REQUEST FOR SEALED BID PROPOSAL

Similar documents
REQUEST FOR SEALED BID PROPOSAL

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

Demolition of Water Ground Storage Tanks

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

HARLAN MUNICIPAL UTILITIES

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

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

BIDDING AND CONSTRUCTION STANDARDS

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Town of Waldoboro Public Works Department REQUEST FOR BIDS

2015 HELLWINKEL CHANNEL PROJECT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Project Manual. For Glenloch Splash Pad And Pool Renovations

BID DOCUMENTS FOR. WTP VFD Replacement Bid

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

Glenn Road US 36 to Mill Run Crossing Improvements Delaware, Ohio Bid Number 06-15

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

City of Detroit Detroit, Oregon

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

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

Snow Removal Services Request for Proposals December 1, April 30, 2019

INSTRUCTIONS TO BIDDERS

B. The Bid is made in compliance with the Bidding Documents.

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

PROPOSAL REQUIREMENTS AND CONDITIONS

SECTION NOTICE TO BIDDERS

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

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

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

MUST SUBMIT THIS PAGE WITH PROPOSAL

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

AIA Document A701 TM 1997

Request for Bid/Proposal

INSTRUCTIONS TO BIDDERS

Finance & Technology Administrator (815) ext 223

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

SECTION INVITATION TO BID. The Village Council, Village of Palm Springs, Florida, will receive sealed bids for: BID NO.

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR. Underground Electric System Facilities Locating and Marking Services

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

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

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

INVITATION FOR BID. Fumigation

CONTRACT PROPOSAL AND SPECIFICATIONS

PROJECT MANUAL VILLAGE EAST NEIGHBORHOOD PARK GUIDELINES AND STANDARDS FOR CONSTRUCTION WINDSOR, COLORADO

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Holt Public School District 5780 W. Holt Rd Holt MI

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

OIL / WATER SEPARATOR Fire Substation th Avenue

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

1. ADVERTISEMENT FOR BIDS... AB-1 2. INSTRUCTIONS TO BIDDERS... IB-1 3. BID FORM... BF-1 4. AGREEMENT... AG-1 6. GENERAL CONDITIONS...

BID DOCUMENTS & SPECIFICATIONS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

CITY OF ROMULUS CHAPTER 39: PURCHASING

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

INVITATION TO BID BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA HIGHWAY 98 MEDIAN AND RIGHT OF WAY MAINTENANCE BID NO.

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

construction plans must be approved for construction by the City PBZ department.

REQUEST FOR BIDS. MCC HVAC Replacement Units

St. Charles City County Library District

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

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

WINDOW WASHING

CITY OF CAPE CORAL INVITATION TO BID. Weir 15 Bladder & Controls Improvements ITB-UT18-41/KR

CITY OF GREENVILLE Danish Festival City

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Transcription:

REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan Ave, Saginaw, MI 48638 until 10:30A.M., on May 2 nd, 2014 for the acquisition and installation of eight (8) Variable Frequency Drives within an existing building for operation of existing Aerator Motors. Qualifications: Contractor shall have a minimum of five (5) years experience with 480 volt VFD installations and controls. To demonstrate qualifications to perform Work, each Bidder must be prepared to submit within five days of Owner s request written evidence, such as financial data, previous experience, present commitments and other such data as may be helpful in determining that the Bidder is qualified to complete the work. Each bid must contain evidence of Bidder s qualification to do business in the state where the project is located. Scope: Contractor shall purchase and install eight (8) Square-D E-Flex Variable Frequency Drive (VFD) Controllers, Model 8839-EFD-P-G-4-V-Y-A07-B08 (*Note: Model number may change slightly per Manufacturer s Harmonic Output Filter requirements). These will control the existing Aerator Motors within the Oxidation Ditches, which currently operate in an On/Off operation utilizing existing motor starters. Each VFD shall have a dedicated Output Filter and/or Line Reactor for harmonic balancing between the VFD and corresponding Aerator Motor. These shall be sized by the VFD Manufacturer based on existing conditions (See above note regarding VFD model number) and in accordance with IEEE-519-1992 Standards and Requirements. Shop drawings shall be submitted for each VFD s Harmonic Output Filter. Approximate distance between Proposed VFDs and Existing Field locations: Aerator #1: 360 ft Aerator #2: 540 ft Aerator #3: 460 ft Aerator #4: 300 ft Aerator #5: 300 ft Aerator #6: 460 ft Aerator #7: 560 ft Aerator #8: 380 ft * Contractor to verify all field conditions prior to ordering materials. The proposed VFDs shall be in NEMA1 enclosures and mounted on a Unistrut Type Rack in the control room of building #7 with four (4) VFDs on each side. This must be located in the space 1

between the existing overhead hoist and skylight/rooftop access, such that neither are obstructed from below. Currently, the aerator motors utilize capacitor banks, located adjacent to the MCC, for power factor correction. These shall be disconnected, left in place, and grounded appropriately to prevent hazardous conditions from static charge build-up. Contractor shall submit a shop drawing showing proposed grounding method. Power wiring and conduit shall be run from the existing MCC, located on the east wall, into each VFD enclosure, and then to each corresponding motor as depicted and required. Control wiring and conduit shall be run from each VFD cabinet into the existing control panel along the north wall in building #7. This conduit must be routed above the existing overhead hoist s support beam in order to not interfere with its operation. Contractor shall coordinate all control conduit and wire installations with Systems Integrator. Control I/O shall be provided by the Owner, but all conduits, wire, and terminations shall be by Contractor. Contractor shall provide a minimum ten (10) year warranty covering VFD products and materials installed. Contractor shall provide startup and training services for VFD equipment, provided by a factory authorized representative. Training services shall be a minimum of eight (8) hours. VFD startup services shall include Harmonic Compliance Testing. Results of this testing shall be documented and provided with As-Built documentation. All VFD materials shall be purchased from a local supplier and product support shall be available from a factory authorized representative with a local office within fifty (50) miles of the project site. Documentation of this requirement shall be provided along with shop drawing submittals. Contractor shall apply for and obtain all required permits and be responsible for all permit and inspection fees. The Contractor shall furnish all labor, materials and construction equipment to perform all work as shown on the Drawings and as required within these documents. The Contractor shall coordinate with the WWTP security program and shall not interfere with the day to day operations of the wastewater treatment plant. Any utility shutdowns shall be coordinated accordingly with the plant superintendent. Shutdown(s) may be required outside of normal working hours. The Contractor shall coordinate with the Owner accordingly. Shop drawings shall be provided to the Owner for review. An Operations and Maintenance (O&M) Manual and updated As-Built Documentation shall be provided in electronic and hard copies upon substantial completion of 2

the project. Two (2) hard copies of O&M Manuals and As-Built documentation shall be provided in 3-Ring Binder form. The Bidder agrees that the Work will be substantially complete on or before September 5 th, 2014 and completed and ready for final payment no later than September 19 th, 2014. 3

Insurance Requirements: The successful bidder shall carry the following insurances with a carrier authorized to do such business in the state of Michigan and prior to commencing any work shall provide the Township proof of said insurance and include Saginaw Charter Township as an additional insured. WORKERS' COMPENSATION LIMITS Part One: Compensation Statutory Part Two: Employers' Liability: Accident $ 100,000 Disease $ 100,000 Aggregate disease $ 500,000 COMMERCIAL GENERAL LIABILITY General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate Limit $1,000,000 Personal/Advertising Injury $1,000,000 Each Occurrence Limit $1,000,000 COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury-Each Occurrence Limit $ 500,000 Property Damage-Each Occurrence Limit $ 250,000 OR Combined Single Limit $1,000,000 No Fault Statutory OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY Aggregate Limit $1,000,000 Each Occurrence Limit $1,000,000 OR In lieu of the Owner s and Contractor s Protective Liability, the Contractor may provide an endorsement to their policy for a per project aggregate coverage with the following limits: Aggregate Limit $1,000,000 Each Occurrence Limit $1,000,000 (ISO form CG2503 or its equivalent) A copy of this endorsement must accompany the Certificate of Insurance, the Certificate will clearly state the additional insured requirement and the policy contains the per project aggregate endorsement. UMBRELLA or EXCESS LIABILITY $1,000,000 4

Bid Requirements: The term "Bidder" means one who submits a Bid directly to OWNER, as distinct from a subbidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. It is the responsibility of each Bidder before submitting a Bid to: To examine the Request for Proposal (RFP). To visit the site and to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. To consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. On request in advance, OWNER will provide each Bidder access to the site to conduct such explorations, examinations, investigations, studies, and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such activities. Interested bidders may contact plant superintendent, John Henning, at the SCT WWTP at 989-793-1361 to make arrangements to visit the site. The submission of a Bid will constitute an incontrovertible representation by Bidder that the Bidder has complied with every requirement of this bidding document, that without exception the Bid is premised upon performing and furnishing the Work required and the specific means, methods, techniques, and sequences. Bid Security: Each Bid must be accompanied by Bid security made payable to OWNER in an amount of five percent of the Bidder's maximum Bid price and in the form of a certified check or a Bid Bond issued by a surety. The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be forfeited. The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of the seventh day after the Effective Date of the Agreement or one day longer than Bid hold period after the Bid opening, whereupon Bid security furnished by such Bidders may be returned. Bid Form: Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. Evidence of authority to conduct business as an out-of-state corporation in the state where the Work is to be performed shall be provided. State contractor license number, if any, must also be shown. 5

Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. All names must be typed or printed below the signature. The "Legal Status of Bidder" data must be filled out and included with the Bid Form. Submission of Bids: Bids shall be submitted at the time and place indicated and shall be enclosed in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. Faxed bids shall not be accepted. Included with the bid, the Bidder shall provide a 5% bid security in the form of Bid Bond or Certified Check. Modification and Withdrawal of Bids: Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. If, within twenty-four hours after Bids are opened, any Bidder files a duly signed, written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. Opening of Bids: Bids will be opened and (unless obviously non-responsive) read aloud publicly at the place indicated. An abstract of the amounts of the Bids will be made available to Bidders after the opening of Bids. All bids will remain subject to acceptance for 60 days after the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid prior to that date. Award of Contract: OWNER reserves the right to reject any and all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. OWNER also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. 6

In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and other data, as may be requested prior to the Notice of Award. OWNER may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Bid Form. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work to OWNER's satisfaction within the prescribed time. If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. If the contract is to be awarded, OWNER will notify the Successful Bidder during the Bid hold period. The OWNER reserves the right to waive any informality in any bid, to reject any or all bids, or accept any bid which is considered most favorable to the OWNER. Contract Security and Insurance: Performance and Payment Bonds and Insurances shall be provided using EJCDC C-610 and EJCDC C-615 documents. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by the required performance and payment Bonds and Insurance papers. 7

BID FORM The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER to perform and furnish all Work as indicated in RFP for the Bid Price and within the Bid Times indicated in this Bid. BIDDER accepts all of the terms and conditions included in this RFP. This Bid will remain subject to acceptance during the Bid hold period. BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award. Bidder will complete the Work in accordance with the Contract Documents for the following lump sum amount of $. Dated and signed at State of this day of 20 Name of Bidder: : Its: (Authorized Officer's Name) (Officer's Title) Business Address: (Zip Code) Telephone Number: ( ) Fax Number: ( ) Federal I.D. Number: 8

If BIDDER is: (Note to BIDDER - Fill out appropriate section.) AN INDIVIDUAL (Individual's Name) doing business as A PARTNERSHIP (Firm Name) (General Partner) A CORPORATION (Corporation Name) (Corporate Seal) Attest (State of Incorporation) (Name of Person Authorized to Sign) (Title) (Secretary) Date of Qualification to do business is A JOINT VENTURE (Name) (Address) (Name) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). 9