The Hotel Roanoke & Conference Center Invitation for Bid

Similar documents
Front Porch Roof Replacement Scope of Work

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID (ITB)

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

INSTRUCTIONS TO BIDDERS

Mold Remediation and Clean Up of Central High School

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

Request for Bid #1667 (RFB) CONCRETE SERVICES

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

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

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Quotation

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

TOWN OF LINCOLN GENERAL SPECIFICATIONS

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

Request for Proposals for Agent of Record/Insurance Broker Services

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Transurban Standard Terms and Conditions

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

INFORMATION FOR BIDDERS

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Request for Proposal Public Warning Siren System April 8, 2014

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Bids must be received before 2:00 pm on October 23, 2018 and will be opened in the Purchasing Department, 3rd floor City Hall.

COUNTY OF CAROLINE, VIRGINIA

COUNTY OF COLE JEFFERSON CITY, MISSOURI

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

REQUEST FOR SEALED BID PROPOSAL

Request for Quotation

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

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

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) December 2, 2016

REQUEST FOR SEALED BID PROPOSAL

DARLINGTON COUNTY HVAC MAINTENANCE INVITATION FOR BID (IFB)

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

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

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

MUST SUBMIT THIS PAGE WITH PROPOSAL

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

2018 Recreation Center Dectron Unit - R22 Refrigerant

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Botetourt County Public Schools

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) March 15, 2018

REQUEST FOR SEALED BID PROPOSAL

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

Town of Whitby Terms and Conditions

REQUEST FOR SEALED BID PROPOSAL

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

HEATING AND COOLING SYSTEM MAINTENANCE

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

REQUEST FOR SEALED BID PROPOSAL

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

CITY OF WILLCOX RETAIL FUEL BID

No late bids will be considered.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

Page of 5 PURCHASE AGREEMENT

MOBILE LAPTOP CHARGING CARTS BID: # BOE

REQUEST FOR BIDS. MCC HVAC Replacement Units

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

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

REQUEST FOR SEALED BID PROPOSAL

Transcription:

The Hotel Roanoke & Conference Center Invitation for Bid Date: September 27, 2017 Bid Name: IFB-18-12 Rebuild Chiller #2 Legal Name of Bidder: Bid Opening Date: Wednesday, November 15, 2017 Bid Opening Time: 2:00 p.m. Mailing Address: Terms: Phone: Fax: E-mail: Acknowledge each addendum received: # Date # Date Printed name and title of authorized person submitting Bid: # Date Signature: Issued by: The Hotel Roanoke & Conference Center 110 Shenandoah Ave. NE Roanoke, VA 24016 Date: Randy Conner, Director of Engineering Phone: 540-853-8258 Fax: 540-853-8798 Email: RConner@HotelRoanoke.com This Invitation for Bid consists of these parts: 1. All Sections of the Invitation for Bid. 2. Bid form (Attachment A). 1

The Hotel Roanoke & Conference Center INVITATION FOR BID NO. 18-12 Rebuild Chiller #2 SECTION 1. PURPOSE. The purpose of this Invitation for Bid (IFB) is the procurement of Rebuilding Chiller #2 The Hotel Roanoke & Conference Center (Hotel) invites any qualified Bidder to respond to this IFB by submitting a Bid for such work, service, and/or items consistent with the terms and conditions herein set forth. The Hotel will review each bid and may elect to issue separate awards to the lowest responsive and responsible Bidder(s) for such goods or services. SECTION 2. GENERAL INSTRUCTIONS TO BIDDERS. A. Bids, to be considered, must be received by Director of Finance, The Hotel Roanoke & Conference Center, 110 Shenandoah Ave, Roanoke, VA 24016, at or before 2:00 p.m., local time, on Wednesday, November 15, 2017, at which time all Bids received will be opened and read. Bids received after 2:00 p.m. will not be accepted or considered. The IFB and related documents may be obtained by emailing Randy Conner, Director of Engineering, at RConner@Hotelroanoke.com. B. The bid envelope shall be clearly marked on the front of that envelope with the notation and completed information as follows: Bid Name IFB 18-12 Rebuild Chiller #2. Opening date: November 15, 2017 C. Payment terms and delivery date(s) must be shown on the submitted Bid, if applicable. D. All Bids are to be submitted in accordance with all terms, conditions, rules, regulations, requirements and specifications identified in and by this IFB. E. Bids are to be on the Form as provided with or as otherwise specified in this IFB. If a Bid Form is provided, no changes are to be made to the Bid Form. Any changes to Bid amounts must be initialed. F. All Bids shall be signed by a person on behalf of the responding Bidder who is appropriately authorized to do so. The printed name of that authorized person should be shown as well. Any Bid submitted should be in the complete legal name of the Bidder responding. No Bid will be considered from any Bidder not properly licensed as may be required by law. G. Bids that have been appropriately opened cannot be changed, adjusted, corrected or modified in any way other than complete withdrawal. Withdrawal must be requested within two days of the Bid opening by delivering, in writing, to the Hotel. 2

H. All Bids, appropriately received, will be evaluated by considering the requirements set forth in the IFB, the quality, workmanship, economy of operation, suitability for intended purpose, delivery, payment terms and price of product or service being requested in this Bid. I. Bids are to be submitted on the type, brand, make, and/or kind of product and/or service requested or its approved equal, to be solely determined by the Hotel, unless otherwise specified. Should a Bid be for a product and/or service as an equal, the name, make, model and type of that which is being Bid must be clearly stated. The Bid must also be accompanied by descriptive literature of the product to allow for evaluation. Failure to provide this information may result in the Bid being considered non-responsive and may not be considered. J. All items, identified in this IFB, are to be quoted and provided completely assembled or put together and set in place. K. The Hotel reserves the right to cancel this IFB or reject any or all Bids, to waive any informalities in any Bid and to purchase any whole or part or quantity of the items and/ or services listed in the IFB. L. Each Bidder is to notify in writing the Engineering Department if any of Bidder s owners, officers, employees, or agents, or their immediate family members, is currently or has been in the past year, an employee of the Hotel or has any responsibility or authority with the Hotel that might affect the procurement transaction or any claim resulting therefrom. If so, please provide the Engineering Department with the complete name of each such person and their connection to the Hotel. Each Bidder is advised that the Ethics in Public Contracting and Conflicts of Interests Act of the Code of Virginia, as set forth in this IFB, apply to this IFB. Such information should be provided in writing with the Bid response. M. Each Bidder is required to determine which license, if any, it is required to have under VA Code Sections 54.1-1100 et seq. Each Bidder shall so state on the Bid Form, or in its response, if no Bid Form is provided, whether it has a VA license under such sections and, if so, the type of license and/or license number. Failure to include this information may result in the Bid being rejected as non-responsive. N. The Hotel may request additional information, clarification, or presentations from any of the Bidders after review of the Bids received. O. The Hotel is not liable for any costs incurred by any Bidder in connection with this IFB or any response by any Bidder to this IFB. The expenses incurred by a Bidder in the preparation, submission, and presentation of the Bid are the sole responsibility of the Bidder and may not be charged to the Hotel P. General and/or technical questions regarding the Scope of Services and/or items required, or procurement questions under this IFB must be directed in writing to Randy Conner, Director of Engineering, via email at RConner@HotelRoanoke.com. SECTION 3. MISCELLANEOUS. A. Ownership of all data, materials, and documentation originated and prepared for the Hotel pursuant to the IFB shall belong exclusively to the Hotel. 3

B. Any interpretation, correction, or change of the IFB will be made by an addendum. Interpretations, corrections or changes of this IFB made in any other manner will not be binding and Bidders must not rely upon such interpretations, corrections, or changes. The Hotel Engineering Department will issue Addenda. Addenda will be faxed, e-mailed or mailed to all who are listed as having received the IFB package. C. The Hotel may make investigations to determine the ability of the Bidder to perform the work and/or provide the services and/or items as described in this IFB. The Hotel reserves the right to reject any Bid if the Bidder fails to satisfy the Hotel that it is qualified to carry out the obligations and requirements requested in this IFB. D. The Successful Bidder must comply with the nondiscrimination provisions of Virginia Code Section 2.2-4311, and drug-free workplace provisions of Virginia Code Section 2.2-4312, which are incorporated herein by reference. E. It is the policy of the Hotel to maximize participation by minority and women owned and small business enterprises in all aspects of Hotel contracting opportunities. F. The Successful Bidder shall comply with all applicable City, State, and Federal laws, codes, provisions, and regulations. The successful Bidder shall not during the performance of any resultant contract knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986. G. Contractor shall comply with the provisions of Virginia Code Section 2.2-4311.2, as amended, which provides that 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 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Contractor must supply Owner with its Virginia State Corporation Commission identification number or explain in writing why it has no such number. H. Providers of any outside services and/or items shall be subject to the same conditions and requirements as the Successful Bidder in regards to laws, codes, or regulation compliance. The Hotel reserves the right of approval for any subcontract work, including the costs thereof. SECTION 4. EVALUATION FOR LOWEST RESPONSIVE AND RESPONSIBLE BIDDER. To determine the lowest responsive and responsible Bidder with respect to this Bid, the following factors, among such others as will protect and preserve the interest of the Hotel may be considered: A. Total extended Bid price as set forth on the Bid Form; B. The specified terms and discounts, if any, of the Bid; C. The ability, capacity and skill of the Bidder to perform the contract and/or provide the services and/or items required promptly, or within the time specified, without delay or interference; D. The character, integrity, reputation, judgment, experience and efficiency of the Bidder; E. The quality of performance on previous contracts or services; F. The previous and existing compliance by the Bidder with laws and ordinances relating to other contracts, purchase orders, items and/or services provided by Bidder in other matters; G. The equipment and facilities available to the Bidder to perform the Contract and/or provide the services and/or items requested in the IFB; 4

H. The sufficiency of the financial resources and ability of the Bidder to perform the Contract and/or provide the services and/or items requested in the IFB; I. The quality, availability, and adaptability of the supplies, materials, equipment and/or services the Bidder can provide for the particular use and/or work requested in the IFB; J. The ability of the Bidder to provide future maintenance, parts, and service for the items requested in the IFB. SECTION 5. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE. Successful Bidder, and any of its subcontractors, shall, at its sole expense, obtain and maintain during the life of the resulting Contract the insurance policies and/or bonds required. Any required insurance policies and/or bonds shall be effective prior to the beginning of any work or other performance by successful Bidder, or any of its subcontractors, under any resultant Contract. All such insurance shall be primary and noncontributory to any insurance or self-insurance the Hotel may have. The policies and coverages required are those as may be referred to in the sample contract and/or the terms and conditions attached to this IFB, but shall include workers compensation coverage regardless of the number of employees, unless otherwise approved by the Hotel. SECTION 6. NEGOTIATIONS WITH LOWEST RESPONSIVE AND RESPONSIBLE BIDDER. If the Bid by the lowest responsive and responsible Bidder exceeds available funds, the Hotel reserves the right to negotiate with the apparent low Bidder. The conditions and procedures under which such negotiation may be undertaken are that the appropriate Hotel officials shall determine that the lowest responsive and responsible Bid exceeds available funds and notify such Bidder of its desire to negotiate. Thereafter, negotiations with the apparent low Bidder may be held to obtain a contract within available funds involving discussions of reduction of quantity, quality, or other cost saving mechanisms. Any such negotiated contract shall be subject to final approval of the Hotel, in the sole discretion of the Hotel. SECTION 7. HOLD HARMLESS AND INDEMNITY. Successful Bidder shall indemnify and hold harmless the Hotel and its officers, agents, owners, and employees against any and all liability, losses, damages, claims, causes of action, suits of any nature, costs, and expenses, including reasonable attorney s fees, resulting from or arising out of Successful Bidder s or its employees, agents, or subcontractors actions, activities, or omissions, negligent or otherwise, on or near Hotel s property or arising in any way out of or resulting from any of the work or items to be provided under the Contract, and this includes, without limitation, any fines or penalties, violations of federal, state, or local laws or regulations, personal injury, wrongful death, or property damage claims or suits. Successful Bidder agrees to and shall protect, indemnify, and hold harmless all the parties referred to above from any and all demands for fees, claims, suits, actions, causes of action, settlement or judgments based on the alleged or actual infringement or violation of any copyright, trademark, patent, invention, article, arrangement, or other apparatus that may be used in the performance of the Contract. SECTION 8. PAYMENT FOR SERVICES. Payment(s) to the Successful Bidder shall be made in accordance with the provisions of the resultant Contract or purchase order, subject to final approval by the Hotel. 5

ATTACHMENT A to IFB # 18-12 Rebuild Chiller #2 BID FORM Grand Total excluding taxes $ Bids containing any conditions, omissions, unexplained erasures, alterations or items not called for in the bid, or irregularities of any kind, may be rejected by the Hotel as being nonresponsive. No changes are to be made to the Bid Form. Any changes to a Bid Amount must be initialed by the person signing the Bid Form. The undersigned hereby agrees, if this Bid is accepted by the Hotel, to provide the services and/or items in accordance with this Invitation for Bid and to execute a contract for such services and/or items. Legal Name of Bidder Company Date Authorized Signature Print or Type Name and Title 6

Hotel Roanoke 18-12Chiller Number 2 Overhaul Scope of Work Remove heads, brush tubes on evaporator and condenser. Eddy Current Test to be performed on Evaporator and condenser tubes to determine if any tubes shall be replaced or plugged. The test must be performed by an independent third party using a computer based eddy current test instrument and procedure meeting ASTM Standards E243, E426 an E571. The technician must have supporting documentation showing that he is qualified to perform the test. A detailed test report must be submitted from testing facility. Recover refrigerant and oil, record amount of refrigerant recovered. Send refrigerant and oil sample to a qualified independent ARI CERTIFIED lab to be tested for purity, moisture, acid, and oil and non-condensable. A detailed report must be presented once the test are complete. Set up rigging and disassemble machine. Motor to be tested by a motor shop having experience with HERMETIC centrifugal motors. The motor must be tested using a motor analyzer, to determine the condition of the windings and rotor bar condition. A full report must follow with any recommendations needed. Rebuild first stage vane assembly, using new bearings and fasteners. Rebuild vane and shroud assembly using new bearings and fasteners. Replace oil pump, oil pump motor, oil heater, filter and two oil level sight glasses. Evaluate oil cooler to make recommendations to owner representative. Replace first stage tang operator with new improved unit. Measure shaft runout. Replace all motor bearings. Replace motor terminal studs and O rings. Replace all gaskets, O rings and seals. Replace purge refrigerant filter. Remove existing and install new 5 retrofit economizer flange upgrade kit. Individually test each tube on condenser and evaporator. One end of tube shall be plugged and pull a vacuum on the opposite end of the tube using a handheld vacuum tool, you then must monitor the gauge, document any vacuum loss, and mark the tube. Reassemble the machine per manufacturer s requirements. Pressurize the machine with nitrogen up to 10 Psi and allow to stand for 48 hours. The machine must hold at 10 psi for this time period. If the pressure drops, the leak must be found, repaired and then another standing pressure test must be performed, this procedure must be repeated until it hold 10 psi for 48 hours. Provide and install fresh Trane OEM Refrigerant oil. Evacuate the machine down to 500 microns and valve off machine. Wait for 12 hours, if the rise in vacuum is less than 500 microns in 12 hours, then you can charge the machine. Charge machine with recovered refrigerant.

Hotel Roanoke 18-12Chiller Number 2 Overhaul Scope of Work Replace contacts on four of four motor contactors. Start machine, check operation, log machine. Check for smooth quiet operation, check motor current, motor temperature, voltage. Check approach, temperature drop across evaporator, temperature rise across condenser. Check for proper startup and shut down sequence. Remove all rigging, tools and clean-up work area. All parts shall be Trane OEM. Repair damaged insulation and touch up paint. Complete three (3) year warranty to be provided on entire chiller, excluding controls.