Notice of Request for Bids (RFB) RFB , 115 KV Transformer Replacement. Addendum #2. Released: 12/21/2010

Similar documents
Notice of Request for Bids (RFB) RFB , 115 KVA Transformer Replacement

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

2:00 P.M., Austin time, on Thursday, March 23, 2017

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

QUESTION and ANSWER (Posted 01/29/2016)

INSTRUCTIONS TO BIDDERS

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

City of Fulton, Missouri INVITATION FOR BID

TO: ALL BIDDERS RE: CAMPUS SECURITY SERVICES FOR CERRO COSO COMMUNITY COLLEGE

INFORMATION FOR BIDDERS

REQUEST FOR QUOTATION

RFP # Unarmed Security Guard Services. Addendum #1 Date issued and released, March 9, 2018

Replace Chiller System RFP 2018 Q&A

ADDENDUM #2 (Issued Thursday, June 27, 2013)

2. Bidder shall notify Buyer if a former employee of Buyer is representing Bidder in connection with its proposal or any resulting order.

at National Grid's Investment Recovery Center 4651 Crossroads Park Drive Liverpool NY Bid Deadline 5:00 pm EST Friday, Dec. 7, 2012.

SAN DIEGO CONVENTION CENTER CORPORATION

Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Section 4. Bidding Forms

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

GENERAL DEMOLITION CONTRACTOR REQUIREMENTS FOR. [Date[ Bids Due 4:00 p.m.,, 20

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

Section III: Returnable Bidding Forms

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.


Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

REQUEST FOR BIDS MINOR REPAIRS

City of Blue Springs. Parks and Recreation Department. Request for Proposals Fireworks Display for July 4 th

GENERAL CONDITIONS. The award will be made in accordance with Section of the South Carolina Consolidated Procurement Code.

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

Town of Waldoboro Public Works Department REQUEST FOR BIDS

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Notice Type: Request for Proposal

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306.

Texas A&M University - Procurement Services

**BID NO: 3819 Service Contract - Electrical. UN-Priced Solicitation Due: On or before, Wednesday, May 23, 2018 at 4:30 p.m.

REQUEST FOR QUOTATION

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Cherokee Nation

Section I: Invitation for Sealed Quotation

Lisa Alderson, Contracts and Procurement Supervisor

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

All equipment will be assembled and installed by the Supplier and or Contractor.

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

Request for Quotation Page One

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

REQUEST FOR BIDS MODERNIZATION

Cherokee Nation

ADDENDUM NO. 01 REQUEST FOR PROPOSALS NO CONSTRUCTION MANAGER AT RISK (CMAR)- CNG FUELING INFRASTRUCTURE UPGRADES

INVITATION TO BID 285(Rev 7/94) PAGE :

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

Federal Acquisition Regulation: Small Business Subcontracting Improvements

FORMAL INVITATION FOR BEST VALUE BID (BVB) THREE YEAR CONTRACT FOR SECURITY SERVICES ADDENDUM 4

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

SAN FRANCISCO BAY AREA WATER EMERGENCY TRANSPORTATION AUTHORITY. Two New 400-Passenger, 27-Knot, Passenger Only Ferries Replacement Vessels

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public

Specification Standards for University of Washington Section

SAN ANTONIO WATER SYSTEM WATER AND/OR SANITARY SEWER CONSTRUCTION ADDITIONS TO THE GENERAL CONDITIONS FOR BEXAR COUNTY CDBG FUNDED PROJECTS

REQUEST FOR QUOTATION

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

REQUEST FOR BIDS MINOR REPAIRS

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

The Hotel Roanoke & Conference Center Invitation for Bid

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

REQUEST FOR BIDS RENOVATION

Instructions to Bidders Page 1

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

PORT OF EVERETT SECTION Insert Project Name in CAPS

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

INSTRUCTIONS TO BIDDERS

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

QUESTIONS AND ANSWERS FOR MEDICAL TRANSCRIPTION SERVICES FOR VARIOUS PSYCHIATRIC HOSPITALS 06-X T-1512

Request for Bid. For. District VMWare Enterprise Licensing

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

NOTICE OF INVITATION FOR BID

Suite 300 Tenant Improvement

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

INSTRUCTIONS TO BIDDERS

SURPLUS PROPERTY SALE. Yes No Grand Total: $

Standard Bid Terms Table of Contents

Request for Quotation Page One

Transcription:

Notice of Request for Bids (RFB) RFB 10-11-26, 115 KV Transformer Replacement Addendum #2 Released: 12/21/2010 Page 1 of 6

The purpose of this Addendum is to: 1. Respond to Questions posted on BidSync.com 2. Provide Approved Equal Manufacturers 3. Q/A period related to Addendum #2. PART 1, Responses to Questions posted on BidSync.com: Q2: Page 42 Item 13 the Standard Terms and Conditions as well as pages 44 through 46 talk about the Insurance requirements. It is the intention of the contractor to contract the uploading as well as the assembly dress-out and test of the new transformer. Is it acceptable as long as the subcontractor who will be doing all the physical labor, has all the applicable Insurance? A2: It is acceptable for the Prime Contractor to subcontract this work. Insurance can be done in 2 ways: 1. Prime provides Insurance Certificate naming City as additionally insured, or 2. Subcontractor provides Insurance Certificate naming City as additionally insured. In either case, the Certificate of Insurance must show that required coverage(s) as specified in RFB Attachment 6, Insurance Requirements, are provided. Q3-A: Page 12, Item 2.3 states The removal and disassembly will be done by the City and moved off site. In addition the specification (Attachment 1, Section 2.3.1) states: The contractor may submit a salvage quotation in the form of a deduct on Attachment 2, Bid Pricing Form. How will the admission or inclusion of the Salvage discount be evaluated? A3A: A salvage deduct will be subtracted from the Sub-Total (Attachment 2, Bid Pricing Form, Line 3) price of the new transformer to determine the low bid price for Part 1, Base Bid, Replacement Transformer. Q3-B: When will the successful bidder have access to the failed transformer for salvage? A3-B: The successful bidder will have access to the existing (failed) transformer immediately after the Purchase Order is issued. Q4-A: How will the Base Bid be evaluated compared to the Option 1 Price? A4-A: Option 1 will be considered by the City, in its sole discretion, if there is a demonstrable cost advantage to the City over the cost of a new transformer. Q4-B: What are the Load, No-load and Auxiliary losses of the existing transformer? A4-B: We do not have the original factory test report or other documentation that can provide the information requested. Page 2 of 6

Q4-C: Is Option 1 required to maintain these loss numbers? A4-C: No. Since there is no documentation regarding OEM loss information, there is no method by which the City can determine the feasibility of maintaining the loss levels. Q5: There is no mention of a delivery requirement. Will delivery be evaluated? A5: Delivery, Installation and Commissioning for the Base Bid Replacement Transformer and Option 1 are requested to be completed on or before May 1, 2011. Please include delivery lead time on the revised Attachment 2, Bid Pricing Form, in the location provided. A soft copy of the revised form will be posted on BidSync.com at the same time this addendum is posted. Q6: Is it possible to site the jobsite before the bid? A6: Unfortunately no. Staff availability is an issue prior to the now established closing date of the Bid because of the holiday period where the City closes its offices between December 23, 2010 and January 4, 2011. Q7-A: Is an extension of a week possible for the proposal? A7-A: Yes. Closing date for the Bid has been extended to January 11, 2011 as a result of Addendum #1. Q7-B: Is there a chance to have the deadline of the pre-qualification extended? A7-B: Yes. The period to provide approved equals submissions (pre-qualification) was extended to 12/20/2010 as a result of Addendum #1. Q8: Since this is a replacement of an old unit, in order for us to meet the dimensions required by specification, we would like to provide a UZE tap changer instead of the RMV II. Otherwise we have to provide a series transformer and preventive auto with RMV LTC since the current is above 3000 amps. A8: No. The Plant standard is the RMV LTC. Q9-A: Are there any other dimensional restrictions on the unit other than the footprint and height? A9-A: No. In accordance with Attachment 1, Specifications and Requirements, Section 3.5, sub-section 3.5.2.1, Contractor is responsible for any modifications of the existing pad/foundation to accommodate the installation of the new transformer, if required. Page 3 of 6

Q9-B: Is the ABB UZE tap changer considered an Approved Equal to the Reinhausen RMV-II specified? A9-B: No, it is not. See Question 8 above. PART 2, Submission of Approved Equals Reqeuests: The following Contractors submitted a request for Approved Equals, and provide all relevant documentation and information necessary to make a determination. All three (3) have been approved to participate in the RFB process. 1. CG Power Systems, USA, Inc, Washington, MO 2. Fortune Electric Company, San Ramon, CA 3. Tubos Trans Electric, Cordoba Argentina PART 3, Question and Answer Period related to Addendum #2: The City will accept questions specific to items addressed in this Addendum until 5:00 PM, Wednesday, December 22, 2010. E-mail questions to: gordon.johnson@sanjoseca.gov Only E- mail questions will be responded to. Responses will be provided on or before 5:00 PM on Thursday, December 23, 2010. Page 4 of 6

ATTACHMENT 2 Bid Pricing Form (Revised) INSTRUCTIONS: 1. No Bid will be accepted unless the Manufacturer has been listed in Attachment 1, or has been pre-approved by the City through the Approved Equal process in RFB Section 6.5. 2. There are 2 parts to the bid form. Part 1 is for the replacement of an existing 115 KV Transformer (failed) currently located on the Plant grounds. 3. Part 1 contains a provision for the purchase of salvage rights of the existing transformer. The salvage rights are to be expressed in dollars, and represent a discount off the Bid Price. The salvage allowance will be deducted from the bid price to determine the low bidder. 4. Part 2 is for the Repair/Refurbishment, delivery and re-commissioning of the existing Transformer. 5. Bidders must provide pricing for each of the elements presented on the Bid Pricing Form. If an element is included at no additional cost, use $0.00 for the unit price and write or type in Included at the end of the Description. Example: (Included) 6. Do not add Sales Tax to the prices bid. The City will work with the low bidder to determine the appropriate sales tax application. Sales tax will be added to the Purchase Order. 7. Consideration for local and small business preference and acceptable cash discounts will be applied to the base bid (after salvage allowance deduction) to determine the apparent low bidder. 8. Only prices that appear on Bid Pricing Form provided in the RFB will be considered. No other pages with prices, no attached price lists (except those requested) and no catalogue prices will be considered. 9. Prices shall remain firm for 1 year after the closing date. Future purchase prices will be based on the current (at the time of sale) manufacturers price, minus the discount identified on the Bid Pricing Form. This discount rate may not change for future purchases. Attachment 2, Bid Pricing Form (Revised), Released 12/21/2010 Page 5 of 6

BID PRICING FORM (Revised) Bidding Company Name: LIST LESS % PART 1, BASE BID, REPLACEMENT TRANSFORMER QUANTITY PRICE DISCOUNT 115 KV Transformer Per Attachment 1, Part I UNIT PRICE EXTENDED PRICE 1 Manufacturer, Model # and Description: 1 EA $ % $ $ 2 Shipping, Assembly, Test and Commissioning at WPCP 1 LOT $ $ 3 Sub-Total: 4 Salvage Discount: $< > 5 Delivery Lead Time is Weeks After Receipt of Order (ARO) Part 1 Grand Total: $ 6 PART 2, REPAIR/REFURBISH EXISTING 115 KV TRANSFORMER (Option 1) 7 Disassemble on site and prep for transport (including proper disposal of all oil(s) and all other debris created during prep) QUANTITY/ UoM 1/Lot $ EXTENDED PRICE 8 Transportation to Repair Facility 1/Lot $ 9 Untank, Inspection and Troubleshooting 1/Lot $ 10 Rewinding 1/Lot $ 11 Tap Changer 1/Lot $ 12 Repair/Refurbish, Factory Test and Prepare for Transport to Plant 1/Lot $ 13 Transportation to Plant 1/Lot $ 14 Onsite assembly, testing and commissioning 1/Lot $ 15 Delivery Lead Time is Weeks After Receipt of Order (ARO) Part 2 (Option 1) Grand Total: $ Signature: Title: Name: Date: Attachment 2, Bid Pricing Form (Revised), Released 12/21/2010 Page 6 of 6