PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER Request for Bid Bid No. 3189 DUE: March 28, 2018 at 2:00pm Note: If you do not wish to bid, please return this cover sheet marked "NO BID;" otherwise your name may be removed from our mailing list. Company Name Bid No. 3189 Page 1 of 11
Mt. San Antonio Community College District 1100 N. Grand Avenue Walnut, CA 91789 March 5, 2018 NOTICE INVITING BIDS Notice is hereby given that the Board of Trustees of the Mt. San Antonio Community College District of Walnut, California, will receive sealed bids up to, but no later than 2:00 p.m., March 28, 2018, at the Purchasing Department of the District, located at 1100 North Grand Avenue, Building 4, Room 1385, Walnut, California, at which time bids will be publicly opened and read for: Purchase of Refurbished Central Plant Cooling Tower Bid No. 3189 MT. SAN ANTONIO COLLEGE ( District ) is soliciting bids for the purchase of one (1) Refurbished Central Plant Cooling Tower. BIDS DUE: March 28, 2018, 2:00 p.m. RFI CUTOFF: March 13, 2018, 2:00 p.m. All Bids are to be in accordance with the Bid documents, which are on file and may be secured by contacting Tiffany Chen, Senior Buyer, at tchen138@mtsac.edu No bidder may withdraw their bid for a period of sixty (60) days after the date set for the opening thereof. The Board of Trustees reserves the right of rejecting any and all bids or to waive any irregularities or informalities in any bid or in the bidding process. Submit Bids to: Administrative Services Purchasing Department Mt. San Antonio College 1100 North Grand Avenue Walnut, CA 91789 Attn: Tiffany Chen, Senior Buyer Advertised: February 28 & March 7, 2018 Bid No. 3189 Page 2 of 11
ADDITIONAL CONTRACT REQUIREMENTS: District will require the following of the Contractor during the award and performance of the contract. 1. Contractor s Insurance. Contractor shall obtain and maintain the following insurance coverage during the delivery, set-up, installation (and/or removal of the modular buildings): Commercial General Liability Insurance: Per Occurrence $1,000,000 Aggregate $2,000,000 Automobile Liability Insurance: $1,000,000 (If not included in General Liability coverage) Workers Compensation Insurance Statutory Limits Employers Liability Insurance $1,000,000 Certificates of insurance shall clearly state that the District is named as additional insured under the policy described and that such insurance policy shall be primary to any insurance or self-insurance maintained by the District. Bid No. 3189 Page 3 of 11
SPECIFICATIONS BID NO. 3189 SCOPE OF WORK: Replace tower fill on both cells in Bldg. 29. Contractor shall have central chilled water plant and cogen plant experience. PREVAILING WAGE: Site installation work is subject to prevailing wage rates. ITEM DETAILS: Serial # Model # Item Description Qty 1 U0374772 31132A-PM-2Q Baltimore Aircoil Factory BACross Fill Replacement 1 Contractor will arrive onsite to stage work materials. The old unit will be shut down and water will be drained from both tower sumps. Unit will be isolated and 1 of 2 cells will be online for the duration of project. Stage 40-yard dumpster for debris. Demo fill media & supports, nozzles, and make up valve & float. Remove hot water basin lids. Pressure wash complete unit interior / hot water distribution pans. Then retrofit make up water lines for two new EZ Float valve assemblies installation Install water level controller with a sump adapter, new Cla-Val, nozzles, fill sheets per IOM Clean up all work related materials, dispose of old tower fill and remove from premises. Commission cooling tower including balancing water level with other cooling towers. Sub-Contract non-cti certified cooling tower testing firm. Test tonnage based on current conditions at time of refurbishment. Return system to normal operating service. Reroute sand filter 4 discharge drainpipe to new sump drain. Prepare report for Mt. Sac Project Manager - The District s Project Manager is Fernan Siocon, located at Mt. San Antonio College, 1100 North Grand Avenue, Walnut, CA 91789. Phone: (909) 274-5998. Email: fsiocon@mtsac.edu with a cc: to Melissa Andrewin, mandrewsin@mtsac.edu. All project correspondence shall be routed through Fernan Siocon and Melissa Andrewin, unless otherwise directed. Bid No. 3189 Page 4 of 11
Submission of Bids INSTRUCTIONS AND GENERAL CONDITIONS BID NO. 3189 Bids must be submitted on the prescribed bid forms, completed in full. All materials must be delivered in a sealed envelope with the Bid number shown on the outside of the envelope. Additional bid forms can be secured from the Purchasing Department, Mt. San Antonio Community College District, 1100 North Grand Avenue, Building 4, Walnut CA 91789. Contact: Tiffany Chen (909) 274-5514 or tchen138@mtsac.edu. The District will place a date/time stamp machine in a conspicuous location at the place designated for submittal of Bids. A bid shall be deemed submitted only if the outer envelope containing the bid has been stamped by the District s date/time stamp machine; Bids not so stamped shall be rejected and returned to the Bidder. Bids delayed in the mail and not received by the time set cannot be considered. Any bid received after the scheduled time of opening will be returned unopened to the bidder. Signing of Bid All bids must be signed by an authorized officer of the bidding company or bid may be automatically disqualified. Errors and Corrections Errors should not be erased, but may be crossed out and corrections made adjacent and initialed in ink by the person signing the bid. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. All prices are to be NET, if extended prices are called for unit price shall prevail in the event extended prices are incorrectly calculated. The College will not be responsible for errors or omissions in the Bid. Award of Bid The District reserves the right to reject any or all bids, or to waive any irregularities or informalities in any bids or the bidding. The award of the bid, if made by the Board of Trustees, will be to the lowest responsive and responsible bidder. All bids shall remain open and valid and subject to acceptance sixty (60) days after the bid opening date. Payment for all items awarded shall be made within 30 calendar days after receipt of items and invoicing, whichever is later. Separate invoices will be required for each purchase order created. Bid No. 3189 Page 5 of 11
Withdrawal of Bids Any bidder may withdraw his bid either personally or by written request at any time prior to the scheduled closing time for receipt of bids. Examination of Bid Documents Each bidder shall fully acquaint himself with the terms of the complete contract as defined herein. The submission of a bid shall be taken as prima facie evidence of compliance with this section. Interpretation of Bid Documents If any bidder finds discrepancies in, or omissions from the bid documents, he or she may submit to the District Purchasing Department written request for clarification, on or before March 13, 2018 at 2:00 pm, and the response thereto will be issued to all bidders via a formal Addendum. The District will not be responsible for oral interpretations. All addenda issued during the time of bidding shall be incorporated into the bid. Substitutions Manufacturer Brand Names and specifications are set forth herein to match and integrate with existing equipment in use at the college and is not intended to preclude any vendor from responding. No substitutions or deviations will be accepted. Taxes A. Do not include CALIFORNIA STATE SALES OR USE TAX. Said tax will be added and paid by the College where applicable. B. Do not include FEDERAL EXCISE TAX. The College is not subject to it. An exemption certificate will be furnished upon request. Delivery Terms The bidder shall deliver all items on which bids are accepted to the location specified in the bid documents. All costs for delivery, drayage, freight, or packing are to be borne by the bidder unless otherwise specified. Time of Delivery Time is of the essence on delivery of materials and services unless otherwise specified in writing in the Special Conditions. Delivery dates must be stated in definite terms. If time varies on different items, bidder shall so state on his bid. Bid No. 3189 Page 6 of 11
Place of Delivery Delivery hours are 8 A.M. to Noon and 1 P.M. to 4 P.M., Monday through Friday. Deliveries other than during these hours may be rejected. Unless otherwise specified, delivery must be made to the Receiving Department located in Building 48, Entrance F at Temple Avenue and Bonita Drive, Walnut, California. Note: During the summer months, the warehouse will be open Monday through Thursday only. Intellectual Property Hold Harmless The bidder shall hold the Mt. San Antonio Community College District, its officers, agents, servants and employees harmless from liability of any nature or kind on account of use of any copyrighted on un-copyrighted compositions, trade secret, patented or unpatented invention, article or appliance furnished or used under this bid. Failure to Bid If you do not bid, return the Bid Form and state the reason. Otherwise, your name may be removed from our mailing list. Rejection of Bid The District may reject any bid that contains any material variation or exception to the bid specifications identified herein. The District s determination of materiality shall be final. Remedies Should a bidder be awarded a contract to supply materials or perform services and breaks the same, the District may in its sole discretion purchase said materials or acquire said services on the open market without competitive bid and charge contractor with the difference between the bid price and purchase price for the material or services. This remedy is not exclusive and shall not operate to prejudice any other remedies, which the District may have in law or equity. Anti-Discrimination It is the policy of the Board of Trustees that in connection with all services performed for the Mt. San Antonio Community College District there be no discrimination against any prospective or active employee engaged in the work because of race, color ancestry, national origin, religious creed, sex, age or marital status, and therefore, the bidder agrees to comply with applicable Federal and California law including, but not limited to, the California Fair Employment and Housing Act (Gov. Code Sec. 12900-12993). Bid No. 3189 Page 7 of 11
Evidence of Responsibility Upon the request of the District, a bidder whose bid is under consideration for the award of the contract shall submit promptly satisfactory evidence of his financial resources, his experience, and the organization and equipment available for the performance of the contract. Conformity to Law The successful bidder shall conform to all federal and state laws, including all requirements of CAL/OSHA and the Federal Consumers Products Safety Act, and to all local ordinances and regulations covering equipment and/or services on this bid. Termination District may terminate this Contract upon thirty (30) days notice without cause and Contractor shall be entitled to compensation for work adequately performed up to the date of termination based on District s satisfactory acceptance. District may terminate immediately upon default and may withhold from payments due on this contract the amount necessary to complete the work as scheduled. Warranty The manufacturer s standard warranty shall apply. Manufacturer warranties are activated upon sign-off by an authorized district representative. Contractor shall diligently and carefully perform all work required hereunder in a good and workmanlike manner according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession, and shall furnish all labor, supervision, materials, equipment, and supplies necessary. Force Majeure Neither party to this Agreement will be liable to the other for any failure or delay in performance under this Agreement due to circumstances beyond its reasonable control including without limitation, Acts of God, accident, labor disruption, acts, omissions and defaults of third parties, and official, governmental and judicial action not the fault of the party failing or delaying in performance. Indemnification General Each party hereto shall be solely responsible for, and shall indemnify and hold the other party free and harmless from, any and all claims, damages, costs or lawsuits (including reasonable attorneys fees), relating to bodily injury or tangible property damage arising out of the intentional or negligent act or omission of such Party or its employees, agents or contractors. Bid No. 3189 Page 8 of 11
Licensing and Regulations Contractor agrees with all requirements of agencies having jurisdiction over hazardous materials and waste in compliance to County and State regulations. The Contractor agrees to comply with all licensing procedures and reporting requirements, which may exist at the time of award and in the future. Invoice and Payment Invoices shall be submitted to the Mt. San Antonio Community College District Accounts Payable Department with the following information: Purchase Order number, itemized description, quantity, and unit price with extended totals. The District will pay Net 30 days or other terms agreed on accepted bid. Contract Documents The complete contract shall include the following documents: a. Notice Inviting Bids b. Certificate of Liability Insurance c. Specifications d. General Conditions and Instructions e. Vendor Statement Any of these documents shall be interpreted to include all the provisions of the other documents as though fully set out therein DO NOT INCLUDE SALES TAX. SAID TAX WILL BE ADDED BY THE COLLEGE IF APPLICABLE. TOTAL AMOUNT OF EQUIPMENT: INSTALLATION (LABOR) COSTS: MISC COSTS (Bond fees, dumpster, etc.) GRAND TOTAL AMOUNT: $ $ $ $ Bidders shall include sufficient nomenclature with the bid for the item or items bid for evaluation by the College to ensure compliance with specifications. Bid No. 3189 Page 9 of 11
Vendor Statement Purchase of Refurbished Central Plant Cooling Tower Bid No. 3189 Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment (including all applicable taxes and transportation costs) and to provide all services necessary to complete in a workmanlike manner all of the Work and other obligations required by the contract documents for the sum of: Bid Amount: $ We (I) hereby agree to furnish the above articles and/or service at the prices and terms stated. Authorized Signature: Date: Name / Title: Company Name: Company Address: Company Phone/Fax: Company Email: Prices quoted must be firm prices as set forth herein. Bidder shall specify anticipated delivery time as the number of calendar days after receipt of order (ARO). Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates and is inclusive of, all items or other matters contained in Bid Addenda (if applicable) issued by or on behalf of the District Addenda Nos. received, acknowledged and incorporated in this Bid Proposal. ( ) initial. Bid No. 3189 Page 10 of 11