morin building 8570 executive park avenue fairfax

61
MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX, VIRGINIA 22031 INVITATION FOR BID Bid No: 21-054 Requirement: Electric Motor Repair Services Date Issued: August 25, 2021 Deadline for Questions: Prior to 10:00 a.m., September 10, 2021 Bid Due Date: Prior to 2:00 p.m., September 27, 2021 Virtual Bid Opening: Microsoft Teams meeting Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 571-348-5786,,544174819# United States, Arlington Phone Conference ID: 544 174 819# IFB Delivery Location and Procurement Department Place of Bid Opening: Fairfax Water 8570 Executive Park Avenue Fairfax, Virginia 22031 Procurement Contact: Tammy L. Spinks Buyer II Telephone: 703-289-6275 Email: [email protected]

Upload: others

Post on 08-Jan-2022

10 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

MORIN BUILDING

8570 EXECUTIVE PARK AVENUE FAIRFAX VIRGINIA 22031

INVITATION FOR BID

Bid No 21-054

Requirement Electric Motor Repair Services

Date Issued August 25 2021

Deadline for Questions Prior to 1000 am September 10 2021

Bid Due Date Prior to 200 pm September 27 2021

Virtual Bid Opening Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

IFB Delivery Location and Procurement Department

Place of Bid Opening Fairfax Water

8570 Executive Park Avenue

Fairfax Virginia 22031

Procurement Contact Tammy L Spinks

Buyer II

Telephone 703-289-6275

Email tspinksfairfaxwaterorg

IFB 21-054

Electric Motor Repairs

i

1 INTRODUCTION AND OBJECTIVE 1 11 Introduction 1 12 Objective 1 2 HYPOTHETICAL REPAIR SCENARIOS FOR BID EVALUATION PURPOSES ONLY 1 3 DEFINITIONS 1 4 SPECIFICATIONSSCOPE OF WORK 2

41 General Requirements and Technical Specifications Description 2 42 Written Quotes and Required Documentation for all Future Work 3 43 Technical Specification 4 44 Repair Facility Requirements 14 45 Future Work Time of Performance 14 46 Transportation 15 47 Priority Customer 15 48 Time Is Of The Essence 15 49 Use of Subcontractors 15 410 Delays 16 411 Site Safety and Access 16 412 Superintendence by Contractor 17 5 INSTRUCTIONS TO BIDDERS 17

51 Questions and Communications 17 52 Instructions for Submitting Bids 17 53 Virtual Bid Opening 18 54 Familiarity with Specifications 18 55 Bid Submission Packet 18 56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair 19 57 Proprietary Information 20 58 ExceptionsAdditions 21 59 Addenda to the IFB 21 510 Late Bids 21 511 Arrearage 21 512 Contract Award 21 513 Public Notice of Award 22 514 Authorization to do Business in Virginia 22 515 Cancellation 22 516 Compliance with Laws Regulations and Codes 22 517 Debarment Status 22 518 Duration of Bids 23 519 Unit Prices Prevail 23 520 Negotiation with Low Bidder 23 521 References 23 522 Insurance Claims against Bidder 24 523 Incorporation by Reference 24 6 CONTRACT TERMS AND CONDITION 24

61 Term of Contract 24 62 Anti-Discrimination 24 63 Antitrust 25 64 Assignment of Interest 25 65 Availability of Funds 25

IFB 21-054

Electric Motor Repairs

ii

66 Compliance with Laws Regulations and Codes 25 67 Contract Formation 25 68 Contract Changes Change Orders 25 69 Contractorrsquos Responsibilities 26 610 Ethics in Public Contracting 26 611 Examination of Records 26 612 Governing Law Venue Waiver of Jury Trial 27 613 Indemnification and Responsibility for Claims and Liability 27 614 Insurance 27 615 No Waiver or Estoppel 28 616 Partial Invalidity 28 617 Payment Clauses Required in All Contracts 29 618 Payment 29 619 Price Firm Period 30 620 Rider Clause 30 621 Taxes 30 622 Termination of Contract 30 623 Virginia Freedom of Information Act 31 624 Faith-Based Organizations 31 625 Immigration Reform and Control Act of 1986 31 626 Severability 31 627 Licensure 31 628 Authority to Transact Business in Virginia 31 629 Drug-free Workplace to be Maintained by Contractor 31 630 Employment Discrimination by Contractor Prohibited Required Contract Provisions 31 631 Counterparts 32 632 Survival of Terms 32 633 Non-Waiver 32 634 Contractual Disputes 32

Attachment 1 Bid Submission Form

Attachment 2 Reference Form

Attachment 3 Operating Data Sheet

Attachment 4 Inspection Data Sheet

Attachment 5 Work Performed Data Sheet

Attachment 6 Waiver of SpecificationRelease of Hold Point

Attachment 7 Recommended Clearances Sleeve Bearings Round Bores Only

Attachment 8 Dynamic Balance Certificate

Attachment 9 IRS Form W-9 Request for Taxpayer Identification Number and

Certification

IFB 21-054

Electric Motor Repairs

1

1 INTRODUCTION AND OBJECTIVE

11 Introduction

The Fairfax County Water Authority doing business as Fairfax Water (FW) was created under the

Virginia Water and Waste Authorities Act pursuant to resolutions adopted by Fairfax County on

September 26 1957 Fairfax Water is managed by a ten-member Board of Directors appointed for

three-year terms by the Fairfax County Board of Supervisors

12 Objective

The objective of this Invitation to Bid (IFB) is to award a contract to the lowest responsive and

responsible bidder for as needed electric motor reconditioning and repair services on 60 hp or larger

3-phase induction and synchronous motors as specified and defined herein

2 HYPOTHETICAL REPAIR SCENARIOS FOR BID EVALUATION PURPOSES ONLY

The hypothetical repair scenarios included in this solicitation are for bid evaluation purposes only

The scope of work and pricing for all actual repairs post contract award shall be in accordance with

any resultant contract awarded as a result of this solicitation

3 DEFINITIONS

A Award ndash means the decision by FW to execute a contract after all necessary approvals have been

obtained

B Bid ndash means the response by a Bidder to an Invitation for Bids issued by a procurement agency to

obtain goods or services

C Bidder ndash means any person submitting a response to an IFB

D Contract ndash means the formal agreement as a result of this solicitation

E Contract Completion ndash means the point in time when FW Project Manager confirms in writing

that the contract has been completed as contracted for and the Contractor is released from any

further obligations All remaining payments due the Contractor shall be approved for payment at

this time

F Contractor ndash means the successful Bidder receiving a contract as a result of this solicitation

G Default ndash means that the Contractor has failed to fulfill its contractual obligations properly and on

time

H FW ndash means Fairfax Water The terms Owner and FW have the same meaning

I Notice ndash The term ldquoNoticerdquo or the requirement to notify means a written communication delivered

in person by facsimile or by certified or registered mail to the individual or firm or to an officer

of the Contractor for whom it is intended

J Owner ndash Fairfax County Water Authority

K Project ndash The term ldquoProjectrdquo means the same as the phrase ldquothe Workrdquo

L Project Manager ndash means FW employee assigned to this project for purposes of oversight of the

project The Project Manager is responsible for all aspects of the contract (excluding contract

modifications) after contract award including but not limited to approving design changes and

authorizing payment for completed work

IFB 21-054

Electric Motor Repairs

2

M Specifications ndash The term ldquoSpecificationsrdquo describes the physical or functional characteristics or

the nature of a good service or construction item required It may include a description of any

requirement for inspecting testing or preparing a good services or construction item for delivery

N Work ndash The word ldquoWorkrdquo shall include all material labor equipment and tools appliances

machinery transportation and appurtenances necessary to perform and complete the Contract and

any such additional items not specifically indicated or described which can be reasonably inferred

as belonging to the item described or indicated or as required by industry practice custom or usage

to complete the project as proposed by the Bidder and accepted by FW

4 SPECIFICATIONSSCOPE OF WORK

41 General Requirements and Technical Specifications Description

A Overview

The purpose of this motor repair and rewind specification is to define minimum technical

requirements required by the Owner applicable to reconditioning and repair of three phase

induction and synchronous motors 60 hp and larger This specification shall apply to routine

reconditioning and repair procedures It is not the intent of the specification to define

requirements for specialty motors requiring uncommon reconditioning and repair procedures

or to provide lesser guidance than industry best practice on all motor repairs Situations where

there is conflict between specialty motors or special situations and a disparity exists between

this specification and industry recognized standards shall be addressed on a case by case basis

B FW Option for DC or AC High Potential Testing

Fairfax Water reserves the option whether DC or AC High Potential Testing is used on

existing windings during reconditioning

C Industry Standards Applicable to the Work

1 Industry standards include

a ANSIEASA AR100 (latest edition) ldquoRecommended Practice for the Repair of

Rotating Electrical Apparatusrdquo

b IEEE Std 1068 (latest edition) ldquoIEEE Standard for the Repair and Rewinding of AC

Electric Motors in the Petroleum Chemical and Process Industriesrdquo

c ISO 1940-1 (latest edition) ldquoMechanical Vibration ndash Balance Quality Requirements

for Rotors in a Constant (Rigid) State ndash Part 1 Specification and Verification of

Balance Tolerancerdquo

2 References to appropriate definitions components and relevant standards are found in the

above standards Additional acceptable standards include ABFMA API EASA (including

Tech Notes) IEC IEEE and NEMA where applicable where the procedures and tolerances

exceed those in the above listed standards and do not conflict with best practices or this

IFB 21-054

Electric Motor Repairs

3

specification The Contractor shall consult with and defer to the FW Project Manager for

any deviation from this specification

42 Written Quotes and Required Documentation for all Future Work

A Written Quotes for All Future Work

1 The Contractor shall submit a written quote to the FW Project Manager within 3 business

days of receiving the electric motor in their shop The contractor may submit a written

request to extend the 3-day timeframe to the FW Project Manager The written request

shall include a verifiable reason for the delay FW reserves the right to decline the

request if the delay cannot be documented and verified

2 The written quote shall include at a minimum the following

a The complete scope of work to repair the motor

b All labor hours by type quantity unit cost and extended cost

c All materials listed by manufacturer and manufacturer part number quantity unit

cost and extended cost

d Total number of calendar days required to complete the repair after receipt of written

order to proceed

e The motor serial number and the FW Work Order Number listed on Attachment 3

f The cost of equipment rental subcontractors or any materials not included in the

Vaughenrsquos Pricing Guide needed to fulfill the requirements of the repair

g The Contractor may include written recommendations for substitutions that will

increase motor life reduce costs or reduce the delivery lead-time as separate options

on their quote Contractor shall not proceed with any proposed options without the

express written consent of FW

3 Pricing for all future repairs and parts shall be based on the Vaughenrsquos Price Guide and

the labor rates awarded In the event the Contractor must provide materials or equipment

rental not included in the pricing guide then compensation will be based on the

Contractorrsquos actual cost to supply the materials or equipment rental In these

circumstances the Contractor shall include a copy of their supplierrsquos invoice with all

invoices submitted to FW

B Operating Data Sheet (Attachment 3)

This sheet will be completed by the FW Project Manager requesting the work and will be

sent with the motor to the repair facility

C Inspection Data Sheet (Attachment 4)

This sheet shall be completed by the Contractor documenting the results of inspections and

tests performed prior to reconditioning or repair procedures Upon completion of the work

the Contractor shall distribute one copy each of this sheet to the FW Electrical Supervisor and

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 2: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

i

1 INTRODUCTION AND OBJECTIVE 1 11 Introduction 1 12 Objective 1 2 HYPOTHETICAL REPAIR SCENARIOS FOR BID EVALUATION PURPOSES ONLY 1 3 DEFINITIONS 1 4 SPECIFICATIONSSCOPE OF WORK 2

41 General Requirements and Technical Specifications Description 2 42 Written Quotes and Required Documentation for all Future Work 3 43 Technical Specification 4 44 Repair Facility Requirements 14 45 Future Work Time of Performance 14 46 Transportation 15 47 Priority Customer 15 48 Time Is Of The Essence 15 49 Use of Subcontractors 15 410 Delays 16 411 Site Safety and Access 16 412 Superintendence by Contractor 17 5 INSTRUCTIONS TO BIDDERS 17

51 Questions and Communications 17 52 Instructions for Submitting Bids 17 53 Virtual Bid Opening 18 54 Familiarity with Specifications 18 55 Bid Submission Packet 18 56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair 19 57 Proprietary Information 20 58 ExceptionsAdditions 21 59 Addenda to the IFB 21 510 Late Bids 21 511 Arrearage 21 512 Contract Award 21 513 Public Notice of Award 22 514 Authorization to do Business in Virginia 22 515 Cancellation 22 516 Compliance with Laws Regulations and Codes 22 517 Debarment Status 22 518 Duration of Bids 23 519 Unit Prices Prevail 23 520 Negotiation with Low Bidder 23 521 References 23 522 Insurance Claims against Bidder 24 523 Incorporation by Reference 24 6 CONTRACT TERMS AND CONDITION 24

61 Term of Contract 24 62 Anti-Discrimination 24 63 Antitrust 25 64 Assignment of Interest 25 65 Availability of Funds 25

IFB 21-054

Electric Motor Repairs

ii

66 Compliance with Laws Regulations and Codes 25 67 Contract Formation 25 68 Contract Changes Change Orders 25 69 Contractorrsquos Responsibilities 26 610 Ethics in Public Contracting 26 611 Examination of Records 26 612 Governing Law Venue Waiver of Jury Trial 27 613 Indemnification and Responsibility for Claims and Liability 27 614 Insurance 27 615 No Waiver or Estoppel 28 616 Partial Invalidity 28 617 Payment Clauses Required in All Contracts 29 618 Payment 29 619 Price Firm Period 30 620 Rider Clause 30 621 Taxes 30 622 Termination of Contract 30 623 Virginia Freedom of Information Act 31 624 Faith-Based Organizations 31 625 Immigration Reform and Control Act of 1986 31 626 Severability 31 627 Licensure 31 628 Authority to Transact Business in Virginia 31 629 Drug-free Workplace to be Maintained by Contractor 31 630 Employment Discrimination by Contractor Prohibited Required Contract Provisions 31 631 Counterparts 32 632 Survival of Terms 32 633 Non-Waiver 32 634 Contractual Disputes 32

Attachment 1 Bid Submission Form

Attachment 2 Reference Form

Attachment 3 Operating Data Sheet

Attachment 4 Inspection Data Sheet

Attachment 5 Work Performed Data Sheet

Attachment 6 Waiver of SpecificationRelease of Hold Point

Attachment 7 Recommended Clearances Sleeve Bearings Round Bores Only

Attachment 8 Dynamic Balance Certificate

Attachment 9 IRS Form W-9 Request for Taxpayer Identification Number and

Certification

IFB 21-054

Electric Motor Repairs

1

1 INTRODUCTION AND OBJECTIVE

11 Introduction

The Fairfax County Water Authority doing business as Fairfax Water (FW) was created under the

Virginia Water and Waste Authorities Act pursuant to resolutions adopted by Fairfax County on

September 26 1957 Fairfax Water is managed by a ten-member Board of Directors appointed for

three-year terms by the Fairfax County Board of Supervisors

12 Objective

The objective of this Invitation to Bid (IFB) is to award a contract to the lowest responsive and

responsible bidder for as needed electric motor reconditioning and repair services on 60 hp or larger

3-phase induction and synchronous motors as specified and defined herein

2 HYPOTHETICAL REPAIR SCENARIOS FOR BID EVALUATION PURPOSES ONLY

The hypothetical repair scenarios included in this solicitation are for bid evaluation purposes only

The scope of work and pricing for all actual repairs post contract award shall be in accordance with

any resultant contract awarded as a result of this solicitation

3 DEFINITIONS

A Award ndash means the decision by FW to execute a contract after all necessary approvals have been

obtained

B Bid ndash means the response by a Bidder to an Invitation for Bids issued by a procurement agency to

obtain goods or services

C Bidder ndash means any person submitting a response to an IFB

D Contract ndash means the formal agreement as a result of this solicitation

E Contract Completion ndash means the point in time when FW Project Manager confirms in writing

that the contract has been completed as contracted for and the Contractor is released from any

further obligations All remaining payments due the Contractor shall be approved for payment at

this time

F Contractor ndash means the successful Bidder receiving a contract as a result of this solicitation

G Default ndash means that the Contractor has failed to fulfill its contractual obligations properly and on

time

H FW ndash means Fairfax Water The terms Owner and FW have the same meaning

I Notice ndash The term ldquoNoticerdquo or the requirement to notify means a written communication delivered

in person by facsimile or by certified or registered mail to the individual or firm or to an officer

of the Contractor for whom it is intended

J Owner ndash Fairfax County Water Authority

K Project ndash The term ldquoProjectrdquo means the same as the phrase ldquothe Workrdquo

L Project Manager ndash means FW employee assigned to this project for purposes of oversight of the

project The Project Manager is responsible for all aspects of the contract (excluding contract

modifications) after contract award including but not limited to approving design changes and

authorizing payment for completed work

IFB 21-054

Electric Motor Repairs

2

M Specifications ndash The term ldquoSpecificationsrdquo describes the physical or functional characteristics or

the nature of a good service or construction item required It may include a description of any

requirement for inspecting testing or preparing a good services or construction item for delivery

N Work ndash The word ldquoWorkrdquo shall include all material labor equipment and tools appliances

machinery transportation and appurtenances necessary to perform and complete the Contract and

any such additional items not specifically indicated or described which can be reasonably inferred

as belonging to the item described or indicated or as required by industry practice custom or usage

to complete the project as proposed by the Bidder and accepted by FW

4 SPECIFICATIONSSCOPE OF WORK

41 General Requirements and Technical Specifications Description

A Overview

The purpose of this motor repair and rewind specification is to define minimum technical

requirements required by the Owner applicable to reconditioning and repair of three phase

induction and synchronous motors 60 hp and larger This specification shall apply to routine

reconditioning and repair procedures It is not the intent of the specification to define

requirements for specialty motors requiring uncommon reconditioning and repair procedures

or to provide lesser guidance than industry best practice on all motor repairs Situations where

there is conflict between specialty motors or special situations and a disparity exists between

this specification and industry recognized standards shall be addressed on a case by case basis

B FW Option for DC or AC High Potential Testing

Fairfax Water reserves the option whether DC or AC High Potential Testing is used on

existing windings during reconditioning

C Industry Standards Applicable to the Work

1 Industry standards include

a ANSIEASA AR100 (latest edition) ldquoRecommended Practice for the Repair of

Rotating Electrical Apparatusrdquo

b IEEE Std 1068 (latest edition) ldquoIEEE Standard for the Repair and Rewinding of AC

Electric Motors in the Petroleum Chemical and Process Industriesrdquo

c ISO 1940-1 (latest edition) ldquoMechanical Vibration ndash Balance Quality Requirements

for Rotors in a Constant (Rigid) State ndash Part 1 Specification and Verification of

Balance Tolerancerdquo

2 References to appropriate definitions components and relevant standards are found in the

above standards Additional acceptable standards include ABFMA API EASA (including

Tech Notes) IEC IEEE and NEMA where applicable where the procedures and tolerances

exceed those in the above listed standards and do not conflict with best practices or this

IFB 21-054

Electric Motor Repairs

3

specification The Contractor shall consult with and defer to the FW Project Manager for

any deviation from this specification

42 Written Quotes and Required Documentation for all Future Work

A Written Quotes for All Future Work

1 The Contractor shall submit a written quote to the FW Project Manager within 3 business

days of receiving the electric motor in their shop The contractor may submit a written

request to extend the 3-day timeframe to the FW Project Manager The written request

shall include a verifiable reason for the delay FW reserves the right to decline the

request if the delay cannot be documented and verified

2 The written quote shall include at a minimum the following

a The complete scope of work to repair the motor

b All labor hours by type quantity unit cost and extended cost

c All materials listed by manufacturer and manufacturer part number quantity unit

cost and extended cost

d Total number of calendar days required to complete the repair after receipt of written

order to proceed

e The motor serial number and the FW Work Order Number listed on Attachment 3

f The cost of equipment rental subcontractors or any materials not included in the

Vaughenrsquos Pricing Guide needed to fulfill the requirements of the repair

g The Contractor may include written recommendations for substitutions that will

increase motor life reduce costs or reduce the delivery lead-time as separate options

on their quote Contractor shall not proceed with any proposed options without the

express written consent of FW

3 Pricing for all future repairs and parts shall be based on the Vaughenrsquos Price Guide and

the labor rates awarded In the event the Contractor must provide materials or equipment

rental not included in the pricing guide then compensation will be based on the

Contractorrsquos actual cost to supply the materials or equipment rental In these

circumstances the Contractor shall include a copy of their supplierrsquos invoice with all

invoices submitted to FW

B Operating Data Sheet (Attachment 3)

This sheet will be completed by the FW Project Manager requesting the work and will be

sent with the motor to the repair facility

C Inspection Data Sheet (Attachment 4)

This sheet shall be completed by the Contractor documenting the results of inspections and

tests performed prior to reconditioning or repair procedures Upon completion of the work

the Contractor shall distribute one copy each of this sheet to the FW Electrical Supervisor and

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 3: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

ii

66 Compliance with Laws Regulations and Codes 25 67 Contract Formation 25 68 Contract Changes Change Orders 25 69 Contractorrsquos Responsibilities 26 610 Ethics in Public Contracting 26 611 Examination of Records 26 612 Governing Law Venue Waiver of Jury Trial 27 613 Indemnification and Responsibility for Claims and Liability 27 614 Insurance 27 615 No Waiver or Estoppel 28 616 Partial Invalidity 28 617 Payment Clauses Required in All Contracts 29 618 Payment 29 619 Price Firm Period 30 620 Rider Clause 30 621 Taxes 30 622 Termination of Contract 30 623 Virginia Freedom of Information Act 31 624 Faith-Based Organizations 31 625 Immigration Reform and Control Act of 1986 31 626 Severability 31 627 Licensure 31 628 Authority to Transact Business in Virginia 31 629 Drug-free Workplace to be Maintained by Contractor 31 630 Employment Discrimination by Contractor Prohibited Required Contract Provisions 31 631 Counterparts 32 632 Survival of Terms 32 633 Non-Waiver 32 634 Contractual Disputes 32

Attachment 1 Bid Submission Form

Attachment 2 Reference Form

Attachment 3 Operating Data Sheet

Attachment 4 Inspection Data Sheet

Attachment 5 Work Performed Data Sheet

Attachment 6 Waiver of SpecificationRelease of Hold Point

Attachment 7 Recommended Clearances Sleeve Bearings Round Bores Only

Attachment 8 Dynamic Balance Certificate

Attachment 9 IRS Form W-9 Request for Taxpayer Identification Number and

Certification

IFB 21-054

Electric Motor Repairs

1

1 INTRODUCTION AND OBJECTIVE

11 Introduction

The Fairfax County Water Authority doing business as Fairfax Water (FW) was created under the

Virginia Water and Waste Authorities Act pursuant to resolutions adopted by Fairfax County on

September 26 1957 Fairfax Water is managed by a ten-member Board of Directors appointed for

three-year terms by the Fairfax County Board of Supervisors

12 Objective

The objective of this Invitation to Bid (IFB) is to award a contract to the lowest responsive and

responsible bidder for as needed electric motor reconditioning and repair services on 60 hp or larger

3-phase induction and synchronous motors as specified and defined herein

2 HYPOTHETICAL REPAIR SCENARIOS FOR BID EVALUATION PURPOSES ONLY

The hypothetical repair scenarios included in this solicitation are for bid evaluation purposes only

The scope of work and pricing for all actual repairs post contract award shall be in accordance with

any resultant contract awarded as a result of this solicitation

3 DEFINITIONS

A Award ndash means the decision by FW to execute a contract after all necessary approvals have been

obtained

B Bid ndash means the response by a Bidder to an Invitation for Bids issued by a procurement agency to

obtain goods or services

C Bidder ndash means any person submitting a response to an IFB

D Contract ndash means the formal agreement as a result of this solicitation

E Contract Completion ndash means the point in time when FW Project Manager confirms in writing

that the contract has been completed as contracted for and the Contractor is released from any

further obligations All remaining payments due the Contractor shall be approved for payment at

this time

F Contractor ndash means the successful Bidder receiving a contract as a result of this solicitation

G Default ndash means that the Contractor has failed to fulfill its contractual obligations properly and on

time

H FW ndash means Fairfax Water The terms Owner and FW have the same meaning

I Notice ndash The term ldquoNoticerdquo or the requirement to notify means a written communication delivered

in person by facsimile or by certified or registered mail to the individual or firm or to an officer

of the Contractor for whom it is intended

J Owner ndash Fairfax County Water Authority

K Project ndash The term ldquoProjectrdquo means the same as the phrase ldquothe Workrdquo

L Project Manager ndash means FW employee assigned to this project for purposes of oversight of the

project The Project Manager is responsible for all aspects of the contract (excluding contract

modifications) after contract award including but not limited to approving design changes and

authorizing payment for completed work

IFB 21-054

Electric Motor Repairs

2

M Specifications ndash The term ldquoSpecificationsrdquo describes the physical or functional characteristics or

the nature of a good service or construction item required It may include a description of any

requirement for inspecting testing or preparing a good services or construction item for delivery

N Work ndash The word ldquoWorkrdquo shall include all material labor equipment and tools appliances

machinery transportation and appurtenances necessary to perform and complete the Contract and

any such additional items not specifically indicated or described which can be reasonably inferred

as belonging to the item described or indicated or as required by industry practice custom or usage

to complete the project as proposed by the Bidder and accepted by FW

4 SPECIFICATIONSSCOPE OF WORK

41 General Requirements and Technical Specifications Description

A Overview

The purpose of this motor repair and rewind specification is to define minimum technical

requirements required by the Owner applicable to reconditioning and repair of three phase

induction and synchronous motors 60 hp and larger This specification shall apply to routine

reconditioning and repair procedures It is not the intent of the specification to define

requirements for specialty motors requiring uncommon reconditioning and repair procedures

or to provide lesser guidance than industry best practice on all motor repairs Situations where

there is conflict between specialty motors or special situations and a disparity exists between

this specification and industry recognized standards shall be addressed on a case by case basis

B FW Option for DC or AC High Potential Testing

Fairfax Water reserves the option whether DC or AC High Potential Testing is used on

existing windings during reconditioning

C Industry Standards Applicable to the Work

1 Industry standards include

a ANSIEASA AR100 (latest edition) ldquoRecommended Practice for the Repair of

Rotating Electrical Apparatusrdquo

b IEEE Std 1068 (latest edition) ldquoIEEE Standard for the Repair and Rewinding of AC

Electric Motors in the Petroleum Chemical and Process Industriesrdquo

c ISO 1940-1 (latest edition) ldquoMechanical Vibration ndash Balance Quality Requirements

for Rotors in a Constant (Rigid) State ndash Part 1 Specification and Verification of

Balance Tolerancerdquo

2 References to appropriate definitions components and relevant standards are found in the

above standards Additional acceptable standards include ABFMA API EASA (including

Tech Notes) IEC IEEE and NEMA where applicable where the procedures and tolerances

exceed those in the above listed standards and do not conflict with best practices or this

IFB 21-054

Electric Motor Repairs

3

specification The Contractor shall consult with and defer to the FW Project Manager for

any deviation from this specification

42 Written Quotes and Required Documentation for all Future Work

A Written Quotes for All Future Work

1 The Contractor shall submit a written quote to the FW Project Manager within 3 business

days of receiving the electric motor in their shop The contractor may submit a written

request to extend the 3-day timeframe to the FW Project Manager The written request

shall include a verifiable reason for the delay FW reserves the right to decline the

request if the delay cannot be documented and verified

2 The written quote shall include at a minimum the following

a The complete scope of work to repair the motor

b All labor hours by type quantity unit cost and extended cost

c All materials listed by manufacturer and manufacturer part number quantity unit

cost and extended cost

d Total number of calendar days required to complete the repair after receipt of written

order to proceed

e The motor serial number and the FW Work Order Number listed on Attachment 3

f The cost of equipment rental subcontractors or any materials not included in the

Vaughenrsquos Pricing Guide needed to fulfill the requirements of the repair

g The Contractor may include written recommendations for substitutions that will

increase motor life reduce costs or reduce the delivery lead-time as separate options

on their quote Contractor shall not proceed with any proposed options without the

express written consent of FW

3 Pricing for all future repairs and parts shall be based on the Vaughenrsquos Price Guide and

the labor rates awarded In the event the Contractor must provide materials or equipment

rental not included in the pricing guide then compensation will be based on the

Contractorrsquos actual cost to supply the materials or equipment rental In these

circumstances the Contractor shall include a copy of their supplierrsquos invoice with all

invoices submitted to FW

B Operating Data Sheet (Attachment 3)

This sheet will be completed by the FW Project Manager requesting the work and will be

sent with the motor to the repair facility

C Inspection Data Sheet (Attachment 4)

This sheet shall be completed by the Contractor documenting the results of inspections and

tests performed prior to reconditioning or repair procedures Upon completion of the work

the Contractor shall distribute one copy each of this sheet to the FW Electrical Supervisor and

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 4: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

1

1 INTRODUCTION AND OBJECTIVE

11 Introduction

The Fairfax County Water Authority doing business as Fairfax Water (FW) was created under the

Virginia Water and Waste Authorities Act pursuant to resolutions adopted by Fairfax County on

September 26 1957 Fairfax Water is managed by a ten-member Board of Directors appointed for

three-year terms by the Fairfax County Board of Supervisors

12 Objective

The objective of this Invitation to Bid (IFB) is to award a contract to the lowest responsive and

responsible bidder for as needed electric motor reconditioning and repair services on 60 hp or larger

3-phase induction and synchronous motors as specified and defined herein

2 HYPOTHETICAL REPAIR SCENARIOS FOR BID EVALUATION PURPOSES ONLY

The hypothetical repair scenarios included in this solicitation are for bid evaluation purposes only

The scope of work and pricing for all actual repairs post contract award shall be in accordance with

any resultant contract awarded as a result of this solicitation

3 DEFINITIONS

A Award ndash means the decision by FW to execute a contract after all necessary approvals have been

obtained

B Bid ndash means the response by a Bidder to an Invitation for Bids issued by a procurement agency to

obtain goods or services

C Bidder ndash means any person submitting a response to an IFB

D Contract ndash means the formal agreement as a result of this solicitation

E Contract Completion ndash means the point in time when FW Project Manager confirms in writing

that the contract has been completed as contracted for and the Contractor is released from any

further obligations All remaining payments due the Contractor shall be approved for payment at

this time

F Contractor ndash means the successful Bidder receiving a contract as a result of this solicitation

G Default ndash means that the Contractor has failed to fulfill its contractual obligations properly and on

time

H FW ndash means Fairfax Water The terms Owner and FW have the same meaning

I Notice ndash The term ldquoNoticerdquo or the requirement to notify means a written communication delivered

in person by facsimile or by certified or registered mail to the individual or firm or to an officer

of the Contractor for whom it is intended

J Owner ndash Fairfax County Water Authority

K Project ndash The term ldquoProjectrdquo means the same as the phrase ldquothe Workrdquo

L Project Manager ndash means FW employee assigned to this project for purposes of oversight of the

project The Project Manager is responsible for all aspects of the contract (excluding contract

modifications) after contract award including but not limited to approving design changes and

authorizing payment for completed work

IFB 21-054

Electric Motor Repairs

2

M Specifications ndash The term ldquoSpecificationsrdquo describes the physical or functional characteristics or

the nature of a good service or construction item required It may include a description of any

requirement for inspecting testing or preparing a good services or construction item for delivery

N Work ndash The word ldquoWorkrdquo shall include all material labor equipment and tools appliances

machinery transportation and appurtenances necessary to perform and complete the Contract and

any such additional items not specifically indicated or described which can be reasonably inferred

as belonging to the item described or indicated or as required by industry practice custom or usage

to complete the project as proposed by the Bidder and accepted by FW

4 SPECIFICATIONSSCOPE OF WORK

41 General Requirements and Technical Specifications Description

A Overview

The purpose of this motor repair and rewind specification is to define minimum technical

requirements required by the Owner applicable to reconditioning and repair of three phase

induction and synchronous motors 60 hp and larger This specification shall apply to routine

reconditioning and repair procedures It is not the intent of the specification to define

requirements for specialty motors requiring uncommon reconditioning and repair procedures

or to provide lesser guidance than industry best practice on all motor repairs Situations where

there is conflict between specialty motors or special situations and a disparity exists between

this specification and industry recognized standards shall be addressed on a case by case basis

B FW Option for DC or AC High Potential Testing

Fairfax Water reserves the option whether DC or AC High Potential Testing is used on

existing windings during reconditioning

C Industry Standards Applicable to the Work

1 Industry standards include

a ANSIEASA AR100 (latest edition) ldquoRecommended Practice for the Repair of

Rotating Electrical Apparatusrdquo

b IEEE Std 1068 (latest edition) ldquoIEEE Standard for the Repair and Rewinding of AC

Electric Motors in the Petroleum Chemical and Process Industriesrdquo

c ISO 1940-1 (latest edition) ldquoMechanical Vibration ndash Balance Quality Requirements

for Rotors in a Constant (Rigid) State ndash Part 1 Specification and Verification of

Balance Tolerancerdquo

2 References to appropriate definitions components and relevant standards are found in the

above standards Additional acceptable standards include ABFMA API EASA (including

Tech Notes) IEC IEEE and NEMA where applicable where the procedures and tolerances

exceed those in the above listed standards and do not conflict with best practices or this

IFB 21-054

Electric Motor Repairs

3

specification The Contractor shall consult with and defer to the FW Project Manager for

any deviation from this specification

42 Written Quotes and Required Documentation for all Future Work

A Written Quotes for All Future Work

1 The Contractor shall submit a written quote to the FW Project Manager within 3 business

days of receiving the electric motor in their shop The contractor may submit a written

request to extend the 3-day timeframe to the FW Project Manager The written request

shall include a verifiable reason for the delay FW reserves the right to decline the

request if the delay cannot be documented and verified

2 The written quote shall include at a minimum the following

a The complete scope of work to repair the motor

b All labor hours by type quantity unit cost and extended cost

c All materials listed by manufacturer and manufacturer part number quantity unit

cost and extended cost

d Total number of calendar days required to complete the repair after receipt of written

order to proceed

e The motor serial number and the FW Work Order Number listed on Attachment 3

f The cost of equipment rental subcontractors or any materials not included in the

Vaughenrsquos Pricing Guide needed to fulfill the requirements of the repair

g The Contractor may include written recommendations for substitutions that will

increase motor life reduce costs or reduce the delivery lead-time as separate options

on their quote Contractor shall not proceed with any proposed options without the

express written consent of FW

3 Pricing for all future repairs and parts shall be based on the Vaughenrsquos Price Guide and

the labor rates awarded In the event the Contractor must provide materials or equipment

rental not included in the pricing guide then compensation will be based on the

Contractorrsquos actual cost to supply the materials or equipment rental In these

circumstances the Contractor shall include a copy of their supplierrsquos invoice with all

invoices submitted to FW

B Operating Data Sheet (Attachment 3)

This sheet will be completed by the FW Project Manager requesting the work and will be

sent with the motor to the repair facility

C Inspection Data Sheet (Attachment 4)

This sheet shall be completed by the Contractor documenting the results of inspections and

tests performed prior to reconditioning or repair procedures Upon completion of the work

the Contractor shall distribute one copy each of this sheet to the FW Electrical Supervisor and

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 5: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

2

M Specifications ndash The term ldquoSpecificationsrdquo describes the physical or functional characteristics or

the nature of a good service or construction item required It may include a description of any

requirement for inspecting testing or preparing a good services or construction item for delivery

N Work ndash The word ldquoWorkrdquo shall include all material labor equipment and tools appliances

machinery transportation and appurtenances necessary to perform and complete the Contract and

any such additional items not specifically indicated or described which can be reasonably inferred

as belonging to the item described or indicated or as required by industry practice custom or usage

to complete the project as proposed by the Bidder and accepted by FW

4 SPECIFICATIONSSCOPE OF WORK

41 General Requirements and Technical Specifications Description

A Overview

The purpose of this motor repair and rewind specification is to define minimum technical

requirements required by the Owner applicable to reconditioning and repair of three phase

induction and synchronous motors 60 hp and larger This specification shall apply to routine

reconditioning and repair procedures It is not the intent of the specification to define

requirements for specialty motors requiring uncommon reconditioning and repair procedures

or to provide lesser guidance than industry best practice on all motor repairs Situations where

there is conflict between specialty motors or special situations and a disparity exists between

this specification and industry recognized standards shall be addressed on a case by case basis

B FW Option for DC or AC High Potential Testing

Fairfax Water reserves the option whether DC or AC High Potential Testing is used on

existing windings during reconditioning

C Industry Standards Applicable to the Work

1 Industry standards include

a ANSIEASA AR100 (latest edition) ldquoRecommended Practice for the Repair of

Rotating Electrical Apparatusrdquo

b IEEE Std 1068 (latest edition) ldquoIEEE Standard for the Repair and Rewinding of AC

Electric Motors in the Petroleum Chemical and Process Industriesrdquo

c ISO 1940-1 (latest edition) ldquoMechanical Vibration ndash Balance Quality Requirements

for Rotors in a Constant (Rigid) State ndash Part 1 Specification and Verification of

Balance Tolerancerdquo

2 References to appropriate definitions components and relevant standards are found in the

above standards Additional acceptable standards include ABFMA API EASA (including

Tech Notes) IEC IEEE and NEMA where applicable where the procedures and tolerances

exceed those in the above listed standards and do not conflict with best practices or this

IFB 21-054

Electric Motor Repairs

3

specification The Contractor shall consult with and defer to the FW Project Manager for

any deviation from this specification

42 Written Quotes and Required Documentation for all Future Work

A Written Quotes for All Future Work

1 The Contractor shall submit a written quote to the FW Project Manager within 3 business

days of receiving the electric motor in their shop The contractor may submit a written

request to extend the 3-day timeframe to the FW Project Manager The written request

shall include a verifiable reason for the delay FW reserves the right to decline the

request if the delay cannot be documented and verified

2 The written quote shall include at a minimum the following

a The complete scope of work to repair the motor

b All labor hours by type quantity unit cost and extended cost

c All materials listed by manufacturer and manufacturer part number quantity unit

cost and extended cost

d Total number of calendar days required to complete the repair after receipt of written

order to proceed

e The motor serial number and the FW Work Order Number listed on Attachment 3

f The cost of equipment rental subcontractors or any materials not included in the

Vaughenrsquos Pricing Guide needed to fulfill the requirements of the repair

g The Contractor may include written recommendations for substitutions that will

increase motor life reduce costs or reduce the delivery lead-time as separate options

on their quote Contractor shall not proceed with any proposed options without the

express written consent of FW

3 Pricing for all future repairs and parts shall be based on the Vaughenrsquos Price Guide and

the labor rates awarded In the event the Contractor must provide materials or equipment

rental not included in the pricing guide then compensation will be based on the

Contractorrsquos actual cost to supply the materials or equipment rental In these

circumstances the Contractor shall include a copy of their supplierrsquos invoice with all

invoices submitted to FW

B Operating Data Sheet (Attachment 3)

This sheet will be completed by the FW Project Manager requesting the work and will be

sent with the motor to the repair facility

C Inspection Data Sheet (Attachment 4)

This sheet shall be completed by the Contractor documenting the results of inspections and

tests performed prior to reconditioning or repair procedures Upon completion of the work

the Contractor shall distribute one copy each of this sheet to the FW Electrical Supervisor and

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 6: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

3

specification The Contractor shall consult with and defer to the FW Project Manager for

any deviation from this specification

42 Written Quotes and Required Documentation for all Future Work

A Written Quotes for All Future Work

1 The Contractor shall submit a written quote to the FW Project Manager within 3 business

days of receiving the electric motor in their shop The contractor may submit a written

request to extend the 3-day timeframe to the FW Project Manager The written request

shall include a verifiable reason for the delay FW reserves the right to decline the

request if the delay cannot be documented and verified

2 The written quote shall include at a minimum the following

a The complete scope of work to repair the motor

b All labor hours by type quantity unit cost and extended cost

c All materials listed by manufacturer and manufacturer part number quantity unit

cost and extended cost

d Total number of calendar days required to complete the repair after receipt of written

order to proceed

e The motor serial number and the FW Work Order Number listed on Attachment 3

f The cost of equipment rental subcontractors or any materials not included in the

Vaughenrsquos Pricing Guide needed to fulfill the requirements of the repair

g The Contractor may include written recommendations for substitutions that will

increase motor life reduce costs or reduce the delivery lead-time as separate options

on their quote Contractor shall not proceed with any proposed options without the

express written consent of FW

3 Pricing for all future repairs and parts shall be based on the Vaughenrsquos Price Guide and

the labor rates awarded In the event the Contractor must provide materials or equipment

rental not included in the pricing guide then compensation will be based on the

Contractorrsquos actual cost to supply the materials or equipment rental In these

circumstances the Contractor shall include a copy of their supplierrsquos invoice with all

invoices submitted to FW

B Operating Data Sheet (Attachment 3)

This sheet will be completed by the FW Project Manager requesting the work and will be

sent with the motor to the repair facility

C Inspection Data Sheet (Attachment 4)

This sheet shall be completed by the Contractor documenting the results of inspections and

tests performed prior to reconditioning or repair procedures Upon completion of the work

the Contractor shall distribute one copy each of this sheet to the FW Electrical Supervisor and

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 7: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

4

the Conditioned Based Maintenance Supervisor identified on the Operating Data Sheet

(Attachment 3) that was submitted to the Contractor when work was requested

D Work Performed Data Sheet (Attachment 5)

This sheet shall be completed by the Contractor documenting the work performed Upon

completion of the work the Contractor shall distribute one copy each to the FW Electrical

Supervisor and the Conditioned Based Maintenance Supervisor identified on the Operating Data

Sheet (Attachment 3) that was submitted to the contractor when work was requested

E Waiver of SpecificationRelease of Hold Point (Attachment 6)

This sheet will be issued to the Contractor by the FW Project Manager authorizing the

Contractor to deviate from these specifications and to allow the Contractor to proceed beyond

a hold point (see Section 32 paragraph G below) Approval to deviate from the specification

or proceed beyond a hold point may be issued verbally by the FW Project Manager Whenever

a verbal authorization is issued to the Contractor the ldquoWaiver of SpecificationRelease Hold

Pointrdquo sheet will be forwarded to the Contractor within five working days

F Recommended Clearances ndash Sleeve Bearings Round Bores Only (Attachment 7)

If the Contractor is re-babbitting the motor babbitt bearings the Contractor shall adhere to the

clearances shown on Attachment 7

G Dynamic Balance Certificate (Attachment 8) ndash All final balancing of the rotating element

shall be conducted in the presence of FWrsquos Condition Based Maintenance Supervisor the

FW Project Manager or their designated representative

H Hold Points

The points defined within the specification as ldquoHold Pointsrdquo are situations that warrant

individual technical evaluation as to the method of repair quality of substituted materials or

components or alternate procedures other than as specified herein Should such situations

develop during the progress of the work no further work shall proceed without consent of the

FW Project Manager

43 Technical Specification

A Motor Reconditioning

1 The routine reconditioning of a motor shall consist only of the following steps

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 8: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

5

g Painting

2 A routine reconditioning contains no major repairs Major repairs include but may not

be limited to

a Stator rewind

b Core restacking

c Lead replacement

d Securing loose rotor bars and retaining rings

e Shaft straightening

f Bearing repair or replacement

g Shaft journal repairs

h Exciter package repairs

MOTOR RECONDITIONING HOLD POINT

bull If at any point during a reconditioning major repairs are deemed

necessary the Ownerrsquos representative as shown on Attachment 3

(Operating Data Sheet) shall be contacted for approval (See Section

23B for major repair work specifications and procedures)

bull Data required by the Owner as a result of inspections and tests

performed during reconditioning are outlined in Attachment 5

(Inspections Data Sheet)

3 Initial Inspection and Tests

a The motor shall be subjected to an insulation resistance test with polarization index as

outlined in IEEE Std 43 (Sections 53 and 54) The insulation resistance test shall be

performed for ten minutes as follows (IEEE Std 43-2013 Table 1 and Section 53)

1) Motors up to 600 volts -use 500 VDC

2) 24 KV motors -use 2500 VDC

3) 41 KV motors -use 5000 VDC

b The polarization index shall be the ratio of the 10-minute resistance measurement and

the 1-minute measurement Insulation resistance findings must be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

c Motor shaft run out shall be measured Run out measurements shall be made with a

stationary indicator and keyways shall be inspected in accordance with the method

described in ANSIEASA AR100 Section 2 and Tables 2-1 to 2-6

d Rotor end play shall be measured per IEEE Std 1068 Section 52 (incoming tests) and

ANSIEASA AR100 Section 2 (Mechanical)

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 9: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

6

e Mounting surfaces including Rabbet fits shall be inspected per ANSIEASA AR100

Section 2 and Tables 2-8 to 2-10

4 Disassembly

a Upon completion of initial inspection and testing the motor shall be disassembled

Disassembly shall be performed per the procedure in IEEE Std 1068 Section 6 The

following precautions shall be taken prior to disassembly

1) Stencil identification and orientation on end bells- drive end (DE) and opposite

drive end (ODE)

2) Mark proper fan orientation

3) The coupling shall only be removed at the request of FW or if it is required in order

to complete disassembly of the motor The Contractor shall request approval from

the FW Project Manager prior to removing the coupling

5 Component Inspection (IEEE Std 1068 Section 62 for guidance)

a Rotor ndash The rotor shall be inspected for signs of physical damage Retaining rings shall

be checked for evidence of overheating and arcing Additionally the rotor shall be

tested for loose bars and open circuits by use of a growler or sonic test method The

rotor will be balanced prior to reassembly as per Section 43A8f Rotor inspection

and additional methods are found in ANSIEASA AR100 Section 38 and IEEE Std

1068 Section 62e) and Section 632

b Stator ndash The stator shall be inspected for evidence of insulation faults loose coils in

slots loose wedges loose ties and blocking signs of overheating and iron damage

Tightening of loose wedges loose coils blocking and repair of ties shall be performed

as needed Stator RTDrsquos thermocouples and thermistors shall be resistance or

continuity checked as needed Stator inspection shall be performed per the procedure

outlined in IEEE Std 1068 Sections 62 and 631

c Shafts ndash The shaft shall be inspected for straightness keyway condition bearing journal

and imperfections per ANSIEASA AR100 Section 2 and IEEE Std 1068 Section

6322 and additional sections as appropriate based on the construction of the rotor

SHAFT INSPECTION HOLD POINT

bull Should shaft run out exceed the following tolerances Owner

approval will be required before further action is taken

RPM Run Out

Less than 1800 0002 inch

More than 1800 0001 inch

bull Measurements shall be taken at the end of the keyway extension

Keyways shall be machined to accept key steel to an interference fit

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 10: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

7

Journal run out and shaft imperfections shall be corrected by

welding for direct coupled machines only or by providing a new

shaft

d Bearings

1) Roller and ball bearing fits shall be measured and compared with tolerances

specified by the motor manufacturer Bearings shall be replaced with SKF brand

bearings When replacing roller bearings that require periodic greasing shielded

pre-greased bearings shall be used where possible Otherwise the bearing shall be

replaced with the same style bearing as the original (eg shielded sealed open

covered roller etc) Reference ANSIEASA AR100 Section 2 and Tables 2-13

and 2-14 for fit guidance Reference ABFMA 7 and 20 for all other tolerances

Inspection guidance and terminology are found in IEEE Std 1068 Section 62

2) No substitute bearing types will be allowed without the Ownerrsquos consent

3) No knurling peening or adhesive shall be used as a means of retaining bearings on

a shaft or housing

4) Sleeve bearings shall be re-babbitted as needed uniform in diameter smooth

internally suitably grooved for proper distribution of lubricant and fitted within

tolerances specified by the motor manufacturer If manufacturerrsquos bearing data is

not available the maximum clearance between the bore of the bearing and the

diameter of the shaft journal shall be determined by referring to Attachment 7 Re-

babbetting shall be spun-cast and adherence greater than 98

BEARINGS HOLD POINT

bull The Contractor shall report any bearing requiring repair or

replacement on the written repair quote and on the Work

Performed Sheet (Attachment 5)

e Motor Housing The motor housing and end bells shall be inspected for cracks or other

damage Reference ANSIEASA AR100 Section 2 and IEEE Std 1068 Section 62 for

guidance

6 Cleaning and Baking

a The stator shall be steam cleaned Any solvents or soaps required shall be compatible

with the motor insulation system No steel wool or similar metallic pads shall be used

for cleaning the stator windings or rotor of the motor The stator shall be baked at a

temperature of 250 degrees F ndash 300 degrees F for a period of two to three hours or

until sufficiently dry The stator shall then be cooled down to 170 degrees F ndash 150

degrees F prior to varnish treatment The oven shall be equipped with a water fire

suppression system and a temperature recording chart meter

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 11: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

8

CLEANING AND BAKING HOLD POINT

bull Should an alternative to baking be necessary Owner approval will

be required before further action is taken

b The rotor shall be cleaned as needed with a suitable solvent and oven dried

7 Varnish Treatment and Bake Cycle (Reference IEEE Std 1068 Section 8

a Random wound stators shall be subjected to two dip and bake cycles using a polyester

or epoxy resin for rewinds and a single dip and bake for reconditioning Bake cycle

time and temperature shall be in accordance with the resin manufacturerrsquos

recommendation Resin shall be capable of Class H operation

b If moisture protection is specified on Attachment 3 the windings shall be given three

vacuum-pressure impregnation treatments for rewinds and one for reconditioning

c If abrasion protection is specified on Attachment 3 a coat of polyurethane resin or

silicone rubber shall be applied in addition to the resin treatment described in 43A7a

and 43A7b Cooling passages shall not be blocked

d Form wound stators shall be subjected to one dip and bake cycle for reconditioning and

two for rewinds as outlined in 43A7a The stator shall be inspected prior to and

immediately after dipping to ensure the cooling vents are clear

8 Reassembly and Testing

All work and final test results shall be recorded on the Work Performed Report

(Attachment 5) The following tests shall be performed on the reconditioned motor

(reference IEEE Std 1068 Section 813 for guidance on final testing with additional

tolerance guidance in ANSIEASA AR100)

a Insulation resistance ndash An insulation resistance test shall be performed as outlined in

Section 43A3a for ten minutes The acceptance value of resistance measured in

megohms corrected to 40 C shall be no less than 1 megohm per KV where KV is equal

to rating of motor in kilovolts Insulation resistance findings shall be temperature

corrected to the lsquoThermosettingrsquo value per IEEE 43 Section 63 and Figure 5 with

acceptable tolerance as found in Table 4 for further electrical testing

INSULATION RESISTANCE TESTING HOLD POINT

bull Owner shall be notified if this reading is below 10 megohms for

motors under 1000 volts and random wound motors and below 100

megohms for motors over 1000 volts and form wound motors

b Polarization Index A polarization index shall be calculated The index is the ratio of

the 10-minute insulation resistance measurement and the 1-minute measure The

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 12: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

9

minimum acceptable PI shall be 20 when the insulation resistance is below 5000

megohms at one minute and no less than 10 over 5000 megohms at one minute

POLARIZATION INDEX HOLD POINT

bull Owner shall be notified if this reading is below 20 when the insulation resistance

is below 5000 megohms after 1 minute between 1 and 2 when the insulation

resistance is over 5000 megohms or below 10 at any time

c Phase Balance A phase balance test shall be performed at 20 rated voltage The

maximum unbalance in line currents shall be 5

d High Potential An AC high potential test shall be performed for a duration of one

minute Applied test voltage shall be as follows

1) Reconditioned coils 06 (2E+1000)vac

096(2E+1000)vac

2) New coils (2E+1000)vac

17(2E+1000)vac

Where E equals phase to phase operating voltage

e Winding Resistance Winding resistances and ambient temperature of the equipment

shall be measured and recorded Winding resistance shall be normalized to 25C per

IEEE 112 and IEEE 1068

f Dynamic Balance Rotors shall be dynamically balanced per API 610 4WN and in the

presence of the FW Condition Based Maintenance Supervisor and the FW Electrical

Supervisor or their designated representative (Note API 610 4WN is lower than ISO

19401 G 10 and is equivalent to ISO 1940 G07)

g No Load Run The motor shall be run at rated voltage non-loaded until bearing

temperatures stabilize (no change by more than 2 degrees over 20 minutes) bolted to

metal bed plate during which the following parameters shall be measured and recorded

at 10-minute intervals

1) Load Current

2) Bearing Temperature

3) Overall vibration maximum amplitude at any RPM shall be as identified in IEEE

1068 Tables 11 and 12

4) RPM

5) Rotation shall be compared with original direction

6) In addition the uncoupled acceleration time and peak starting currents shall be

recorded on the work sheet for across-the-line starts For any motor that FW

designates that is not to be started across-the-line but only by reduced voltage

means shall not be started across-the-line but shall be started for the shop tests

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 13: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

10

using reduced voltage starters that limit the motor current to no more than 5 times

full load nameplate current

h Miscellaneous

1) Direction of rotation shall be marked on the motor and recorded

2) End play for sleeve bearing applications shall be measured and recorded

3) Bearing and bearing journal data shall be measured and recorded

4) Magnetic center shall be marked

i Surge Comparison Tests The voltage levels shall be at 2E + 1000 volts AC for the

high frequencysurge comparison test

j Air gap shall be measured and recorded at 1200 300 600 and 900 orsquoclock

positions according to the instructions given on Attachment 5

9 Painting The motor shall be painted with paint specified on Attachment 3 Shaft

extensions shall be sprayed with a preservative Reference IEEE 1068 Section 810

B Major Repair

1 In cases where major repair is necessary the Contractor shall perform the following

procedures as outlined in Section 43A1 Motor Reconditioning as well as the major

repair

a Initial inspection and tests

b Disassembly

c Component inspection

d Cleaning and baking

e Varnish treatment and bake cycle

f Reassembly and testing

g Painting

2 Data required by the Owner from results of inspections and tests performed during a major

repair is outlined on Attachment 5 Inspection Data Sheet The items listed shall apply as

the individual case dictates upon Ownerrsquos approval

3 Stator Rewind

a All winding data shall be recorded prior to stripping stator conductors ie wire size

number of turns pitch winding connections etc

b A core loss test shall be recorded on Attachment 4 Following winding removal a

second test shall be performed

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 14: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

11

STATOR REWIND HOLD POINT

bull Should the measured core losses in watts per pound or the core loss

test exceeds 6 watts per pound at 1T when tested per IEEE Std 422

or hot spots greater than 10C or an increase of the second test

exceed those of the first the Contractor shall notify FW prior to

further repair activity

c Only if necessary the old windings shall be burned out of the stator in a burnout oven

with adequate temperature controls in order to provide uniform heating and cooling

thus preventing warping and cracking of the frame deterioration of the core plate

treatment on the laminations and impairment of the magnetic qualities of the core The

oven shall be equipped with a water fire suppression system and a temperature

recording chart meter The temperature used for roasting shall not exceed 700 degrees

Fahrenheit Additional stripping methods are found in IEEE Std 1068 Section 82

STATOR STRIPPING METHOD HOLD POINT

bull Stripping methods other than burnout oven may be applied with

Owner consent

d After the windings have been removed the stator laminations shall be thoroughly

cleaned by blowing out with compressed air and removing any foreign matter by hand

The stator slots shall be clean and free of sharp edges or particles

e Laminations shall be inspected for damage Any minor iron damage shall be corrected

by hand filing and separating laminations to eliminate shorts All burrs and rough edges

shall be corrected prior to the rewinding procedure Corrections shall be made

regardless of whether the imperfections existed originally in the stator iron or were

caused by the stripping operation

STATOR DAMAGED LAMININATIONS OR IRON

REPLACEMENT HOLD POINT

bull Should major core damage require restacking of laminations a

digital photo of the damaged area shall be submitted to the Owner

or Owner inspection will be required prior to repairing damaged

laminations or iron replacement

f The repaired stator shall be loop checked and hot spots greater than 10C shall be

corrected

g The suspected cause of iron damage shall be listed on Attachment 4

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 15: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

12

STATOR MOTOR LEAD REPLACEMENT HOLD POINT

bull Should motor lead replacement be required FW shall be notified

prior to replacement concerning lead length designations

termination hardware etc

h The stator shall be rewound in accordance with Section 43C Winding Materials and

Insulation Requirements

i Where slot space permits coil copper size shall be increased with prior approval of

FW Electrical Supervisor when doing so will increase the motor efficiency and the

increased starting current can be accommodated by the motor controller

j Coils shall be securely tied to surge rings and adjacent coils Surge rings shall be rigid

k The stator coils shall fit in the stator iron parallel to the slot Where extra room exists

between the coil and the iron either a slot cell (if originally designed with one) or side

filler shall be used to make a more intimate fit between the coil and the iron

l The connections between coils and groups shall be horseshoed (eg U-shaped) to

permit continuous taping over all brazed joints

m The coil extensions shall be tied to one or more surge rings and shall be suitably blocked

between coils on both the inside and outside of the coil extensions

n The jumpers shall be uniformly laid and placed around the periphery of the connection

o Motors with form wound coils shall not be converted to random wound

p Tie cord used to secure the wires in the end turns shall be at a minimum 100 lb test

Dacron stranded cord

q Motor stators containing stator RTDrsquos thermocouples or thermistors shall be rewound

with devices rated the same RTDrsquos are to be 3-lead and added to old motors at a

minimum of two per phase Owner shall indicate if a greater quantity is desired When

possible the Contractor shall arrange RTDs in the same position as the original

winding or evenly spaced if unknown or new

4 Rotor Repair

ROTOR REPAIR HOLD POINT

bull Any repair activity involved with securing loose rotor bars and retaining

rings shall be brought to the attention of the Owner prior to beginning

the activity

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 16: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

13

5 Shaft Straightening

SHAFT STRAIGHTENING HOLD POINT

bull Any shaft straightening procedure shall be brought to the attention of

the Owner prior to beginning the activity Shafts shall be straightened

by heating or jacking to meet the following run out requirements

RPM Run Out

Less than 1800 0002 in

More than 1800 0001 in

C Winding Materials and Insulation Requirements

1 Winding Materials

a Magnet wire in coils shall be copper

b Form wound coils shall not be converted to random wound

c Lacings and ties shall be made with glass cord or tape or woven Dacron tape

d Wedges fillers blocks and winding material shall be suitable for Class ldquoHrdquo operation

e Shrink tapes are not acceptable

2 Insulation Requirements

a Form Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Strand insulation shall consist of fiberglass Dacron-glass wrap or mica tape applied

over epoxy or polyester resins Class ldquoHrdquo enamel or Kapton applied to the wire as

dictated by the volts per turn rating of the coil Reference IEEE Std 1068 Section

853

3) Ground wall insulation shall consist of Nomexreg such as Nomex-Milar-Nomex or

Dacron-glass backed mica paper or an equivalent mica flaked tape Ground

insulation shall be compatible with epoxy or polyester resin used during vacuum-

pressure impregnation

4) Nomex or polyester glass armor tape shall be applied on the outside of the coil for

mechanical protection

5) For sealed coil applications a partially cured epoxy coated polyester or polyester

glass tape shall be applied to the outside of the coil in addition to the requirements

stated above Lead areas shall be sealed with compatible epoxy putty

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 17: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

14

b Random Wound Coils

1) All materials in the insulation system shall be rated for Class ldquoHrdquo operation

2) Minimum thickness for stator slot insulation material shall be 015 inches

3) All ground wall insulating material shall extend beyond the edge of the stator iron

in a uniform manner and shall be cuffed

4) Slot separators shall be used between coils in all stator slots

5) Phase insulation in the winding end turns shall be resin treated glass cloth or

equivalent to provide positive separation between phases in the event of varnish

degradation caused by excessive temperature above the motor rating

6) Sleeving used on stator connections shall be acrylic coated fiberglass or equivalent

rate 4000 volts or higher

7) Leads shall be GE Vulkaflex or equivalent for open enclosure motors and silicone

rubber covered with glass braid or equivalent for totally enclosed motors

8) Stator shall be subjected to two dip and bake cycles as outlined in Section 23A7

or as directed by Owner

44 Repair Facility Requirements

A Repair Facility Capabilities

1 Facility shall be capable of performing all balance work (no subcontracting will be

authorized)

2 Facility shall be capable of starting 3-phase 4160 volt 3050 HP vertical motor

3 Facility shall be capable of starting 3-phase 4160 volt 1800 HP horizontal motor

4 Facility shall allow for FW staff to safely witness testing

B Repair Facility Location

The Contractorrsquos repair facility shall be located within a four-hour drive from FWrsquos main office

located at 8570 Executive Park Avenue Fairfax Virginia 22031 Fairfax County Virginia

45 Future Work Time of Performance

A All motor repairs shall be performed and completed in accordance with the delivery lead time

included in the written quote Failure of the Contractor to perform within the stated deadlines

may jeopardize FWrsquos ability to provide water to its customers and may result in FW terminating

the contract with the Contractor for cause

B By submitting a proposal in response to this solicitation Contractor agrees without exception

that for all future work quoted they shall meet the delivery lead times as specified in their written

quote Contractor further attests that they shall provide FW expedited services as required to

complete all future work without additional cost (See Section 47)

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 18: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX

IFB 21-054

Electric Motor Repairs

15

46 Transportation

The Contractor shall furnish all transportation services to pick up and return motors to the

designated FW facility All deliveries to FW shall be FOB Destination Transportation costs shall

be included in the Contractorrsquos labor rates or listed separately Fairfax Water will not pay any

additional or separate charges for transportation not included on the bid price

47 Priority Customer

The Contractor understands and acknowledges that FW provides services that are essential to the

health and welfare of the public Failure of the Contractor to perform the services described herein

in a timely manner may jeopardize FWrsquos ability to provide essential services which may affect the

health and welfare of the public served by FW In the event of material shortages at any level of the

production to delivery chain the Contractor agrees and affirms that FW shall be given the earliest

possible notice and the highest priority for allocation of all goods and services specified herein To

the extent that the Contractor must prioritize and allocate delivery among its customers the

requirements of FW shall be honored before goods and services are provided to any customer with

no obligations with regard to the public health and welfare To the extent that availability of repair

parts or Contractor staffing including subcontractor staffing is insufficient to meet the requirements

of all the Contractorrsquos customers who are responsible for the health and welfare of the public the

goods shall be allocated in a manner deemed to be fair and reasonable to all such clients

48 Time Is Of The Essence

Time is of the essence Repair services shall be performed within the time specified on the

Contractorrsquos Bid Submission Form or otherwise set forth on the applicable Purchase Order

Notwithstanding the foregoing the Contractor shall not be deemed to have breached the terms and

conditions of the Contract Documents to the extent any delay is due to circumstances beyond its

reasonable control and without the fault or negligence of the Contractor provided that the Contractor

first shall have provided Fairfax Water with written notice (to include facsimile or e-mail) of any

such delay within five days after the occurrence of events or circumstances causing the delay

49 Use of Subcontractors

A The Contractor shall be responsible for all products and services described and defined herein

The use of any subcontractor is prohibited unless the Contractor proposes to use a subcontractor

at the time of bid submission Approval to use a subcontractor shall be in written form and be a

part of the resultant contract (See Section 55 for subcontractor submittal requirements)

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor

of liability under the contract

C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property

as a result of its failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged

by (or caused by) the Contractor or its Subcontractor(s) Replacements will be of equal or better

IFB 21-054

Electric Motor Repairs

16

quality than the property damaged property and all such work must be approved by FW Project

Manager

410 Delays

A By the Contractor After issuing a written warning to the Contractor FW may declare the

Contractor in default for unacceptable delays If such a declaration is made FW reserves the

unilateral right to cure the default by any means available to FW including but not limited to

contracting with another supplier to complete the repairs Any additional repair costs incurred

by FW as a result of unacceptable delays on the part of the Contractor may be passed onto the

Contractor This is not a limitation of FWrsquos legal rights to recover damages due to Contractor

default in any other way

B By FW The Contractor shall not be responsible for delays caused by FW its agents or other

FW Contractors To the extent that the Contractor is unable to proceed due to the actions or

inactionrsquos of FW its agents employees or other FW Contractors the Contractor shall be granted

an extension to the delivery schedule equal to the documented amount of time the Contractor

was prevented from performing work The Contractor shall not be eligible for damages as a

result of FW delays

411 Site Safety and Access

A The Contractor shall schedule and coordinate the Work and install temporary facilities as

required to maintain continuous operation and access to existing equipment in the area of Work

The Contractor shall not commence retrofit work until authorized by the FW Project Manager

The Contractor is advised that FW may at its sole discretion delay or stop work as required to

ensure continuous and reliable operation of the facility especially during peak flow events

B The Contractor shall secure the Site and all areas of Work to prevent access and the potential for

injury to its employees FW employees its agents and others by construction and installation of

temporary guard-rails fencing barricades highway cones warning signstape etc andor other

appropriate means and as directed by the FW Project Manager Such hazards include but are

not limited to mechanical hazards electrical hazards surface irregularities or construction tools

and equipment

C FW shall have the right to deny access to the Site or require the Contractor to remove from the

Site any individual who has exhibited violent abusive or threatening behavior or conduct

D FW may limit restrict or prohibit access to areas of the Site on a permanent or temporary basis

When access to such restricted areas is required by the Contractor to perform the Work the

Contractor shall obtain permission from the FW Project Manager and shall comply with such

conditions or limitations to access as may be imposed by the FW Project Manager

E FW may restrict parking or require parking permits for vehicles to be brought onto the plant The

Contractor shall be responsible for arranging transportation for its personnel to reach the job sites

from whatever parking area is provided by FW

IFB 21-054

Electric Motor Repairs

17

412 Superintendence by Contractor

A The Contractor shall have a competent Field Supervisor satisfactory to FW on the job site at all

times during the progress of the Work The Contractor shall be responsible for coordinating all

portions of the Work under contract except where otherwise specified in the contract documents

and for all safety and worker health programs and practices The Contractor shall notify the

Project Manager in writing of any proposed change in superintendent including the reason

therefore prior to making such change

B The Contractor shall at all times enforce strict discipline and good order among the workers on

the project The Contractor shall not employ on the Project any unfit person anyone not skilled

in the work assigned to him or anyone who will not work in harmony with those employed by

the Contractor subcontractors FW or FWrsquos separate Contractors and their subcontractors

C FW may in writing require the Contractor to remove from FW property any employee FW

deems to be incompetent careless not working in harmony with others on the site or otherwise

objectionable

5 INSTRUCTIONS TO BIDDERS

51 Questions and Communications

A All contact between prospective bidders and FW with respect to this solicitation will be formally

held at scheduled meetings or in writing issued by the Procurement Office Questions and

comments regarding the meaning or interpretation of any aspect of this solicitation must be

submitted in writing to the Procurement Contact identified on the cover page to this solicitation

and must be received on or before the deadline for submitting questions Only written questions

will be accepted Questions or comments that are submitted after the deadline set forth on the

cover page to this solicitation will not be answered

B FW will respond to all questions and comments that are received by the deadline and that are

deemed to address a matter that is relevant and substantive in nature within a reasonable period

of time in the form of a written Addendum Oral communications between FW and any bidder

regarding the interpretation or meaning of any aspect of this IFB are not authorized and may not

be relied upon for any purpose

52 Instructions for Submitting Bids

The deadline for submitting bids and the location of the bid opening is shown on the cover page All

bids must be submitted in a sealed package(s) no other form of submission will be accepted (ie

email facsimile etc) Bids will be opened immediately following the deadline for submitting bids

Bids will be opened in accordance with the provisions of the Virginia Public Procurement Act

IFB 21-054

Electric Motor Repairs

18

Bid packages must be identified on the outside as follows

From _____________________________________________ ______________________

Name of Bidder Due Date

_____________________________________________ ______________________

Street IFB No

_____________________________________________ ______________________

City State Zip Code IFB Title

Attn Tammy Spinks

53 Virtual Bid Opening

A Virtual Bid Opening will be held immediately after the bid submission deadline Attendees may

access the Virtual Bid Opening using the following information

Microsoft Teams meeting

Join on your computer or mobile app

Click here to join the meeting

Or call in (audio only)

+1 571-348-5786544174819 United States Arlington

Phone Conference ID 544 174 819

54 Familiarity with Specifications

A Each Bidder shall bear responsibility for thoroughly examining this solicitation in its entirety

In the event that a bidder has any questions or comments regarding the proper meaning or intent

of any aspect of this solicitation then the bidder shall submit all such questions and comments

in writing to the Procurement Contact identified on the cover sheet of this solicitation

B The submission of a bid by a bidder in response to this solicitation shall be deemed to constitute

a representation on the part of such Bidder that it has thoroughly examined this solicitation and

has submitted any and all questions and comments it may have regarding the meaning or

interpretation of this solicitation to Fairfax Water in the manner prescribed herein

55 Bid Submission Packet

A Attachment 1 is the Bid Submission Form It must be completed and signed by an agent who is

fully authorized to bind the individual or organization submitting the offer to sell to the

specifications terms and conditions contained herein as well as any addenda to this solicitation

B Attachment 2 is the Reference Form Each bidder shall include at least three references with

their bid submission packet References shall be from customers of comparable size and scope

of operations as FW to whom the bidder has supplied the same services within the past 24-

months References must be able to attest without reservation to the fact that the bidder provided

the contracted services without any significant problem of any kind and at any time during the

contract period Bidders shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

19

C Subcontractor List and Subcontractor Reference List Submittals

1 The Contractor shall include a list of all proposed subcontractors with their bid submission

packet The Subcontractor List shall specify the type of work and percentage of work the

Contractor shall rely on the subcontractor to perform

2 The Contractor shall include a separate list of references for each proposed subcontractor

with three references from the subcontractorrsquos customers that are of comparable size and

scope of operations as FW to whom the subcontractor has supplied the same services within

the past 24-months References must be able to attest without reservation to the fact that the

subcontractor provided the services without any significant problem of any kind and at any

time during the contract period The subcontractor reference list shall not list FW as a

reference for purposes of this solicitation

D Attachment 9 is the IRS Form W-9 Request for Taxpayer Identification Number and

Certification Each bidder shall include a completed form with their bid submission packet

E In addition to the mandatory insurance requirements listed in Subsection 614 (Insurance

Requirements) and at the request of FW the Contractor shall submit a list of all insurance claims

made against it within the past 12 months Failure to include this information within ten calendar

days of request by FW may result in rejection of your bid

56 Directions for Completing the Bid Form and Bidding each Hypothetical Electric Motor Repair

A The Bid Submission Form is broken down into five sections

Part 1 ndash Hypothetical Electric Motor Repair Pricing

Part 2 ndash Vaughenrsquos Pricing Guide Discounts Offered by Motor horse power

Part 3 ndash Labor Rates

Part 4 ndash Contact Person

Part 5 ndash Repair Facility Capabilities and Location Certification

B Bidders shall fill in all blanks provided on the Bid Form for all sections paying particular attention

to the instructions given for Part 1 and Part 3 Failure to complete all sections of the Bid Submission

Form may deem your bid as non-responsive Failure to include the separate pricing sheets for

each scenario in your bid submission packet will cause FW to deem the bid as non-response

and it will not be eligible for contract award All transportation shall be bid as FOB Destination

Include all necessary costs in your bid submission Failure to include the cost of shipping and

handling will be interpreted as included in the unit price for each item FW will not pay for shipping

and handling charges not included in your bid

C Directions for bidding each hypothetical electric motor repair

1 Bidders shall attach a separate and detailed price sheet for each sample scenario to their bid

form The price sheet shall be on the bidderrsquos company letterhead and labeled with the

applicable hypothetical scenario title The price sheet shall be signed by the bidder and

IFB 21-054

Electric Motor Repairs

20

include the bidderrsquos printed name title and date All repair work and parts shall be based on

the Vaughenrsquos Pricing Guide less any discount offered

2 The bidderrsquos separate price sheet shall include at a minimum the following

b Parts shall be bid by quantity unit cost and total cost

c Labor shall be bid by labor type and hourly rate and the extended total cost

d Transportation shall be included in the labor rate or listed separately

3 Bidders shall report their total material costs less any discount offered the total number of

manhours needed to complete the repair and the total cost for all labor categories for each

scenario in the appropriate spaces in PART 1 Sample Repair Pricing Schedule on the Bid

Submission Form

4 Bidders shall report the aggregate cost of all four repair scenarios in PART 1 Sample Repair

Pricing Schedule on the Bid Submission Form in the appropriate space

5 In the event of a mathematical error on the Sample Repair Pricing Schedule unit prices from

each detailed price sheet scenario shall prevail

6 Bidders shall record any discount offered and utilized in pricing each scenario by motor horse

power in PART 2 ndash Discounts Offered on the Bid Submission Form

7 All four hypothetical repair scenarios shall be bid and the bidderrsquos separate price sheet shall be

included with their Bid Submission Form Bidders who fail to bid all four hypothetical repairs

or fail to include each hypothetical repairs separate price sheet will be deemed non-responsive

and their bid will not be eligible for award

57 Proprietary Information

A Except as provided herein or as otherwise set forth in sect22-4342 of the Virginia Public

Procurement Act (Va Code Ann sect22-4300 et seq the ldquoActrdquo) all proceedings records

contracts and other public records relating to procurement transactions shall be open to

inspection in accordance with the Virginia Freedom of Information Act (Va Code Ann sect22-

3700 et seq the ldquoVirginia FOIArdquo)

B A Bidder Offeror or Contractor shall have the right to identify data or other materials submitted

in connection with this procurement as trade secrets or proprietary information which shall not

be subject to inspection pursuant to either sect22-4342 of the Act or the Virginia FOIA by

submitting to Fairfax Water prior to or at the time of submission of its proposal or bid a separate

written notice on its letterhead stationery setting forth the following (i) a statement indicating

that the Bidder Offeror or Contractor wishes to invoke the protections of this section (ii) an

identification of the data or other materials for which protection is sought and (iii) a statement

with regard to why protection is necessary

IFB 21-054

Electric Motor Repairs

21

58 ExceptionsAdditions

No exceptions or additions to the SpecificationsScope of Work or Contract Terms and Conditions

shall be permitted Any questions or concerns regarding any part of the IFB shall be submitted to

the Procurement Contact prior to the date specified in the Questions and Communications section

above Bids containing any exceptions to the SpecificationsScope of Work or Contract Terms and

Conditions or submitting additional Terms and Conditions shall be deemed non-responsive and

rejected Exceptions or additions proposed after bid submission by the successful bidder shall not

be accepted

59 Addenda to the IFB

A FW reserves the right to amend this solicitation at any time prior to the deadline for submitting

Bids If it becomes necessary to revise any part of this IFB notice of the revision will be given

in the form of an Addendum that will be provided to all prospective Bidders who are on record

with FW as having received this solicitation If in the opinion of FW the deadline for the

submission of bids does not provide sufficient time for consideration of any Addendum then

such deadline may be extended at the discretion of FW

B It shall be the responsibility of each Bidder to contact the Purchasing Contact identified on the

cover page to this solicitation prior to submission of a bid hereunder in order to determine

whether any Addenda have been issued in connection with this procurement Notwithstanding

any provision to the contrary the failure of any Bidder to receive any Addenda shall neither

constitute grounds for withdrawal of its bid nor relieve such Bidder from any responsibility for

incorporating the provisions of any Addenda in its proposal

C Acknowledge receipt of each addendum by signing it and submitting it by the bid deadline

Failure to return a signed addendum may result in a bid being determined non-responsive

510 Late Bids

Bids or unsolicited amendments to bids arriving after the bid submission deadline will not be

considered

511 Arrearage

By submitting a Bid in response to this solicitation the individual or firm submitting the bid shall

be deemed to represent that it is not in arrears in the payment of any obligation due and owing FW

the Commonwealth of Virginia or any public body in the Commonwealth of Virginia including but

not limited to any obligation to pay taxes andor employee benefits Bidder further agrees that it

shall make diligent efforts to avoid becoming in arrears during the Term of any Contract awarded

hereunder

512 Contract Award

Contract award will be made to the lowest responsive and responsible bidder based on total cost

Whenever the lowest responsive and responsible bidder is a resident of a state other than Virginia

IFB 21-054

Electric Motor Repairs

22

and such state under its laws allows a resident contractor of that state a percentage preference a like

preference shall be allowed to the lowest responsive and responsible bidder who is a resident of

Virginia and is the next lowest bidder If the lowest bidder is a resident contractor of a state with an

absolute preference the bid preference shall not be considered

513 Public Notice of Award

Public notice of award will be posted on the official FW web site

httpswwwfairfaxwaterorgcontracts

514 Authorization to do Business in Virginia

Each bidder that is organized or authorized to transact business in the Commonwealth of Virginia

pursuant to Title 131 or Title 50 of the Virginia Code shall include with its bid the identification

number issued to it by the Virginia State Corporation Commission Any bidder that is not authorized

to transact business in Virginia as a foreign entity under Title 131 or title 50 of the Virginia Code

or as otherwise required by law shall include in its bid a statement describing why the bidder is not

required to be so authorized Any bidder that fails to provide the required information may not

receive an award

515 Cancellation

FW may cancel this solicitation at any time and for any reason prior to contract award

516 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it

will take such action as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the

Commonwealth of Virginia or any department or unit thereof including but not limited to the

payment of taxes and employee benefits and that it shall not become so in arrears during the

term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to

its activities and obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any

necessary to the performance of its obligations under this Contract

517 Debarment Status

By submitting a Bid in response to this solicitation each Bidder certifies that it is not currently

debarred by the federal government the Commonwealth of Virginia or any agency or department

thereof from submitting a bid or proposal in connection with any procurement project and that it is

not an agent of any person or entity that currently is so debarred

IFB 21-054

Electric Motor Repairs

23

518 Duration of Bids

Bids shall be valid for a minimum of 90 days following the deadline for submitting bids If an award

is not made during that period all bids shall be automatically extended for another 90 days Bids

will be automatically renewed until such time as either an award is made or proper notice is given

to FW of Bidders intent to withdraw its bid Bids may only be withdrawn by submitting written

notice at least seven days before the expiration of the then current 90-day period

519 Unit Prices Prevail

In the event that there is a mathematical error on the bid submission form the unit price for each

item shall prevail All costs to provide the goods and services specified in this solicitation shall be

shown on the attached bid form Line items left blank will be interpreted as at no cost to FW

520 Negotiation with Low Bidder

If the lowest bid submitted by a responsive and responsible bidder exceeds available funds for this

procurement then Fairfax Water may in its discretion conduct negotiations with the lowest

responsive and responsible bidder (the ldquoLow Bidderrdquo) in an effort to obtain a contract price that is

within available funds In such event Fairfax Water will notify the Low Bidder verbally or in writing

that its bid exceeds available funds and will schedule a conference with the Low Bidder Fairfax

Water staff and such advisors and consultants as Fairfax Water deems appropriate in order to discuss

possible modifications to the scope of the procurement that may result in a price that is within

available funds The conference and any subsequent negotiations may be conducted in person or by

telephone If during the conference the parties arrive at an acceptable modification to the scope of

the project and a contract price that is within available funds then Fairfax Water may award a

contract to the Low Bidder based upon the newly-modified terms and conditions Otherwise the

Low Bidder will within 15 days after the date of the conference (or such longer or shorter period as

may be specified in writing by Fairfax Water) submit to Fairfax Water a written addendum to its

original Bid Form which describes its proposed modification(s) to the scope of the procurement and

sets forth the Low Bidderrsquos newly adjusted bid price Fairfax Water may conduct further

negotiations with the Low Bidder or request additional clarifications or modifications If the Low

Bidderrsquos proposed modifications are acceptable to Fairfax Water and the associated contract price is

within available funds then Fairfax Water may award a contract to the Low Bidder based upon the

modified terms and conditions If the proposed modifications are not acceptable to Fairfax Water

or the associated price reductions are not within available funds then Fairfax Water will terminate

negotiations and reject all bids

521 References

Each bidder shall include at least three references with their bid submission packet (see Attachment

2 References) References shall be from customers of comparable size and scope of operations as

FW to whom the bidder has supplied the same services within the past 24-months References must

be able to attest without reservation to the fact that the bidder provided the contracted services

without any significant problem of any kind and at any time during the contract period Bidders

shall not list FW as a reference for purposes of this solicitation

IFB 21-054

Electric Motor Repairs

24

522 Insurance Claims against Bidder

In addition to the mandatory insurance requirements listed in Section 614 (Insurance Requirements)

and at the request of FW the apparent low bidder shall submit a list of all insurance claims made

against it within the past 12 months Failure to include this information within ten calendar days of

request by FW may result in rejection of your bid

523 Incorporation by Reference

This solicitation is issued in accordance with and controlled by the Virginia Public Procurement

Act (VPPA) which is incorporated into and made part of the solicitation by reference By submitting

a bid in response to this solicitation all bidders acknowledge the VPPA and agree to be bound by it

A copy of the VPPA is available for inspection at the Purchasing Department at FW It is also

available at this site

httpslawlisvirginiagovvacodepopularnamesvirginia-public-procurement-act

6 CONTRACT TERMS AND CONDITION

61 Term of Contract

The term of this contract shall be from the effective date of the contract award through October 31 2022 with four 1-

year renewal options through October 31 2026

62 Anti-Discrimination

By submitting their bids Bidders certify to FW that they will conform to the provisions of the Federal Civil Rights Act of 1964 as amended as well as the Virginia Fair Employment Contracting Act of 1975 as amended where applicable

the Virginians With Disabilities Act the Americans With Disabilities Act and sect11-51 of the Virginia Public Procurement

Act

A During the performance of the contract the Contractor agrees as follows

1 The Contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin or disabilities except where religion sex or national origin is a bona fide

occupational qualification reasonably necessary to the normal operation of the Contractor The Contractor

agrees to post in conspicuous places available to employees and applicants for employment notices setting

forth the provisions of this nondiscrimination clause

2 The Contractor in all solicitations or advertisements for employees placed by or on behalf of the Contractor

will state that such Contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting these requirements

B The Contractor will include the provisions above in every subcontract or purchase order so that the provisions will

be binding upon each subcontractor or vendor

C Fairfax Water does not discriminate against faith-based organizations on the basis of the organizationrsquos religious

character or impose conditions that (a) restrict the religious character of the faith-based organization except as provided by law or (b) impair diminish or discourage the exercise of religious freedom by the recipients of such

goods services or disbursements

IFB 21-054

Electric Motor Repairs

25

63 Antitrust

By entering into a contract the Contractor conveys sells assigns and transfers to FW all rights title and interest in and

to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the

Commonwealth of Virginia relating to the particular goods or services purchased or acquired by FW

64 Assignment of Interest

The Contractor shall not assign any interest in any resulting Contract and shall not transfer any interest in the same

without prior written consent of FW which FW shall be under no obligation to grant

65 Availability of Funds

It is understood and agreed between the parties herein that FW shall be bound hereunder only to the extent of the funds

available or which may hereafter become available for the purpose of this agreement

66 Compliance with Laws Regulations and Codes

The Bidder hereby represents and warrants that

A It is qualified and properly licensed to do business in the Commonwealth of Virginia and that it will take such action

as from time to time hereafter may be necessary to remain so qualified

B It is not in arrears with respect to the payment of any monies due and owing FW the Commonwealth of Virginia

or any department or unit thereof including but not limited to the payment of taxes and employee benefits and that

it shall not become so in arrears during the term of this Contract

C It shall comply with all federal State and local laws regulations and ordinances applicable to its activities and

obligations under this Contract and

D It shall obtain at its expense all licenses permits insurance and governmental approval if any necessary to the

performance of its obligations under this Contract

67 Contract Formation

A The words ldquoContractrdquo and ldquoPurchase Orderrdquo are used interchangeably unless the context otherwise plainly requires

The documents comprising the Contract shall be accorded the following order of precedence

1 The Contract including any Amendments or Change Orders

2 All Purchase Orders

3 Any Addenda to this RFQ 4 This RFQ (including all Appendices and Attachments hereto) and

5 The Bidderrsquos completed Quote Submission Form (including any drawings and submittals)

B Anything called for by one of the contract documents and not called for by the others shall be of like effect as if

required or called for by all except that a provision clearly designed to negate or alter a provision contained in one

or more of the other contract documents shall have the intended effect

68 Contract Changes Change Orders

A No verbal agreement or conversation with any officer agent or employee of FW either before or after the execution

of any Contract resulting from this solicitation or follow-on negotiations shall affect or modify any of the terms

conditions specifications or obligations contained in the solicitation or resulting Contract No alterations to the

terms and conditions of the Contract shall be valid or binding upon FW unless made in writing and signed by the

purchasing contact identified on the cover page Contract changes shall be in writing and shall be on official FW

Purchasing Department letterhead In any event and in all circumstances the Contractor shall be solely liable and

responsible for any Contract changes deviations etc made without first receiving written authorization to deviate

from the Contract by the FW Project Manager

IFB 21-054

Electric Motor Repairs

26

B Changes can be made to the contract in any of the following ways

1 The parties may agree in writing to modify the scope of the contract An increase or decrease in the price of

the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement

to modify the scope of the contract 2 FW may order changes within the general scope of the contract at any time by Notice to the Contractor

Changes within the scope of the contract include but are not limited to things such as services to be performed

the method of packing or shipment and the place of delivery or installation The Contractor shall comply with

the notice upon receipt The Contractor shall be compensated for any additional costs incurred as the result of

such order and shall give FW a credit for any savings Said compensation shall be determined by one of the

following methods

a By mutual agreement between the parties in writing or

b By agreeing upon a unit price or using a unit price set forth in the contract if the work to be done can be

expressed in units and the Contractor accounts for the number of units of work performed subject to FWrsquos

right to audit the Contractorrsquos records andor to determine the correct number of units independently or

c By ordering the Contractor to proceed with the work and keep a record of all costs incurred and savings realized A markup for overhead and profit may be allowed if provided by the contract The same markup

shall be used for determining a decrease in price as the result of savings realized The Contractor shall

present FW with all vouchers and records of expenses incurred and savings realized FW shall have the

right to audit the records of the Contractor as it deems necessary to determine costs or savings Any claim

for an adjustment in price under this provision must be asserted by Notice to the Purchasing Department

Neither the existence of a claim nor a dispute resolution process litigation or any other provision of this

contract shall excuse the Contractor from promptly complying with the changes ordered by FW or with

the performance of the contract generally

69 Contractorrsquos Responsibilities

A The Contractor shall be responsible for all products andor services as required by this IFB The use of

subcontractors is prohibited unless

1 A request to include a subcontractor is included in the bid and

2 The Bidder receives written approval to use a subcontractor prior to or as part of the formal contract between

the parties

B Even when properly authorized by FW the use of a subcontractor does not relieve the Contractor of liability under

the contract C The Contractor at its sole expense shall be responsible for damage to FW and non-FW property as a result of its

failure or its subcontractorrsquos failure to protect such facilities and utilities

D The Contractor at its sole expense shall immediately repair or replace FW property damaged by (or caused by) the

Contractor or its Subcontractor(s) Replacements will be of equal or better quality than the property damaged

property and all such work must be approved by FW Project Manager

610 Ethics in Public Contracting

Contractor hereby certifies that it has familiarized itself with Article 4 of Title 11 of the Virginia Public Procurement

Act Section 11-72 through 80 Virginia Code Annotated and that all amounts received by it pursuant to a contract

resulting from this solicitation are proper and in accordance therewith

611 Examination of Records

Bidder agrees that in any resulting contract either FW or its duly authorized representative shall have access to and the

right to examine and copy any directly pertinent books documents papers and records of the Contractor involving

transactions related to any resulting contract This obligation shall expire five years after the final payment for the final service performed as a result of any and all contract(s) awarded pursuant to this solicitation or until audited by FW

whichever is sooner Contractor will provide reasonable access to any and all necessary documents and upon demand

IFB 21-054

Electric Motor Repairs

27

provide copies of documents if so required by FW or its representative(s) FW will reimburse the Contractor for any

reasonable expenses it incurs as a result of such a request

612 Governing Law Venue Waiver of Jury Trial

Notwithstanding any provision to the contrary this solicitation and any resulting contract shall be governed in all

respects by the laws of the Commonwealth of Virginia Any dispute arising hereunder which is not otherwise resolved

by the parties shall be resolved by a court of competent jurisdiction in the Commonwealth of Virginia The Contractor

and FW hereby waive any right such party may have to a trial by jury in connection with any such litigation

613 Indemnification and Responsibility for Claims and Liability

With respect to any contract that results from this solicitation Bidder is bound by the following

A The Contractor shall indemnify save harmless and defend FW or any employee of FW against liability for any

suits actions or claims of any character whatsoever arising from or relating to the performance of the Contractor

or its subcontractors under this contract

B FW has no obligation to provide legal counsel or defense or pay attorneys fees to the Contractor or its

subcontractors in the event that a suit or action of any character is brought by any person not party to the contract

against the Contractor or its subcontractors as a result of or relating to the Contractors obligations under this

contract

C FW has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or

its subcontractors as a result of or relating to the Contractors obligations under this contract

D The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If

such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

E The Contractor shall pay all royalties and license fees necessary for performance of the contract The Contractor

shall defend all suits or claims for infringement of any patent rights or other proprietary rights arising from or related to performance of the resulting contract and shall save FW harmless from any loss including Attorneysrsquo fees arising

out of any such claim

614 Insurance

A In addition to the mandatory insurance requirements listed in this Section and at the request of FW any Bidder may

be required to provide a list of all insurance claims made against it within the past 36 months FW reserves the right

to reject any bid if in FWrsquos opinion the amount or number of claims is deemed to be excessive A Bidderrsquos failure

to comply with this requirement may result in rejection of its bid If no claims have been made then the Bidder shall so state in its bid Fairfax Water may require such information from the Contractor as it deems necessary to assess

the Contractorrsquos financial ability to pay any deductibles with respect to the insurance policies required hereunder

B Before commencing the work the Contractor shall procure and maintain at its own expense minimum insurance in

forms and with insurance companies acceptable to FW to cover loss or liability arising out of the Work All

insurance policies must be underwritten by insurers authorized to conduct business within the Commonwealth of

Virginia and must have a Bests rating of at least A- and a financial size of class VIII or better in the latest edition

of Bests Insurance Reports

C The Contractor shall immediately notify FW of any claim or suit made or filed against the Contractor or its

subcontractors regarding any matter resulting from or related to the Contractors obligations under the contract If such a claim or suit is brought the Contractor will cooperate assist and consult with FW in the defense or

IFB 21-054

Electric Motor Repairs

28

investigation of any suit or action made or filed against FW as a result of or relating to the Contractors performance

under this contract

D With the exception of Workersrsquo Compensation and Employersrsquo Liability Insurance all additional insurance policies

specified herein shall name FW as an additional insured with regard to work performed under any subsequent Contract

E The Contractor will provide FW with copies of certificates of insurance coverage and proof of payment of all

premiums Each certificate of insurance must include (a) an endorsement from the insurer that certifies that the

Contractor maintains the referenced policy in full force and effect (b) where applicable a statement indicating that

FW is included as an additional insured and (c) a provision requiring that not less than 30 days written notice will

be given to FW before any policy or coverage is canceled or modified in any material respect Without limiting the

requirements set forth above the insurance coverages will include a minimum of

1 Workers Compensation and Employers Liability Insurance Statutory requirements and benefits as required

by the Commonwealth of Virginia and 2 Required Commercial General Liability Insurance This insurance must be written on an occurrence basis

and shall be endorsed to include FW as an additional insured and shall provide at a minimum the following

General Aggregate Limit $1000000

(Other than Products-Completed Operations)

Products-Completed Operations Aggregate Limit $ 500000

Personal amp Advertising Injury Limit $ 500000

Each Occurrence Limit $ 500000

For Construction Contracts

Directors amp Officers ndash Errors amp Omissions $2000000

F Business Automobile Liability Insurance This insurance coverage must extend to any motor vehicles or other

motorized equipment regardless of whether it is owned hired or non-owned and must cover Bodily Injury and

Property Damage with a combined single limit of at least $1000000 each accident This insurance must be written

in comprehensive form and must protect the Contractor and FW against claims for injuries to members of the public

andor damage to the property of others arising from the Contractorrsquos use of motor vehicles or other equipment and

must cover both on-site and off-site operations

G Nothing contained herein will be deemed to operate as a waiver of FWrsquos sovereign immunity under the law

615 No Waiver or Estoppel

Neither the inspection by FW nor any of its employees nor any payment of money nor payment for nor acceptance of

any Commodity by FW nor any extension of time shall operate as a waiver of any provision of this Contract or of any

power herein reserved to the Owner or of any right to damage herein provided No waiver of any breach of this Contract

shall be held to be a waiver of any other subsequent breach All remedies provided in this Contract to FW shall be

construed as cumulative and shall be in addition to each and every other remedy herein provided Neither FW nor any

officer employee or authorized representative of FW will be bound precluded or estopped by any action

determination decision acceptance return certificate or payment made or given under or in connection with the

Contract by any officer employee or authorized representative of the Owner at any time either before or after final

completion and acceptance of the Work and payment therefore from (a) showing the true and correct classification amount quality or character of the Commodities delivered or that any determination decision acceptance return

certificate or payment was incorrect or was improperly made in any respect or that the Commodities or any part thereof

do not in fact conform to the requirements of the Contract (b) demanding and recovering from the Contractor any

overpayment made to the Contractor or such damages as FW may sustain by reason of the Contractorrsquos failure to comply

with the requirements of the Contract or (c) both of the foregoing clauses (a) and (b)

616 Partial Invalidity

IFB 21-054

Electric Motor Repairs

29

Neither any payment for nor acceptance of the whole or any part of the services by FW nor any extension of time

shall operate as a waiver of any provision of any Contract resulting from this IFB nor of any power herein reserved to

FW or any right to damages herein provided nor shall any waiver of any breach of any Contract be held to be a waiver

of any other or subsequent breach Failure of FW to require compliance with any term or condition of any Contract shall

not be deemed a waiver of such term or condition or a waiver of the subsequent enforcement thereof

617 Payment Clauses Required in All Contracts

Section sect 22-4352 of the Virginia Public Procurement Act requires the following

A That any contract awarded by FW include the following clauses

1 The Contractor shall take one of the two following actions within seven days after receipt of amounts paid to the contractor by FW for work performed by any subcontractor(s) under the contract

a The Contractor shall pay its subcontractor(s) for the proportionate share of the total payment received from

FW attributable to the work performed by the subcontractor under that contract or

b Notify FW and any subcontractor(s) in writing of his intention to withhold all or a part of the

subcontractors payment with the reason for nonpayment

2 Bidders shall include in their offer submissions either (i) if an individual contractor their social security

numbers and (ii) proprietorships partnerships and corporations to provide their federal employer identification

numbers

3 The contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain

unpaid after seven days following receipt by the Contractor of payment from FW for work performed by the

subcontractor under the contract except for amounts withheld as allowed in subdivision 1

4 Unless otherwise provided under the terms of this contract interest shall accrue at the rate of one percent per

month

B The contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or

otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor

C A contractors obligation to pay an interest charge to a subcontractor pursuant to the payment clause in this section

shall not be construed to be an obligation of FW A contract modification shall not be made for the purpose of

providing reimbursement for the interest charge A cost reimbursement claim shall not include any amount for

reimbursement for the interest charge

618 Payment

A Invoices All invoices shall be submitted directly to the FW Accounts Payable department by mail fax or e-mail

Invoices shall include the FW Purchase Order and the Contractorrsquos FEIN Invoices are not to be sent to the contract

Project Manager or other departmental reps Failure to comply may result in late payments for which FW will not

be liable

B Terms All payments will be Net 30 from the date of receipt of a valid invoice at FW Finance Department Payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery

whichever occurs last This shall not affect offers of discounts for payment in less than 30 days however

C Partial Payments Requests for partial payments or advanced payments must be submitted as part of the Price Bid

along with a justification FW reserves the right to accept reject or negotiate requests for partial payments If the

request is rejected the Bidder must waive the requirement in order to remain in consideration

D Refunds If the Contractor is declared to be in default FW will be eligible for a full and immediate refund for all

payments made to the Contractor Partial Payments Requests for partial payments or advanced payments must be

submitted as part of the Price Offer along with a justification FW reserves the right to accept reject or negotiate

requests for partial payments If the request is rejected the Bidder must waive the requirement in order to remain

in consideration

IFB 21-054

Electric Motor Repairs

30

E Unreasonable Charges Under certain emergency procurements and for most time and material purchases final job

costs cannot be accurately determined at the time orders are placed In such cases final payment is contingent on

a determination of reasonableness with respect to all invoiced charges Charges that appear to be unreasonable will

be researched and challenged and that portion of the invoice held in abeyance until a settlement can be reached Upon determining that invoiced charges are not reasonable FW shall promptly notify the Contractor in writing as

to those charges that it considers unreasonable and the basis for the determination

619 Price Firm Period

Bid pricing shall be firm fixed as originally offered and accepted for the first 12 months of the contract

620 Rider Clause

Subject to the mutual agreement between the parties any contract awarded on the basis of this solicitation may be used

by any public entity (to include jurisdictions comprising the Metropolitan Washington Council of Governments) to

enter into a contract for the services described and defined herein For single purchases the contract may be used for

up to 12 months from the actual date of contract award For multi-year contracts the contract may be used throughout

the effective period of the contract Contracts awarded as a result of this solicitation will be subject to these terms and

conditions andor such terms and conditions as may be required by the controlling body for the public agency using the

contract Pricing shall be as offered by the successful Offeror and subsequently accepted by FW

621 Taxes

FW is exempt from Federal Excise Taxes Virginia State Sales and Use Taxes and the District of Columbia Sales Taxes

and Transportation Taxes FWs tax identification number is 54-6025290

622 Termination of Contract

A For Cause In the event that the Contractor (1) fails to deliver any Commodity or Service in accordance with the

time period established therefore in the Contract or (2) fails to furnish any Commodity or Service which conforms

in all respects to the requirements of the Contract then FW without prejudice to any other rights or remedies it may

have at law or in equity (including its right to seek damages from the Contractor) shall have the right to terminate

the Contract and any outstanding Purchase Orders by issuing a written notice of termination to the Contractor Such

notice of termination shall describe in reasonable detail the grounds for the termination and shall take effect

immediately upon receipt by the Contractor

If after issuance of a notice of termination under this Section it is determined for any reason that cause for such

termination did not exist then the rights and obligations of the parties shall be the same as if the notice of termination

had been delivered under the provisions of subsection B (termination for convenience) hereof provided however that the Contractor in such event shall be deemed to have received seven days prior written notice of such

termination Any compensation due the Contractor pursuant to subsection B shall be offset by the cost to FW of

remedying the default by the Contractor The Contractor shall in no event be entitled to receive any consequential

damages or any anticipated profits with respect to Commodities not yet furnished to and accepted by FW as of the

effective date of any such termination

B For Convenience FW shall have the right to terminate the Contract andor any outstanding Purchase Orders issued

hereunder at its own convenience for any reason by giving seven business days prior written notice of termination

to the Contractor In such event the Contractor shall be paid an amount equal to the actual cost of any Commodity

delivered to and accepted by FW and the actual cost of any equipment goods or materials ordered by the Contractor

hereunder in good faith which could not be canceled less the salvage value thereof provided sufficient

substantiation is furnished to FW Any subcontract entered into by the Contractor in connection with the transactions contemplated hereby shall contain a similar termination provision for the benefit of the Contractor and

FW The Contractor shall in no event be entitled to receive anticipated profits on any Commodities not yet furnished

to and accepted by FW as of the effective date of any such termination

IFB 21-054

Electric Motor Repairs

31

623 Virginia Freedom of Information Act

Except as provided herein all proceedings records contracts and other public records relating to procurement

transactions shall be open to the inspection of any citizen any interested person firm or corporation in accordance with

the Virginia Freedom of Information Act

624 Faith-Based Organizations

FW does not discriminate against faith-based organizations

625 Immigration Reform and Control Act of 1986

By entering this Contract the Contractor certifies that it does not and will not during the performance of this Contract

violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of

illegal aliens

626 Severability

In the event that any provision shall be adjudged or decreed to be invalid by a court of competent jurisdiction such ruling

shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall

continue to be valid binding and in full force and effect

627 Licensure

To the extent required by the Commonwealth of Virginia (see eg 541-1100 et seq of the Code of Virginia) or FW the

Contractor shall be duly licensed to provide the goods and services required to be delivered pursuant to this Contract

628 Authority to Transact Business in Virginia

A Contractor organized as a stock or nonstock corporation limited liability company business trust or limited partnership

or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a

domestic or foreign business entity if so required by Title 131 or Title 50 of the Code of Virginia or as otherwise required

by law Any business entity described herein that enters into a Contract with FW pursuant to the Virginia Public Procurement

Act 22-4300 et seq shall not allow its existence to lapse or its certificate of authority or registration to transact business in

the Commonwealth if so required under Title 131 or Title 50 of the Code of Virginia to be revoked or cancelled at any time during the term of the Contract FW may void any Contract with a business entity if the business entity fails to remain in

compliance with the provisions of this section

629 Drug-free Workplace to be Maintained by Contractor

During the performance of this contract the contractor agrees to (i) provide a drug-free workplace for the contractors

employees (ii) post in conspicuous places available to employees and applicants for employment a statement notifying

employees that the unlawful manufacture sale distribution dispensation possession or use of a controlled substance or

marijuana is prohibited in the contractors workplace and specifying the actions that will be taken against employees for violations of such prohibition (iii) state in all solicitations or advertisements for employees placed by or on behalf of the

contractor that the contractor maintains a drug-free workplace and (iv) include the provisions of the foregoing clauses in

every subcontract or purchase order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

630 Employment Discrimination by Contractor Prohibited Required Contract Provisions

The following provision is required to be in every contract of more than $10000 (Virginia Public Procurement Act sect 22-

4311)

A During the performance of any ensuing contract the Contractor agrees as follows

IFB 21-054

Electric Motor Repairs

32

1 The contractor will not discriminate against any employee or applicant for employment because of race

religion color sex national origin age disability or other basis prohibited by state law relating to

discrimination in employment except where there is a bona fide occupational qualification reasonably

necessary to the normal operation of the contractor The contractor agrees to post in conspicuous places

available to employees and applicants for employment notices setting forth the provisions of this nondiscrimination clause

2 The contractor in all solicitations or advertisements for employees placed by or on behalf of the contractor

will state that such contractor is an equal opportunity employer

3 Notices advertisements and solicitations placed in accordance with federal law rule or regulation shall be

deemed sufficient for the purpose of meeting the requirements of this section

B The contractor will include the provisions of the foregoing paragraphs 1 2 and 3 in every subcontract or purchase

order of over $10000 so that the provisions will be binding upon each subcontractor or vendor

631 Counterparts

This Contract and any amendments or renewals hereto may be executed in a number of counterparts and each

counterpart signature when taken with the other counterpart signatures is treated as if executed upon one original of

this Contract or any amendment or renewal A signature by any party to this Contract provided by facsimile or

electronic mail is binding upon that party as if it were the original

632 Survival of Terms

Upon discharge of this Agreement Sections (Notice Hold Harmless Warranties Governing LawForum Contractual

Disputes) of these Terms and Conditions continue and survive in full force and effect

633 Non-Waiver

No waiver of any provision of this Agreement shall constitute a waiver of any other provision nor shall any waiver of this Agreement constitute a continuing waiver unless otherwise expressly provided

634 Contractual Disputes

A Contractual claims whether for money or for other relief will be submitted in writing not later than 60 days after

final payment provided however that written notice of the Contractorrsquos intention to file such claim must

1 Be delivered to the attention of FWrsquos Procurement Representative assigned to this contract not later than five

days after the occurrence or of the beginning of the Work upon which the claim is based and

2 Contain a reasonably detailed description of the basis of the claim otherwise the claim will be deemed to have been waived FW will make a written decision upon any such claim within 60 days after submittal of the claim

The Contractor will not institute legal action prior to receipt of FWrsquos decision on the claim unless FW fails to

render such decision within 90 days after submittal of the claim The decision of FW will be final unless the

Contractor initiates legal action as provided in Section 22-4364 of the Virginia Code Failure of FW to render

a decision within 90 days will not result in the Contractor being awarded the relief claimed nor will it result in

any other relief or penalty The sole result of FWrsquos failure to render a decision within the time allotted will be

the Contractorrsquos right to immediately institute legal action No administrative appeals procedure pursuant to

Section 22-4365 of the Virginia Code has been established for contractual claims under this Agreement

B No claim of any nature will be made against FW by or on behalf of a subcontractor unless the Consultant has first

(a) evaluated such claim thoroughly and determined it to be meritorious (b) issued a written notice to the

subcontractor finding the subcontractorrsquos claim to be meritorious and setting forth any additional compensation or additional days to be paid or granted to the subcontractor on account of such claim and (c) paid the subcontractor

in full for such claim In presenting such a claim the Consultant will provide FW with a copy of the written notice

to the subcontractor and with evidence of payment in full of the subcontractorrsquos claim No such claim will exceed

the amount actually paid to the subcontractor

IFB 21-054

Electric Motor Repairs

33

ATTACHMENT 1

BID SUBMISSION FORM

COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE E-MAIL

FAX FED ID

VIRGINA STATE CORPORATION COMMISSION (SCC) REGISTRATION INFORMATION

The bidder

1048709 is a corporation or other business entity with the following SCC identification number

-OR-

1048709 is not a corporation limited liability company limited partnership registered limited liability partnership or business trust

-OR-

1048709 is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees agents offices facilities or inventories in Virginia (not counting any employees or agents in Virginia

who merely solicit orders that require acceptance outside Virginia before they become contracts and not counting any

incidental presence of the offeror in Virginia that is needed in order to assemble maintain and repair goods in accordance with

the contracts by which such goods were sold and shipped into Virginia from offerorrsquos out-of-state location) -OR-

1048709 is an out-of-state business entity that is including with this proposal an opinion of legal counsel which accurately and

completely discloses the undersigned offerorrsquos current contacts with Virginia and describes why those contacts do not constitute

the transaction of business in Virginia within the meaning of sect 131-757 or other similar provisions in Titles 131 or 50 of the

Code of Virginia

1048709 Please check this box if you have not completed any of the foregoing options but currently have pending before the SCC an

application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number once issued (Fairfax Water reserves the right to determine in its sole discretion

whether to allow such waiver)

IFB 21-054

Electric Motor Repairs

34

COMPANY

PART 1 ndash Hypothetical Electric Motor Repair Pricing

Repair scenarios immediately follow the signature section of the Bid Submission Form See Section 56 of the

solicitation for detailed instructions on how to complete the Bid Form and on how to bid the hypothetical repair scenarios To be deemed responsive and eligible for contract award the Bidder shall bid on all four scenarios and

shall include the separate price for each scenario in their Bid Submission Packet

HYPOTHETICAL REPAIR PRICING SCHEDULE

Repair 1A

Foxmill Pumping Station Pump Motor 5 Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1A $_______________________

Repair 1B

Corbalis Treatment Plant Finished Water P1 Inboard Bearing Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1B $_______________________

Repair 1C

Corbalis Plate Settler Feed Pump 2 ndash Motor Evaluation Report Service

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1C $_______________________

Repair 1D

Griffith Finished Water Pumping Station Pump Motor 3 Motor Evaluation Report

Total Material Cost Bid per Vaughenrsquos Pricing Guide $________________ minus (-)__________ discount

Total Labor Hours Bid ________________ Total Labor Cost ndash All Categories ndash Bid $____________________

Subtotal Bid Amount for Sample Repair 1D $_______________________

PART 1 HYPOTHETICAL REPAIRS 1A ndash 1D TOTAL COST $_______________________

IFB 21-054

Electric Motor Repairs

35

COMPANY

PART 2 Discounts Offered by Motor Horse Power

1 Discount off Vaughenrsquos Guide for motors greater than 60 hp up to 600 hp (includes all makes amp

models AC amp DC high amp low voltage high amp low RPM single amp three phase)

2 Discount off Vaughenrsquos Guide for motors greater than 600 hp (includes all makes amp models AC amp

DC high amp low voltage high amp low RPM single amp three phase)

Date of Vaughenrsquos Pricing Guide

PART 3 Labor Rates

Labor rates bid in this section shall directly correlate to the labor rates quoted in Part 1 and shall include

all direct and indirect overhead costs including but not limited to travel to and from the jobsite general

and administrative costs etc Labor rates will only be paid on the basis of time at the FW job site or as

documented for work done at the ManufacturerrsquosContractorrsquos site

3 FW Onsite Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

4 FW Onsite Labor-Overtime $___________hour (Monday-Friday 500 pm through 730 am weekends and holidays)

5 In Shop Labor ndash Regular Time (MondayndashFriday 730 am through 500 pm) $___________hour

6 In Shop Labor ndash Overtime $___________hour

(Monday-Friday 500 pm through 730 am weekends and holidays)

PART 4 Contact Person

List a contact personrsquos name and telephone number for normal FW working hours 730 amndash500 pm

Monday-Friday Answering machines are unacceptable as a point of contact For emergency calls outside

normal FW working hours (nights andor weekends) list a contact personrsquos name and telephone number

or have a voice mail paging system or answering service Bidders using a voice mail paging system or

answering service in lieu of a contact person shall be required to initiate a call back to the sender within

(30) thirty minutes

IFB 21-054

Electric Motor Repairs

36

COMPANY

Type of answering system used by your firm (check one)

Voice Mail Paging System Answering Service

Contact for Normal Working Hours

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

Contact for Emergency Calls (outside normal FW working hours)

Name(s) __________________________________________

__________________________________________

Telephone __________________________________________

__________________________________________

PART 5 Repair Facility Capabilities

Please check the following for Repair Facility capabilities

Facility capable of performing all balance work (no subcontracting)

Facility capable of starting 3 phase 4160 volt 3050 HP vertical motor

Facility capable of starting 3 phase 4160 volt 1800 HP horizontal motor

Facility allows for Owner personnel to safely witness testing

Repair Facility Address

IFB 21-054

Electric Motor Repairs

37

Submittals to be included in Bid Packet

1 Attachment 2 ndash Bidder Reference Form

2 Subcontractor List with Subcontractor References if applicable

3 Attachment 9 IRS Form W-9

4 Acknowledgement Page(s) for all Addendum if applicable

bull PAYMENT TERMS FWrsquos minimum payment term is Net 30 days All

bids will be interpreted as Net 30 unless otherwise specified herein By submitting an offer to sell in

response to this solicitation all bidders acknowledge and agree to this requirement

By my signature I certify that I am acting as an agent or in the case of an LLP the Partner or Managing

Partner for the firm identified on this Bid Submission Form and that I am fully authorized to bind the

firm to the specifications terms and conditions of this solicitation as well as any addenda thereto

Company Name

Signature Printed Name

Title Date

[HYPOTHETICHAL REPAIR SCENARIOS IMMEDIATELY FOLLOW THIS PAGE]

IFB 21-054

Electric Motor Repairs

38

BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A FOXMILL PUMPING STATION PUMP MOTOR 5 SERVICE Reason for Service Motor Evaluation Report

Motor Description General Electric Model 5kb3396448501 Sn Wwh-283004190 Type (Kv) Induction Custom-8000 Vertical Motor 70000 Hp 3 Phase 60 Hertz 4000 Volts Frame 8339p30 887 Rpm 1 Pick up motor from the Foxmill Pump Station Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements 3 Check out electrical components using electrical test methods Meggar Surge Pi And Hi Pot 4 Dynamically balance rotors in the presence of the FW representative 5 Clean and degrease motor components 6 Reassemble unit and perform motor testing and final report 7 Ship unit to FW Foxmill PS 8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FOXMILL 5 SAP 350261

MFR GENERAL ELECTRIC

SN WWH-283004189

FRAME 8339P30 TYPE INDUCTION PH 3

DISGN CODE HP 700 VOLTS 4000

HZ 60 RPM 887 AMPS 920 RISE 30deg

B

DUTY Cont CLASS INS F AMPS

Y

TEMP AMB 40deg SF

ENCLOSURE TEWAC

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

550

IFB 21-054

Electric Motor Repairs

39

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1A ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

40

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B CORBALIS FINISHED WATER P1 MOTOR SERVICE Reason for Service Inboard Bearing

Motor Description Horizontal Motor 1750 Horsepower 3 Phase 60 Hertz 900 Rpm 4000 Volts 21120-17 Frame Ideal Electric Serial 981097-01 Synchronous 1 Pick up motor from Corbalis Water Treatment Plant Herndon

2 Check all mechanical tolerances and fits using precision measurement tools and provide report highlight any

out of tolerance measurements

3 Check out electrical components using electrical test methods Meggar Surge Pi and Hi pot

4 Dynamically balance rotors in the presence of the FW representative

5 Clean and degrease motor components

6 Reassemble unit and perform motor testing and final report

7 Ship unit to FW Corbalis Water Treatment Plant

8 Provide 1 Year Warranty

CONTINUES ON NEXT PAGE

FW 1 SAP 350109

MFR IDEAL ELECTRIC

SN 981097-01 FRAME 21120-17 TYPE SMB PH 3

DISGN CODE HP 1750 VOLTS 4000

HZ 60 RPM 900 AMPS 195 RISE 85deg

B DET

DUTY CONT CLASS INS F AMPS

Y

TEMP AMB 40deg SF 15 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

41

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1B ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

42

COMPANY BID SUBMISSION PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C

CORBALIS PLATE SETTLER FEED PUMP 2 FLYGHT MOTOR Reason for Service Motor Evaluation Report Service

Motor Description FLYGT 45kW-60hp RPM 1170 Volts 460 AMPS 73 Model CP3300091-0258 Serial 3300091-0720003 1 Pick Up motor from the Corbalis Water Treatment Plant Herndon

2 Inspect test run and disassemble

3 Perform electrical test and mechanical checks

4 Clean and bake

5 Rewind stator install thermal protectors VPI in Epoxy Resin

6 Fabricate new SS shaft

7 Balance rotor and impeller in the presence of FW representative

8 Replace lower bearing housing and install new bearings and new mechanical seals

9 Replace o-rings and gaskets Replace lifting chain (SS Grade)

10 Install new stationary and rotating wear rings replace retaining rings

11 Replace hardware reassemble unit and perform motor testing and final report

12 Paint

CONTINUES ON NEXT PAGE

Plate Settler Feed Pump 2 SAP 360128

MFR FLYGHT

SN 3300091-0720003

FRAME TYPE

PH

DISGN CODE HP 60 VOLTS 460

HZ

RPM 1170 AMPS 73 RISE

B

DUTY

CLASS INS

AMPS

Y

TEMP AMB

SF

ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

43

COMPANY

BID SUBMISSION FORM PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1C ndash CONTINUED

13 Ship unit to FW Corbalis Water Treatment Plant

14 Provide 1 Year Warranty

15 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

44

COMPANY BID SUBMISSION FORM PART 1 ndash HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D

GRIFFITH PUMPING STATION PUMP MOTOR 3 SERVICE Reason for Service Motor Evaluation Report Motor has excessive clearance in lower guide bearing Lower Guide bearing is NU style bearing Bearing Skidding is present in Bearing

Motor Description Vertical Motor Type MIBA-V TEWAC 720 RPM 1800 HP 3 Phase 60 Hz 4000 Volts 1 Pick Up motor from Griffith Pump Station Lorton

2 Check All Mechanical Tolerances Fits Using Precision Measurement Tools And Provide Report Hi Lite Any Out

Of Tolerance Measurements 3 Check Out Electrical Components Using Electrical Test Methods Meggar Surge Pi And Hi Pot

4 Dynamically Balance Rotors with FW Rep Present At API 610 4WN

5 Clean And Degrease Motor Components

6 Reassemble Unit and Perform Motor Testing and vibration analysis with FW rep present and provide Final Report

7 Ship Unit to FW Griffith PS

8 Provide 2 Year Warranty

CONTINUES ON NEXT PAGE

FWP3 MFR IDEAL

SN 001077-03 FRAME TYPE IMV PH 3

DISGN CODE HP 1800 VOLTS 4000

HZ 60 RPM 715 AMPS 238 RISE 80 C B RES

DUTY CONT CLASS INS F AMPS 274 105 C

Y RES

TEMP AMB 40 C SF 115 ENCLOSURE

FOR WOUND ROTOR MOTRS

SEC VOLTS

SEC AMPS

LOCKED ROTOR AMPS

IFB 21-054

Electric Motor Repairs

45

COMPANY

BID SUBMISSION PART 1 - HYPOTHETICAL ELECTRIC MOTOR REPAIR 1D ndash CONTINUED

9 The separate pricing sheet shall include at a minimum the cost to repair or replace each item listed below the lead time to complete the repair and return of the motor to FW and the cost to paint the motor The Bidder shall also report the cost of a new replacement motor NOTE The cost of the new motor will not be used for bid evaluation purposes and should not be included in the Bidderrsquos bid price This line item will only be used for FW informational purposes

bull Shaft Journal Repair

bull Bearings

bull Rewind

bull Replace Motor Leads

bull Extend Leads Only

bull Replace Heaters

bull Paint if Touch Up Required

bull New Motor Cost

IFB 21-054

Electric Motor Repairs

46

ATTACHMENT 2

REFERENCES

BIDDERrsquoS NAME

1 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

2 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

3 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

47

ATTACHMENT 2

REFERENCES CONTINUED

BIDDERS NAME ______________________________

4 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

5 COMPANY NAME

ADDRESS

CONTACT PERSON

TELEPHONE (________) - _________ - __________________________

FAX (________) - _________ - __________________________

E-MAIL

IFB 21-054

Electric Motor Repairs

48

ATTACHMENT 3 OPERATING DATA SHEET

ISSUED TO DATE ISSUED Fairfax Water Work Order FW Electrical Supervisor Phone Conditioned Based Maintenance Supervisor Phone Return date requested A Equipment Specifications

1 Equipment Name

2 SAP ID Number

3 Manufacturer

4 Serial Number

5 Horsepower

6 Voltage B Work Requested

1 Reconditioning and Testing

2 Rewind

3 Other (describe) C If motor failure is involved state conditions under which failure occurred D Special Insulation Requirements

1 Moisture

2 Abrasion E Type of Housing Paint and Color

Paint furnished by customer Yes No

IFB 21-054

Electric Motor Repairs

49

ATTACHMENT 4

INSPECTION DATA SHEET ndashPAGE 1 OF 2 Company Performing Work Motor SN SAP ID A Initial Inspection and Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI A to GND

B to GND

C to GND

2 Surge Test Test Voltagehelliphelliphellip V Pass ___ Fail ___ 3 Growler Test Pass ___ Fail ___ 4 Motor Shaft Run out In

5 Rotor Endplay In

6 Shaft Diameter In

B Disassembly

1 End Bells Marked

2 Fan Orientation Marked C Component Inspection

1 General Condition of Rotor (include probable cause of major damage)

a Rotor Iron

b Rotor Windings Rotor bars

c Retaining Rings

IFB 21-054

Electric Motor Repairs

50

ATTACHMENT 4 INSPECTION DATA SHEET ndashPAGE 2 OF 2

Company Performing Work Motor SN SAP ID

2 General Condition of Stator (include probable cause of major damage)

a Stator Iron b End Lacings and Support systems

c Wedges

d Windings

e RTDThermocouple Condition

3 General Condition of Shaft Keyways

4 General Condition of Bearings

5 General Condition of Motor Housing

6 Other

7 Core loss preceding winding removal watts

8 Core loss following winding removal watts

9 Recommended Repairs Signature Printed Name Title Date

IFB 21-054

Electric Motor Repairs

51

ATTACHMENT 5 Page 1 of 5

WORK PERFORMED DATA SHEET Company Performing Work Motor SN SAP ID A Describe work performed on rotor B Describe work performed on stator C Describe work performed on shaft D Describe work performed on bearings

Replaced bearings Yes No Manufacturer Type Code

E Other F Was motor vacuum-pressure impregnated Yes No

Resin used

Number of VPI and bake cycles G Was motor treated for abrasion protection Yes No

Treatment used

IFB 21-054

Electric Motor Repairs

52

ATTACHMENT 5 Page 2 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID H Varnish used for non-VPI applications

Number of dip and bake cycles I Final Tests

1 Insulation Resistance

Voltage Applied v Ambient Temp oC Machine Temp oC

1 min 10 min PI

A to GND

B to GND

C to GND

2 Phase Balance

Voltage Applied Vac A amps B amps C amps

3 High Potential Applied Leakage Time

Phase Voltage Current Duration

A

B

C

OR (if cant be separated)

ALL

IFB 21-054

Electric Motor Repairs

53

ATTACHMENT 5 Page 3 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

4 Winding Resistance

A-B milliohms A-N milliohms

B-C milliohms OR B-N milliohms C-A milliohms C-N milliohms

5 Dynamic Balance

RPM Vibration DE ODE Initial Final

6 No-Load Run

Phase Bearing Current Temperature Vibration_________

Ia Ib Ic Inboard Outboard RPM Inboard Outboard

15 Min 30 Min 45 Min

60 Min Acceleration time (Seconds) Peak starting current (Amper) ( IFL)

7 Miscellaneous

Direction of Rotation Viewed from End

End Play (Sleeve Bearing Only) in

IFB 21-054

Electric Motor Repairs

54

ATTACHMENT 5 Page 4 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

Inboard Bearing Journal Dia in

Inboard Bearing ID in

Outboard Bearing Journal Dia in

Outboard Bearing ID in

8 High FrequencySurge Comparison Tests (New Coils Only)

Voltage Applied v

Results

9 Air Gap Measurements

A minimum of sixteen (16) readings should be taken from each end using the following method

1 Mark position on stator at 12 oclock 3 oclock 6 oclock and 9 oclock 2 Mark position on rotor at 12 oclock 3 Take air gap readings at 12 3 6 and 9 from both ends pinion end (DE) opposite end (ODE)

Record readings [Eight (8) readings] 4 Rotate rotor to 3 oclock position 5 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 6 Rotate rotor to 6 oclock position 7 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings [Eight (8)

readings] 8 Rotate rotor to 9 oclock position 9 Take air gap readings at 12 3 6 and 9 on stator from DE amp ODE record readings (Eight (8)

readings) 10 Calculate average readings and overall average air gap The acceptable tolerance between

average readings and the overall average gap is plusmn5

IFB 21-054

Electric Motor Repairs

55

ATTACHMENT 5 Page 5 of 5 WORK PERFORMED DATA SHEET

Company Performing Work Motor SN SAP ID

DRIVE END

OPPOSITE DRIVE END

IFB 21-054

Electric Motor Repairs

56

ATTACHMENT 6 WAIVER OF SPECIFICATIONRELEASE OF HOLD POINT

Company Requesting Waiver of SpecificationRelease of Hold Point Person Making RequestDate Contact Info FW Equipment Name FW SAP EQUIPMENT Number Manufacturer Serial Number Horsepower Voltage Request for Waiver of Specification

Request for Release of Hold Point

Item Description FW Authorized Action APPROVED BY Printed Name and Title Date

IFB 21-054

Electric Motor Repairs

57

ATTACHMENT 7

RECOMMENDED CLEARANCES SLEEVE BEARINGS

ROUND BORES ONLY Company Performing Work Motor SN SAP ID Shaft Size Clearance for Clearance for Journal Diameter Horizontal Shaft Vertical Shaft (In inches) (In Inches) (In Inches) (In Inches) 1 004 +001 -000 004 +001 -000 2 004 +001 -000 004 +001 -000 3 006 +002 -000 006 +001 -000 4 008 +002 -000 007 +001 -000 5 010 +002 -000 007 +002 -000 6 012 +002 -000 007 +002 -000 7 014 +002 -000 007 +002 -000 8 016 +002 -000 007 +002 -000 9 018 +002 -000 007 +002 -000 10 020 +002 -000 007 +002 -000 11 020 +002 -000 007 +002 -000 12 021 +002 -000 007 +002 -000 13 021 +002 -000 007 +002 -000 14 022 +002 -000 007 +002 -000 15 022 +002 -000 008 +002 -000 16 023 +002 -000 008 +002 -000 17 023 +002 -000 008 +002 -000 18 024 +002 -000 008 +002 -000 19 024 +002 -000 008 +002 -000 20 025 +002 -000 008 +002 -000

IFB 21-054

Electric Motor Repairs

58

ATTACHMENT 8 Company Performing Work Motor SN SAP ID

DYNAMIC BALANCE CERTIFICATE

Balance Machine Model No ______________ Last Calibration Date ________ Balance Machine Serial No __________________________ Weight __________________ ldquoIn Servicerdquo Speed (RPM) ________ Balance Speed (RPM) __________________________

Certified by Printed Name and Title

Radius of permanent balance weight (in) _____________ IB _____________OB As Found Balance (ozin) _____________________IB ___________________OB As Left Balance (ozin) ______________________IB ___________________OB Calculated acceptance limit per journal (4WN) ___________IB __________OB If ozin value is not available for ldquoAs Found Balancerdquo and ldquoAs Left Balancerdquo use the mils value

Vendor _______________________________ Balance Date _________Time____ Equipment balanced __________________________________________________

Page 19: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 20: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 21: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 22: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 23: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 24: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 25: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 26: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 27: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 28: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 29: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 30: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 31: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 32: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 33: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 34: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 35: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 36: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 37: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 38: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 39: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 40: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 41: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 42: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 43: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 44: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 45: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 46: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 47: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 48: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 49: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 50: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 51: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 52: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 53: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 54: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 55: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 56: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 57: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 58: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 59: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 60: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX
Page 61: MORIN BUILDING 8570 EXECUTIVE PARK AVENUE FAIRFAX