Offerors, 7. Discounts, the price(s) herein can be discounted by %, if payment is made within 30 days. These payment terms shall apply to all purchases and to all payment methods. 6. Cooperative Purchasing Program: Will your firm provide the City of Tucson, as the lead agency on this regional contract, a rebate in the form of a percentage of sales based upon the other agencies sales? Yes No If yes, state proposed percentage: cyo 7. Will payment be accepted via commercial credit card? I Yes No a. If yes, can commercial payment(s)be made online? • Yes ( No b. Will a third party be processing the commercial credit card payment(s)? Yes >( No c. If yes, indicate the flat fee per transaction $ (as allowable, per Section 5.2.E of Visa Operating Regulations). d. If"no"to above, will consideration be given to accept the card? Yes No 8, Does your firm have a City of Tucson Business License? X Yes No If yes, please provide a copy of your City of Tucson Business license. III. GENERAL A. Shortlist: The City reserves the right to shortlist the offerors on the stated criteria. However, the City may determine that shortlisting is not necessary. B. Interviews: The City reserves the right to conduct interviews or site visits with some or all of the offerors at any point during the evaluation process. However, the City may determine that interviews or site visits are not necessary. In the event interviews or site visits are conducted, information provided during the process shall be taken into consideration when evaluating the stated criteria. The City shall not reimburse the offeror for the costs associated with the interview process. C. Additional Investigations: The City reserves the right to make such additional investigations as it deems necessary to establish the competence and financial stability of any offeror submitting a proposal. D. Prior Experience: Experiences with the City and entities that evaluation committee members represent and that are not specifically mentioned in the solicitation response may be taken into consideration when evaluating offers. E. Multiple Awards: To provide adequate contract coverage, at the City's sole discretion, multiple awards may be made. CITY OF TUCSON DEPARTMENT OF PI{ ;UREMENT f AEQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 13 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 l SPECIAL TERMS AND CONDITIONS 1. FOB DESTINATION FREIGHT PREPAID: Prices shall be FOB Destination Freight Prepaid to the delivery location designated. Contractor shall retain title and control of all goods until they are delivered and the Contract of coverage has been completed. All risk of transportation and all related charges shall be the responsibility of the Contractor. All claims for visible or concealed damage shall be filed by the Contractor. The City will assist the Contractor in arranging for inspection. 2. INSURANCE: The Contractor agrees to: A. Obtain insurance coverage of the types and amount required in this section and keep such insurance coverage in force throughout the life of this contract. All policies will contain an endorsement providing that written notice be given to the City at least thirty (30) calendar days prior to termination, cancellation, or reduction in coverage in any policy. B. The Comprehensive General Liability Insurance and Comprehensive Automobile Liability Insurance policies will include the City as an additional insured with respect to liability arising out of the performance of this contract. Such additional insured shall be covered to the full limits of liability purchased by the Contractor, even if those limits of liability are in excess of those required by this Contract.The Contractor agrees that the insurance hereunder will be primary and that any insurance carried by the City will be excess and not contributing. C. Provide and maintain minimum insurance limits as applicable. COVERAGE LIMITS OF LIABILITY . _ '.+�' ::•{.•. .lC:•yr:.;�'�,... _ .'^.� -:5:�fir.5<=�',_' c:�' may{.1`. r:r-:`, =(-•`%•d'�rci max- . y... ;'i>: .1 . >`iYy y » -:X... --,�-. - x'1'•` 'CY♦ ...d.,.� .,xi,:-.,'`'S 5 -:E-? y: -_1 1,,, .`..d:S.:b_'..4 s-:'Fi T f'.3' l f:,Yi:l, �{p h We..' .Y Y•e.�.. J:_•,r_ al� i'''ielal:,;L��.4i�t.YY... � T 1 4 f >y� -1t ..�: .3..:...�•]rv.�t�d.g4�,c-,:?'�'.,Y_'4J .f X Policy shall include Bodily Injury, Property Damage, Personal Injury and Broad Form Contractual Liability Each Occurrence $1,000,000 General Aggregate Per Project $2,000,000 Products &Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $1,000,000 Blanket Contractual Liability $1,000,000 1; 64 it `erfiratTA fd06l 04 L00I6rlity Policy shall include Bodily Injury and Property Damage, for any owned, Hired, and/or Non-owned vehicles used in the operation, installation and maintenance of facilities under this agreement. Combined Single Limit $1,000,000 Per Occurrence Statutory Employer's Liability $1,000,000 Disease Each Employee $1,000,000 Disease Policy Limit $1,000,000 *1 Sole Proprietor/Independent Contractor designation is given to those who desire to waive their rights for workers'compensation coverage and benefits as outlined in ARS§23-901 and specifically ARS§23-961(0). If applicable,please request the Sole Proprietor/Independent Contractor form from the Contract Officer listed in the solicitation. D. ADDITIONAL INSURANCE REQUIREMENTS: All policies shall include, or be endorsed to include, the following provisions: 1. A waiver of subrogation endorsement in favor of the City of Tucson, for losses arising from work performed by or on behalf of the Contractor. 2. The insurance afforded the contractor shall be primary insurance and that any insurance carried by the City of Tucson and its agents, officials or employees shall be excess and not contributory. CITY OF TUCSON DEPARTMENT OF P( JUREMENT I REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 14 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 3. Coverage provided by the Contractor shall not be limited to the liability assumed under the indemnification provisions of this Contract. E. NOTICE OF COVERAGE MODIFICATIONS: Any changes material to compliance with this contract in the insurance policies above shall require (30)days written notice to the City of Tucson. Such notice shall be sent directly to the Department of Procurement. F. ACCEPTABILITY OF INSURERS: Contractors insurance shall have an "A.M. Best" rating of not less than A- VII. The City of Tucson in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. G. VERIFICATION OF COVERAGE: Contractor shall furnish the City of Tucson with certificates of insurance (ACORD form or equivalent approved by the City of Tucson) as required by this Contract. The certificates for each insurance policy are to be signed by an authorized representative. All certificates and endorsements are to be received and approved by the City of Tucson before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work and remain in effect for the duration of the contract and two (2) years after completion. Failure to maintain the insurance policies as required by this Contract, or to provide evidence of renewal upon the City's request, is a material breach of contract. All certificates required by this Contract shall be sent directly to the Department of Procurement. The City of Tucson project/contract number and project description shall be noted on the certificate of insurance. The City of Tucson reserves the right to require complete copies of all insurance policies required by this Contract at any time. f H. SUBCONTRACTORS: Contractors' certificate(s) shall include all subcontractors as insureds under its policies or Contractor shall furnish to the City of Tucson separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to the minimum requirements identified above. I. EXCEPTIONS: In the event the Contractor or sub-contractor(s) is/are a public entity, then the Insurance Requirements shall not apply. Such public entity shall provide a Certificate of Self-Insurance. 3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall remain in effect for a period of one (1) year, unless terminated, canceled or extended as otherwise provided herein. The Contractor agrees that the City of Tucson shall have the right, at its sole option, to renew the Contract for four (4) additional one-year periods or portions thereof. f. In the event that the City exercises such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply during the renewal period with the possible exception of price and minor scope additions and/or deletions. 4. PRICE ADJUSTMENT: The City will review fully documented requests for price adjustment after any Contract has been in effect for one (1)year. Any price adjustment will only be made at the time of Contract renewal and/or extension and will be a factor in the extension review process. The City will determine whether the requested price adjustment or an alternate option, is in the best interest of the City. Any price adjustment will be effective upon the effective date of the Contract extension. 5. COOPERATIVE PURCHASING: Any Contract resulting from this solicitation shall be for the use of the City of Tucson. In addition, public and nonprofit agencies that have entered into a Cooperative Purchasing Agreement with the City of Tucson's Department of Procurement are eligible to participate in any subsequent Contract. See http://www.tucsonprocurement.com/coop partners.aspx and click on Cooperatives for a list of the public and nonprofit agencies that have currently entered into Cooperative Purchasing Agreements with the City of Tucson. Additionally, this contract is eligible for use by the Strategic Alliance for Volume Expenditures(SAVE)cooperative. See http://www.maricopa.gov/MaterialsjPubDocuments/SAVE-members.pdf for a listing of participating agencies. The parties agree that these lists are subject to change. CITY OF TUCSON DEPARTMENT OF PI .A.REMENT ( AEQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 15 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Any orders placed to, or services required from, the successful Contractor(s) will be requested by each participating agency. Payment for purchases made under this agreement will be the sole responsibility of each participating agency.The Contractor may negotiate additional expenses incurred as a result of participating agencies' usage of this contract(i.e.,freight charges, travel related expenses, etc.). The City shall not be responsible for any disputes arising out of transactions made by others. The Contractor(s) will provide an electronic copy of the complete Contract to the City of Tucson Department of Procurement upon receipt of the Notice of Intent to Award. At the City's request, the successful Contractor(s) may also be requested to provide an electronic copy of the complete Contract to a participating agency. CITY OF TUCSON DEPARTMENT OF P, .:UREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 16 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 STANDARD TERMS AND CONDITIONS 1. ADVERTISING: Contractor shall not advertise or publish Information concerning this Contract without prior written consent of the City's Director of Procurement. 2. AFFIRMATIVE ACTION: Contractor shall abide by the provisions of the Tucson Procurement Code Chapter 28,Article XII. 3. AMERICANS WITH DISABILITIES ACT: The Contractor shall comply with all applicable provisions of the Americans with Disabilities Act(Public Law 101-336, 42 U.S.C. 12101, et seq.)and applicable Federal regulations under the Act. 4. APPLICABLE LAW:This Contract shall be governed, and the City and Contractor shall have all remedies afforded to each, by the Tucson Procurement Code and the law of the State of Arizona. State law claims shall be brought only in Pima County Superior Court. 5. ASSIGNMENT-DELEGATION: No right or interest in this Contract shall be assigned by the Contractor without prior written permission of the City, and no delegation of any duty of the Contractor shall be made without prior written permission of the City's Director of Procurement. The City shall not unreasonably withhold approval and shall notify the Contractor of the City's position by written notice. 6. CHILD/SWEAT-FREE LABOR POLICY: The Contractor shall comply with all applicable provisions of the United States Federal and State Child Labor and Worker's Right laws and agrees If called upon to affirm in writing, that they, and any subcontractor involved in the provision of goods to the City,are in compliance. 7. CLEAN UP: The Contractor shall at all times keep the contract area, including storage areas used by the Contractor, free from accumulation of waste material or rubbish and, prior to completion of the work, remove any rubbish from the premises and all tools, scaffolding, equipment and materials not property of the City. Upon completion of the repair, the Contractor shall leave the work and premises in clean, neat and workmanlike condition. 8. COMMENCEMENT OF WORK: The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives purchase order or is otherwise directed to do so, in writing, by the City. 9. CONFIDENTIALITY OF RECORDS: The Contractor shall establish and maintain procedures and controls that are acceptable to the City for the purpose of assuring that no information contained in its records or obtained from the City or from others in carrying out its functions under the Contract shall be used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform duties under the Contract, Persons requesting such Information should be referred to the City. Information pertaining to individual persons shall not be divulged other than to employees or officers of Contractor as needed for the performance of duties under the Contract, unless otherwise agreed to in writing by the City. 10. CONTRACT AMENDMENTS: The Procurement Department has the sole authority to: A. Amend the contract or enter into supplemental verbal or written agreements; B. Grant time extensions or contract renewals; C. Otherwise modify the scope or terms and provisions of the contract. This Contract shall only be modified with the approval of the Department of Procurement. Except in the case of a documented emergency, approval must be granted prior to performance. Any contract modification not explicitly approved by the Procurement Department through a written contract amendment or change order is performed at the sole risk of the Contractor and may not be eligible for payment by the City. 11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the City and the Offer submitted by the Contractor In response to the Request for Proposal. The offer shall substantially conform to the terms, conditions, specifications and other requirements set forth within the text of the Request for Proposal. The City reserves the right to clarify any contractual terms with the concurrence of the Contractor; however,any substantial non-conformity in the offer, as determined by the City's Director of Procurement, shall be deemed non-responsive and the offer rejected. The Contract shall contain the entire agreement between the City of Tucson and the Contractor relating to this requirement and shall prevail over any and all previous agreements, contracts, proposals, negotiations, purchase orders, or master agreements in any form. 12. DEFAULT iN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver conforming materials in each installment or lot of this Contract and may not substitute nonconforming materials. Delivery of nonconforming materials, or default of any nature, may constitute breach of the Contract. Noncompliance may be deemed a cause for possible Contract termination. CiTY OF TUCSON DEPARTMEN'(. PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 17 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 13. DUPLEXEDIRECYCLED PAPER: In accordance with efficient resource procurement and utilization policies adopted by the City of Tucson, the Contractor shall ensure that, whenever practicable, all printed materials produced by the Contractor in the performance of this Contract are duplexed(two-sided copies), printed on recycled paper and labeled as such. 14. EXCLUSIVE POSSESSION: All services, information, computer program elements, reports and other deliverables created under this Contract are the sole property of the City of Tucson and shall not be used or released by the Contractor or any other person except with prior written permission by the City. 15. FEDERAL IMMIGRATION LAWS AND REGULATIONS: Contractor warrants that it complies with all Federal Immigration laws and regulations that relate to its employees and complies with A.R.S. § 23-214(A) and that it requires the same compliance of all subcontractors under this Contract. Contractor acknowledges that pursuant to A.R.S. § 41-4401 and effective September 30, 2008, a breach of this warranty is a material breach of this Contract subject to penalties up to and including termination of this Contract. The City retains the legal right to audit the records of the Contractor and inspect the papers of any employee who works for the Contractor to ensure compliance with this warranty and the Contractor shall assist in any such audit. The Contractor shall include the requirements of this paragraph in each contract with subcontractors under this Contract. If the Contractor or subcontractor warrants that it has complied with the employment verification provisions prescribed by sections 274(a)and 274(b)of the Federal Immigration and Nationality Act and the E-verify requirements prescribed by A.R.S. §23-214(A),the Contractor or subcontractor shall be deemed to be in compliance with this provision. The City may request proof of such compliance at any time during the term of this Contract by the Contractor and any subcontractor. 16. FORCE MAJEURE: Except for payment of sums due, neither party shall be liable to the other nor deemed in default under this Contract if and to the extent that such party's performance of this Contract is prevented by reason of Force Majeure. The term "Force Majeure" means an occurrence that is beyond the control of the party affected and occurs without Its fault or negligence. Force Majeure shall not include late performance by a subcontractor unless the delay arises out of a Force Majeure occurrence in accordance with this Force Majeure term and condition. If either party is delayed at any time in the progress of the work by Force Majeure, the delayed party shall notify the other party in writing of such delay, as soon as is practical, of the commencement thereof and shall specify the causes of such delay in such notice. Such notice shall be hand-delivered or mailed certified-return receipt and shall make a specific reference to this article, thereby invoking its provisions. The delayed party shall cause such delay to cease as soon as practicable and shall notify the other party in writing when it has done so. The time of completion shall be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed party from performing in accordance with this Contract. 17. GRATUITIES: The City may, by written notice to the Contractor, terminate this Contract if it is found that gratuities, in the form of entertainment, gifts, meals or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor, to any officer or employee of the City amending, or the making of any determinations with respect to the performing of such Contract. in the event this Contract is terminated by the City pursuant to this provision, the City shall be entitled,in addition to any other rights and remedies, to recover or withhold from the Contractor the amount of the gratuity. 18. HUMAN RELATIONS: Contractor shall abide by the provisions of the Tucson City Code Chapter 28,Article XII, 19. INDEMNIFICATION: To the fullest extent permitted by law, Contractor, its successors, assigns and guarantors, shall pay, defend, indemnify and hold harmless City of Tucson, its agents, representatives, officers, directors, officials and employees from and against all allegations, demands, proceedings, suits, actions, claims, including claims of patent or copyright infringement, damages, losses, expenses, including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all claim adjusting and handling expense, related to, arising from or out of or resulting from any actions, acts, errors, mistakes or omissions caused in whole or part by Contractor relating to work, services and/or products provided in the performance of this Contract, including but not limited to, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable and any injury or damages claimed by any of Contractor's and Subcontractor's employees. It is agreed that Contractor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. The Contractors agrees to waive all rights of subrogation against the City of Tucson, it's agents, representatives, officers, directors, officials, employees and volunteers for losses arising from the work performed by the Contractor for the City of Tucson. Contractor is responsible for compliance with the Patient Protection and Affordable Care Act (ACA), for its employees in accordance with 26 CFR §54. 4980H. Additionally, Contractor is responsible for all applicable IRS reporting requirements related to ACA. If Contractor or any of Contractor's employees is certified to the City as having received a premium tax credit or cost sharing reduction which contributes to or triggers an assessed penalty against the City, or Contractor fails to CITY OF TUCSON DEPARTMEN1 PROCUREMENT ( REQUEST FOR PROPOSAL NO,151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 18 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-41391 FAX:(520)791-4735 meet reporting requirements pursuant to section 6056 resulting in a penalty to City, Contractor indemnifies City from and shall pay any assessed tax penalty. 20. INDEPENDENT CONTRACTOR: It is understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose. The Contractor shall not be entitled to compensation in the form of salaries, holidays, paid vacation, sick days, or pension contributions by the City. The City of Tucson will not provide any insurance coverage to the Contractor, including Worker's Compensation coverage. The Contractor is advised that taxes, social security payments, and other withholdings shall not be withheld from a City payment issued under this Contract and that Contractor should make arrangements to directly pay such expenses. Contractor is responsible for compliance with the Affordable Care Act for Contractor and any of Contractor's employees. 21. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection and acceptance by the City. Material or service failing to conform to the specifications of this Contract shall be held at the Contractor's risk and may be returned to the Contractor. If returned, all costs are the responsibility of the Contractor. Noncompliance may be deemed a cause for possible Contract termination. 22. INTERPRETATION-PAROLE EVIDENCE: This Contract is intended by the parties to be a final expression of their agreement and Is intended also as a complete and exclusive statement of the terms of this agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in the Contract. Acceptance or consent in the course of performance under this Contract shall not be relevant to determine the meaning of this Contract even though the accepting or consenting party has knowledge of the nature of the performance and the opportunity to object. 23. LICENSES: Contractor shall maintain in current status all Federal, State, and local licenses and permits required for the operation of the business conducted by the Contractor as applicable to this Contract. 24. LIENS: All materials, services, and other deliverables supplied to the City under this Contract shall be free of ail liens other than the security interest. Security interest shall extinguish upon full payment made by the City. Upon the City's request, the Contractor shall provide a formal release of all liens. 25. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials must fully comply with all provisions of this Contract. If a tender is made which does not fully comply, this shall conform to the termination clause set forth within this document. 26. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation shall be awarded with the understanding and agreement that it is for the sole convenience of the City of Tucson. The City reserves the right to obtain like goods or services from another source when necessary. 27. OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in actual practice, overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to the materials or services used to fulfill the Contract. 28. PAYMENT: The City's preferred method of payment is via credit card. The City will issue a Purchase Order and, in some cases, either provide a credit card for payment at the time of ordering or pay subsequent invoices by credit card upon receipt of goods or services in good order. However, not all City employees will possess a credit card and, therefore, the City reserves the right to make payment by check as it deems necessary. Unless payment is made by credit card at time of order or point of sale, a separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice. The invoice shall not be dated prior to the receipt of goods or completion of services. The City shall make every effort to process payment for the purchase of materials or services within twenty-one (21) calendar days after receipt of materials or services and a correct invoice. The Contractor's payment terms shall apply to all purchases and to all payment methods. 29. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation(such as trees, shrubs, and grass)on City property. If the Contractor fails to do so and CiTY OF TUCSON DEPARTMENT, PROCUREMENT I REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 19 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 damages such property, the Contractor shall replace or repair the damage at no expense to the City, as determined and approved by the City's Director of Procurement. If the Contractor fails or refuses to make such repair or replacement, the City will determine a cost and the Contractor shall be liable for the cost thereof,which may be deducted from the Contract price. 30. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to be in the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be amended to make such insertion or correction, 31. RECORDS: Internal control over all financial transactions related to this Contract shall be in accordance with sound fiscal policies. The City may, at reasonable times and places, audit the books and records of the Contractor and/or any subcontractors. Said audit shall be limited to this Contract. 32. RIGHT TO ASSURANCE: Whenever one party to this Contract has reason to question, in good faith,the other party's intent to perform, the former party may demand that the other party give a written assurance of this intent to perform. in the event that a demand is made and no written assurance is given within five (5) days, the demanding party may treat this failure as the other party's intent not to perform and as a cause for possible Contract termination. 33. RIGHT TO INSPECT: The City may, at reasonable times, and at the City's expense, inspect the place of business of a Contractor or subcontractor which is related to the performance of any Contract as awarded or to be awarded. 34. RIGHTS AND REMEDIES: No provision in this document or in the Contractor's proposal shall be construed, expressly or by Implication, as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim, default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the Contract, to exercise or delay the exercise of any right or remedy provided in the Contract or by law, or to accept materials or services required by this Contract or by law shall not be deemed a waiver of any right of either party to insist upon the strict performance of the Contract. 35. SEVERABILITY: The provisions of this Contract are severable to the extent that any provision or application held to be invalid shall not affect any other provision or application of the Contract which may remain in effect without the valid provision or application. 36. SHIPMENT UNDER RESERVATION PROHIBITED: No tender of a bill of lading shall operate as a tender of the materials. Non-compliance shall conform to the termination clause set forth within this document. 37. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the City's Director of Procurement.All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. 38. SUBSEQUENT EMPLOYMENT: The City may terminate this Contract without penalty or further obligation pursuant to A.R,S. Section 38-511 if any person significantly involved in initiating, negotiating, securing, drafting, or creating the Contract, on behalf of the City, is or becomes, at any time while the Contract or any extension of the Contract is in effect, an employee of, or a contractor to, any other party to this Contract with respect to the subject matter of the Contract. Termination shall be effective when written notice from the City's Director of Procurement is received by the parties to this Contract, unless the notice specifies a later time. 39. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written consent, or by the City, with or without cause, upon giving thirty (30) days written notice. The City, at its convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is terminated, the City shall be liable only for payment under the payment provisions of this Contract for services rendered and accepted material received by the City before the effective date of termination. The City reserves the right to terminate the whole or any part of this Contract due to the failure of the Contractor to carry out any term or condition of the Contract.The City will issue a written ten (10) day notice of default to the Contractor for acting or failing to act as specified in any of the following: In the opinion of the City,the Contractor provides personnel that do not meet the requirements of the Contract; CITY OF TUCSON DEPARTMEN"S PROCUREMENT ! REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 20 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 { in the opinion of the City, the Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this Contract; in the opinion of the City, the Contractor attempts to impose personnel, materials, products or workmanship of an unacceptable quality; The Contractor fails to furnish the required service and/or product within the time stipulated in the Contract; In the opinion of the City, the Contractor fails to make progress in the performance of the requirements of the Contract; The Contractor gives the City a positive indication that the Contractor will not or cannot perform to the requirements of the Contract. Each payment obligation of the City created by this Contract is conditioned upon the availability of City, State and Federal funds that are appropriated or allocated for the payment of such an obligation. If funds are not allocated by the City and available for the continued purchase of the services and/or materials provided under this Contract, this Contract may be terminated by the City at the end of the period for which funds are available. The City will endeavor to notify the Contractor in the event that continued service will or may be affected by non-appropriation. No penalty shall accrue to the City in the event this provision is exercised, and the City shall not be obligated or liable for any future payments due or for any damages as a result of termination under this paragraph. 40. TITLE AND RISK OF LOSS: The title and risk of loss of material or service shall not pass to the City until the City actually receives the material or service at the point of delivery, unless otherwise provided within this Contract. 41. WARRANTIES: Contractor warrants that all material or service delivered under this Contract shall conform to the specifications of this Contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the City shall not alter or affect the obligations of the Contractor or the rights of the City under the foregoing warranties.Additional warranty requirements may be set forth in this document. { { CITY OF TUCSON DEPARTMEN1 PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 21 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 PRICE PAGE Fees must be inclusive of all costs, including but not limited to, direct and indirect costs for labor, overhead, materials, printing, travel and mileage, postage, etc. 1. Provide charges for disassembling pumping unit and providing an estimate on the following sample pumps: Vertical Turbine Pump $ each (4 stage, 12 inch bowl, 25 feet of inch column, 1 - 11/16 inch line shaft with discharge head) Vertical Turbine Pump $ each (4 stage, 12 inch bowl) Vertical Turbine Submersible Pump $ each (4 stage, 8 inch bowl with motor) 40 HP close coupled end section centrifugal p p $ each Grundfos DME 60-10 diaphragm pump $ each TOTAL $ 2. Provide total charges for a non-witnessed pump test for e;c. of the following sample pumps: Vertical Turbine Pump each (4 stage, 12 inch bowl, 1400 gpm @ 350 ft. head, 200 ') Close coupled end suction centrifugal pump $ each (500 gpm @ 250 ft. of head, 50 HP) TOTAL $ 3. Discount off of Manufacturer's list price for *arts: • %off of Name/D.- e of Price List % off of N me/Date of Price List % off o • Name/Date of Price List 4. IDENTIFY AND DD FIRM'S TITLES/CATEGORIES FOR EACH HOURLY RATE Labor Charg Hourly Rate (Shop Rate) $ per hour $ _per hour $ _per hour Regular ours between 7:00 am to 4:00 pm, Mon. —Fri. (does not include holidays) Labor Charges Hourly Rate (Shop Rate) $ per hour $ per hour $ per hour CITY OF TUCSON DEPARTMENT :PROCUREMENT I REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 22 OF 27 CONTRACT OFFICER:JAMES GASTON P :4520)791-4139/FAX:(520)791-4735 Overtime Hours between 4:00 pm and 7:00 am, Mon —Fri. (does not in de holidays) Labor Charges Hourly Rate(Shop Rate) $ per hour $ per hour $ per hour Holiday Rate—Price per hour for major holidays Labor Charges Hourly Rate (Field Rate) $ per hour $ per hour $ per hour Regular Hours between 7:00 am to %:00 prn, Mon. —Fri. (does not include holidays) Labor Charges Hourly Rae(Field Rate) $ per hour $ per hour $ per hour Overtime Hours bet een 4:00 pm and 7:00 am, Mon—Fri. (does not include holidays) Labor Charg Hourly Rate(Field Rate) $ per hour $ per hour $ per hour Holida ate—Price per hour for major holidays Machine/Welding Rate per hour $ per hour City of Tucson recognized holidays New Year's Day Martin Luther King, Jr. Day Washington's Birthday Memorial Day Cesar Chavez Day Independence Day Labor Day Veteran's Day Thanksgiving Day 9 Christmas Day i CD { CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 24 OF 27 CONTRACT OFFICER:JAMES GASTON PH: (520)791-4139/FAX:(520)791-4735 REVISED PRICE PAGE Fees must be inclusive of all costs, including but not limited to, direct and indirect costs for labor, overhead, materials, printing, travel and mileage, postage, etc. 1. Provide charges for disassembling pumping unit and providing an estimate on the following sample pumps: Vertical Turbine Pump $ 1 0. each (4 stage, 12 inch bowl, 25 feet of 10 inch column, 1 - 11/16 inch line shaft with discharge head) Vertical Turbine Pump $ 4 /0 . each (4 stage, 12 inch bowl) Vertical Turbine Submersible Pump $ 3 b D each (4 stage, 8 inch bowl with motor) 40 HP close coupled end section centrifugal pump $ 3 I 0 . each Grundfos DME 60-10 diaphragm pump $ �. 0 each TOTAL $ >j b , 2. Provide total charges for a non-witnessed pump test for each of the following sample pumps: Vertical Turbine Pump �''' ® Pkift-fr:rn L ° $ L , 1 each (4 stage, 12 inch bowl, 1400 gpm @ 350 ft. head, 200 HP) ( i Close coupled end suction centrifugal pump $ Y 0 t * each (500 gpm @ 250 ft. of head, 50 HP) TOTAL $ , g b • 1 g`^ 3. Discount off of Manufacturer's list price for parts: ,c)1 %off of 1A ( (11-aA% +uri (IA a 01 Name/Date of Price List % off of Name/Date of Price List %off of Name/Date of Price List 4. IDENTIFY AND ADD FIRM'S TITLES/CATEGORIES FOR EACH HOURLY RATE Labor Charges Hourly Rate (Shop Rate) inA e,6-1,1 yh-� t.t,, $ D O, per hour per hour CA,Nint in) k.'‘eq 5R.ry c.t 4--gt.1, I $ ►t70 per hour TOTAL $ 01 I L , 5-0 Regular Hours between 7:00 am to:4:00 pm, Mon. —Fri. (does not include holidays) CITY OF TUCSON DEPARTMEN'1 .r PROCUREMENT {' REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 25 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-41 39 1 FAX:(520)791-4735 Labor Charges Hourly Rate(Shop Rate) m(La' 1.Ait i 1-4‘-1 $ CI 0 4 per hour t(140‘, + (IC W'O( L $ 1a. ® , per hour �' .`1 Sc',et1 SeWv4( t, 4-ecl, i- $ t b 5 per hour TOTAL $ ( g r 1 ‘-- Overtime Hours between 4:00 pm and 7:00 am, Mon-Fri.(does not include holidays) Labor Charges Hourly Rate(Shop Rate) g,C k&c i 1, $ I,),O. per hour nn 64.Cam:i(N1.. 00(AI - $ k L 0 , per hour \eii S ervi ce_ t � 1- $ per hour TOTAL $ L � . Holiday Rate-Price per hour for major holidays Labor Charges Hourly Rate (Field Rate) .j-e j,irt, .1 $ ---1)._ -co per hour $ 0 per hour _In e,I. f t Jr ‘ ok...(er a I /Ima.(vt-/vt clittk-'Lti n /-114ervAx 1 $ Y 0 + per hour ''' 9AAi1-qq rn TOTAL $ X\GI. t CC) Regular Hours between 7:00 am to 4:00 pm, Mon.-Fri.(does not include holidays) Labor Charges Hourly Rate(Field Rate) -1-1 tA, 4 1- $ i 0g ,'1 s--- per hour httfitr- $ CI O r per hour t 1 k( al-5A 1ff- t— A t\rok. 1 a el-Elevenwitt1 $ Id, 0 , per hour 1 M►, -5 TOTAL $ 3 i 8 15 Overtime Hours between 4:00 pm and 7:00 am, Mon - Fri. (does not include holidays) Labor Charge Hourly Rate (Field Rate) te,cIn lir- i $ I per hour $ 10per hour k e.i f 4 r"-- I, Aser a.At; rrv��nt bitra.k.,0 y- ,ert�►a4$ O per hour `� offv.A.51 na TOTAL $ 1 Holiday Rate-Price per hour for major holidays CITY OF TUCSON DEPARTMENT OF F1 3UREMENT { .QUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 26 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139 I FAX:(520)791-4735 Mac e/Welding Rate per hour $ 6Q • per hour City of Tucson recognized holidays; New Year's Day Martin Luther King, Jr. Day Washington's Birthday Memorial Day Cesar Chavez Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas Day � I l C-- L Fxf CITY OF TUCSON DEPARTMENT OF P ,CUREMENT t REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 24 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 ATTACHMENT A Deep Well Vertical Turbine & Submersible Pumps A. Standards: Unless otherwise stated herein, the materials shall in all respects conform to the most recent ANSI/AWWA standard for Vertical Turbine Pumps, Line-shaft and Submersible, and shall comply with all state and local sanitary and safety regulations. Subject 5 Standard Designation Vertical Turbine Pumps, Line-shaft&Submersible ANSI/AWWA El 03-07 Types Column Pipe Lineshaft ASTM Steel A53 Grade B ASTM Steel A53 Grade A Submersible or B Oil Tube ASTM Steel A53 Grade A Oil tube bearings Bronze ASTMB505 alloy C84400 ASTM A-108 Grade 1045 { Line-shaft PSQ carbon steel ASTM steel A-108 Grade Line-shaft coupling 1018 B. Column Pipe(Vertical Turbine Lineshaft): Vertical turbine lineshaft column pipe shall be furnished in interchangeable sections having a length as specified, and shall be connected by steel threaded-sleeve couplings. The ends of each section of the pipe shall be faced parallel and machined with 8 TPI RH threads to permit ends to butt. All column pipe assemblies shall be shipped with protective thread caps. Submersible column or drop pipe shall be furnished in interchangeable sections having a length as specified. Sizes 4" and smaller shall be grade A, sizes 5" or larger shall be grade B. The ends of each section of the pipe shall be faced parallel and machined with ANSI B1.20.1 standard tapered pipe threads as per specs. C. Inner-column Assembly: The inner-column assembly (oil tube, line-shaft, couplings and bearings) shall be machined to the requested type (i.e. Peerless or Johnston new style) dimensions and threading. Inner-column assembly shall be shipped assembled in requested lengths. All inner-column assemblies shall be shipped with protective end caps. Lineshafts The line shafts shall be of a material listed in Table 1 of ANSI/AWWA E103-07 and have a surface finish not to exceed RMS 40 (ANSI B46.1). The shaft shall be furnished in interchangeable sections having a length as requested. To ensure accurate alignment of the shafts, they shall be straight within 0.005 in. (0,13 mm)total indicator reading for a 10-ft(3-m)section; the butting faces shall be machined with center relief and square to the axis of the shaft; the maximum permissible error in the axial alignment of the thread axis with the axis of the shaft shall be 0.002 in. in,6 in. (0.05 mm in 150 mm). Line-shaft couplings The line shaft shall be coupled with steel couplings that shall have left hand thread to tighten during pump operation. Couplings shall be made from solid bar stock of ASTM steel A-108 Grade 1018, and provided with a relief hole. Couplings supplied shall provide a safety factor 1 1/2 times that of the line-shaft. CITY OF TUCSON DEPARTMENT OF F. .CUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 25 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Line-shaft bearings The line-shaft bearings, which are also integral tube couplings, shall be spaced not more than 5 ft(1.5 m) apart. The maximum angle error of the thread axis to the bore axis shall be within 0.001 in. per in. (0.001W mm per mm) of thread length. The concentricity of the bore to the threads shall be within 0.005 in. (0.13 mm) total indicator reading. The bearings must contain one or more oil grooves or a separate bypass hole that will readily allow the oil to flow through and lubricate the bearings below. Shaft-enclosing tube (oil tube) The shaft-enclosing tube shall be made of schedule 80 steel pipe in interchangeable sections not more than 5 ft (1.5 m) in length with a total length as requested. The ends of the enclosing tube shall be square with the axis and shall butt to ensure accurate alignment. The maximum angle error of the thread axis relative to the bore axis shall be 0.001 in. per in.(0.001 mm per mm)of thread length. El • • 1 1 i CITY OF TUCSON DEPARTMENT OF PL.�..UREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 26 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139 1 FAX:(520)791-4735 ATTACHMENT B Vertical Turbine Can Pumps A. Vertical Turbine Pumps: The vertical turbine pumps and the materials used in their manufacture shall comply with the most recent revision of the following standards: Subject h _ Standard Designation. Horizontal and Vertical Line-shaft pumps ANSI/AWWA El 03-07 Protective Epoxy Interior Coatings for Valves and ANSI/AWWA C550 Hydrants Steel Structures Painting Council Surface SSPC-SP-10/NAGE 2 Preparation Specification No. 10 Suction and Discharge Cases () Cast Iron ASTM A48 Class (Flanged and Bolted) 0 r- -0A.C¢w...ct-" 30 Pump Bowl (Flanged Cast Iron ASTM A48 Class and Bolted) 30 Impellers(Enclosed) Bronze ASTM B584-836 Pump Shaft(BowlShaft)and couplings ASTM A-582 Type 416 Stainless Steel PSQ Discharge Case Bearing ASTM B-584-836 or ASTM B-505-932 Suction Case Bearing ASTM B-584-836 or ASTM B-504-932 Intermediate Bowl Bearing(s) ASTM B-584-836 or ASTM B-505-932 Bowl Assembly Bolts, Studs, Nuts ASTM A276, type 316 Stainless Steel Basket/Strainer 304 stainless steel or 316 stainless steel The vertical turbine pumps shall be product-lubricated, and conform to the specific requirements contained herein: 1. Impellers shall be cast bronze ASTM B584-836. Impellers shall be of the enclosed design and statically and dynamically balanced. 2, The water passages of pump bowls size 6"through 14" shall have vitreous enamel lining.Water passages of pump bowls size 16" and larger shall be lined with fusion bonded epoxy to provide optimum long term performance.The outside of the bowl assembly shall be coated with an NSF approved 2 part epoxy paint system. 3, The pump shall come equipped with a bolt on type stainless steel anti-vortex strainer having a total open area at least three times the cross-sectional area of the suction casing. 4. Collets and all hardware shall be stainless steel ASTM A276, type 316. Pump shafts shall be"pump shaft quality" PSQ. 5. The pump line-shaft shall be one piece solid shaft construction with self-tightening threaded connections. B. Column pipe and Line shaft: 1. Discharge columns shall be fabricated from ASTM A-53, grade B steel with flanged and bolted connections. 2. Discharge column sections shall not exceed 5 feet in length with lineshaft bearings every 5 feet. 3. All flange hardware shall be ASTM A276, type 316 stainless steel. CITY OF TUCSON DEPARTMENT OF PR JCUREMENT I EQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 27 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-41391 FAX:(520)791-4735 4. The minimum wall thickness on all columns shall be 0.375-in. 5. The column assembly shall consist of column pipe with flanges, line shaft, line shaft coupling, bearing retainer and line shaft bearing. 6. The column pipe shall be of the flanged product lubricated type. 7. The column sections shall not exceed 5 feet in length with lineshaft bearings every 5 feet. 8. Column pipe shall be painted inside and out with an NSF approved 2-part epoxy. OF e o w t-K 9. Bearing retainers shall be supplied for each column section, including the top column section that attaches to the head. Bearing retainers shall be of bronze ASTM B-584-836, fitted with a neoprene bearing, 10. Line shaft bearings shall be removable self-flushing rubber type, mounted in bronze or fabricated steel bearing spiders located at discharge column flanges on 5-ft centers. C, Pump Discharge Head 1. Mechanical seals shall be either a Chesterton Type 155 or AES SCUZI style mechanical seal. The seal shall allow for a re-circulation line. l �. t Y Y f ep� i C 1 CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 • AMENDMENT NO. ONE (1) PUMP REPAIR AND MAINTENANCE SERVICES DATE ISSUED: August 27, 2015 The referenced document has been modified as per the attached Amendment No. ONE (1). Please sign this Amendment where designated and return the executed copy with the submission of your proposal. This amendment is hereby made part of the referenced proposal as though fully set forth therein:.:. Any questions regarding this amendment should be addressed to James Gaston, Contract Officer at (520) 837-4139 or James.Gaston@tucsonaz.gov • • • gickiks- ett-- REQUEST FOR PROPOSAL AMENDMENT CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT RFP AMENDMENT NO. ONE (1) 255 W,ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 1 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: August 27,2015 CONTRACT OFFICER: JAMES GASTON A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS: Pump Repair and Maintenance Services This RFP is hereby amended as follows: I. The Proposal Due Date shall be changed from September 3, 2015 to September 8, 2015, 4:00 p.m. local Arizona Time. Submittal location shall remain the same. SCOPE OF WORK 1.4 Key Personnel (ADD) C. The Contractor shall provide each contract year a minimum of 8 hours per year free training upon the request of the Tucson Water Department. Training shall be in classroom or in the field, as requested and shall consist of product information and support. Instruction shall be provided by contractor staffs or OEM representatives that are trained to provide such services. The Tucson Water Contract Representative(s) shall approve content, logistical support, time ( schedule and delivery method at least 5 days prior to conducting the class. 2.0 PERFORMANCE REQUIREMENTS (ADD) 2.2 Overhaul and Repair Guidelines B. Unless otherwise authorized by the Tucson Water Representative, all repaired vertical turbine pumping units shall have the exterior of the bowl assembly coated with an NSF - approved two -- part epoxy paint system or powder coating. If the column pipe is part of the repair scope of work, it shall be painted inside and out with an NSF - approved two - party epoxy paint system or powder coating. 2.4 Emergency Response Estimate/Repair A. Designated Contractor Representative or Backup shall respond via telephone to problems reported by City personnel within two (2) hours of initial contact, 7 days a week, 24 hours a day. Contractor replacements of designated Emergency Contractor Representatives shall notify the Tucson Water Contract Representative within 3 working days of the change. INSTRUCTIONS TO OFFERORS (REVISED) 9. PROPOSAL/SUBMITTAL FORMAT: An original and 5 copy (6 total) of each proposal should be submitted on the forms and in the format specified in the RFP. PROPOSAL EVALUATION REQUIREMENTS B. Qualifications & Experience (ADD) Cec ')a_glic ki CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT RFP AMENDMENT NO.ONE(1) 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 2 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: August 27,2015 CONTRACT OFFICER: JAMES GASTON 8. Offeror shall provide the name and contact information for the person and their designated backup available within two (2) hours of initial contact, 7 days a week, 24 hours a day, that should be contacted in the case of emergency repair work. ATTACHMENT B A. Vertical Turbine Pumps (ADD) Suction and Discharge Cases (Flanged and Bolted) OR (Threaded Column) B. Column pipe and Line shaft(ADD) 8. Column pipe shall be painted inside and out with an NSF approved 2-part epoxy or powder coating. VENDOR QUESTIONS Question: 1. Are we allowed to place a bid if we are unable to perform the "Test pit and equipment to run the pump" (Section 2.0, 2.1, 9)? Response: An offeror should provide a response to this request for proposal indicating the best of their abilities to perform the City's requirements see below. INSTRUCTIONS TO OFFERORS ( 5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a each offeror proposal, shall familiarize itself with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial adjustment, other than that provided by the subsequent Contract, for lack of such familiarization. ' Proposal p responses will be evaluated in:their entirety. Pre Proposal Attendees: Weber Water Resources, Laron, Inc., Phoenix Pumps, Rain for Rent, Bestway Electric A REVISED PRICE PAGE IS INCLUDED WITH THIS AMENDMENT. PLEASE UTILIZE THE REVISED PRICE PAGE WITH YOUR SUBMISSION ALL OTHER PROVISIONS OIL THE REQUEST FOR PROPOSAL SHALL REMAIN IN THEIR ENTIRETY. VENDOR HEREBY ACKNOWLEDGES RECEIPT AND UNDERSTANDING OF THE ABOVE AMENDMENT. (.1-8 llC- i nature Date Company Name � � o-�-ln t t e f ire m 51WAY EtECTRt Typed Name and Title - �SfRUtt:E I Address 728 S.CAMPBELL AV { • IUUCSON,AZ 85719 City State revised 2/99 r l \, 3 rn a 3 cD 0 Iv I6 `[pI C. 1 , ), al\ 's ft CITY OF TUCSON DEPARTMENT OF PROCUREMEN T REQUEST FOR PROPOSAL NO. 151304 AMENDMENT NO. TWO (2) PUMP REPAIR AND MAINTENANCE SERVICES DATE ISSUED: September 1, 2015 The referenced document has been modified as per the attached Amendment No. TWO (2). Please sign this Amendment where designated and return the executed copy with the submission of your proposal. This amendment is hereby made part of the referenced proposal as though fully set forth therein. Any questions regarding this amendment should be addressed to James Gaston, Contract Officer at (520) 837-4139 or James.GastonAtucsonaz.gov REQUEST FOR PROPOSAL AMENDMENT CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 ( DEPARTMENT OF PROCUREMENT REP AMENDMENT NO.TWO(2) 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 1 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: September 1,2015 CONTRACT OFFICER: JAMES GASTON A SIGNED COPY OF THIS AMENDMENT MUST I3E SUBMITTED WITH YOUR SEALED PROPOSAL, THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS: Pump Repair and Maintenance Services This RFP is hereby amended as follows: 1. INSTRUCTIONS TO OFFERORS ITEM 9: PROPOSAL/SUBMITTAL FORMAT: (CHANGE TO): An original and 6 copies (7 total) of each proposal should be submitted on the forms and in the format specified in the RFP. 2. As a result of recent changes in the City of Tucson's TUCSON PROCUREMENT CODE "Chapter 28, PER ARTICLE XIV.LIVING WAGE SPECIAL TERMS AND CONDITIONS Item 6. (ADD) LIVING WAGE REQUIREMENT: In accordance with the Tucson Procurement Code, Chapter 28, Article XV, providing for a living wage requirement for all employees supplying specific service to the City of Tucson, this solicitation, and the resulting Contract, is subject to the referenced Article. By signing the Offer and Acceptance page, Bidder/Offeror agrees to comply with the requirements of the Article. Such requirements include, but are not limited to: A wage of no less than $10.39 per hour (with health benefits being provided to employees); or A wage of no less than $11.62 per hour (without health benefits being provided to employees); and If health benefits are offered, an eligible contractor shall pay no less than 50% of the eligible employee's health benefits premium. In accordance with Sec. 28-157 (f) of the Tucson Procurement Code, if health benefits are offered to an eligible employee under an eligible Contract, proof of the above compliance shall be provided by the successful Bidder/Offeror upon notification by the City of its intent to award a Contract. Notwithstanding the Severability clause, under Standard Terms and Conditions, if the provisions of this clause become unenforceable for any reason, the City reserves the right to terminate this Contract without penalty or liability. In the event the City negotiates an adjustment to the terms, conditions, or price acceptable to the parties, then this Contract shall continue until expiration. Compliance with Wage Requirement: The City's Director of Procurement shall monitor compliance, including the investigation of claimed ( violations, and may promulgate administrative rules and regulations to implement and enforce this Article. In the event of any violation of the provisions set forth in this Article, the responsible Contractor and any applicable subcontractors shall be liable for the unpaid wages and shall pay f � CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT RFP AMENDMENT NO.TWO(2) 255 W,ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 2 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: September 1,2015 CONTRACT OFFICER: JAMES GASTON the eligible employee any amounts underpaid. The City's Director of Procurement is additionally authorized to take any one or more of the following remedies in the event of a written determination of noncompliance: Liquidated damages paid to the City in the amount of $50.00 for each incidence of non- compliance for each day of non-compliance and/or each day it continues; Suspension of further payments under the Contract until the violation has ceased; Suspend and/or terminate the Contract for cause; and/or Debar or suspend the Contractor or subcontractor from future City contracts pursuant to Tucson Procurement Code, Chapter 28, Article IX. Protests or appeals of the Director's remedies for non-compliance shall be in accordance with Article IX. Records for Wage Requirement: The Contractor and any applicable subcontractor shall make the records required available for inspection, copying, or transcription by authorized representatives of the City's Director of Procurement, and shall permit such representatives to interview employees during working hours on the job. If the Contractor and any applicable subcontractor fails to submit the required records or make them available, the Director may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to Article IX. Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all eligible employees. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid, All inquiries regarding the Living Wage program may be directed to the Contract Officer responsible for this solicitation. 3. Additionally, Request for Proposal ATTACHEMENT A must be completed and returned with an offeror's proposal response. ALL OTHER PROVISIONS OF THE REQUEST FOR PROPOSAL SHALL REMAIN IN THEIR ENTIRETY. VENDOR HEREBY ACKNOWLEDGES RECEIPT AND UNDERSTANDING OF TI-IF ABOVE AMENDMENT. OAloaj o ic- Signature Date Company Name ��� 0 � BESTWAY ELECTRIC MOTOR SERVICE INC. Typed Name and Title Address 728 S.tAMPBELL AVE. TUCSON,A2 85719 City State revised 2/99 • l • E.co • a) o m (,7 o f CITY OF TUCSON `t`'''' REQUEST FOR PROPOSAL ATTACHEMENT A Aar CERTIFICATION OF LIVING WAGE PAYMENTS Tucson Contract Number: 151304 Contractor or Sub Name: Job Site Location: Various City of Tucson Water Sites (Please Check One Only) I do hereby agree to pay all eligible employees working on the above contract a minimum of$10.39 per hour and provide health insurance. I also agree to pay at least 50% of the health insurance premium. Our health insurance provider(s) are listed below: Name of Health Insurance Company: (AIN t 4-ett 466 A ,G axe-- Address: ) - CH 'talc I Pa, 1 (A Fine L O o cc — pl 1 Telephone: g 0 0 3 1 g { Fax Number: t I Plan or Program Number: \ 018 61 14-1 g O R I C t � Monthly premium paid by employer: a S• , Monthly premium paid by employee — Name of Health Insurance Company: Address: Telephone: Fax Number: Plan or Program Number: Monthly premium paid by employer: Monthly premium paid by employee I do hereby agree to pay all eligible employees working on the above listed contract at least $11.62 per hour. I do not offer health insurance to employees working on this contract. by (Contractor/Sub-Contractor Name) ( ignature) 0611 0 o: eL o i $ �re�-- �r (' e (Date) (Title) t R C a t/ /A\ /1tBestway Electric Motor Service, Co., Inc. 728 S.CAMPBELL AVE.I TUCSON,ARIZONA 85719 I PHONE 520-884-9141 FAX 520.884.1850 REQUEST FOR PROPOSAL 151304 TO THE CITY OF TUCSON DEPARTMENT OF PROCUREMENT James Gaston, Principal Contract Officer PUMP REPAIR and MAINTENANCE SERVICES Dear James: Bestway Electric Motor Service Co., Inc. presents herein the information to review the proposal to provide Pump Repair Services to the City of Tucson. A. Method of Approach: Bestway will comply with the General Requirements contained in: { 1.0 General Requirements 1.1 Contractor's Performance: Bestway Electric Motor Service Co., Inc. (also referred to as Bestway and the Company), will comply with all the requirements as follows: A. Bestway will adhere to material and workmanship standards per ANSI/AWWA E103-07 for shaft-driven ANSI HI 2.1-2.2for pumps, / vertical tical pumps, ANSI/III 3.1- 3.5 for rotary pumps. B. Bestway will obtain all permits, pay taxes, charges and fees to perform the services in this RFP. C. Bestway shall furnish all supplies, labor, material, vehicles, and equipment, while being compliant with national and local rules and regulations, and be subject to inspection by the City for all pump repairs and. maintenance. D. The City will not provide storage for Bestways' supplies, equipment, or vehicles. E. In the event of a recall notice, Bestway will notify the City of Tucson, Maintenance Division, Water Stores within seven days of the issuance. F. Bestway will replace or exchange all defective material, including the return transportation expenses. G. Bestway owns the facility, the equipment and sufficient parts inventory, employs the trained technicians to provide quality service (this is outlined in more detail to follow in the Company Profile section). H. All work will be performed by the Company's trained and experienced technicians (see their biographies to follow). I. Bestway will provide a usage report in electronic form after ten months of the Contract. Bestway will follow the specifications exactly as contained in the RFP 151304. 1.2 Pick-up and Delivery: Bestway Electric will be responsible for the pick-up and delivery of pumps as requested by Tucson Water. A. We will make an inspection appointment within 5 business days of the request, and a written repair estimate will be provided within 2 business days. B. Bestway will comply with the deadlines outlined in this section regarding pick-up, and delivery of pumps, and our trucks are equipped with Auto Cranes to load or unload pumps at the site. C. Bestway will band and deliver pumps in our own vehicles, or when the pump exceeds our capacity, we will arrange for the pick up to be performed by Hook Crane Service, 3418 N Kevin Blvd., Tucson, AZ. at no additional cost to the City of Tucson. D. Pick-up and delivery shall be F.O.B. destination, freight prepaid. E. Bestway shall return repaired items within 10 business days of the authorization to proceed when at all possible, or we will notify the City personnel of an extended delivery time due to the availability of factory parts. F. Bestway may be required to pick up pumps which have been dismantled, or the City may bring dismantled pumps to our facility. 1.3 Warranty: A. Bestway warrants that all repaired pumps will meet the original manufacturer's specifications, and will be free from defects for a period of one year. B. Warranty will include accepted trade standards of quality and fitness. C. All labor, including welding and machining, will be warranted for one year. Bestway will comply with the specifications exactly as written in REP 151304. 1.4 Key Personnel: A. Bestway employs experienced and trained technicians who are qualified to perform the repairs on the pumps owned by the City of Tucson. B. The Company will provide a technician to witness installation and we are qualified to troubleshoot any problems. C. Bestway will provide training to meet the City's requirements. Brief autobiographies of key personnel appears in the personnel tab following the Company Profile section. 2.0 Performance Requirements 2.1 Equipment: A. Bestway Electric Motor Service Co., Inc. owns the facilities and all of the equipment specified (and more) and is equipped to perform pump repairs for pumps up to 18" in diameter, 30 feet long, and weighing 5,000 pounds. B. Bestway owns all of the equipment and tools itemized in paragraphs 1-8. The performance testing will be sub- contracted to Simflo Pumps in Willcox, AZ. The Company Profile to follow itemizes more equipment and tools which are which is company-owned. Bestway will comply with all of the specifications as written in RFP 151304. 2.2 Overhaul and Repair Guidelines: A. Bestway will perform all pump repairs according to the highest industry standards/guidelines. B. All repaired vertical turbine pumps will be painted with NSF- approved 2 part epoxy paint. If powder coating is required, that process will be subcontracted to Perfection Industrial Finishing in Tucson, AZ. We will follow all manufacturer's recommendations regarding preparation, sandblasting, and the application processes of either protective coating. C. All repaired pumps will have a separate metal tag affixed next to the pumps' original nameplate and will include our name and address,job #, phone #, and repair date. D. All bearings will be replaced with like components, regardless of condition. E. Bestway will replace column pipe with the type designated by the City of Tucson Water Department. F. Upon request, Bestway will subcontract the non-witnessed pump testing to Simflo Pumps in Willcox, AZ. We will provide Simflo with the City's test standards requirements as specified in this paragraph. G. Bestway will provide an itemized cost list for detailing of the repair parts and labor, which will be kept by the City for maintenance history of the equipment. H. Bestway is available to provide emergency repairs and service after-hours. I. Bestway will insure that all work performed and all materials provided are in accordance with the previously referenced standards, which are outlined in Attachments A and B. 2.3 Estimate for Repair Services Each repair will be different, and may not require the same level of refurbishing. A. The Water Department will remove the pump on site, and will load onto Bestway's trailer to be transported to our repair facility. Or, the pump may need to be picked up at a Tucson Water Department shop. 1. On occasion, Bestway will need to respond to the City's request to inspect the pump within four days after notification. Bestway will then provide a detailed repair estimate following the deadlines specified by the City. 2. Tucson Water may opt to not dismantle the pump, and may designate a Contractor to do so, to dismantle and provide a detailed repair estimate by the time deadlines specified. 3. Depending upon the repair cost and time frame, the City may choose to replace a pump, and Bestway is NOT to proceed with any repairs until we receive a Notice to Proceed. 4. Bestway may charge the City for the cost to provide the dismantling and the repair estimate only. 5. The City reserves the right to replace a pump, even after issuing a Notice to Proceed, though repairs may have commenced, and the Company invoice the City for the repair work to date. All pump parts will be returned to the City. 6. The standard time frame for turn-around is ten business days. Parts may or may not be available in this time frame, and if this deadline is not feasible, Bestway will promptly notify the City's representative. 7. The Water Department may require expedited (four day) turn-around. Parts may or may not be available in this time frame, and we will notify the City if the deadline cannot be met. 8. The City may choose to replace new components below the discharge head of the pump. 9. A drawing will be provided to the City outlining the detailed components of the new pump assembly, and shall include the pump curve, capacity, head, bowl efficiency, horsepower, thrust, and the required Net Positive Suction Head. 10. Working days do not include Saturday, Sunday, or City-sanctioned holidays. Repair time begins with the Notice to Proceed, and working time ends when the pump is delivered to the City. 2.4 Emergency Response Estimate/Repair A. A designated Contractor Representative will respond via • telephone within two hours of initial contact 24/7/365. B. Bestway will arrive on site with crew and vehicles within four hours of the initial call. Since we are Tucson-based, we can usually arrive in two hours or less. The on-call contact for this contract will be: Brady Lane: 520-437-4398. If Brady is outside of cell service, or on vacation, the City Representative can call Scott Henderson: 520-661-6074, Mike Anderson: 520-405-9734, Hal Harris: 520-603-3495, Ray Kothe: 520-237-1499. Or, the City Rep. can call our emergency phone number: 520-884-4282. When the emergency line gets a call, and the caller leaves a voice message, the system telephones the on-call respondent (any one of the above employees). C. Bestway shall inspect and repair equipment within four days of the initial contact when designated as emergencies, including: 1. Diagnose motor, electrical, and pumping problems and the recommendation for repair. 2. Remove and replace motors and pumps. 3. Evaluate system water flow and supply problems. 4. Diagnose and recommend repair/replacement of system component and/or pump injection systems. D. The City's personnel on site have the authority to accept or to decline Bestways' recommendations. E. The standard time frame for repair after the Notice to Proceed is ten working days. Parts may or may not be available within this time frame, and Bestway will infonn the City in that case. F. The Water Department may require expedited services (four day turn-around). Parts may or may not be available in this time frame, and Bestway will inform the City up front. � l ATTACHMENT A Deep Well Vertical Turbine & Submersible Pumps: The specifications on Attachment A including standards, column pipe, Inter-column assembly specs for line-shafts, line-shaft couplings, line-shaft bearings and shaft-enclosing tube will be adhered to. ATTACHMENT B Vertical Turbine Can Pumps: The specifications on • Attachment B including standards, material, specifications, for the vertical turbine pumps, column pipe and line-shaft and pump discharge head, mechanical seal specs will be adhered to. Qualifications & Experience: Company Profile The corporation was established in 1978 in Tucson, Arizona as an electro- mechanical/rotating apparatus repair facility. Bestway joined the Electrical Apparatus Service Association (EASA) as an active member, when eligible in 1980. EASA is a world-wide trade association for the electro- mechanical industry, with headquarters in St. Louis, Missouri. EASA provides engineering services, training, educational seminars and materials to its members and sets the standards for the electro-mechanical industry. Bestway Electric Motor Service Company, Inc. follows the guidelines which are established in EASA AR100-2015 RECOMMENDED PRACTICE for the repair of rotating electrical apparatus. Bestway Electric Motor Service occupies two buildings, totaling 21,850 square feet, in central Tucson. Bestway Electric performs repairs, sales, installation, and service of rotating equipment, including, but not limited to, pumps, electric motors, blower wheels, shaft assemblies, variable frequency drives, controls, and traction motors. Pump Repair Pumps repairs constitute a large portion of the repair work performed at Bestway Electric since day one in 1978. The types of pumps repaired include, but are not limited to: horizontal end suction, horizontal split-case, vertical split-case, submersible, vertical turbine, and vertical in-line multi- stage pumps, centrifugal and diaphragm pumps. The company sells and performs factory-authorized warranty pump repairs for the following pump manufacturers: ABS, Armstrong, Bell and Gossett, Ebara, Flygt, I.T.T. Goulds, KSB, Pumpex, TACO, ATM-Teel, Zoeller and others. The pumps are dismantled and inspected; all machine fits are measured with { micrometers or other devices as needed. Parts are cleaned in the power washer, "steam" cleaned, or sandblasted as needed. Worn surfaces can be repaired by metal-spray powder buildup or welding and then machined to proper size. All o-rings, gaskets, lip seals, rotating seals, shaft sleeves, or pump packing are replaced using factory-original parts, or the equivalent, depending on the City's requirements. Other worn parts, including pump shafts and seal sleeves, can be fabricated in the in-house machine shop for economical and timely repairs, or the components can be purchased from the pump manufacturer, as per the City's requirements. Pumps are assemble and.tested, and depending on the size of the pump, it is tank/pressure tested on the premises, prior to painting, powder-coating, or two-part epoxy-coating, and in preparation for shipment to the customer. In the case of vertical turbine pumps, the non-witnessed testing will be sub-contracted to Simflo Pumps, Inc. in Willcox, AZ. We have recently been using a new epoxy polymer technology (Enecon) that has proven to be extremely effective and long-lasting, for the build-up and repair of worn impellers, volutes, and other pump parts. In cases where parts are obsolete, or have long lead times, the proper use of these products can virtually resurrect severely worn-out pump parts. Please see the photographs of the repaired Enecon impeller before and after it was repaired. Electric Motors Bestway Electric repairs single-phase and three phase (200 volt through 4160 volt), alternating current electric motors, and direct current electric motors, generators, traction motors for a variety of applications. The service facility also houses a mechanical area for dismantling and evaluating the apparatus. The lifting capability is five tons (10,000 lbs.), and fifteen tons (30,000 lbs.) in our new building. Equipment in the Repair Facility includes: Pollution Control brand controlled-temperature reclaim ovens Epoxylite (4 ft. diameter) Vacuum Pressure Impregnation (VPI) System Steelman bake ovens (6' x 6' x 6') and (10' x 11' x 12') Proceco Hot Water Power Washer with a 10,000 lb. capacity Dayton sandblast cabinet Hydraulic Press Phenix Core Loss Tester Baker Surge Testers Phenix Hipot Tester Posilock 15 ton-rated Hydraulic Bearing Pullers I.R.D. B50 balancing stand 5000 lb. capacity I.R.D. 290 Computerized Balancing Instrument I.R.D. 246 Portable Balancing Instrument 500KVA 0-600 HP 60-600VAC 3 phase/4160V/DC 0-500 V Jenkins Test Panel (surge comparison, high potential and no-load tests, plus vibration and temperature reports.) The Company maintains a full inventory of magnet wire, bearings, seals, paints, greases, oil, sight glasses, and other parts needed to provide motor and other rotating apparatus repair. Machine Shop The facility at Bestway Electric Motor Service includes a complete machine shop to perform any number of mechanical repairs, and/or fabrication of rotating apparatus of all types. The machining equipment includes: G & L horizontal boring mill Supermax vertical milling machine Bradford lathe with a 21" swing and 5' center to center Cincinnati lathe with a 34" swing and 10' center to center Wiepert gap-bed lathe with.44" swing 46" over gap, 26" over bed, 13' center to center Bullard vertical turret lathe with 36" swing and 24"bore Enco bench lathe with 12" swing and 20" center to center Kingmill vertical turret lathe with a 56" swing and 30" stroke Kitchen & Wade radial drill press with 5' radius and 48" stroke Lincoln 300 amp stick/TIG welder Linde 250 amp wire feed/MIG welder Enco Vertical Lathe XU6325G 24 inch abrasive chop saw 25 Ton Vertical Hydraulic Press The machine shop utilizes metal powder techniques to restore housing surfaces, can fabricate and install sleeves, or can weld surfaces using MIG, TIG and/ or wire-feed Company-owned welding equipment. When repairing direct current machines, the commutator is turned, undercut, and bar-to-bar tested. Additionally, the machine shop has an I.R.D. B50 Balancing Stand with IRD29O computerized controller (5000 lb. capacity) and I.R.D. 246 Portable Balancing Pack is used to perform dynamic balancing on rotating apparatus at the site in order to avoid further mechanical breakdown. Bestway maintains an inventory in-house of bronze, brass, steel and stainless steel which is used for fabrication purposes. Pipe is also stocked at our facility or is will be acquired on an as-needed basis from local suppliers. ti Outside Field Service As a compliment to the repair facility, Bestway Electric employs seven technicians who specialize in outside field service. Equipment serviced includes, but is not limited to: pumps of all types, electric motors, Variable frequency drives and soft-starting equipment, sewage lift stations, irrigation pump stations, air handling equipment, cooling tower motors and pumps, vertical turbine pumps and motors. In addition to servicing of rotating equipment, the service technicians specialize in electrical trouble-shooting, sales and installation and start-up programming of variable frequency drives, soft-starting, and other electronic equipment. The technicians are factory trained in the operation of Pruftechnik Rota- align laser alignment equipment, which is used to align driven equipment and diagnose bearing and other problems. Field service vibration analysis and field balancing is performed using the Pruftechnik Vibscanner and I.R.D. 246 vibration analysis and balancing instruments. Training of service technicians include: Baldor Drives Service Center Training, A.B.B. Variable Frequency drive factory- authorized start-up, program and repair, Square D Variable Frequency Drive factory- authorized repair, Flowtronex "Flownet" factory trained and certified pump station service technicians to provide Flowtronex warranty, preventive service and out-of-warranty repairs, I.R.D. Vibration Training, Permit-Required Confined Space Entry (O.S.H.A. approved), F.M. Certified by Flygt, Goulds Pump Service Center Training, Baldor Electric Motor warranty service and factory training including Motor Fundamentals and Drives Fundamentals, E.A.S.A. Root Cause and Failure Analysis Program. . All field service personnel have current MSHA training and certification. The company holds R.O.C. License # ROC 180818 Classification CR-29 Machinery, and Electrical Contracting License CR-11. We adhere to the Code of Business Practice as per the Electrical Apparatus Service Association. The company employs twenty-nine people, and many have I 4 been employed by Bestway Electric for more than ten years. Bestway Electric Motor. Service Company, Inc. is a privately held, local service facility. The officers of the corporation are Raymond W. Kothe, as President and Pamela M. Kothe' as Secretary/ Treasurer. Customer service and satisfaction are top company priorities. We take pride in providing our customers with superior workmanship, service and expertise for more than thirty-seven years. Bestway Electric is on call twenty-four hours a day, seven days a week for emergency services. We invite any and all City employees who are interested, to tour our facility, which is located at 728 S. Campbell Avenue (at 18th Street) in central Tucson. • KEY PERSONNEL Raymond W. Kothe, President, has been employed in the Electro- Mechanical Rotating Apparatus business for more than forty-six years. His training began during high school in Trades and Industries Program at a conventional machine shop facility, after graduation employed with Electric Service Repair Company of Hawthorne, New Jersey which was acquired by National Electric Coil in Fairfield,New Jersey as an apprentice mechanic and field service technician for rotating apparatus. He then moved to employment with J.R. Longo and Sons (now Longo Industries) of Morris Plains,New Jersey, as a field service technician and later as second shift mechanical shop Foreman. After moving to Arizona, he was employed by Hannon Electric in Mesa Arizona as Shop Foreman and Field Service Supervisor. He moved to Tucson in 1978, where he and his wife purchased Bestway Electric Motor Service in November of 1978. His technical training includes: Practical Solutions of Machinery and Maintenance Vibration Problems, I.R.D. Mechanalysis Vibration Equipment and Dynamic Balancing Training,Fundamentals of Dynamic Balancing both In place and In-House, Flygt submersible pump repair and F.M. certification, I.T.T. Goulds Pump Service Center Training, I.T.T. Flowtronex "Flownet" Certification and Training for vertical turbine pumps and stations, E.A.S.A. Root-Cause Failure Analysis Training, Confined Space training and Certification, MS.H.A. training and certification, Rotalign Laser Alignment Instrument Training and Vibescan and Ludeca Vibescan Vibration Analysis Training. Ray is a hands-on person with extensive knowledge and expertise to problem-solve and repair any rotating apparatus, electrical problems and is a specialist in vibration analysis and balancing. His commitment to superior customer service and satisfaction contributes greatly to the success of Bestway Electric. Ray and Hal Harris alternate as after-hours on call personnel, but regardless of who is on call, our telephone system will contact us when a message is left on the principal telephone number 520-884- 9141, the emergency telephone number 520-884-4282. His cell phone number is 520-237-1499 and his residence is 520-749-9823. • Harold L. Harris is an Arizona native who joined Bestway Electric in March of 2004. He has a mining back-round as maintenance supervisor for the Johnson Camp Mine and has been trained in 5Kv to 14Kv distribution lines and substations and 480 V electric motor controls. Hal is trained and certified for factory-authorized start-ups of Baldor Electric and A.B.B. VFD's and soft-starts; his other training includes Confined Space, I.T T. Goulds Service Center and I.T.T. Goulds "Flownet" training, MSHA training, Rotalign Laser Alignment Instrument Training, Ludeca Vibescan Instrument Training and has heavy experience with process pumps, vertical turbines, horizontal pumps, submersible and air-driven diaphragm pumps. Hal is our Field Service Supervisor directing seven outside service technicians. Hal is an expert problem-solver and diagnostician and he excels at meeting customer services and deadlines. Hal's cell phone number is 520-603-3495. Daniel K. Wise started as a machinist in a machine shop in Ohio and entered the electrical apparatus field as an electric motor mechanic in 1990, servicing equipment for the steel and coal mine industries. Dan then moved to Tucson and was employed by Eastern Electric as a mechanic and machinist and worked on rotating apparatus up to 5000 HP. While at Eastern, he worked on pump repairs, gearboxes and brake motors. He has been employed with Bestway Electric since January of 2001, as a welding and machine specialist and pump and traction motor mechanic. If it's big and ugly, Dan's our go-to guy! Dan's training includes Machining and Fabrication, Confined Space and Dynamic Balancing. Chris J. Peterson moved from West Bend, Wisconsin to join the Bestway team in January, 2007. While in Wisconsin, Chris spent the previous ten years as an electro-mechanical apprentice to lead mechanic. He has a strong back-round in all types of pump repairs, including vertical turbine, submersible and horizontal pump applications. Chris is one of our detail- oriented mechanics, and diagnostic specialists. Chris is trained in Confined Space and Fundamentals of Pump Repair presented by E.A.S.A. in Dallas, Texas. .I f REFERENCES Davis Monthan Air Force Base Utility Shop 3791 S Third Street Tucson, AZ 85707 520-228-4458 Joe O'Malley Donaled.OMalley@us.af.mil EMCOR Government Services (contractor at Fort Huachuca) PO Box 517 Abingdon, MD 21009 520-508-7911 Fred Marsh 520-508-7911 Fred.Marsh.az@live.com Pima County Wastewater Treatment 7101 North Casa Grande Highway Tucson, AZ 85743 Pump Repair Contract IFB106981 MA#14*0414 Trades Maintenance Foreman-Electrical: Brad Burbridge 520-203-5198 Brad.Burbridge@pima.gov SRF Electrical Foreman: John Knepp 520-203-5704 John.Knepp@pima.gov Trades Maintenance Supervisor-Conveyance Division: Keith Olsen 520-549-8034 Keith.Olson@pima.gov SUBCONTRACTORS LIST Hook Crane Service 3418 North Kevin Blvd., Tucson, AZ 85716 Phone 520-323-0963 Hook Crane Service was established in 1997 as a privately owned hydraulic crane services, with lifting capabilities of 17 tons to 110 tons. Perfection Industrial Finishing 1155 E Palmdale St., Tucson, AZ 85714 Phone 520-403-2884 Perfection Industrial Finishing provides powder coating and other specialized finishing, which is achieved by the electrostatic application of a ( dry, fine, particulate powder that is then cured to form a strong continuous film. The company has more than twenty years' experience. Simflo Pumps, Inc. 754 E Maley Street, Willcox, AZ 85643 Phone 520-384-2273 Simflo is a manufacturer of vertical turbine and submersible pumps and has been in business for more than thirty years. Simflo's state-of-the-art testing laboratory is built to allow for precise measurement of the performance of new, existing, and rebuilt (vertical) pumps. See www.simflo.com • t { • PUMP TESTING Vertical Turbine Pumps: When the City requests a non-witnesses certified pump performance test after repair for vertical turbine pumps, we will transport the pump to Simflo Pumps Inc. in Willcox Arizona. The pump(s) will be tested by Simflo, and we will furnish the reports to the City when we deliver the pump(s) to the site. Centrifugal Pumps 50 HP or larger: When the City requires non-witnesses certified testing of a 50 HP or larger centrifugal pump, a performance test would normally have to be performed by a pump manufacturer, in order to get a print out which includes pumping capacity, head, efficiency, required horsepower and net positive suction head required. Many pump manufacturers perform these testing techniques on new pumps, but the purchaser pays extra for tests. We have been unable to find a source in Arizona for certified centrifugal pump testing 50HP and greater. Bestway Electric can, and will, however, test run the motor in our repair facility, and we can measure and record Horsepower, voltage, RPMs, and current. All of the motor testing data is computer-generated, and a print-out is generated. ( a I i i I (111 OF• City of Tucson • 'woof License Certificate Business Name and Tucson Mailing Address: License Number:0111497 Type: Electrical Contractors BESTWAY ELECTRIC MOTOR SERVICE CO INC 728 S CAMPBELL AVE TUCSON AZ 85719-6515 Issue Date:January 22,2015 Expiration Date:December 31,2015 Owner: BESTWAY ELECTRIC MOTOR SERVICE CO INC This license I permit is non-transferable and must be posted in a conspicuous place at the business location. • THE ISSUANCE OF THIS LICENSE/PERMIT SHALL NOT BE CONSTRUED AS PERMISSION TO OPERATE_ IN VIOLATION OF ANY LAW OR REGULATION. Milan Non-Transferable CITY OF TUCSON,ARIZONA I TOFFINANCE DEPARTMENT ?� �i� 0111497 i i i i,dt REVENU_E DIVISION-LICENSE • 7 " MUST BE DISPLAYED IN Expiration Date:December 31,2015 TU S p R A CONSPICUOUS PLACE Business License • For the payment of the license fee,the person or him below is hereby licensed to conduct business in the City of Tucson. Tax accruing to the City of Tucson shall be paid under provisions of Ch. 19,Tucson City Code..This license is subject to revocation for violation of Ch.7 or Ch. 19 of the Tucson City Code. Located At: 728 S CAMPBELL AVE,TUCSON AZ Issued To: BESTWAY ELECTRIC MOTOR SERVICE CO INC 85719 Effective: January 01,2015 Please refer to license number in all correspondence. By Finance Director , i 1.0.'•`y:,1.. o,1r a ri. to yy r , . (a,t 'VII:.041) itt epit—, V , ,.. (I II 1...iii7 ritN.,', 11,',4.1'..,.:.•-•'.::Kr:.W r� r 1 +` eir I ' p +0 r ay tf Y�t kht 1 . J • }� } f `- i f } �w 3t' %'''13 'tat' v]' Z 1+f-r511', rl`�! f a,»1 /�pT�.'j{�}pyp,1 11 (• S O 1f{ • i N Ci h 4) .5` A.. f y q f 3 1A; '� o p ai �i:''St t 'it y;'L a. /: ) eI ) ri ya# � `a IV OtR � �'i �Vq • n G •, i ).rs'��:iux i 1 , (i..,lei''° J a•'} �Ivf ••• 1 p e�' Y; ?z'v�9,¢r'4�' t , _ 1 r ;r u 41 a k� ' 0ra1.r;�;r-a�• rift k' a CO �r a ter{:i t':, 11. in. t. shy ah-p , f''j•' ��Tjl'3,i7i: S} *: cal l@a '� ir'r�';•'1•y=i'���?fjar�'� .,l'i ;::::::;;;; Ea t.: :",,,,::.;,,,:s4:;: : h:J t- m ---t ct o ilgrOitil el0 Li IA a ate„ c� A�1{t��t �Iti, t d. t r O t.';.. j,i O cc,), ra=t.:s #,fi,; opio •1 NJ r i� RS., }.j l i. N. N. (•] t� fir, 'r74,0 f y Q tvU h `� 1''•• j%y''` • : ro N cz, to r •f� �r � i {7 �4 mod I. 7 Ic `'' ?�` r 'I jr S ►� , S jl'jiy�,i ` t - `` T Est ,:;�,t.�.���..; j N HJ tiS{ ! VI i NA .04 1. r i.,4 a{ ; a N 4J 1 CJ O �� 4.' t ,„: ,,,,c4 iit:"V.4.1:-.0i 11 iS � N ;il r�';t c� ¢ra:fc�yr �!k VIA..i- u-, . 0 ..c;101'ef.V.:dt }; {'��� f r t4� 1•�i )r 1 isPkIl:reiWINIr I,:., .4Viiiikti . 4 f . o 11 le jj iq 1,--!'„a„til �' - ilk O o s' oci a Zrcr oPili o o o o co n H 00 @ til ED 44, T. , . ,, as_ r,„. ,,. 0 c, „,_,. ,,,, t:,,. m ,,) ,s, CD 0 ‘(-3- t m�J a o CD co C`ca CO 0 �" p) C) 0 0 ro N °� 0ro (CM -1. ro 04 co ro E 1 o ioi 00 .00 • • • I 1 . 1 I �y'0OX1�75-6xc,7,1 co 60 10 �6�'}}�n m m H „ ed td m3'213m�mmommv 0Cc' Z ril m rn a oo 0 0 'u x rn;D rb �}?'a D 0 N cmmz ?7, ?x, f, 0 v z" r-x0) . i. . C7 n) r-,�-+ �� ]-+ X► I ° m�zDcnYcnDcno CO rn cn z�o � can a (7� xi,� �.0,2�,C CO, s rn xi, W-4• G,2 u,� t�7 °�t7N-�N `. D nco < as�tt� "'▪� °,m cn� i c�ii 2M0---'0)-,m4,C? moo" �ooanzo..�° �z coo' O nr O O 0 ci xrn z>-fi 1 _im(n x rn CI 0 u, ° -iO a '� a D CA a 0 Tr O-I cn C:)J 17 0O z cn�,c 0 z�m m cnw,A p F Onn4 X N- 0--I C ' Ocnz ZNrQxI ro �'v-4 I s-GCz n �• nT� i ,�-,cA 0 °� -0 oD o 0 17 O 0 zoacz z 1 ° c,an a� ,op I. 0�1r p, 2 z rn 0 0rn> 0 x 2 171 >O- s0 w X7 2 mks 0 A -Im0 0 0 xi m o P r m zm v Y -�- 0 ,vvi a 'mz a 7)z rn m 3 -DI z • �z a z Ym Co0a -< 0 7] 0 0 °ra° T ro 0 emu, rni 0 n nz Z " o ' rn-- —{ b N r T art 2-' fT! C? �rn c y p O n sae ID m z n a >m ❑ ® mm 7 z Cd OTcmik o K n x O C n rn -‹ 0 O 0 2 0 .� ❑ 0 0 a> 1 R x oe C} N CD F�II co ") m m . ro . 0� 6 co (D m rn -i4 AM C) Z W Q c i 03 �mj O 11) a� obi 27 � o • CI: n o m o Cn "n G) ''' Za �,0 0 Q 00 -Q rn o eip O �O+eQn1'a'' IV° toPO o libp . 0 ` l REFERENCES Davis Montha.n Air Force Base Utility Shop 3 791 S Third Street Tucson, AZ 85707 520-228-4458 Joe O'Malley Donaled.OMalley@us.af.mil EMCOR Government Services (contractor at Fort Huachuca) �. POBox517 Abingdon, MD 21009 520-508-7911 Fred Marsh 520-508-7911 Fred.Marsh.az@live.com Pima County Wastewater Treatment 7101 North Casa Grande Highway Tucson, AZ 85743 Pump Repair Contract IFB 106981. MA#14*0414 Trades Maintenance Foreman-Electrical: Brad Burbridge 520-203-5198 Brad.Burbridge@pima.gov pima.gov SRF Electrical Foreman: John Knepp 520-203-5704 John.Knepp@pima.gov Trades Maintenance Supervisor-Conveyance Division: Keith Olsen 520-549-8034 Keith.Olson@pima.gov l 1 ' 1 j`1 11( '0►F i\ t M>� R er" V4 i/)) 1 c�a rl �,��u v� MN 24.02,2014 i�`ndustroeservice Ltd. co� wti ,� i L�►a�la ° `) • Reconstruction of a pump impeller at a VVVVTP with METALCLAD® CeramAlloy® CP+AC and CL+AC 0 t"t-v re-- • _ r"'V , .:f .,i.,t s s h i -r' xJ. 6 ate ,d-f':-. I. 44- x v�h, J `7- +k ii 1}i t ! tY ,��Jr4a.. F ..'-��.... ...s' -r>t .N-i*ts. 'q .. •zt To ;'{ 1 " t ` 2 s .sF , - °. y1i2' ,;1,IJg iR�;?* ,- '! ' ' a w,a,•y+ Yf e• •}°h "T:4f. - ' . ! .. F J..Y•"i'` <r ay ` ,S-•. w'' s y .y�i t ail v.. �- f o ] t• �t '., ,, # -*,.'7j.r'..t r ?h.!fZ rE.' :t.:- 7 �ii �S tjL s S t !YW F q ? sr� �,'��r r��� al�ca�� rn �1� ,� i.' ,- p s;,,�...;1.‘.1:, — .� �•�Yl� ,� <s.��t�,u-�r��'<, y �. ,! '' u t.•Ii�i' ] y.. 2' `$ ,4 - + �i ,�lvp� 1 ,t f�.q r3'J s Rr r4P F'S'"�P-• - >5" f-t 1j� r �r III ^r+y' z r �'1,' !s -tE r -- '�r �Y''_•r. [,'may L i i t a i 'a`-ixi.x �..;:ii" �a x r i'd a t y ° r; 41, ';i • �f� r' P 4 ,"� ,1six`. yWS* d r 'i rt .j-S"'Tr. f v ,!'y"� 3}P. . . •,41,ti'llig,':-.1 r.. s 1'k .*.: ar} y a9 3t a S ram' S r ct r' ,f'f T 0. �I 1 r t t "a ,- . al ,. , Rrf t,... t '34 r ``a , at 3 rat " .. £ 5k"..l J '{i --a"9-JI s �Ay` ,v j, !i Sr Y }A 't Y {�s r y ''�L !.J,�H.y F w,rr r n,-t+. Y x' <I..0 S, .j., ti a S \ t\ k .r d r Y M••{�j,`.,}.. J Y A "U yi ti. ..- i 1 y 1 Ih{' .7.'. y.',. • •,a �: F ..- f k c a r ''-r: r 3 b - e_5b \x: n�e ,� sF - t , i', '2'�S Q ,„, ',r c; . ` .1 {t,Aw ti r r i t{ ky rw.''�,.' r ,r.{kf .r S rr ,3[:4' ie- rr^`"}'�{ v t ~. w ;�i l , y at2 "�?r . . r*� 4 S'i?_4t.lv •1 a: i4,..3.! .. k�:.t'S'r.Mj- 3 Y ,....1-.. .1014,5s%!,* L..,.. -#•-:1.:p./h, ,;..._.•_,. , •,:.•-•• ...‘.-. • '.'.•.9.:f-,1!-.s •.:.:':.•,f-.4.•,..,...•;..,11 , .,..., .. , .,,,..__,...,, .p.o.,,, . , . . k.,,.., ....„... ...,:...„,„..,....„..„..„... , ,. .:•.,.,..:.,.,,,...,.:.„,,,,,,,.:...,„,...),.. . .. ,,,..,,,,,... 4 ..,-. : . • S T't I�t { Y.l. , - • :,. , , ': -..-, .--.-,i 4-03-i . -, . ' err?;< •Y" p r y•s�1' t'!...F `?'t[r •1 _ , I. .;.t'� f ,:1*4 .iitt,ivt rjy , us r "a�a t'l ` • z 1 k`�A'4 a s t'r •`,g.,e'�`- t a d .: r - ' - Extent of damage ,,.„--4-•-,F,,-,:::12:4-4 ;•',..n-:::7';-.::ii. :,.i.t.. ..,„,:',.0f.44Atit-",. _'1•-:,i'.._:'...,., .;-.;:',:._•..: • F fit .� , t rf t '+ b srE a$ a" �' 7•, ' t. 7tf c?t �.' ';, r s '7 " Y a r .,, � r' ?IrfZ4'40j'S ^4 Fq ''F tt,i?,t{.ilk S n"!✓i ... ':Rt . .y C.•A. ii.R. y fit4;.k•P z 4_'.,: i',j•blr—e•. ,0-t 3'"r,: • #.:..zt>'• r.'.y r' '.- • C. ttj 3 ty.. ; 1 u•.L4- .YF!' '` `s�: f s 1':i�t i.• .ti r�4.1 lS. ,_:+fie:'y....�., r� - .... . '•, -:1`.P -• ,.•, SaF i� `::s:try.�;;r{-��,L:.;; ;-a• t S .. ;r'� _ 44i; l t•'r .n ;;i. :'` } h/{jy rY i s.-,,-.. . ,'.,f,. r 4:,:.o h.., "';'..,r r ,1- 6 s z :br1''..i.2. 'i •t ,r;4:44.rr,f t` 4'ay i� ��A��,,�, K �' rsr�r _ ,�}f`gyp �J r�` D:' 1;',! �c's,�-i3 X;o- ' r :. ..-.ia'yat'-f ^"`.` - • F.'.'fi r;^!• tr it. �'?4r 2 t�'i -'' 1'•h- Id: :s .... *t a .��,,./•.�y }a,_ - •t:.�; s} � i.. 1 i'TYi''' �a• { ,it'tJ ':j Yt .n },,,t'4 �y .i' ..•__-7t .. !�'.w�L5.,,,i ,',"•*' i t`.r•'.'.' e'v .�.'r2', %hu •'-' '''.r: -). y- L �s: SG `,4?, w/ 'A-Ai`C f JDI.,,,s ,,,4-,. y,: S ! f;}vl a : �,Yj',-� Y� ...'••. t ti rC v h' Y ,' v ...., • t 1":r: 'S yj �t.. ry y`Y fix.-,! N,;_ t .•9 tr+•4 'vtv_' .,R'' e,Adv .s -h.'..' r ! " ..'i-.:.3sk':,j-..3si T. .sF" :- S--'r, t � y},rh s t�1'y�r r '"1' .�: p,', ' ";�r-.' i till-.h,�r' � , - ,rxFa Ski -r �f =:a•:•.d;•?s. iit:z -4?*4- t a..f {A,' aS q;. a r ._ ,'Y_.f'. 4 r rr `, k'a - , R` ,a .ry�.:.'i A'3 x..'.. 4 r''�' `. •rLy +' •lxs, _ r tic- ,'; S'1• 9' / --. F- / 1 •x x 4 � r-, � 1s7i`>r�IiS'r^ar3 � ,� �� " , r f N K•�: ,.X -y tw a�t.•+. 5G 4 gf'i,>f r �.�1 .. ; t: .:n Fs; } -.� �`:�1- �1' `-."v'$�zv . v�.l i f 2r ,,t 7_.r J t x;6.Z%♦ • is -/ f . }• !, r. �,+• r y. ia!'i+ ti' -cFy,l},ya. :'L s �: a} —y�v 1 ;" .. 1- l �a�'fit' ;' r�'•' { .,r i`9.,....,.'.. i ,yt,.) ' v{�-rv1�.•�+ t4�r :X� ..,lt::.',tY a +t•.- c!' ., `.y .r.�r;tt .y'tro.tr,c ,e,. 'tyti. _:,,,,,--_,-„tot,• ::_ 'J 2 X ii--_ t -'.-, 'r k•''r Y y f`�,a'''D 3� ��?+'�, �F+� y: +'•.:ry Ala k1,; ! _��" • ,t ..e, r e• ,++ -7, X•+� �£r r•Y�i,•,. }s 2� . :rx•"yr car,, ,-nq,.1� \..' n :� t1 ,;Tr'JiFY >, � ,�. • • • • • .• !b ,: �1,4 Arir.•. r :vim• sr ,_i Fq F� . :,1q:*� :4 - ci 5`'tit; •,N�`` S f �i ,s 4,-{.. Y .-t ... r'><a a�FiSi�� i,'!f+s`�rf 2-.. .k:'�fw.rff L'i_}Z-�s.�'• -. - 1 ';.,:yr-iyai`• -:+x032 fs;�• Jt` 14';.. E 1' S. ,-usi4` b 1 .'4+41 xr a r, ':'."*..'°'.4F,'"'# t .r!'E�•'-;:3�F.-;<..:5 ..;WZ,- ''i3' >"'' - ,, After Blating rr i . 1. f CD t � m v A (T 4i\ BESTWAY ELECTRIC MOTOR. 4* �� re SERVICE CO., INC. re►� 728 S. CAMPBELL AVE.,TUCSON,AZ 85719 TEL: (520) 884-9141 FAX: (520) 884-1850 LICENSE NO: ROC 180818 ON CALL 24 HOURS SERVING THESE &OTHER INDUSTRIES MINING PUMP SYSTEMS AGRICULTURE INDUSTRIAL RAILROAD UTILITIES COMMERCIAL CONSTRUCTION MUNICIPALITIES GOLF COURSE PUMP STATIONS FACILITIES MANAGEMENT IN-HOUSE ELECTRICAL &MECHANICAL CAPABILITIES A.C.MOTOR REWIND&REBUILDING PUMP REPAIR/REBUILDING D.C.MOTOR REWIND &REBUILDING FULL SERVICE MACHINE SHOP SWITCHGEAR&CONTROL ASSEMBLY COMPLETE PUMP REPAIR WELDERS,GENERATORS,M-G SETS DYNAMIC BALANCING EDDY-CURRENT CLUTCHES HYDRAULIC REPAIR V.P.I CAPABILITIES AIR COMPRESSOR REPAIR GEARBOX REBUILDING MODIFICATION&FABRICATION FIELD SERVICE CAPABILITIES V.F.D INSTALLATION/PROGRAMMING LASER ALIGNMENT ELECTRICAL TROUBLE-SHOOTING VIBRATION ANALYSIS PREVENTATIVE MAINTENANCE DYNAMIC BALANCING IRRIGATION PUMP UPGRADES LIFT STATION MAINTENANCE BOOM TRUCK ON SITE REBUILDING ' '" WE FOLLOW E.A.S.A.'S RECOMMENDED PRACTICE w, _ ' NEW,USED&RECONDITIONED MOTORS&PUMPS ' '"�nSSC�G�h SALES,SERVICE&FACTORY AUTHORIZED WARRANTY REPAIRS FOR: ABB VARIABLE FREQUENCY DRIVES KSB PUMPS TECO-WESTINGHOU,SE BALDOR/RELIANCE LEESON ELECTRIC TEEL PUMPS BELL&GOSSETT PUMPS MARATHON ELECTRIC US ELECTRIC GENERAL ELECTRIC STERLING ELECTRIC WEG ELECTRIC MOTORS ITT GOULD PUMPS repaired by metal-spray powder buildup or welding and then machined to proper size. All o-rings, gaskets, lip seals, rotating seals, shaft sleeves, or pump packing are replaced using factory-original parts, or the equivalent, depending on the City's requirements. Other worn parts, including pump shafts and seal sleeves, can be fabricated in the in-house machine shop for economical and timely repairs, or the components can be purchased from the pump manufacturer, as per the City's requirements. Pumps are assemble and tested, and depending on the size of the pump, it is tank/pressure tested on the premises, prior to painting, powder-coating, or two-part epoxy-coating, and in preparation for shipment to the customer. In the case of vertical turbine pumps, the non-witnessed testing will be sub-contracted to Simflo Pumps, Inc. in Willcox, AZ. We have recently been using a new epoxy polymer technology (Enecon) that has proven to be extremely effective and long-lasting, for the build-up and repair of worn impellers, volutes, and other pump parts. In cases where parts are obsolete, or have long lead times, the proper use of these products can virtually resurrect severely worn-out pump parts. Please see the photographs of the repaired Enecon impeller before and after it was repaired. 40% Besiway Electric Motor service Co., Inc. 728 S.CAMPBELL AVE.TUCSON,AZ 85719/PH.(520)884-9141/FAX(520)884-1850/ROC180818 ' I Qualifications & Experience: Company Profile The corporation was established in 1978 in Tucson, Arizona as an electro- mechanical/rotating apparatus repair facility. Bestway joined the Electrical Apparatus Service Association (EASA) as an active member, when eligible in 1980. EASA is a world-wide trade association for the electro- mechanical industry, with headquarters in St. Louis, Missouri. EASA provides engineering services, training, educational seminars and materials to its members and sets the standards for the electro-mechanical industry. Bestway Electric Motor Service Company, Inc. follows the guidelines which are established in EASA AR100-2015 RECOMMENDED PRACTICE for the repair of rotating electrical apparatus. Bestway Electric Motor Service occupies two buildings, totaling 21,850 square feet, in central Tucson. Bestway Electric performs repairs, sales, installation, and service of rotating equipment, including, but not limited to, pumps, electric motors, blower wheel and shaft assemblies, traction motors. Pump Repair Pumps repairs constitute a large portion of the repair work performed at Bestway Electric since day one in 1978. The types of pumps repaired include, but are not limited to: horizontal end suction, horizontal split-case, vertical split-case, submersible, vertical turbine, and vertical in-line multi- stage pumps, centrifugal and diaphragm pumps. The company sells and performs factory-authorized warranty pump repairs for the following pump manufacturers: ABS, Armstrong, Bell and Gossett, Ebara, Flygt, I.T.T. Goulds, KSB, Pumpex, TACO, ATM-Teel, Zoeller and others. The pumps are dismantled and inspected; all machine fits are measured with micrometers or other devices as needed. Parts are cleaned in the power washer, "steam" cleaned, or sandblasted as needed. Worn surfaces can be ( . r 8 { MN 24.02.2014 ._ p Inch strieservjce Ltd. .pv,c r ���J C5 `" " ' ♦ ` ert+,r f- - lL➢-.+ '•+ + 41." • er-• WA. .y... :1,40e.,.'.:,., • -,. . .-...r. .. * PP t SI.. t • - -1 - ar s 1s�1. •i 5 if jOir tip ' .`i i �Si,`" 'L �y h.1 S -Ns ftr` p ,.i.' '• s.�'V1.:3'' .{F�n t','i�I'f:!Vr.�,� - �s . . (.v..} . rk 1 t= - *it�"'�. 's ,.}. ,t s E aJ(h - `�','�'° ;,. ,+. . t'lyu i:. -? -. , :tiiel.s .:fb-t'' f,•,,,Y� �j kSr+t'` t'+�j h,£�� • fry . AY `#?Vµ ti ♦r� , sCt ,rV # c4 -1r' y dp+J•y: y0,,? W 32 ,lrsf a '-o ( ,xy - P '� r iK.1•S:qf %! '_t q{ . . , . . :).1/me,,. ,44 i3A4.i!' • T '4.fF/yI t' jtYi Ii 14 ,,, Adapted and reinforcement plates fixed to remodel the impeller contours - ..?,1.!IN';,`•.',:':'.:::.'':_c-,..:''•:."—.:•?.....;;•1•14-:•1 7.4,..-•:.• 4*- �' ,+{t 'jam �tf Y�c :s. h"'i, !.•' : \ • v is t 5 s •;9F 1 t -t ,:3Y= �y>,' t e. ,i.'�'r'y X�ti4, rt j. _-y zs,•,•' , +3 . '---'---' '.- :-. :-,-•.-'1•:.:•••••';':;:::0.t.1-.•:.-,,'Y''"*.."..•''.• ...''', ' ..t•:•,!--'7.,,i.,-: :.• c a�(• r 3 C''.'•+ + " • • }ar t a1 L. • .- y Jt r-. -1. y,,- Y-�.-..�n. -- ....t.._ `'s,._.s _ ',1c V� •^k�4 • +•C41' •6 k:' i' r • • aJ_fir- h `��rr� iX�.. , i�ECG� 0 � i T ! x j •. �p, ti rri t r� ♦ ?pfir $ .[ �:.r.frAlik:C.47k �1. "Zy a nxi } � }� 9 3 � � k a}�� ; , Pr 5_, tFw s t � '+k hY4$L y. .,,�:. ` �.� SN� ka �� l • • • `,- �} � jb s •n c t 'T.Fk�N '1 ✓ N A_t. �.i;{, n �+ �},--. Fzn� 3 a; +j I �{1', gx �SL 4 i' t r � .V7r kR1�T r ,f +y ♦1 'y fi:, ' r ,.- 3rxx� K: 1v I ' �4•tY• .Y' �YYA � i Y i te, F" ......4, ": ..�` .�. !.,ak=:St+ri� � x_ , Adapted and reinforcement plates fixed to remodel the impeller contours ,. uuV-j` � t. I� S .NSA s t 4 t Y 3ti~ `�• lk. ; �3!•'"` i: -V"•a�'n' • . I 4 t r y t�TS { Rr pr Y 7t _J > iF •: l f S 7J� Y♦!,, ¢ Ty 4 N --N sk ,,,It -" .,,..„---,-,a,...-,,„:„.. � �'t�.-- ✓t,id xs +; .{,1Sr yrs: S `i'-r, .�; tr t.y'Z{.47`L' .fir▪ 4' ..:'�� _+ •.t`" lf-k'iv S ':.t4 '•s7r.. 'eY* r = 4.-,,,,,,4-,,,,,,,„-:,,,....„,.,, 1,, ' ' r.,. • .,.'A!'v,rt...J}• :1�' ..s-444 - ' gi Y1 '�C' -•.. i 1 fJi fifi i.:,+iNy-.a;`. r�f irS''ril.+. Ni ; h �' .kN i .'' y1 y ;?.it: ?i .: L E L s .- -- F.' T^ i d !...Jr,'•�iS j 7YL- . ,:0*sr -• _ _ :ysy fl:••-�rg t 4 ti ,� �k ry ';�. h 7r�.;;yyT'' Via• • 11 wv-fir,.•+ 4 •' r r ! �a,, /'.1 ! i.1 r y♦vv . I•! M 1Y 4 .-,♦ ♦ • ! r ..... ir-.�. 1 r .•.� . v-. +, ! ( r3estuvoy Electric Motor Service Co.Inc. BEFORE REBUILD . ,_.,..,..,........,.... , , .. :,. .,„,.,..:.. ,,, .,,,....., ,Jr'-•,h' ;,vitet•e,'„-' ..,,,i--$. ` Ott a•� I II w . i ,.- of ` �' : •.+ .', lifit4:::', A .,,,7,, I • _, - ` t•' v�..ems s tJ- • .. .{ r :E i. t}', -�,�y�^p• t !f Sy , r. Wfr. ., }• _ _ )1 •. hMi :y a ,i.; -,:rrt-a,%: s Y -r ' •-r�.��� !)' ,ta J{i"`7 r�.4i ni'' • r z , ► f• t s >6 s " �"s `' -yy ?,- .. F ��1SS,� r ' r�*, � 7- z r, r'i rutµ 6` t•1 -3 ,bx r air add ti r rit 'k a'?aht h : ;-A 4 i .,. ysic.' " {r c.f' ` e-}, ii-;c - {y . E a i.� �Y a Y•e. 7 �fi ti W / _ i iMt A( n • ' , -"` ' =', 't.•.' s. Alf /:,-,...;,,,,irtft:• ';- '-k:: ,,,, ,',..., , it t - . }' h-j ,y fk II 1,.N s .r .r "- , ` 4t° 'x. ', a �wCjr'ti 11 4+ .. F 7 - Al.;,' 't�tah } 4 "5;';4-' •`7')it.7-. ' h c ,.s. M sa k .i + Y , ,,',...',..w.IVIA,'1,`:, t-- • ,k : k.�Yi1. � Y� 4 +� i- M� Ii �� +,fin i AFTER REBu.ILD . ... ... . ..... ...... .x...!.r .:0-. A " ' .,...,-,,,,,,,,,, 1, ' '!,. „',i': N ry i •ti. - q w' t r. .g....ti q, P{ t zi ' ' + �, � f, £a 1 ' '' `` • �i. ..= �'. •ice t • J s I i Electric Motors Bestway Electric repairs single-phase and three phase (200 volt through 4160 volt), alternating current electric motors, and direct current electric motors, generators, traction motors for a variety of applications. The service facility also houses a mechanical area for dismantling and evaluating the apparatus. The lifting capability is five tons (10,000 lbs.), and fifteen tons (30,000 lbs.) in our new building. Equipment in the Repair Facility includes: Pollution Control brand controlled-temperature reclaim ovens Epoxylite (4 ft. diameter) Vacuum Pressure Impregnation (VPI) System Steelman bake ovens (6' x 6' x 6') and (10' x 11' x 12') Proceco Hot Water Power Washer with a 10,000 lb. capacity Dayton sandblast cabinet Hydraulic Press Phenix Core Loss Tester Baker Surge Testers Phenix Hipot Tester Posilock 15 ton-rated Hydraulic Bearing Pullers I.R.D. B50 balancing stand 5000 lb. capacity I.R.D. 290 Computerized. Balancing Instrument I.R.D. 246 Portable Balancing Instrument 500KVA► 0-600 HP 60-600VAC 3 phase/4160V/DC 0-500 V Jenkins Test Panel (surge comparison, high potential and no-load tests, plus vibration and temperature reports.) The Company maintains a full inventory of magnet wire, bearings, seals, paints, greases, oil, sight glasses, and other parts needed to provide motor and other rotating apparatus repair. ./A\ 41/ `'''�� Bestway Electric Motor Service, Co. Inc. 728 S.CAMPBELL AVE./TUCSON,ARIZONA 85719/PHONE 520-884-9141 FAX 520.884.1850 AZ ROC#180818 CR-29,#296811 CR-11 • Electrical troubleshooting • Pump repair, including motor and pump removal and installation • Largest ABB VFD Distributor in Arizona • Largest Baldor Motor Distributor in Arizona Our payment terms are net thirty days. This contract will be in effect for one year from the date signed and will self-renew on a yearly basis until this agreement is terminated by either party with a 30-day written notice. If additional repairs are required at the lift station, Bestway Electric will submit any additional charges in writing prior to proceeding with the additional repairs. Please confirm your acceptance of this agreement with your signature below. Please call me if you have any questions about this proposal or simply sign and return to authorize services. Thank You, Signed: Title: Ray McDannell Bestway Electric Motor Service Co., Inc. 728 S. Campbell Ave. Tucson, AZ 85719 Date: Signed: Title: Representing: Town of Fountain Hills Booster Station 16705 E. Avenue of the Fountains Fountain Hills, AZ 85268 Date: MEMBER4 EASA Sha Eiecho•Mechonical Authority '^` * fr Bestway Electric Motor Service, Co. Inc. 728 S.CAMPBELL AVE./TUCSON,ARIZONA 85719/PHONE 520-884-9141 FAX 520.884.1850 AZ ROC#180818 CR-29,#296811 CR-11 Note: Cleaning of manifold wye strainers and filtration systems, such as Amiad, Yardney, etc. is not included in the standard annual preventative maintenance service but can be performed at an additional charge. Semi-Annual Preventative Maintenance Service: • Operate system and consult with maintenance staff to discuss on-going problems and concerns with the pump station. • Check pump and motor oil levels and replenish as needed. • Test motors including resistance phase to phase, phase to ground (megaohm readings). • Record motor voltage and amperage readings. • Check vibration of motors and pumps. • Check condition of manual and check valves. • Inspect and check operation of the control and relief valves, including PRV's, CRL's and CRD's. • Check electrical components, review fault log for Variable Frequency Drive. • Test pump performance under varying flow conditions, where possible. • Provide a written report detailing all findings and repairs performed. • Make recommendations in writing for repairs and corrections of deficiencies in the system. The cost to provide these Preventative Maintenance Services (excluding sales tax) is estimated as follows: Golf Course Annual Service Semi-Annual Main Irrigation Station $2187 $960 3" PRV Rebuild Kit if Required $241 1/2"CRL Rebuild Kit if Required $147 In addition to the Preventative Maintenance services outlined herein, Bestway Electric Motor Service provides complete booster station repairs and services including: • Booster station upgrades and retrofits of PLC's, VFD's and controls • Cabinet cooling, plumbing repairs including valve replacement, electric motor rewinding and repair • Complete machine shop services • Dynamic balancing • Vibration analysis • Laser alignment MEMBER The Electro.Meehonica4 Aethooty /A' Bestway Electric Motor Service, Co. Inc. 728 S.CAMPBELL AVE./TUCSON,ARIZONA 85719/PHONE 520-884-9141 FAX 520.884.1850 AZ ROC#180818 CR-29,#296811 CR-11 July 15, 2019 Mr. Kevin Snipes Town of Fountain Hills 16705 E Avenue of the Fountains Fountain Hills, AZ 85268 Dear Mr. Snipes: We are pleased to provide you with the following work scope for proposed preventative maintenance services at Town of Fountain Hills Booster Station: Annual Preventative Maintenance Service • Operate system and consult with maintenance staff to discuss on-going problems and concerns with the pump station. • Inspect critical structure components for corrosion, wear and fatigue. • Change oil / lubricate pumps and motors in accordance with the manufacturer's recommendations. • Test pump motor windings including insulation resistance phase to phase, phase to ground (megaohm readings). • Test run pump motors at full load and record amperage and voltage readings. • Check and record vibration readings of motors and pumps. • Test pump performance under varying flow conditions, where possible. • Check system pressures. • Check all electrical connections for tightness, check temperature with infrared thermometer, test all electrical components for proper operation and make any adjustments as needed. • Inspect Variable Frequency Drive (VFD), if applicable. Check electrically and review fault log. • Check condition and operation of all manual isolation and check valves. • Clean and test operation of control and relief valves, including PRV's, CRL's and CRD's • Replace and adjust pump packing, clean bleed lines. • Acid wash and flush all hydraulic lines. • Inspect PRV wye strainer and clean. • Inspect check valve(s) for leakage. • Provide a written report detailing all findings and repair work performed. • Make necessary recommendations in writing for repairs and corrections of other deficiencies found in the system(s). MEMBER .a+ "a EASA i tie Eecf<x•Machpnc t Aulho CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT RFP AMENDMENT NO. ONE(1) 255 W.ALAMEDA,6TH FLOOR, TUCSON,AZ 85701 PAGE NO. 2 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8, 2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: August 27, 2015 CONTRACT OFFICER: JAMES GASTON 8. Offeror shall provide the name and contact information for the person and their designated backup available within two (2) hours of initial contact, 7 days a week, 24 hours a day, that should be contacted in the case of emergency repair work. ATTACHMENT B A. Vertical Turbine Pumps (ADD) Suction and Discharge Cases (Flanged and Bolted) OR (Threaded Column) B. Column pipe and Line shaft (ADD) 8. Column pipe shall be painted inside and out with an NSF approved 2-part epoxy or powder coating. VENDOR QUESTIONS Question: 1. Are we allowed to place a bid if we are unable to perform the "Test pit and equipment to run the pump" (Section 2.0, 2.1, 9)? Response: An offeror should provide a response to this request for proposal indicating the best of their abilities to perform the City's requirements see below. INSTRUCTIONS TO OFFERORS 5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial adjustment, other than that provided by the subsequent Contract, for lack of such familiarization. Proposal responses will be evaluated in their entirety. Pre Proposal Attendees: Weber Water Resources, Laron, Inc., Phoenix Pumps, Rain for Rent, Bestway Electric A REVISED PRICE PAGE IS INCLUDED WITH THIS AMENDMENT. PLEASE UTILIZE THE REVISED PRICE PAGE WITH YOUR SUBMISSION ALL OTHER PROVISIONS OF THE REQUEST FOR PROPOSAL SHALL REMAIN IN THEIR ENTIRETY. VENDOR HEREBY ACKNOWLEDGES RECEIPT AND UNDERSTANDING OF THE ABOVE AMENDMENT. Signature Date Company Name Typed Name and Title Address City State revised 2/99 REQUEST FOR PROPOSAL AMENDMENT CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT RFP AMENDMENT NO. ONE(1) 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 1 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: August 27,2015 CONTRACT OFFICER: JAMES GASTON A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS: Pump Repair and Maintenance Services This RFP is hereby amended as follows: I. The Proposal Due Date shall be changed from September 3, 2015 to September 8, 2015, 4:00 p.m. local Arizona Time. Submittal location shall remain the same. SCOPE OF WORK 1.4 Key Personnel (ADD) C. The Contractor shall provide each contract year a minimum of 8 hours per year free training upon the request of the Tucson Water Department. Training shall be in classroom or in the field, as requested and shall consist of product information and support. Instruction shall be provided by contractor staffs or OEM representatives that are trained to provide such services. The Tucson Water Contract Representative(s) shall approve content, logistical support, time schedule and delivery method at least 5 days prior to conducting the class. 2.0 PERFORMANCE REQUIREMENTS (ADD) 2.2 Overhaul and Repair Guidelines B. Unless otherwise authorized by the Tucson Water Representative, all repaired vertical turbine pumping units shall have the exterior of the bowl assembly coated with an NSF - approved two — part epoxy paint system or powder coating. If the column pipe is part of the repair scope of work, it shall be painted inside and out with an NSF - approved two - party epoxy paint system or powder coating. 2.4 Emergency Response Estimate/Repair A. Designated Contractor Representative or Backup shall respond via telephone to problems reported by City personnel within two (2) hours of initial contact, 7 days a week, 24 hours a day. Contractor replacements of designated Emergency Contractor Representatives shall notify the Tucson Water Contract Representative within 3 working days of the change. INSTRUCTIONS TO OFFERORS (REVISED) 9. PROPOSAL/SUBMITTAL FORMAT: An original and 5 copy (6 total) of each proposal should be submitted on the forms and in the format specified in the RFP. PROPOSAL EVALUATION REQUIREMENTS B. Qualifications & Experience (ADD) � I ti KEY PERSONNEL Raymond W. Kothe, President, has been employed in the Electro- Mechanical Rotating Apparatus business for more than forty-six years. His training began during high school in Trades and Industries Program at a conventional machine shop facility, after graduation employed with Electric Service Repair Company of Hawthorne, New Jersey which was acquired by National Electric Coil in Fairfield,New Jersey as an apprentice mechanic and field service technician for rotating apparatus. He then moved to employment with J.R. Longo and Sons (now Longo Industries) of Morris Plains, New Jersey, as a field service technician and later as second shift mechanical shop Foreman. After moving to Arizona, he was employed by Hannon Electric in Mesa Arizona as Shop Foreman and Field Service Supervisor. He moved to Tucson in 1978, where he and his wife purchased Bestway Electric Motor Service in November of 1978. His technical training includes: Practical Solutions of Machinery and Maintenance Vibration Problems, I.R.D. Mechanalysis Vibration Equipment and Dynamic Balancing Training,Fundamentals f Dynamic Balancing both In place and In-House, Flygt submersible pump repair and F.M certification, I T.T. Goulds Pump Service Center Training, I T T. Flowtronex "Flownet" Certification and Training for vertical turbine pumps and stations, E.A.S.A. Root-Cause Failure Analysis Training, Conned Space training and Certification, MS.H.A. training and certification, Rotalign Laser Alignment Instrument Training and Vibescan and Ludeca Vibescan Vibration Analysis Training. Ray is a hands-on person with extensive knowledge and expertise to problem-solve and repair any rotating apparatus, electrical problems and is a specialist in vibration analysis and balancing. His commitment to superior customer service and satisfaction contributes greatly to the success of Bestway Electric. Ray and Hal Harris alternate as after-hours on call personnel, but regardless of who is on call, our telephone system will contact us when a message is left on the principal telephone number-520-884- 9141, the emergency telephone number 520-884-4282. His cell phone number is 520-237-1499 and his residence is 520-749-9823. Harold L. Harris is an Arizona native who joined Bestway Electric in March of 2004. He has a mining back-round as maintenance supervisor for the Johnson Camp Mine and has been trained in 5Kv to 14Kv distribution lines and substations and 480 V electric motor controls. Hal is trained. and i C d t t i { t _ IELD DISASSEMBLY I , , . k . . • .-..:: ',J.ii:'. itik-4.'' l'. 2.--'•,-,.:t:—.:6- ' • . -:it. — ,=iii.'.:,.-.—.•. , 4. fm; k /v .1nY....-1.-" .. •..••. '. ; t C,:-ki-'' . - ''.''''..;''':-'''' ' ' -:‘' i ', , ''''-'17:--?:-iii!- 1 ..1.7-';,:-;.41,,,?:-..T.,,,,,. , 4, _ : I I,. .,,,A„,..„-...:, _,....,,....es,.4.,. .. .,.,,,i. i .-i,.. ,,,,,-,... . hr A .i :,,,,,,. ,,,,,:, -._ _.-. ..„,,...-,..,,,,o,,,..i.:1;: ..fg._3.1-k4_. , --ifitv. ,10:.74 r y .>. a y',4....,..:‘ .,• s s5f,,, r r ! f' i ' ' . . ..,.,..- ....-_,.,,,,,,,-..:-_, , . ,,. .- '. '-'•- - .'''',...",...,i-...-, i .' -.- _,-- - .,..A ,l ,/,; :6 i=' , _� may'y '�"' y ' . k F is c::s.. ..-,:c --•,.-,; ' ,,t1.,.. - ' .. -...: l yttF '1,X,._ ,�,'�Ar` ,(�+F 't..• -*`rf:'�.,!3ri/' _SI �. 1 i - +M YI. u•.: -.�„" xt ��['�ftLtNy A • - .-�.r„„«v...a"''..+N'.H.,ryx i 14 7 1ria t { r;. n�Y is i e f , f . :Ii'l'',..:. ' . -1. •-1111it ''' - � Kt( ; 3 y . '}y. ,."( * '�' .�•'ak i�ss a . '',S a 1, L«Ta ��'T _•"pr:y�1;sgdVF s' S%- • 'sue r „. •-.....,, .,.,.:, •.-,- ,_, , . :•, , S f . —. ..._ •-• •_ __. r, ... ..,._,,,,.._:....,.:. _,..,„ :.,._,...,r,........_:.. ......'...,. .,.... :„ : .,,..,... ...,.. _ •-•, ' '. -, . Reliance Submersible Motors on Submersible Waste Water Aerators t - h_- -. r., .:'i. s .a u y tit r r :si• _ Y + - r • {_ ► ` ,, ; r, • • • •• .i ai > • • k • • , r,•',s r.;?'rt ,,�,� ♦'., f'; °.,' a - '- 1-,. .'' a-k i > _ •'' S ` ,*.g..i•t+i' '`, Lti IVAI. _}t rid n,;,.., I}�f r. ,`4,5'� �„ ,tv„a. .-6• - .V4 ., e zv3 „L :. •W�:,x. T o f t�. if,, Jrf A• :t 4p,,.w. 1. +.Z •`5 t� �- �' ..) ..k�+a-^t:J+r*l�'f'`•lt�;; .f.w.. r,.d' ,or,� +,•,',ye�;ir;.-ir r;`.`2rs.in'fr.u.:;7•_."`<:eu � ��• �4E•e'� F^ `'sN:`� r te�nr,�, .�.�x��r:v`-:f'Vx� r�'' �•.}' • r a •r' '� _�c`�,. `?i`� t:C r. .,,�x. �4� .. - - Sy � �.�t � ><. • .�L ,•s=�-{.y,..�'.t-.wt` 4 M,�24.. Mt1+'• - M '1�.}�.a F y _ -:a_ .^�:.:k•. ^'�,yr :�' � �r• c` -r_ �sr:mac. �,Y' �wY��- • �S •,-:!E'� ��c - y •z a-.:y : •r a `at.:Y a 1 S,'r r1 : r:.:I ;'.-.4.1 'A ..-_4.. ">::e-k:: 'ai ties rx� C �•;•-_:x5 r '•t _/..,i yF t-'�,r .�>:�: - ;G.n e!.,!?}-e.�.� ^`'.�•'+�:.:nv,� � •d r '�' r�x,.;�• iS�Ai..rv.��'.� r:�'Y�,c.�6.'S yg'G'�l=-y;��7_r`=.:^Si,�%+�:= .'S. :.'-r•� ,.1,cx:• - arY__t.' -'. n. -L3.- . .i:4 1 t ,L.t.,.-s_ ..,e:l�.[a'. .,4 _K}:J-._.y5;it:.- h t :s' x i ,`X - :G x"'•' tr :S•'f,"'c.�r-`:•> •.c'�w�,5���`L�•.t,.}x dr •-�r>-:orr ~:•:._, , _.w .; s� a•¢r" +_x ="}:•=s'� .r.-c. ai+J"� a'z\ Fr 'T�.Y•..i •oi fF JE '5Y.J -rV mod., '4,•. .tl h. 1' Y A,z t'i f _.--4, - .. ,..:.. t:. "-i-, >.':r ,a,L � r4i:.. .i.L -1 a,v+•:k�;�;;: it-4�r.''¢ia"t !'r. �:� _ �r� ;.c�}4>":'4�s ,_�aor";f.�-S s;= ;�`�::;i'a p�.�,. � ra�"�3�-_-..qa= 3 ssy ,,.,.,.r;r �::• •, �',1,at_., •';.i��sy� rti.- �f� ,i.s :�i:• ;s rr ,� , 4 �•:.'. r .r �'c .�� ".'r$ •�;.., ,t •toµ.ems _ m�r:ic '"- -�:-��. k �4. +���� ;y`i.8"":':::,f�'�P3,.�tJ.Sr �7 i�'i,_-r -e;��-r� art^"y"•:�...,,�k7v>�+�._._;", 6$:L_ �yyam�,:,', t1r h':;c`�r- 't.,. >!k q, F>,� :pats-.;•�f-sr:S;•f �JiS.tr�'-�s.i �.., ""+ '•:t••`�'.,.,,`�- 5d= �,�q s y.,4:str�.r-;1 �y�.•. 'i L:Y..f;i:.. ' •:1: "c'�`l.l`•i�;.'rt'�T i<.S':4�n4�!Y��J .:I-•::'C A�•:",a':4I�• a1�•�•,r,,f.._r�,'-b�� �>F -�'!��j,.:S .�••�.v�Y�'7 Fy_3!, �i iv''W'��G-t4.r,rLCJ'�A i4n'i ti. 771:,,'i a�..^A<., >3� .�-c.1+e .tom,R ;K`..(41- ::"fi r <4'!.?,¢_ ¢,i.3•: -�- -�_•i2e-.±t;.s-i-.•_.: ,...i,w:n "wr.,:10: .•..y.I,a. ;' w„�: .:�.r.•- r 1,. ,„l'.;-rr'y&s„R- ..t-?,,- �,a10. -,'": '`:.F;.c .0.1,..•..rL'- ',+4' •* •y',^' „i„.0,<t.� .-- •t 'r;r;er: -._,,,,{'•. �. -r ..�,.'+.7•rue::r -) °'-t?t.-,.•-s•;d'.•.i:,. r-.,3,;, t�„.y 'i.`:�s';.'T,.;�.: J`t r,.��'r �?� i. w�l'.a,�,��'�u'.�<: .'lL.:�F•+fr 014. - �-v1_<••:r`4`:�t•�•,-�`is,�:.. '�1`S., �•t:.`��`�...e��y t1,�. .� `^ts-rfta,•„ �.,- <.t,,,{�" �»�c.�'w��t KS/ �';s=ice r �� F"� r 7� �,. i. .. wy YR _,,�.z l�. a;,�i�'-�Y-: ":� �:�;; .-,Gy'c'-=^,,2'�r..; .•�. `Yt' i Z�r'�.tu. a"4-., a.?,a;.:• g`aiz •'. 3 ta' � R� -- '�!' _ :'.c �-r; Y^,+'t fi �'�?--2 +; +r'` " r- a teS:. 'itfr2.1<'':._o,'yS`r' }yi`o-:.i^' ..ki^ac.,�t. S:- •;C.•' ,' .i ;1`.y.^� 4, :c' .•i iy >i c :. '- f'''1'Y,:,,›- Y rw tZ.i�'•' t.•-+:5�C!'C;4•' '>..L.�i-.jam '`; "3; y':"'.+YZx.�a:�f .� :d'�i+t y;:•C '��, '•,_v.'_S' .3; �,.'.."a' '. , _ ,.' '-•.f-�-:'fi ..,f ;.44- ,, `..:�S"t �_'.N;,' ... . _,i1r+P-wif.4 t^N•` ' '7. , , `, 1- -',1. "l-.v;. •} _ ,.. 'rc,,,, > ,%S ,r4 r�-+`�'e�%:�'E'r3.�;�:i %�'tiy+.��- ����'.y�.t�.;*,'4i;? Gc$+G?- s%i-:a• ;kti'+�� v Y �Et-'.'��a, .�-�tr11�. ��"� ~ Y.i t. �+�". �(f`�+i,.�.`,3 ttr� d yy#,ri'.x�• r'J-:s"i�.�i 45eJ'�r,- 2'�e v^.{f; '��.:• �•�.r� �+ �-,'l�'7iTyt,.�' •� kt.,`r•.: ..�'•' ••' ''"'','.s'-'� �,,.�-'.ti�`t'.T'� c. •.�i- _tt.e•�•Y��y - .1Y Y T'�- e,li-F:Mit .-e-.# f.�rya'.:, .�'6 h � ,4% t6 , 9� L3iq' .. t• i •, q,A, .. .- °`�.a-fat '� 'n S*{ ,Pf S :�:V,:-. h4•�c•f s} c.,4,••s.", '_ .l-• 'fix. -r. _'s '._., 1 ''IV",' dl , - ,e F A -4 m• x ..w 3t��'`,��. RY� � ,3 �,, r ��� A� .� �1I(f yi�=�� � ��> ak _ 's'�•'�. '.0 '=�.> ,ih'-� 7 a •T,hJe' .c,� '�a .'v�l M .r .'c'e.'!ie - • If x,,,,•.- �S t� t3� m{ °P�` ,vi.t'm'`, 7 i�"�sry,�FS �.• x.'• Z ��.�.,fie }y 'K,'x�a� �'�•S�,'., .'C- � 't,`- J�`� . ILA yl�,,.�� t{ J��`�'t��:k•. -`'r,�'�,�&-�' °��T �a�`^'a�h'c-I �3[��-.; �'•i- ;' ',�•'•� j s' '` 'lgwV �6 � `r ;14161 fi s- `I�-^'' 11; 1., �' '{ A 7' t ,-ts e$ -- F - '7 ��:_i�_ ._`'"'3r 71:= '=x,X y.� s:` ..s �,` .--1,1 s. '�+,,'. u..• Cr."_'�l 4 •-- " �t�,•"-_,.w NAY 3 .A- •'- i a •y.F # C ��r 'F ��"'". y- i _ j',=`;:� : 'L -a�me stJ... ,• t ss �,o.a,. -., .2.dF tssp•-• ...s,°..:L.,ti-e,tv £ f. A r,,:"�'+' � ,r '�_ ti •f ;rt,� �rp''• -a. c''F^* -t�� , II S --,_ z -§-c�.r, '•fit"ti-i1,; "� 0-;_ `'^rCiM,4' ,` - rc•f�,'�>f}- -tea Fy,. -�=. .+x•, '; ��b ,{r`x° :.!��vr�_%�•':;;s-ti';t• . � R 1,. .4, �'.3v�r`�'r+'i',,�3}��3'�,,�t ls.i��v :f 5f�}ca•� s -� � .asSrs�.s c r. -��',r�.;:+•>;- y pi s• z t.�:. -+ /gr.'!" h �;�:=t. ''� <:}?�.st._c �, r.�v'. ''r- - 4 t' 'ics.'�,,-`..?Ga ri k�:,a•Y.i�.: it;' ? "+5?it3-`:- u•Ak,? ` :r'; n.,.4. .atiS - titjk-A4‘.,y. 5•?•t- ''-'�:%!•- ;4'•;'! ?tir_ ra. •i i�',t._,�:�;:: ;..?y, •1'3y 4� a. �1 - �-':Y•L t,/ S,+%`•:`'�+s✓,•n,w.yy�J�'i..f-} .:„s'� ��:v r';: . -..13.. :r .fir,•+in". .sw • 'r:_i,r s• 3,4: ,,^,rrs Y- :-ItA ? :],;,�w; '..?.Si -,=`n i•. '.,r-,.3,. S6 r..,1/4 4p.;-e..•?y:: at,v _le Itz,:1';a?� ,'.�S:��,r,';'F. .a,•� �.��•�`r, x��+}���&�,, s� -'$�ig{ • _ tit v� ��..r7%t .Xti.L,, S,,.r s �s 5'`` .,u-,"'-is a? ?,tc,"' iy._. f>'i�•'-' f9,.ti>`a;;et<.: , -'jl>; "ii w ar,..r, •,dy_ p l!.k'•;:' Y'+ "E ::f'.. e'.{5F yL' 'r •Pl�rfk.w7`�is, i• =F: ,„.,:.- .sr.,-cr ��.., x .�*k•. ; .Y:. 4 i �i• r.. + '�,¢9 i�ti,:#.j.}f ;�5 ra=• y a., �Yd. " v t-i y 'c,,tx+. t . �, ,4 e .,i,ry S•i-'•>i i�';'+'.f-r-" -Y.. '_ ,, .k:1 ?f y` '.. +. •�`�i�.•, ���T, �fr-;t;,.<_t�i�.rt.•.dx.s :c .��? :t:.„tr.,r-�',•:�•K��Z,;.,r. ,.y,,:•��{ }'��,'(� `�f =u�Y'_':.+�.. }'�`-.'••f,,. '�'�r,.'jr«�•� .�s .�*':14• L.q..i •e-s . Vi. •;s zo ..,,,,,-,tfi1_`c•, ..l#>-.x .,t „a,_1 �,; .;2.-.a. ``'�` t� {r" .Rt-s1.-3.✓:f+`:r� ;`�:'*.�k,lsr`•tx:.` '"!'+kLtW,.,s.krq"'jil,j'F ..,iF+• '.:1•r�'.:•�.t' a ., .;. .!tJ:�t...aM 1J.�ica ,f,. �F �yy :8��} a:.7rI--'� ,a..s•t'•-',Y'�.r>,.y:•ff`}�'t^,f; q3 L •t ie't-L.. ,�t. .:k�, ?•::.a;=.; �•.:a: ti,Jrc:.^:....}, •2.rf x. '> .r.-:7. •c _.r-. aF P r a:- _+,:9 4,'" ..^7 Nt it.•rs.t.�r+ Y .�x:,w ,_ s;�,i.y7,,Y:u ['+'.;Al{'' I' _`t^!r•.,d...yil�.•.: : a: .-ter:.'•;-:�9 a ..ey-.c '!..,-�yr Sf•`t'•.g7,}.t.FS.'x:J`"'�'ei° > _?:r 'W.','- :.e,.-%?f'Sy..-.. e 41,8 ._ .t34- } r ,S" ..h17 s r`za:A+. 'a •f:,dc,m:Nr 4.:' i:..r: ,,1.7e. -'S,,f'',1!''1-,?-.,`.F'.,,rn_}-,. i.•.tr}': ,.. c, vi xr.. ,C. JS"r ..ti: >` Sv - >• °-pt.L.:.`1:1, . ,•141:t. .;a.- f. '.:t'.:. y F - ,r:+,„,:ii -o- i -:.t * %.&4:5 .c-ju .t,, aLt�?.,., r ... - �'+ •rra.� A7 :''7- :.-i y-�:.t - ...>' 1 ,-4;�•'t ..S.- Y�;'r::.1. •'�'r...-" t..1 :X G TF'!: .:-=•,n-¢¢r7.. iM C ..a._ .C-' ,.t'.. �, .i. 43, di ti{'.:.,, _ ':i:'n., !.::.•i.":,�r,+e �a _ :: cs... ..r,_ '.i•:'..g,-i.� t .,: ,,,,0:':r: a: ^tc,.•_L ,.'� ;;.Y •- . ':ia. ,: •<r •1.iJ4r;y�•,,S''%Waiii'S.,Mil-.I47.-At't .',.,::'..,3.5-3:41'K4r:'.35,V,i ;,,2,• at.o ,y... �-. .r s- %'i 'tt1 r• Y,r •s;i�.°'r 1'i. 4vv :'i'.-::_.._• .:CT :� ^F:• J.'r`j:Y cEr i ;-',Li''', ix,;-,1r� .�'y« r•�,.�l.,fi.:Vi+,i�S-' x';'i .;3�: .:tti-.+5'd�- '-�v`,,Yr i �+ � 7, ..i;t'. r :.,•I,e�.: , _-, �-: _+5;,,�..��:�, 4y ��' a.. ..;r5?ti'.t.�'cr;:'r".is'''J.t�. _ Y,. r; ..' F -r.'� J-t.�:�..,;':T .y. F ,: .. .R rt. .. n - 7 -J' _i'•>rNy .t:rx i•}i „ .. S'•-'v •�� ,� 1� 3 lrir L,t.rr.Jl' ;,r,- .v c:' :1 ir'R- - .��::t. -.d::•:• �:.yt.,, .,•%4 �,• �~- ..•2 d�5,5• -Rf; �: - ':�i:.s.. r , :,'r.!,j�•,, f:.,;�'r^ .t` .r K:r s ;�.y t�a s-��: r 5.. .C1r!''I•.t .rp.. k '=M.. "R:�" a-•:: Y t. i:._' .:y.,;. ,1:_ i•..-i. :'.st_ :.r, .r ;•1 ri. :':�'s ;--..._.y- '::� t.- - - �47 i ->S':3„ ' iry.rxr -i,± ..�.',£:.i1._v x:Y_1'-�:•:t}17' §'' .,�t44: 'k,�%�}r. .,£ •,,7'. t'r�! �F.+:'rii:;l�la.-"Ts::,`T''•'::it� i�Yh,:`- - 7..`> � ?r - :,S., �{- c S ,�s,•t i.{k::yf+. t tir_;" -;.i� A'.ii:•,•' ,,Y17 si •:i'.} t1 r,1 µ-�..d ..a°L'F iJ Aq,,E.i' - 'Yl.. :r..ayr-r.i, :r-"i' I. `R i - �. l.-,^JYI'{.`�Y�^.t`:1� 1 �I •,,:.•:'!t.Rr ,:r .:tip . 1.''..v •.>r, - :p =rri ' 1r., I •r. -•I '�.t. ':itt"- ..1 ..ds I i t ntj' t. -f i`ri• ,.r f -t i •4 1 i: (a.ifi! 6• r i- y•, f _ 4 r.', • :,Y..+fir.'.. .� :.b / :•t: e l .r 'fi r L'• - - • 7r } • e. M j ci L yy 1a,. ' i.A•. riJ'.. '•t.' ."•u'- ''•,.'y'l�:r��'•4r .',t: 1 r -kk} �1■y[■ .4.p t -�:. f. :.•t t ` � 11Rj,•Y �,.Ix .44f �, ,r..�'.�:,.a, r`+<`i�'.. >5,..,,• i t{ � - - ., •;, •._r>,tl i St .Y.,.,11wi+.Zi r', '_�., Kp'~1 r �..t:Wit,;J'-,+,'. !,r . y,�tom, tZ a .?.:+� tt._ 9 ,r. t . H*. ;, W4-;' y ?:ti:�d `S-.a. K;., i t, p`" 'Sr" w at T, cK�� A 2c - ••' >� } e 'c„ 2 ,r (• .,� , „..i: 9. - ; J L • S.t4: tip "'r,..• : 7 _ - r J EE�� h r5y �!' !„`xnd`',.,a t` tR' r .: fi - •ir,. x . ! - , -..•,r_1 •,.;,,,-.V,,,,,.;;,,t ;. "41:pr4iit�,,E.. A;474' `itat:a:.t,.aTavu.+...+•x vn•r-.s x:." - - •.C•<, aM•t *.F �• • ` -, •'�'if' fr. yy.`�'"'',•�'F fr ' ,r r ''�'^ '� , •+F - F r`e.} / A "`_aat:.+�,,`y�•.�. F.. •' 'h-`"!��,- ; Tt t,. d J1+ Fk V.�t a s F '•F .,A,r;; '°.r : ._ ,,"+'r 5, ny - �' 3I•.A 4'r."+..r�,r' t ! Ib - .I 0, ' e r - WO •, 4 . js4,h,�.aC f' "..+!..gR11Ci.'t9 a �.i ij i N I •:' ,, A pass.' GI ,' �`°'Aji �af'y, ',,.:pryv,�c}jL" 'L'"x'. '7ri, 'y�>-'1' Y4Fi•* y • #� v i::� .v, 1 ; 1 r^T". tt , . fr�,1a tom,; ` `klft .t vt., .,,,t' qf'*. .r4.•Xo..ti14" r .a ;..,.*.43• 1• ,;. 'ks 7; .,,. ,s J >.,,;I 5V•�� "ii2•wt T ti ''}+~,fi t., y i{.i- �+pa ry i,..:4 k s •. - .1pF.0 t\ 'tx" ..r T" - ft7,'''`rr0 fr4•'."'.1'.r r ,airy _(> J .F'f,:iYc-"fi:J,s ii4'`4,14. j•r C �04._,, .,. t ,!y r -r { F,b`,. � :a .,.,,y� 't• w is t xrCtY'QJ^"�•'H c Y..�� .C. I•. fix. -";• .i' '� F'},.,h.�s ['11.E�+ 4.t'S'',f +i •g4'fr'cl k} ?'s; `.} �F'+r317r'i _ 1 Yc-:, " -•t __a 41-4, ,nr�S�,'.., t`v".H ?-. s 4k{ ,•a{, *A. ..z:t�i :',`1 r - , t .. - ^tiF:. .rk'4, :'k ,. •''f4 `:7 ;:' e .'Y6;• •>u.r- t,,{i ,•- a> § 7�. r`> ,•",S-.�'rt.;� � :F_.:;,. '•rY,-e,•wny ,..: i ..,3,+• J'•-.: ,Y :- ,).,,- :a, `y .n. ir'4r t. !1. ,i"i' t, ',,4-'i, ,sr-. '-r:K ":T.-.4'.1- r ,,,a',Y',•"'..x•''r'. `.a.- r .a iau�l,z;}'f 3---�,- t._„ 4ni -.' i3•.:�} 1 .r ~d::•?,+:F'r.•...`"��:•:a'>f .� Si.' , - > '7'' ..,•' •'t""o + •a,. .#': �'ti'. 1 ^r,;.,; L'4,..;?a ,r�• .:r�r3`'..�,.�••i. ir?, •�"�,�.,1l.: t':.'+,Agi',r -�d:,"i yt'r� #+ ♦ 4tf._;::, ram,`,44, ,t•"}i `.'.+ iZd3i A+S- F#y •.. ,.. 'y- rs ti.•-rie�k_„�, ;'!•�.t��;t..f�� .T�,�:uY?"•4'•,•Ti .:r':'�''„n,;�'.•r�v�Y:'.,4�,"jl<:r 7{:i'�� t,•�.r.ta,!' ,}:•(. �}�,',+ .•''f '%`� �Cu' -bi.;•�+�� '�C _ •r�� ['-•t:f,F '„p,44ii `:1`}i,:,.'� .rth-•_.- I.i- r,r�4'•-li .41 :ti4,,41 - ,"SM Ir.$f.J:.'-r, s:;L-,.1 f•.i ✓ y,�,2, :',.,? - `. r• ,' .r 14,tri ..`j ' '$ �.' r ,jir:v..:,t1a .,,A} :;}dJ 1?:x`io',r�Y 4:v,5.•;q �, � t+:_�. ,•J ,�k�--'�. .�:�`��+'j't`n, 'L�-<.,,,, ��,.,v, ;_ •�� �" �'r'." ,f r '- - e.t . v +er::c cc, ,4 ,ci F. ,r-` 1,?jk.i'., ix rf• ,et•,�,..c�+,u.••..a" 5:' r,, t 41±:c- .'�;,:k' •- i :v. iA.,; ,•t•> E J >r.• ,`a,a {'•!�j,'r .:' A" t ``�:3'"!,''t' >.,',tdk1. ' _ ��2_ •' i•'.... st,,._ i r•,,,,,t r;r.;.,i ri ., ;4•<_:•. ,:;E >•' t.>r'+.w'>:y.w•_ *•4g,y t fl►',0:t �a c, P,�, y+- r b tt.<. r , .4 a t+:. A ;t>< .�� 1 'a`Y..`'�',.,,_....-fit`?' +, � .c�z_ dim '�-�n,,.,;�,y �,,, < 'ti'ct• ��� i k ,`ttl, .i.-t4.1 t.,. 3B#'F:X1�": i^•i., ;,- cF7�a' - r t�'iy�..-P�:•/r•, :�. �/�, }�:`� }1 �°ti"R:- _Aker ;�' ,- •s�t - a� a" ',? �'+CF' 1 ,t�;Lt:',. .;,y'�.,,-34 _ ,. r. :`:1:, + •` �jy. ..S-, �j-'.f, .;�s'a,j f''h"�.��`'-t� .'y..�1�.t�•�5#:-•r i, UC+. 'il `•M1•'. :•Tt,n. •, " Sy #.4,a :1:-C r` 4';.:• ili•'•. '!ia: .t�,,1, .i. X fit, .:i•..x •;.f•. ,i a4,.t :�' _ �,, -_, , L:,( .��� Y'�`.�i ,Eit4`-r'_. },,rµ, �'.�".,..f�.t.���..,3�.�r#•. 'k'>6„�`�i,." t, ':r;'F.<,�+K'''},+�,`"?c'T4'-. �� ;y���^;7•lti'':J�:"� a-k,-.�v,r?' �+�. it:,���•^ i�.�:� p ^ ,�.:'-u�' ." ..rrt ,�lir pm,.�' ,'d a,• +:t.°-,t>2K3•�ySEf'i;:- -'{�ir�;' .-�,:�+±.�i ��]yr�ri'h�. �-�,+ r,�� �,.,. a. +>• .,;�1 'E �r .-r if�'..'F-• '3,� F, ,,, �,;�[.;;+,r,�/:,t.a,.. F�;�'�?_�;. ,t�w•r#,� c ,: f?�•�`a�..'•. � �ktt:. '�F,@,a+�= '�+:-;��•: _�• ,E_...�,..'.• .x,,,/� x�•�e _.±rr., �. ,a`'tL,t•`l t'f^' .r�it. „a, riy.:; ,?-. �•.t, .ry;' `ry,•,..st. ^r:j'tn r.. i:';:.• �v',> .. k., .•,.t c tayq�rz.e. �y '3 c z: t r`-.:,�P : t. re y•- e„ : yy J„ti . ,Err. d .,1:tti'. -U• •$;. i, I it=t Z��e'.-. •".g •.r a-;r ,,,, I--<- •.'� 7- -lvr�tY� rk�cC,:r;,,.a 'ce;�$. r5- `9 b.. ����,. t��,,r � �' .'�` .<�'(. _ �* .1."�_tr•. ..p,:a-��'.".FY '? ,>f :+t!'i.r.'yr^- fe;•: `lr'+iCp.r ,t','•�•'.5 Jrrl`p `'fi'.S •r:;}=�55.4 .kj; 'i`r'14'` s F -' `I t'h' - p�,.Ay/y'.'��• %haa•- ff•?(,1...`a.s,v.hy .a .-.':�''i:. 'y,.�v,!r jJT.� 4s ti. 1..i1:,f'rr}.1•:�' s s-.. Mir+i e' `' = .r..s1. •-r_, :I '�.",�r•'�.� .>' "r, "t'� :: t. . ''�i •yt Ly): -'1i' kk. :'e- N„•:lr'.i' .-S, ,t'H:•'F` .�•,.. -.. (!::7. _•y f, ,:if j' jp - •,t k,. �. .�.f•-. ..::.>t xS �.,..r .� g �i:.t;!.f,•7 j°'• -F Yf', i:�� '� _ _}�•,; -�t'�`••yt•'�,.,t' ,x.\�i.��,�.y� i.�.�yJ,�j «3�r.,.a�+�, t•.Ltf9� .t''�'2lbi'•Y``S•�tF.-s. ",�r- y,'t�'2 Y�it1;.,i •,3�,•,{ .k -fv"��-r �s� ��,,•. • {t�: •x h i3: -2i :;•��,,iwjuL. ,itk'.' 7 t���r..'tttiC' .:Ai' .*,;,..,C,72aF,r.'�n'-rJ .. r. '�f'-. ��yy��.. `a1? !F :s o 'v- .'•,•, ;t,_-..,,., r t ,1� ''6„4- _�iS'>;^a:k,. ,,4#0. .w,4 ,f i 'i. „tr' '=••,Y-, .Si .,tc_ .{^•• '....rit �.;1 •4S,,�p_i.r,tt. ¢•a,£n. ,d• f. - t€; 'o vF f,#-.✓� :J.. +iGyi,,,,,,,,xt.-.' •rri;.,.._," irk r-.,.--J .,ff"ath• ,+_ .,..„1_-� .:^. ..ir, 4.6.1, .y',•' �'�.,..`' .=,r?t ,.. .3-: 5 •;�rx'',;e�., ys,,+;�a??.rt,.v.,^�. cyt-ea.� ..'�c�„-,°#;L'.t'-`.�i•.o-.Lk�:3,:..'.�f. � � ,.ri:�'�:";-tis,rt.'�:+i ��}},,��� �,,�a_t� :4t.' 5'; "4. �_ `S•-- ,.,r',:,^^w F�� - - ...e 3• r�,' afF,.,giy;e•J. .sr:`,y,.: •,,c^S:-,, H f- •./,z r,&p .: '.,,::k..F,Sx c,Y•r 3,i`,ta�a`?s- �t, �J• v •� ! r:t .,. t ,'�,: rs' ,:':,,3'J ,,.• >:y. •It, 1t .y, ,•' ._r i. Q 'f''4;fg :i•;k �:l•"'.'? -'--';�• .e.d3 ' � `•�"` a c� I �b -:;, Y'dxv :.�'�_ .;�.3•r 5., .,.L:� r'.:3et h..�.l,r:`+ ,'t'�..,�p:: .��-'�• :'t4 .!--t yi ..1. r_�^+st?r✓- •��.>es -'?'�.'.� M <~! t.. �� '-t'So,- 1.'# - •::7'i fi,:f; i �:?4 .,,,%f: " Y' rX: •Y'•: .:, 4,,, .itt y, .i',?Y - =r�"f.�`°: 3. ✓� �j,,,. 4,, r raft+• ±c-, r :' 4{, �.<:� P,,, s• ;. � >3" ,.s*7;.‘tip''''''`INtitiV•tV1 ' L4 «s+"_ „t.•r.. . :* ,Si t. k3 F,,rr + / tF i � r�y��, !y'd.. l.ar. .ti;}�.±+.e�< F'n ..��y�� +.^ -y'�,:'.•.-J et2. „/-,..,s�., .�}�,.�r... '.•'°�*e.�•.'.Xt?7R :`J�.. �v.:v='.�rik:w .t_r�yt�we.L.:"'�sii. ���,;7;t�X'a` 3t.''}*�4 0 wt �• r,,: :43' - ti'f'''' its a, A` +A`.,., l.„"f.�'3'r i t!.' : ,..1"'� -.ea's .e ik; :?.4%,,, A'1 S.•,,;,t i<- 1•si !t`k"`^J�f• :. i`j, ,qt, , 4 ,,, tt• . .3 r ::' i-.A", -- _„ ,a ,p.t t4� -1 ;1:. I,''''++.•. •^. ,,. ',hS` :syr- r,'fii - • 4a., t>r'. 7_ ." ;1' ,,� A,,, .,. .. L..::F,'.,, rr- +.Aty-.'�':'A,r}, 1'sY. K'•Y __ - =+, '=�?°.r '•.<^^ .it"a',t. '���'i it..i. tk'.,•}J+"Jr 'f"2.' !-, ')a n;,fi'.�s.6"4'':<r fit:'ir'�+- �:'!�. . ''�.tti 3-'•'iH.tt;.^,i �:�l+i' �.�ar•r y� ' ;- .%' :�,,,•A•- i•rl•i. t a3, > `'^... c. 1,.J. -" `?�.'tt t'. a,. f•.n .r'. k ::f, t s.>_ �_i-y ;,,�,,a+ iS'A-.a��0.W.r. ry. ar -..'(..�•i'.'ai. . i>L rl„n ,• '�'lkr .e 4Y ,,, ,eri ? -, r l,,'" .- ',�F 4 .., q' vrw . -i - ..-.;' i}224.s...':L..5',!'.?'';b t : ;a•ClAsi: ,:'.,,.Vt.,.: .r � . ,,:. _..x. ....s.....- .,. :r:. .e.i. $hcr...,.:."�in>4. ='x.r .'1..;+k;.'13!s,.y:>n• a t'�,!•r;�ti:L.>x.: •c.:,: r i II } F't(f 1 f r# tA•r `.tri [ yr - • :,�,ly ifilitat. 1,' •._.. ., -,' , '", �Irj 1S ity, v,}- • '',..: -,- ..3 ' , • i � ' i y 1; .iw *[f '!file.1-4k-- ' . It .. try' ` 4 { 8:i' . I i • ` , E .- w er.. i 1 i Y 1Eu'.r r XrA1'f N �f' E' ' -- y{ :•, + i a • ;} f t ! y -- j ,1«:.', y • I .l ?s,r 0,7,..:i:3+ ri+ • ,. Ar ley" la •r_ai • • 4' 3 • at if - ''S-.fiy' r-i,.,i:,,'',-i:,,tf.... . rid}i .` 2 a c f•r)#}'fe _ .., . --.-.. do ilor . , . .. ... .. ._, . . ......... • • • . .. . ..,.. ... . .. ..e.._ ..,, ..,.: _., `,1 . . . ., _ . . list . ,, _. . ... _ . } 'f' }'t"'F 1,i - K'' x iIV 4�t',,, • #,ri4 fl r. i y iyf tV e ; '~',e�-kf hj A' ,r1 ii C .. xh4�+� �.v'. • t. . f(a ,-ay Il° :lr,Un t ,�'��'K .+-r`j 'hy' Z • F4;aye ,,if S ty�r (j rn a}�9, .i- c p,t4" 1 j W �n rt^ rt r {Ll]� J '- y. !'. _ir,',1'41°41 L -• _.'r J SL aN 14, r? i f'r • • % .'ra145 '�#f9 tt 1. tt�*[' '^r rti # 4�_F• '� y � �,.Nii11 ;are. 1 . 4s• �%C �,C{r 6af� } • 7� CP ,.tFks 1 Zi�iSo . Ls1-147;'-'ra� 4^f4 'Txc � ] '.A,JN3fi .,x y", t ti�▪ l >x $ + x `'}} , ti 'N ecam>il� r _ "=1j a Ki! s .4APr - ., - [i: ^ • tO• -.V.1.,,t,'' t.,-`?'..--• .",,4.f,'..e..'.;,kg•?,-'r,ike-;, . •wf s 9 °� cri,+ �r�.2 - fit. .. ':r t• rai,�. '-a1'��ice,: 1 4.• A 5' _.}.4''4 r c�•- >w.:._. r ,f,�,A t�i t�'" si `�zg1'il ; f' off '+ : ',•3440'''-te,-...4Eer'.-4'•ii.::t414•Ve-- , ,', 0 ...••,,, ,•!:‘-•,,t,..?".'"...,-.L .,..,.:g , •V,,,,,, "'• ;, f,,r.i.•,-:...•-;.•,,,-C-,.,..':',.'...•-,.;.,„;.:;.,,;'..,,,',,*''-,1-.,,',.:, -,,.,i.V,,.-. \:,>•:;-,1•,,,,‘,.,- t r A $w y r - Cb{x n. i\'47 fi a' .l X .-,, 5 „ �y+ i, Ash'-).ft`1,,e4 R.•.,.0._':.-.•-:'0..:..,..,--._._,..,T ir: f...1..6 . .., , . ..-.,;,:-4-,... 9 y`CF L▪ r ra , r'i i `,f ! 5 3 r{ 'r um. 'c•:, 1 ,-.'.- _ q �[a �F j ';it („ ,k„....e,',.?' ,,,*4,-,,, '.. ••-- a;r, ; .„ 104. 11 it.. ::4-`.J -Ian,ri:11,4ir.,,-,•-,,--4,7,??-7,,,, l rk-;om dcea.' F j n y)i ?�ii Y'j i } .,y2[.•Tk „3, ?.'f ' (� 1 5 '''17., ,{y r ;ice iiy.�,t' {v+ y r yyt Y f. . V�o.A�: 3' t r 4-q 4'5:41Sr ryL`Y,44.f!•'t ,, Aah Y f f.' i 9f' ;. a 3 d ell' I! 1.• 111.} r.4 iii.p,y1 'r,_'fe1 i'.6,1+�S.t kfAt � 5 of i r 'rti"' e !i• I• !4", G4,04.1..▪t,,,i,A, .: ,U'L,..';-,i#+. >- p 4' 1 x 1 a ' q„ 4 ...:f9ncti'`.y<'•✓+a i'� � : €" • "b t 113 j j Y.+ +€�c4� �yr *'y' :'t'�51.+�, F } rY ,'# �'� �]'�Wry :lt rt• ��4„r{{•}';p�Fa`3sss, tluy.t.!. r l '':-, 2�3..k. .Y`", I�. ss` :j t7 t{•/,i,,,Y,-if-1,v. i{'a.w is .f•a' I 4•c i r' f."�u'7•7 • q; r !+ '45 X� .:14.a. �+a fit: i gickr REQUEST FOR PROPOSAL AMENDMENT CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT RFP AMENDMENT NO. ONE (1) 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 1 OF 2 P.O, BOX 27210,TUCSON,AZ 85726 RFP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: August 27,2015 CONTRACT OFFICER: JAMES GASTON A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS: Pump Repair and Maintenance Services This RFP is hereby amended as follows: I. The Proposal Due Date shall be changed from September 3, 2015 to September 8, 2015, 4:00 p.m. local Arizona Time. Submittal location shall remain the same. SCOPE OF WORK 1.4 Key Personnel (ADD) C. The Contractor shall provide each contract year a minimum of 8 hours per year free training upon the request of the Tucson Water Department. Training shall be in classroom or in the field, as requested and shall consist of product information and support. Instruction shall be provided by contractor staffs or OEM representatives that are trained to provide such services. The Tucson Water Contract Representative(s) shall approve content, logistical support, time schedule and delivery method at least 5 days prior to conducting the class. 2.0 PERFORMANCE REQUIREMENTS (ADD) 2.2 Overhaul and Repair Guidelines B. Unless otherwise authorized by the Tucson Water Representative, all repaired vertical turbine pumping units shall have the exterior of the bowl assembly coated with an NSF - approved two -- part epoxy paint system or powder coating. If the column pipe is part of the repair scope of work, it shall be painted inside and out with an NSF - approved two - party epoxy paint system or powder coating. 2.4 Emergency Response Estimate/Repair A. Designated Contractor Representative or Backup shall respond via telephone to problems reported by City personnel within two (2) hours of initial contact, 7 days a week, 24 hours a day. Contractor replacements of designated Emergency Contractor Representatives shall notify the Tucson Water Contract Representative within 3 working days of the change. INSTRUCTIONS TO OFFERORS (REVISED) 9. PROPOSAL/SUBMITTAL FORMAT: An original and 5 copy (6 total) of each proposal should be submitted on the forms and in the format specified in the RFP. PROPOSAL EVALUATION REQUIREMENTS i. B. Qualifications & Experience (ADD) Cec CITY OF TUCSON REQUEST FOR PROPOSAL NO. 151304 DEPARTMENT OF PROCUREMENT REP AMENDMENT NO. ONE(1) 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE NO. 2 OF 2 P.O. BOX 27210,TUCSON,AZ 85726 REP DUE DATE: September 8,2015 at 4:00 P.M.AZ LOCAL TIME ISSUE DATE: August 27, 2015 CONTRACT OFFICER: JAMES GASTON 8. Offeror shall provide the name and contact information for the person and their designated backup available within two (2) hours of initial contact, 7 days a week, 24 hours a day, that should be contacted in the case of emergency repair work. ATTACHMENT B A. Vertical Turbine Pumps (ADD) Suction and Discharge Cases (Flanged and Bolted) OR (Threaded Column) B. Column pipe and Line shaft(ADD) 8. Column pipe shall be painted inside and out with an NSF approved 2-part epoxy or powder coating. VENDOR QUESTIONS Question: 1. Are we allowed to place a bid if we are unable to perform the "Test pit and equipment to run the pump" (Section 2.0, 2.1, 9)? Response: An offeror should provide a response to this request for proposal indicating the best of their abilities to perform the City's requirements see below. INSTRUCTIONS TO OFFERORS ( 5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial adjustment, other than that provided by the subsequent Contract, for lack of such familiarization. ' Proposal responses will be evaluated in:their entirety. Pre Proposal Attendees: Weber Water Resources, Laron, Inc., Phoenix Pumps, Rain for Rent, Bestway Electric A REVISED PRICE PAGE IS INCLUDED WITH THIS AMENDMENT. PLEASE UTILIZE THE REVISED PRICE PAGE WITH YOUR SUBMISSION ALL OTHER PROVISIONS OF THE REQUEST FOR PROPOSAL SHALL REMAIN IN THEIR ENTIRETY. VENDOR HEREBY ACKNOWLEDGES RECEIP'1'AND UNDERSTANDING OE THE ABOVE AMENDMENT. gild; 1lc- i nature Date Company Name t�.,n�,re,�,� �,o-On L 1 ( ����� UMW/EtECTRI Typed Name and Title S MOT S RUC !N Address 728 S.CAMPBELL AVE. ItICSON,Al 85719 City State • revised 2/99 l 1. 3 rn n 3 co 0 N C. q1,k' CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 AMENDMENT NO. TWO (2) PUMP REPAIR AND MAINTENANCE SERVICES DATE ISSUED: September 1, 2015 The referenced document has been modified as per the attached Amendment No. TWO (2). Please sign this Amendment where designated and return the executed copy with the submission of your proposal. This amendment is hereby made part of the referenced proposal as though fully set forth therein. Any questions regarding this amendment should be addressed to James Gaston, Contract Officer at (520) 837-4139 or James.Gaston�a,tucsonaz.gov CITY OF TUCSON REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL NUMBER: 151304 PROPOSAL DUE DATE: SEPTEMBER 3, 2015, AT 4:00 P.M. LOCAL AZ TIME PROPOSAL SUBMITTAL LOCATION: Department of Procurement 255 W. Alameda, 6th Floor, Tucson, AZ 85701 MATERIAL OR SERVICE: PUMP REPAIR AND MAINTENANCE SERVICES PRE-PROPOSAL CONFERENCE DATE: AUGUST 20, 2015 TIME: 1:00 P.M., LOCAL AZ TIME LOCATION: CITY HALL, ATTORNEY CONFERENCE ROOM 255 W. ALAMEDA, 7TH FLOOR, TUCSON, AZ 85701 CONTRACT OFFICER: James Gaston TELEPHONE NUMBER: (520) 837-4139 james.gaston@tucsonaz.gov A copy of this solicitation and possible future amendments may be obtained from our Internet site at: http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link and the associated solicitation number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email notifications are sent to those interested offerors who are registered with us and who have selected email as their preferred delivery method. To register, please visit www.tucsonprocurement.com, click on Vendors, then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?, and read the section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions. Competitive sealed proposals for the specified material or service shall be received by the Department of Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited. Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock shall be the City Department of Procurement clock. Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name and address should be clearly indicated on the outside of the envelope. All proposals must be completed in ink or typewritten. Questions must be addressed to the Contract Officer listed above. ****ALERT**** Effective July 1, 2014, the City of Tucson's Small Business Enterprise (SBE) and Disadvantaged Business Enterprise (DBE) Program has moved to the Department of Procurement and has become the Business Enterprise and Compliance Program. To contact them, please call (520) 837-4000 or visit the website at http://www.tucsonprocurement.com/Bidders Page.aspx and click on SBE or DBE. JG/cq PUBLISH DATE: AUGUST 13, 2015 Revised 11/2014 CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 2 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX: (520)791-4735 INTRODUCTION The City of Tucson is seeking proposals from qualified firms to provide PUMP REPAIR AND MAINTENANCE SERVICES for the City of Tucson's Water Department (Tucson Water). Tucson Water currently has approximately 600 Booster, etc. types of pumps currently operating in the water system. Generally, approximately 60 pumps a year are repaired or replaced by either Tucson Water or by the Contractor's staff. The types of pumps that will be repaired include, but may not be limited to, the following: - Vertical Turbine Can Pumps - Deep Well Vertical Turbine &Submersible Pumps (Deep well and booster) - Centrifugal Pumps - Diaphragm Pumps The City intends to award this contract to multiple offerors in order to provide sufficient coverage of the City's needs. See Attachments A& B for examples of specifications for required pumps. Work will be performed on an as-needed, if-needed basis and no volume of service should be assumed or is guaranteed. To award work under the Contract, the City may seek bids or proposals for individual projects from the awarded Contractors, granting the work to the best qualified by price, equipment, and staff availability, the Contractor best able to meet the City's time lines, or as deemed most advantageous to the City. Alternatively, the City may award work to the Contractor best able to meet the City's needs without seeking bids or proposals, as is in the City's best interest. The City anticipates that it may spend approximately $100,000.00 per year on pump repair services. SCOPE OF WORK 1.0 GENERAL REQUIREMENTS 1.1 Contractor's Performance A. All materials and workmanship provided to the City shall be of the highest industry standard. For the purpose of this contract, the standards set forth in ANSI/AWWA E103-07 for shaft driven pumps,ANSI/HI 2.1-2.2 for vertical pumps, and ANSI/HI 3.1-3.5 for rotary pumps shall be the governing standards. Materials purchased by the City through this contract shall be new and subject to inspection and approval by the City Representative prior to delivery. B. Contractor shall obtain all permits and licenses and pay all taxes, charges and fees necessary to perform the services under this contract. C. The Contractor shall furnish all necessary supplies, labor, vehicles, and equipment to perform services. All supplies, labor, vehicles, and equipment shall be compliant with all pertinent National, State, and local rules and regulations as well the specifications, terms, and provisions set forth herein and shall be subject to random, unannounced inspection by the City Representative. D. The City shall not provide office or storage space for the Contractor's supplies, vehicles, or equipment. E. In the event of any recall notice, technical service bulletin, or other important notification affecting an item or component purchased from this contract, a notice shall be sent within 7 days of issuance to: City of Tucson, Maintenance Division, Water Stores, 1445 S. 11th Avenue, Tucson, Arizona 85713. It shall be the responsibility of the Contractor to assure that all recall notices are sent directly to the City and to obtain a confirmation of receipt. F. All defective products shall be exchanged and replaced by the Contractor. The cost of transportation, unpacking, inspection, re-packing, re-shipping, re-stocking or other like expenses shall be paid by the Contractor. Contractor shall provide the City with a plan of action for either repair or replacement of defective product within 5 working days of being notified of a defect by the City. G. Upon award, the Contractor is required to have existing maintenance facilities with sufficient parts inventory and trained technicians experienced in providing quality service on the equipment specified. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 3 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Contractor shall provide a detailed description of their facility. Maintenance facilities are subject to inspection by the City to determine adequacy. H. The Contractor shall ensure that all work shall be done by trained, skilled and experienced technichians and shall be performed in a first-class and professional manner. I. The Contractor shall provide an electronic copy of a spend report upon request to the Department of Procurement or Tucson Water. The report shall be available within ten (10) days of notification. The report shall provide complete information on the quantity and description of items purchased, services performed, and amounts paid to the Contractor under this Contract. The Contractor shall further provide to the Tucson Water Contract Representative a weekly status report of all pumps currently in their posession. 1.2 Pick-up and Delivery A. Contractor shall be responsible for pick-up and delivery of all pumps when and where requested by Tucson Water. The Contractor shall respond and make an appointment to inspect the pump with the Tucson Water Contract Representative or designee within five business days if the initial contact by Tucson Water. Contractor will provide a written estimate for repair services to the Tucson Water Representative or designee within two(2)business days from the date of inspection. B. The Contractor shall perform all pick-up and/or response activities within two business days of notification to proceed with the specific work task. In necessary instances, contractor shall contact Tucson Water in a minimum of two (2) working days prior to the delivery, to determine availability of Tucson Water's crane and/or forklift. Tucson Water does not guarantee its crane or forklift will be available. Contractor must have available sufficient resources to deliver or pick up pumps. C. The pumps shall be delivered banded or secured for easy removal by Contractor's or Tucson Water's equipment. The contractor shall have sufficient vehicle/trailer capacity to transport pumps/equipment up to 5,000 lbs. and 30 ft. in length. D. Pick-up and delivery shall be F.O.B. Destination Freight Prepaid to and from various Tucson metropolitan locations. E. Contractor shall return completed repair items to the department within 10 business days from date of authorization to proceed, or department approval of estimate/quote unless agreed upon otherwise by both parties. F. Contractor may be requested to pick up disassembled pumps from City facilities. Alternatively, disassembled pumps may be delivered to Contractor by Tucson Water personnel. 1.3 Warranty A. Contractor shall warrant that all rebuilt or repaired equipment and parts furnished under this contract meet manufacturer's specifications and are free from defects in material and workmanship for no less than one(1)year from the date the equipment is reinstalled. B. Warranty shall include accepted trade standards of quality and fitness. It is the intent of the replacement/repair that the equipment performs within the tolerances as set forth by the original manufacturer for the intended uses, and conformance to promises or specified specifications. No other express or implied warranty shall eliminate the Contractor's liability as stated herein. C. Contractor shall warrant all labor involved in the repair of pumps and associated equipment for no less than one (1) year from the date the equipment is re-installed. This includes, but is not limited to, general, welding, and machine work labor. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 4 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 1.4 Key Personnel A. The Contractor must have trained personnel and must have the equipment/supplies necessary to perform repairs on the pumps owned by the City of Tucson as per the specifications, terms and conditions of this contract. B. In the event that Tucson Water chooses to perform pump re-installation work, upon request, the Contractor shall provide a representative to be present to witness/review and approve the reinstallation of the pump (the reinstallation shall be performed by Tucson Water) to ensure compliance with the warranty. Upon request, the Contractor shall also be available to troubleshoot any problems that occur after the reinstallation of the equipment. C. The Contractor shall provide training upon the request of the Tucson Water Department. Training shall be in-classroom or in-the-field, as requested and shall consist of product information and support. Training shall be provided by staff who are trained to provide such services. 2.0 PERFORMANCE REQUIREMENTS 2.1 Equipment A. The Contractor's facilities and equipment must be sufficient to handle pumps up to 18" in diameter, 30 ft. long, and 5,000 lbs. B. The Contractor shall have access to shop and/or fleet equipment inventory including but not limited to the following: 1. Lifting equipment (overhead crane, forklift) to safely move pumps, motor/pump combinations and accessories weighing up to two tons. 2. Cleaning capability(power wash, "steam cleaning", sandblasting equipment) 3. Machine tools, micrometers, gauges, etc. 4. Welding equipment(stick, TIG, MIG) 6. Hydraulic bearing pullers 7. Lathes, milling machine, drill press of sufficient size 8. Dynamic balancing equipment&stand of sufficient capacity 9. Test pit and equipment to run the pump 2.2 Overhaul and Repair Guidelines A. The Contractor shall perform all pump repairs according to the highest industry standards/guidelines as stated in Section 1.1 A above. B. Unless otherwise authorized by the Tucson Water Representative, all repaired vertical turbine pumping units shall have the exterior of the bowl assembly coated with an NSF-approved two-part epoxy paint system. If the column pipe is part of the repair scope of work, it shall be painted inside and out with an NSF-approved two-party epoxy paint system. Preparation of the painted surface shall be performed in accordance with the paint manufacturer's recommendation and shall, at a minimum, include sandblasting in accordance with SSPC-Sp6 (NACE #3) "Commercial Blast Cleaning". Applications of paint coatings and linings shall be performed in accordance with the paint manufacturer's technical data sheets. C. All repaired pumps shall have a separate metal tag screwed or riveted next to the manufacturer's original I.D. metal plate and shall state the Contractor's name, address, phone number and date of pump repair. D. Bearings shall be replaced with like components, regardless of condition. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 5 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 E. If the column pipe needs to be replaced, the City will identify the type of column pipe (e.g., flanged or threaded)that the Contractor must use. F. Upon request, the Contractor shall conduct a non-witnessed, certified pump performance test after the repair work has been completed for both vertical turbine pumps of any size and centrifugal pumps 50 HP or larger. Testing shall be performed as described in the American National Standard/Hydraulic Institute Test Standards for Vertical Turbine Pumps ANSI/HI 2.6 — latest edition, and ANSI/HI 1.6 — latest edition, respectively. This non-witnessed pump performance test shall be conducted at a RPM equal to that of the pump's normal operating speed. Certified test data shall include, at a minimum, pumping capacity, head, efficiency, required horsepower, and net positive suction head required (NPSHr). This data shall be provided to the Tucson Water Department prior to the return of the equipment. G. Contractor shall provide an itemized cost sheet listing full details of repair and labor. This Summary Sheet shall be retained by the Tucson Water Department as part of the maintenance history for that piece of equipment. H. Occasionally, it may be necessary for pump repair work to be performed on an emergency basis. During such an emergency situation, the Contractor may be required to work after normal business hours and/or on the weekend. Contractor shall refer to the hourly wage price schedule for approved charges. I. Contractor shall ensure that all work performed, and all materials provided, are in accordance with the previously referenced standards and as summarized in attachment A and B. 2.3 Estimate for Repair Services Note: Each repair will be different and may not require the same level of refurbishing. A. When a pump requires repair, the Tucson Water Department will remove the pump from the application it is currently installed in and load it on to the Contractor's trailer to be hauled to the Contractor's shop for repair. Occasionally, the pump will be taken to a Tucson Water shop facility, 501 West 18th Street, Building 4 OR 4401 South Tucson Estates Parkway, and arrangements will be made for the Contractor to pick up the pump from a Tucson Water shop. 1. On occasion, the Tucson Water Department will disassemble and inspect the pump at the Tucson Water Department's shop. Within four (4) days of the initial request by Tucson Water, Contracted vendors will come to Tucson Water's shop, inspect the pump, and provide a detailed (to include a breakdown of parts and or repairs needed and an estimate of time needed to perform those repairs) quotation for repairing the pump. Tucson Water will identify the date and time by which all Contractors must come and inspect the pump. Tucson Water will also identify the date and time by which the quotation must be submitted. Requests to inspect the pump AFTER the date and time specified, or to provide a quotation AFTER the date and time specified, may be denied. Tucson Water shall award the repair job to the Contractor whose estimate is deemed to be most advantageous to the City. 2. Tucson Water may choose not to disassemble the pump at their shop. Tucson Water may choose to select a single Contractor to provide a quotation. If so, Tucson Water will contact the Contractor, who will pick up the pump from the Tucson Water. The Contractor will then inspect the pump and take it apart at the Contractor's location and provide a detailed quotation to Tucson Water. Tucson Water will identify the date and time by which the Contractor must come and pick up the pump. Tucson Water will also identify the date and time by which the quotation must be submitted. 3. Based on the cost of the repairs, number of days required for the repairs, and other factors as deemed important by the Tucson Water Department in the particular repair job at hand, the City may determine that it is more advantageous to replace the pump rather than repair it. For this reason, no work shall commence until the City provides a Notice To Proceed with the work as CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 6 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 outlined in the estimate. When the repair of the pump components below the discharge head is not cost effective, the City may elect to purchase new components below the discharge head. 4. If a Contractor provides an estimate, but the City does not provide a notice to proceed with the repair work, that Contractor shall be allowed to invoice the City for the tear down and the estimate. The City may request that the disassembled pump be returned and in this case freight charges will be borne by City. No additional costs will be charged to the City. 5. The City reserves the right to make a determination, at any time during the repair process, to replace the pump with a new one. If repair services have already commenced, the Contractor shall be allowed to invoice the City for any repair services that have already been performed. Contractor shall be required to submit documentation to show the work that has already been performed. Upon termination of the repair job, all pumps and parts will be returned to the City. 6. The standard time frame for repair after provided release shall be 10 working days unless stated otherwise by Tucson Water personnel. 7. In some cases, the Water Department will request expedited service and repair time shall not exceed four(4)working days when requested. 8. When the repair of the pump components below the discharge head is not cost effective, the City may elect to purchase new components below the discharge head. 9. If new components are required, a shop drawing of the new component assembly shall be required showing every noteworthy detail of the new assembly. For the pumping unit, this includes, but is not limited to, a pump curve showing the relationship between capacity, head, bowl efficiency, horsepower, thrust and the required Net Positive Suction Head (NPSHr). 10. Working days shall be Monday through Friday, excluding Saturday, Sunday, and holidays. Repair time will begin when the notice to proceed is given to the Contractor. Repair time ends when the repaired pump is delivered to the City, either to a Tucson Water shop facility or delivered to a City installed pump location. 2.4 Emergency Response Estimate/Repair A. Designated Contractor Representative shall respond via telephone to problems reported by City personnel within two(2)hours of initial contact, 7 days a week,24 hours a day. B. Contractor shall arrive on the site of a reported problem with required crew and transportation available to respond to emergencies, after hours, holidays and weekends within four (4) hours of initial contact. C. Contractor shall inspect and repair the equipment within four(4) days of initial contact by City personnel. Examples of emergency repair work are as follows: 1. Diagnose motor, electrical and pumping problems and make recommendations for repair. 2. Remove and replace of motors and pumps. 3. Evaluate system water flow and supply problems. 4. Diagnose and make recommendations for repair/replacement of system components and/or pump injection systems. D. City on-site personnel shall have the authority to accept or decline Contractor's recommendations. E. The standard time frame for repair after provided release shall be 10 working days unless stated otherwise. F. In some cases, the Water Department will request expedited service and repair time, including pick up, disassembly, inspection and delivery, and shall not exceed four(4)calendar days when requested CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 7 OF 27 CONTRACT OFFICER:JAMES GASTON PH: (520)791-4139/FAX:(520)791-4735 INSTRUCTIONS TO OFFERORS 1. DEFINITION OF KEY WORDS USED IN THE SOLICITATION: For purposes of this solicitation and subsequent contract,the following definitions shall apply: City: The City of Tucson, Arizona Contract: The legal agreement executed between the City and the Contractor/Consultant. The Contract shall include this RFP document incorporated herein by reference, all terms, conditions, specifications, scope of work, Amendments, the Contractor's offer and negotiated items as accepted by the City. Contractor/Consultant: The individual, partnership, or corporation who, as a result of the competitive solicitation process, is awarded a contract by the City. Contract Representative: The City employee or employees who have specifically been designated to act as a contact person or persons to the Contractor, and is responsible for monitoring and overseeing the Contractor's performance under this Contract. Director of Procurement: The contracting authority for the City, authorized to sign contracts and amendments thereto on behalf of the City. May: Indicates something that is not mandatory but permissible. Offeror: The individual, partnership, or corporation who submits a proposal in response to a solicitation. Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements, if they constitute a substantive requirement, may, at the City's sole discretion, result in the rejection of a proposal as non-responsive. Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide recommended information, the City may, at its sole option, ask the Offeror to provide the information or evaluate the proposal without the information. 2. PRE-PROPOSAL CONFERENCE: If scheduled, the date and time of a Pre-Proposal conference is indicated on the cover page of this document. Attendance at this conference is not mandatory. Written minutes and/or notes will not be available, therefore attendance is encouraged. If an Offeror is unable to attend the Pre-Proposal Conference questions may be submitted in writing. Offerors are encouraged to submit written questions, via electronic mail or facsimile, at least five days prior to the Request for Proposal due date to the Contract Officer listed above. The purpose of this conference will be to clarify the contents of this Request for Proposal in order to prevent any misunderstanding of the City's position. Any doubt as to the requirements of this Request for Proposal or any apparent omission or discrepancy should be presented to the City at this conference. The City will then determine the appropriate action necessary, if any, and may issue a written amendment to the Request for Proposal. Oral statements or instructions will not constitute an amendment to this Request for Proposal. 3. INQUIRIES: Any question related to the Request for Proposal shall be directed to the Contract Officer whose name appears above. An offeror shall not contact or ask questions of the department for whom the requirement is being procured. The Contract Officer may require any and all questions be submitted in writing. Offerors are encouraged to submit written questions via electronic mail or facsimile, at least five days prior to the proposal due date. Any correspondence related to a solicitation should refer to the appropriate Request for Proposal number, page and paragraph number. An envelope containing questions should be identified as such, otherwise it may not be opened until after the official proposal due date and time. Oral interpretations or clarifications will be without legal effect. Only questions answered by a formal written amendment to the Request for Proposal will be binding. 4. AMENDMENT OF REQUEST FOR PROPOSAL: The Offeror shall acknowledge receipt of a Request for Proposal Amendment by signing and returning the document by the specified due date and time. 5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial adjustment, other than that provided by the subsequent Contract,for lack of such familiarization. 6. PREPARATION OF PROPOSAL: A. All proposals shall be on the forms provided in this Request for Proposal package. It is permissible to copy these forms as required. Facsimiles or electronic mail proposals shall not be considered. B. At a minimum, your proposal should include the signed Offer and Acceptance form, signed copies of any solicitation amendments, completed Price Page and your response to all evaluation criteria. C. The Offer and Acceptance page shall be signed by a person authorized to submit an offer. An authorized signature on the Offer and Acceptance page, Proposal Amendment(s), or cover letter accompanying the proposal documents shall constitute an irrevocable offer to sell the good and/or service specified herein. Offeror shall submit any additional requested documentation, signifying intent to be bound by the terms of the agreement. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 8 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 D. The authorized person signing the proposal shall initial erasure, interlineations or other modifications on the proposal. E. In case of error in the extension of prices in the proposal, unit price shall govern when applicable. F. Periods of time, stated as a number of days, shall be in calendar days. G. It is the responsibility of all offerors to examine the entire Request for Proposal package and seek clarification of any requirement that may not be clear and to check all responses for accuracy before submitting a proposal. Negligence in preparing a proposal confers no right of withdrawal after due date and time. H. The City shall not reimburse the cost of developing, presenting, submitting or providing any response to this solicitation. I. Offeror must list any subcontractors to be utilized in the performance of the services specified herein. For each subcontractor, details on respective qualifications must be included. 7. PAYMENT DISCOUNTS: Payment discount periods shall be computed from the date of receipt of the material/service or correct invoice, whichever is later, to the date City's payment warrant is mailed. Unless freight and other charges are itemized, any discount provided shall be taken on full amount of invoice. Payment discounts of twenty-one calendar days or more shall be deducted from the proposed price in determining the price points. However, the City shall be entitled to take advantage of any payment discount offered by a vendor provided payment is made within the discount period. The payment discount shall apply to all purchases and to all payment methods. 8. TAXES: The City of Tucson is exempt from federal excise tax, including the federal transportation tax. 9. PROPOSAL/SUBMITTAL FORMAT: An original and 4 copies (5 total) of each proposal should be submitted on the forms and in the format specified in the RFP. Offerors shall also submit one electronic copy of the proposal on cd, disc or zip disc in MS Office 2003 or .pdf format. Any confidential information shall be submitted on a separate cd, disc or zip disc. The original copy of the proposal should be clearly labeled "Original" and shall be single-sided, three hole punched and in a binder. The material should be in sequence and related to the RFP. The sections of the submittal should be tabbed, clearly identifiable and should include a minimum of the following sections: the completed Offer and Acceptance Form, all signed Amendments, a copy of this RFP document and the Offeror's response to the Evaluation Criteria including the completed Price Page. Failure to include the requested information may have a negative impact on the evaluation of the offeror's proposal. 10. EXCEPTIONS TO CONTRACT PROVISIONS: A response to any Request for Proposal is an offer to contract with the City based upon the contract provisions contained in the City's Request for Proposal, including but not limited to, the specifications, scope of work and any terms and conditions. Offerors who wish to propose modifications to the contract provisions must clearly identify the proposed deviations and any proposed substitute language. The provisions of the Request for Proposal cannot be modified without the express written approval of the Director or his designee. If a proposal or offer is returned with modifications to the contract provisions that are not expressly approved in writing by the Director or his designee,the contract provisions contained in the City's Request for Proposal shall prevail. 11. PUBLIC RECORD: All proposals submitted in response to this Request for Proposal shall become the property of the City and shall become a matter of public record available for review subsequent to the award notification. 12. CONFIDENTIAL INFORMATION: The City of Tucson is obligated to abide by all public information laws. If an Offeror believes that any portion of a proposal, offer, specification, protest or correspondence contains information that should be withheld, a statement advising the Contract Officer of this fact should accompany the submission and the information shall be so identified wherever it appears. The City shall review all requests for confidentiality and may provide a written determination to designate specified documents confidential or the request may be denied. Price is not confidential and will not be withheld. If the confidential request is denied, such information shall be disclosed as public information, unless the offeror submits a formal written objection. 13. CERTIFICATION: By signature on the Offer and Acceptance page, solicitation Amendment(s), or cover letter accompanying the submittal documents, Offeror certifies: A. The submission of the offer did not involve collusion or other anti-competitive practices. B. The Offeror shall not discriminate against any employee or applicant for employment in violation of Federal or State law. C. The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, meal or service to a public servant in connection with the submitted offer. D. The Offeror hereby certifies that the individual signing the submittal is an authorized agent for the Offeror and has the authority to bind the Offeror to the Contract. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 9 OF 27 CONTRACT OFFICER:JAMES GASTON PH: (520)791-4139/FAX:(520)791-4735 14. WHERE TO SUBMIT PROPOSALS: In order to be considered, the Offeror must complete and submit its proposal to the City of Tucson Department of Procurement at the location indicated, prior to or at the exact date and time indicated on the Notice of Request for Proposal page. The Offeror's proposal shall be submitted in a sealed envelope. The words "SEALED PROPOSAL" with the REQUEST FOR PROPOSAL TITLE, REQUEST FOR PROPOSAL NUMBER, PROPOSAL DUE DATE AND TIME and OFFEROR'S NAME AND ADDRESS shall be written on the envelope. 15. LATE PROPOSALS: Late proposals will be rejected. 16. OFFER AND ACCEPTANCE PERIOD: In order to allow for an adequate evaluation, the City requires an offer in response to this solicitation to be valid and irrevocable for ninety(90)days after the proposal due date and time. 17. WITHDRAWAL OF PROPOSAL: At any time prior to the specified solicitation due date and time, an offeror may formally withdraw the proposal by a written letter, facsimile or electronic mail from the Offeror or a designated representative. Telephonic or oral withdrawals shall not be considered. 18. DISCUSSIONS: The City reserves the right to conduct discussions with offerors for the purpose of eliminating minor irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify an offer and assure full understanding of, and responsiveness to, solicitation requirements. 19. CONTRACT NEGOTIATIONS: Exclusive or concurrent negotiations may be conducted with responsible offeror(s) for the purpose of altering or otherwise changing the conditions, terms and price of the proposed contract unless prohibited. Offerors shall be accorded fair and equal treatment in conducting negotiations and there shall be no disclosure of any information derived from proposals submitted by competing offerors. Exclusive or concurrent negotiations shall not constitute a contract award nor shall it confer any property rights to the successful offeror. In the event the City deems that negotiations are not progressing, the City may formally terminate these negotiations and may enter into subsequent concurrent or exclusive negotiations with the next most qualified firm(s). 20. VENDOR APPLICATION: Prior to the award of a Contract, the successful offeror shall register with the City's Department of Procurement. Registration can be completed at http://www.tucsonprocurement.com/by clicking on Vendor Services. Please note that email notifications of newly published solicitations and amendments will be provided to those vendors that select email as their preferred delivery method in their vendor record. 21. CITY OF TUCSON BUSINESS LICENSE: It is the responsibility of the Contractor to have a City of Tucson Business License throughout the life of this contract or a written determination from the City's Business License Section that a license is not required. At any time during the contract, the City may request the Contractor to provide a valid copy of the business license or a written determination that a business license is not required. Application for a City Business License can be completed at http://www.tucsonaz.gov/etax. For questions contact the City's Business License Section at(520)791-4566 or email at tax-license(a�tucsonaz.gov. 22. UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign and file with the City, within five (5) days after Notice of Intent to Award, all documents necessary to the successful execution of the Contract. 23. AWARD OF CONTRACT: Notwithstanding any other provision of the Request for Proposal,the City reserves the right to: (1)waive any immaterial defect or informality; or (2)reject any or all proposals, or portions thereof; or (3)reissue the Request for Proposal. A response to this Request for Proposal is an offer to contract with the City based upon the terms, conditions and Scope of Work contained in the City's Request for Proposal. Proposals do not become contracts unless and until they are executed by the City's Director of Procurement and the City Attorney. A contract has its inception in the award, eliminating a formal signing of a separate contract. All of the terms and conditions of the contract are contained in the Request for Proposal, unless any of the terms and conditions are modified by a Request for Proposal amendment, a Contract Amendment, or by mutually agreed terms and conditions in the Contract documents. 24. PROPOSAL RESULTS: The name(s) of the successful offeror(s) will be posted on the Procurement Department's Internet site at http://www.tucsonprocurement.com/upon issuance of a Notice of Intent to Award or upon final contract execution. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 10 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 25. PROTESTS: A protest shall be in writing and shall be filed with the Director of Procurement. A protest of a Request for Proposal shall be received at the Department of Procurement not less than five (5) working days before the Request for Proposal due date. A protest of a proposed award or of an award shall be filed within ten (10) days after issuance of notification of award or issuance of a notice of intent to award, as applicable.A protest shall include: A. The name, address, and telephone number of the protestant; B. The signature of the protestant or its representative; C. Identification of the Request for Proposal or Contract number; D. A detailed statement of the legal and factual grounds of protest including copies of relevant documents; and E. The form of relief requested. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 11 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 PROPOSAL EVALUATION REQUIREMENTS PROPOSAL EVALUATION CRITERIA—(listed in relative order of importance) A. Method of Approach B. Qualifications& Experience C. Price Proposal II. REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials presented in response to this Request for Proposal should be submitted in the same order as requested and must contain,at a minimum, the following: A. Method of Approach 1. Provide a point-by-point response to each paragraph of the SCOPE OF WORK section of this document. For each Paragraph (Paragraphs 1.1.A through 2.4), offeror shall specify their understanding of the paragraph. Alternately, if offeror cannot comply with the requirements of a paragraph or an item herein, offeror shall indicate their non-compliance with the paragraph and shall explain how they intend to meet the City's needs. Offeror is encouraged to elaborate on how they intend to meet the requirements of Tucson Water. B. Qualifications& Experience 1. Provide a brief history of the firm. 2. Include a detailed description of the in-house shop inventory referenced in Section 2.1.6 of the Scope of Work. Specifically identify the offeror's in-house equipment and that which will be accessed through subcontractors. 3. Identify your key personnel and the positions they will hold in the performance of services under the contract. 4. Provide resumes that demonstrate the qualifications and experience of key personnel, such as the people who will be performing the repair work, providing the in-classroom and in-the-field training, factory or industry specialty certification(s), supervisors, etc. 5. Provide the information requested in Items 1 —4 above for all proposed subcontractors. 6. Include the name and contact information for the person who would be Tucson Water's main point of contact for requesting estimates, scheduling repair jobs, coordinating pick-ups/deliveries, etc. 7. Provide at least three (3) references for work that is similar in scope and has been performed within the last 3 years to the Scope of Work of this contract. The three references must not be from Tucson Water. Reference #1: Company Name: Address: Contact Person/Title: Phone & Email Address: Reference #2: Company Name: Address: Contact Person/Title: Phone & Email Address: Reference #3: Company Name: Address: Contact Person/Title: Phone & Email Address: 8. Offeror shall provide the name and contact information for the person that should be contacted in the case of emergency repair work. 9. What is the value of your total local inventory to support this requirement? I CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 12 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 10. The Offeror shall specify the product lines it represents and the product lines it is authorized to distribute for. Supply a letter of authorization from suppliers proposed on the Price Page item #3. 11. Provide description of local fleet vehicles and outfitted with what major equipment. C. Price Proposal 1. Provide price proposal as requested on the Price Pages attached herein. 2. All prices on Line Items 1 through 5 on the Price Page shall be held firm for one year from the date of award. Price adjustments shall only be considered once per year at renewal, in accordance with Paragraph 4 of the Special Terms and Conditions. 3. The discount offered from Manufacturer's list price indicated on Line Item 4 of the Price Page shall be held firm for the life of the entire contract, including all renewal periods. The City recognizes that the manufacturer may publish a new price list, but the discount off of the price list will remain constant. 4. On average, how often does your supplier(s) publish a new price list? 5. As stated in the Instructions to Offerors, 7. Discounts, the price(s) herein can be discounted by %, if payment is made within days. These payment terms shall apply to all purchases and to all payment methods. 6. Cooperative Purchasing Program: Will your firm provide the City of Tucson, as the lead agency on this regional contract, a rebate in the form of a percentage of sales based upon the other agencies sales? Yes No If yes, state proposed percentage: 13/0 7. Will payment be accepted via commercial credit card? Yes No a. If yes, can commercial payment(s) be made online? Yes No b. Will a third party be processing the commercial credit card payment(s)? Yes No c. If yes, indicate the flat fee per transaction $ (as allowable, per Section 5.2.E of Visa Operating Regulations). d. If"no"to above, will consideration be given to accept the card? Yes No 8. Does your firm have a City of Tucson Business License? Yes No If yes, please provide a copy of your City of Tucson Business license. III. GENERAL A. Shortlist: The City reserves the right to shortlist the offerors on the stated criteria. However, the City may determine that shortlisting is not necessary. B. Interviews: The City reserves the right to conduct interviews or site visits with some or all of the offerors at any point during the evaluation process. However, the City may determine that interviews or site visits are not necessary. In the event interviews or site visits are conducted, information provided during the process shall be taken into consideration when evaluating the stated criteria. The City shall not reimburse the offeror for the costs associated with the interview process. C. Additional Investigations: The City reserves the right to make such additional investigations as it deems necessary to establish the competence and financial stability of any offeror submitting a proposal. D. Prior Experience: Experiences with the City and entities that evaluation committee members represent and that are not specifically mentioned in the solicitation response may be taken into consideration when evaluating offers. E. Multiple Awards: To provide adequate contract coverage, at the City's sole discretion, multiple awards may be made. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 13 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 SPECIAL TERMS AND CONDITIONS 1. FOB DESTINATION FREIGHT PREPAID: Prices shall be FOB Destination Freight Prepaid to the delivery location designated. Contractor shall retain title and control of all goods until they are delivered and the Contract of coverage has been completed. All risk of transportation and all related charges shall be the responsibility of the Contractor. All claims for visible or concealed damage shall be filed by the Contractor. The City will assist the Contractor in arranging for inspection. 2. INSURANCE: The Contractor agrees to: A. Obtain insurance coverage of the types and amount required in this section and keep such insurance coverage in force throughout the life of this contract. All policies will contain an endorsement providing that written notice be given to the City at least thirty (30) calendar days prior to termination, cancellation, or reduction in coverage in any policy. B. The Comprehensive General Liability Insurance and Comprehensive Automobile Liability Insurance policies will include the City as an additional insured with respect to liability arising out of the performance of this contract. Such additional insured shall be covered to the full limits of liability purchased by the Contractor, even if those limits of liability are in excess of those required by this Contract. The Contractor agrees that the insurance hereunder will be primary and that any insurance carried by the City will be excess and not contributing. C. Provide and maintain minimum insurance limits as applicable. COVERAGE LIMITS OF LIABILITY I. Commercial General Liability: Policy shall include Bodily Injury, Property Damage, Personal Injury and Broad Form Contractual Liability Each Occurrence $1,000,000 General Aggregate Per Project $2,000,000 Products &Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $1,000,000 Blanket Contractual Liability $1,000,000 II. Commercial Automobile Liability Policy shall include Bodily Injury and Property Damage, for any owned, Hired, and/or Non-owned vehicles used in the operation, installation and maintenance of facilities under this agreement. Combined Single Limit $1,000,000 III.Workers'Compensation (applicable to the State of Arizona)*l Per Occurrence Statutory Employer's Liability $1,000,000 Disease Each Employee $1,000,000 Disease Policy Limit $1,000,000 Sole Proprietor/Independent Contractor designation is given to those who desire to waive their rights for workers'compensation coverage and benefits as outlined in ARS§23-901 and specifically ARS§23-961(0). If applicable,please request the Sole Proprietor/Independent Contractor form from the Contract Officer listed in the solicitation. D. ADDITIONAL INSURANCE REQUIREMENTS: All policies shall include, or be endorsed to include, the following provisions: 1. A waiver of subrogation endorsement in favor of the City of Tucson, for losses arising from work performed by or on behalf of the Contractor. 2. The insurance afforded the contractor shall be primary insurance and that any insurance carried by the City of Tucson and its agents, officials or employees shall be excess and not contributory. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 14 OF 27 CONTRACT OFFICER:JAMES GASTON PH: (520)791-4139/FAX:(520)791-4735 3. Coverage provided by the Contractor shall not be limited to the liability assumed under the indemnification provisions of this Contract. E. NOTICE OF COVERAGE MODIFICATIONS: Any changes material to compliance with this contract in the insurance policies above shall require (30) days written notice to the City of Tucson. Such notice shall be sent directly to the Department of Procurement. F. ACCEPTABILITY OF INSURERS: Contractors insurance shall have an "A.M. Best" rating of not less than A- VII. The City of Tucson in no way warrants that the required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. G. VERIFICATION OF COVERAGE: Contractor shall furnish the City of Tucson with certificates of insurance (ACORD form or equivalent approved by the City of Tucson) as required by this Contract. The certificates for each insurance policy are to be signed by an authorized representative. All certificates and endorsements are to be received and approved by the City of Tucson before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work and remain in effect for the duration of the contract and two (2) years after completion. Failure to maintain the insurance policies as required by this Contract, or to provide evidence of renewal upon the City's request, is a material breach of contract. All certificates required by this Contract shall be sent directly to the Department of Procurement. The City of Tucson project/contract number and project description shall be noted on the certificate of insurance. The City of Tucson reserves the right to require complete copies of all insurance policies required by this Contract at any time. H. SUBCONTRACTORS: Contractors' certificate(s) shall include all subcontractors as insureds under its policies or Contractor shall furnish to the City of Tucson separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to the minimum requirements identified above. I. EXCEPTIONS: In the event the Contractor or sub-contractor(s) is/are a public entity, then the Insurance Requirements shall not apply. Such public entity shall provide a Certificate of Self- Insurance. 3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall remain in effect for a period of one (1) year, unless terminated, canceled or extended as otherwise provided herein. The Contractor agrees that the City of Tucson shall have the right, at its sole option, to renew the Contract for four(4) additional one-year periods or portions thereof. In the event that the City exercises such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply during the renewal period with the possible exception of price and minor scope additions and/or deletions. 4. PRICE ADJUSTMENT: The City will review fully documented requests for price adjustment after any Contract has been in effect for one (1)year. Any price adjustment will only be made at the time of Contract renewal and/or extension and will be a factor in the extension review process. The City will determine whether the requested price adjustment or an alternate option, is in the best interest of the City. Any price adjustment will be effective upon the effective date of the Contract extension. 5. COOPERATIVE PURCHASING: Any Contract resulting from this solicitation shall be for the use of the City of Tucson. In addition, public and nonprofit agencies that have entered into a Cooperative Purchasing Agreement with the City of Tucson's Department of Procurement are eligible to participate in any subsequent Contract. See http://www.tucsonprocurement.com/coop partners.aspx and click on Cooperatives for a list of the public and nonprofit agencies that have currently entered into Cooperative Purchasing Agreements with the City of Tucson. Additionally, this contract is eligible for use by the Strategic Alliance for Volume Expenditures (SAVE)cooperative. See http://www.maricopa.gov/Materials/PubDocuments/SAVE-members.pdf for a listing of participating agencies. The parties agree that these lists are subject to change. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 15 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Any orders placed to, or services required from, the successful Contractor(s) will be requested by each participating agency. Payment for purchases made under this agreement will be the sole responsibility of each participating agency. The Contractor may negotiate additional expenses incurred as a result of participating agencies' usage of this contract(i.e., freight charges, travel related expenses, etc.). The City shall not be responsible for any disputes arising out of transactions made by others. The Contractor(s) will provide an electronic copy of the complete Contract to the City of Tucson Department of Procurement upon receipt of the Notice of Intent to Award. At the City's request, the successful Contractor(s) may also be requested to provide an electronic copy of the complete Contract to a participating agency. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 16 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 STANDARD TERMS AND CONDITIONS 1. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract without prior written consent of the City's Director of Procurement. 2. AFFIRMATIVE ACTION: Contractor shall abide by the provisions of the Tucson Procurement Code Chapter 28,Article XII. 3. AMERICANS WITH DISABILITIES ACT: The Contractor shall comply with all applicable provisions of the Americans with Disabilities Act(Public Law 101-336, 42 U.S.C. 12101, et seq.)and applicable Federal regulations under the Act. 4. APPLICABLE LAW: This Contract shall be governed, and the City and Contractor shall have all remedies afforded to each, by the Tucson Procurement Code and the law of the State of Arizona. State law claims shall be brought only in Pima County Superior Court. 5. ASSIGNMENT-DELEGATION: No right or interest in this Contract shall be assigned by the Contractor without prior written permission of the City, and no delegation of any duty of the Contractor shall be made without prior written permission of the City's Director of Procurement. The City shall not unreasonably withhold approval and shall notify the Contractor of the City's position by written notice. 6. CHILD/SWEAT-FREE LABOR POLICY: The Contractor shall comply with all applicable provisions of the United States Federal and State Child Labor and Worker's Right laws and agrees if called upon to affirm in writing, that they, and any subcontractor involved in the provision of goods to the City, are in compliance. 7. CLEAN UP: The Contractor shall at all times keep the contract area, including storage areas used by the Contractor, free from accumulation of waste material or rubbish and, prior to completion of the work, remove any rubbish from the premises and all tools, scaffolding, equipment and materials not property of the City. Upon completion of the repair, the Contractor shall leave the work and premises in clean, neat and workmanlike condition. 8. COMMENCEMENT OF WORK: The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives purchase order or is otherwise directed to do so, in writing, by the City. 9. CONFIDENTIALITY OF RECORDS: The Contractor shall establish and maintain procedures and controls that are acceptable to the City for the purpose of assuring that no information contained in its records or obtained from the City or from others in carrying out its functions under the Contract shall be used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform duties under the Contract. Persons requesting such information should be referred to the City. Information pertaining to individual persons shall not be divulged other than to employees or officers of Contractor as needed for the performance of duties under the Contract, unless otherwise agreed to in writing by the City. 10. CONTRACT AMENDMENTS: The Procurement Department has the sole authority to: A. Amend the contract or enter into supplemental verbal or written agreements; B. Grant time extensions or contract renewals; C. Otherwise modify the scope or terms and provisions of the contract. This Contract shall only be modified with the approval of the Department of Procurement. Except in the case of a documented emergency, approval must be granted prior to performance. Any contract modification not explicitly approved by the Procurement Department through a written contract amendment or change order is performed at the sole risk of the Contractor and may not be eligible for payment by the City. 11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the City and the Offer submitted by the Contractor in response to the Request for Proposal. The offer shall substantially conform to the terms, conditions, specifications and other requirements set forth within the text of the Request for Proposal. The City reserves the right to clarify any contractual terms with the concurrence of the Contractor; however, any substantial non-conformity in the offer, as determined by the City's Director of Procurement, shall be deemed non-responsive and the offer rejected. The Contract shall contain the entire agreement between the City of Tucson and the Contractor relating to this requirement and shall prevail over any and all previous agreements, contracts, proposals, negotiations, purchase orders, or master agreements in any form. 12. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver conforming materials in each installment or lot of this Contract and may not substitute nonconforming materials. Delivery of nonconforming materials, or default of any nature, may constitute breach of the Contract. Noncompliance may be deemed a cause for possible Contract termination. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 17 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 13. DUPLEXED/RECYCLED PAPER: In accordance with efficient resource procurement and utilization policies adopted by the City of Tucson, the Contractor shall ensure that, whenever practicable, all printed materials produced by the Contractor in the performance of this Contract are duplexed (two-sided copies), printed on recycled paper and labeled as such. 14. EXCLUSIVE POSSESSION: All services, information, computer program elements, reports and other deliverables created under this Contract are the sole property of the City of Tucson and shall not be used or released by the Contractor or any other person except with prior written permission by the City. 15. FEDERAL IMMIGRATION LAWS AND REGULATIONS: Contractor warrants that it complies with all Federal Immigration laws and regulations that relate to its employees and complies with A.R.S. § 23-214(A) and that it requires the same compliance of all subcontractors under this Contract. Contractor acknowledges that pursuant to A.R.S. § 41-4401 and effective September 30, 2008, a breach of this warranty is a material breach of this Contract subject to penalties up to and including termination of this Contract. The City retains the legal right to audit the records of the Contractor and inspect the papers of any employee who works for the Contractor to ensure compliance with this warranty and the Contractor shall assist in any such audit. The Contractor shall include the requirements of this paragraph in each contract with subcontractors under this Contract. If the Contractor or subcontractor warrants that it has complied with the employment verification provisions prescribed by sections 274(a)and 274(b)of the Federal Immigration and Nationality Act and the E-verify requirements prescribed by A.R.S. §23-214(A),the Contractor or subcontractor shall be deemed to be in compliance with this provision. The City may request proof of such compliance at any time during the term of this Contract by the Contractor and any subcontractor. 16. FORCE MAJEURE: Except for payment of sums due, neither party shall be liable to the other nor deemed in default under this Contract if and to the extent that such party's performance of this Contract is prevented by reason of Force Majeure. The term "Force Majeure" means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence. Force Majeure shall not include late performance by a subcontractor unless the delay arises out of a Force Majeure occurrence in accordance with this Force Majeure term and condition. If either party is delayed at any time in the progress of the work by Force Majeure, the delayed party shall notify the other party in writing of such delay, as soon as is practical, of the commencement thereof and shall specify the causes of such delay in such notice. Such notice shall be hand-delivered or mailed certified-return receipt and shall make a specific reference to this article, thereby invoking its provisions. The delayed party shall cause such delay to cease as soon as practicable and shall notify the other party in writing when it has done so. The time of completion shall be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed party from performing in accordance with this Contract. 17. GRATUITIES: The City may, by written notice to the Contractor, terminate this Contract if it is found that gratuities, in the form of entertainment, gifts, meals or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor, to any officer or employee of the City amending, or the making of any determinations with respect to the performing of such Contract. In the event this Contract is terminated by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies,to recover or withhold from the Contractor the amount of the gratuity. 18. HUMAN RELATIONS: Contractor shall abide by the provisions of the Tucson City Code Chapter 28,Article XII. 19. INDEMNIFICATION: To the fullest extent permitted by law, Contractor, its successors, assigns and guarantors, shall pay, defend, indemnify and hold harmless City of Tucson, its agents, representatives, officers, directors, officials and employees from and against all allegations, demands, proceedings, suits, actions, claims, including claims of patent or copyright infringement, damages, losses, expenses, including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all claim adjusting and handling expense, related to, arising from or out of or resulting from any actions, acts, errors, mistakes or omissions caused in whole or part by Contractor relating to work, services and/or products provided in the performance of this Contract, including but not limited to, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable and any injury or damages claimed by any of Contractor's and Subcontractor's employees. It is agreed that Contractor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. The Contractors agrees to waive all rights of subrogation against the City of Tucson, it's agents, representatives, officers, directors, officials, employees and volunteers for losses arising from the work performed by the Contractor for the City of Tucson. Contractor is responsible for compliance with the Patient Protection and Affordable Care Act (ACA), for its employees in accordance with 26 CFR §54. 4980H. Additionally, Contractor is responsible for all applicable IRS reporting requirements related to ACA. If Contractor or any of Contractor's employees is certified to the City as having received a premium tax credit or cost sharing reduction which contributes to or triggers an assessed penalty against the City, or Contractor fails to CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 18 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX: (520)791-4735 meet reporting requirements pursuant to section 6056 resulting in a penalty to City, Contractor indemnifies City from and shall pay any assessed tax penalty. 20. INDEPENDENT CONTRACTOR: It is understood that each party shall act in its individual capacity and not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of one party shall not be deemed or construed to be the employee or agent of the other party for any purpose. The Contractor shall not be entitled to compensation in the form of salaries, holidays, paid vacation, sick days, or pension contributions by the City. The City of Tucson will not provide any insurance coverage to the Contractor, including Worker's Compensation coverage. The Contractor is advised that taxes, social security payments, and other withholdings shall not be withheld from a City payment issued under this Contract and that Contractor should make arrangements to directly pay such expenses. Contractor is responsible for compliance with the Affordable Care Act for Contractor and any of Contractor's employees. 21. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection and acceptance by the City. Material or service failing to conform to the specifications of this Contract shall be held at the Contractor's risk and may be returned to the Contractor. If returned, all costs are the responsibility of the Contractor. Noncompliance may be deemed a cause for possible Contract termination. 22. INTERPRETATION-PAROLE EVIDENCE: This Contract is intended by the parties to be a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of this agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in the Contract. Acceptance or consent in the course of performance under this Contract shall not be relevant to determine the meaning of this Contract even though the accepting or consenting party has knowledge of the nature of the performance and the opportunity to object. 23. LICENSES: Contractor shall maintain in current status all Federal, State, and local licenses and permits required for the operation of the business conducted by the Contractor as applicable to this Contract. 24. LIENS: All materials, services, and other deliverables supplied to the City under this Contract shall be free of all liens other than the security interest. Security interest shall extinguish upon full payment made by the City. Upon the City's request, the Contractor shall provide a formal release of all liens. 25. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials must fully comply with all provisions of this Contract. If a tender is made which does not fully comply, this shall conform to the termination clause set forth within this document. 26. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation shall be awarded with the understanding and agreement that it is for the sole convenience of the City of Tucson. The City reserves the right to obtain like goods or services from another source when necessary. 27. OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in actual practice, overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to the materials or services used to fulfill the Contract. 28. PAYMENT: The City's preferred method of payment is via credit card. The City will issue a Purchase Order and, in some cases, either provide a credit card for payment at the time of ordering or pay subsequent invoices by credit card upon receipt of goods or services in good order. However, not all City employees will possess a credit card and, therefore, the City reserves the right to make payment by check as it deems necessary. Unless payment is made by credit card at time of order or point of sale, a separate invoice shall be issued for each shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and correct invoice. The invoice shall not be dated prior to the receipt of goods or completion of services. The City shall make every effort to process payment for the purchase of materials or services within twenty-one (21) calendar days after receipt of materials or services and a correct invoice. The Contractor's payment terms shall apply to all purchases and to all payment methods. 29. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation (such as trees, shrubs, and grass)on City property. If the Contractor fails to do so and CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 19 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 damages such property, the Contractor shall replace or repair the damage at no expense to the City, as determined and approved by the City's Director of Procurement. If the Contractor fails or refuses to make such repair or replacement, the City will determine a cost and the Contractor shall be liable for the cost thereof, which may be deducted from the Contract price. 30. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to be in the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be amended to make such insertion or correction. 31. RECORDS: Internal control over all financial transactions related to this Contract shall be in accordance with sound fiscal policies. The City may, at reasonable times and places, audit the books and records of the Contractor and/or any subcontractors. Said audit shall be limited to this Contract. 32. RIGHT TO ASSURANCE: Whenever one party to this Contract has reason to question, in good faith,the other party's intent to perform, the former party may demand that the other party give a written assurance of this intent to perform. In the event that a demand is made and no written assurance is given within five (5) days, the demanding party may treat this failure as the other party's intent not to perform and as a cause for possible Contract termination. 33. RIGHT TO INSPECT: The City may, at reasonable times, and at the City's expense, inspect the place of business of a Contractor or subcontractor which is related to the performance of any Contract as awarded or to be awarded. 34. RIGHTS AND REMEDIES: No provision in this document or in the Contractor's proposal shall be construed, expressly or by implication, as a waiver by either party of any existing or future right and/or remedy available by law in the event of any claim, default or breach of contract. The failure of either party to insist upon the strict performance of any term or condition of the Contract, to exercise or delay the exercise of any right or remedy provided in the Contract or by law, or to accept materials or services required by this Contract or by law shall not be deemed a waiver of any right of either party to insist upon the strict performance of the Contract. 35. SEVERABILITY: The provisions of this Contract are severable to the extent that any provision or application held to be invalid shall not affect any other provision or application of the Contract which may remain in effect without the valid provision or application. 36. SHIPMENT UNDER RESERVATION PROHIBITED: No tender of a bill of lading shall operate as a tender of the materials. Non-compliance shall conform to the termination clause set forth within this document. 37. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish any of the material/service specified herein without the advance written approval of the City's Director of Procurement. All subcontracts shall comply with Federal and State laws and regulations which are applicable to the services covered by the subcontract and shall include all the terms and conditions set forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the Contractor referred to herein. The Contractor is responsible for contract performance whether or not subcontractors are used. 38. SUBSEQUENT EMPLOYMENT: The City may terminate this Contract without penalty or further obligation pursuant to A.R.S. Section 38-511 if any person significantly involved in initiating, negotiating, securing, drafting, or creating the Contract, on behalf of the City, is or becomes, at any time while the Contract or any extension of the Contract is in effect, an employee of, or a contractor to, any other party to this Contract with respect to the subject matter of the Contract. Termination shall be effective when written notice from the City's Director of Procurement is received by the parties to this Contract, unless the notice specifies a later time. 39. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written consent, or by the City, with or without cause, upon giving thirty (30) days written notice. The City, at its convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is terminated, the City shall be liable only for payment under the payment provisions of this Contract for services rendered and accepted material received by the City before the effective date of termination. The City reserves the right to terminate the whole or any part of this Contract due to the failure of the Contractor to carry out any term or condition of the Contract. The City will issue a written ten (10) day notice of default to the Contractor for acting or failing to act as specified in any of the following: In the opinion of the City,the Contractor provides personnel that do not meet the requirements of the Contract; I CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 20 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 In the opinion of the City, the Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this Contract; In the opinion of the City, the Contractor attempts to impose personnel, materials, products or workmanship of an unacceptable quality; The Contractor fails to furnish the required service and/or product within the time stipulated in the Contract; In the opinion of the City,the Contractor fails to make progress in the performance of the requirements of the Contract; The Contractor gives the City a positive indication that the Contractor will not or cannot perform to the requirements of the Contract. Each payment obligation of the City created by this Contract is conditioned upon the availability of City, State and Federal funds that are appropriated or allocated for the payment of such an obligation. If funds are not allocated by the City and available for the continued purchase of the services and/or materials provided under this Contract, this Contract may be terminated by the City at the end of the period for which funds are available. The City will endeavor to notify the Contractor in the event that continued service will or may be affected by non-appropriation. No penalty shall accrue to the City in the event this provision is exercised, and the City shall not be obligated or liable for any future payments due or for any damages as a result of termination under this paragraph. 40. TITLE AND RISK OF LOSS: The title and risk of loss of material or service shall not pass to the City until the City actually receives the material or service at the point of delivery, unless otherwise provided within this Contract. 41. WARRANTIES: Contractor warrants that all material or service delivered under this Contract shall conform to the specifications of this Contract. Mere receipt of shipment of the material or service specified and any inspection incidental thereto by the City shall not alter or affect the obligations of the Contractor or the rights of the City under the foregoing warranties.Additional warranty requirements may be set forth in this document. CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 21 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 PRICE PAGE Fees must be inclusive of all costs, including but not limited to, direct and indirect costs for labor, overhead, materials, printing, travel and mileage, postage, etc. 1. Provide charges for disassembling pumping unit and providing an estimate on the following sample pumps: Vertical Turbine Pump $ each (4 stage, 12 inch bowl, 25 feet of 10 inch column, 1 - 11/16 inch line shaft with discharge head) Vertical Turbine Pump $ each (4 stage, 12 inch bowl) Vertical Turbine Submersible Pump $ each (4 stage, 8 inch bowl with motor) 40 HP close coupled end section centrifugal pump $ each Grundfos DME 60-10 diaphragm pump $ each TOTAL $ 2. Provide total charges for a non-witnessed pump test for each of the following sample pumps: Vertical Turbine Pump $ each (4 stage, 12 inch bowl, 1400 gpm @ 350 ft. head, 200 HP) Close coupled end suction centrifugal pump $ each (500 gpm @ 250 ft. of head, 50 HP) TOTAL $ 3. Discount off of Manufacturer's list price for parts: % off of Name/Date of Price List off of Name/Date of Price List % off of Name/Date of Price List 4. IDENTIFY AND ADD FIRM'S TITLES/CATEGORIES FOR EACH HOURLY RATE Labor Charges Hourly Rate (Shop Rate) $ per hour $ per hour $ per hour Regular Hours between 7:00 am to 4:00 pm, Mon. —Fri. (does not include holidays) Labor Charges Hourly Rate (Shop Rate) $ per hour $ per hour $ per hour CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 151304 255 W.ALAMEDA,6TH FLOOR,TUCSON,AZ 85701 PAGE 22 OF 27 CONTRACT OFFICER:JAMES GASTON PH:(520)791-4139/FAX:(520)791-4735 Overtime Hours between 4:00 pm and 7:00 am, Mon—Fri. (does not include holidays) Labor Charges Hourly Rate (Shop Rate) $ per hour $ per hour $ per hour Holiday Rate—Price per hour for major holidays Labor Charges Hourly Rate (Field Rate) $ per hour $ per hour $ per hour Regular Hours between 7:00 am to 4:00 pm, Mon. —Fri. (does not include holidays) Labor Charges Hourly Rate (Field Rate) $ per hour $ per hour $ per hour Overtime Hours between 4:00 pm and 7:00 am, Mon—Fri. (does not include holidays) Labor Charges Hourly Rate (Field Rate) $ per hour $ per hour $ per hour Holiday Rate—Price per hour for major holidays Machine/Welding Rate per hour $ per hour City of Tucson recognized holidays: New Year's Day Martin Luther King, Jr. Day Washington's Birthday Memorial Day Cesar Chavez Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas Day