← Back to Douglas

Document Douglas_doc_1451304c7c

Full Text

Page 1 of 11 CITY OF DOUGLAS Contract Documents & Specifications for a New Specified VFD Control Panel Pump Controller Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 ---PAGE BREAK--- Page 2 of 11 City of Douglas Call for Bids (Equipment) Sealed bids will be received for a New Specified VFD Pump System Control for 5 HP, 40 HP, and 100 HP pumps in the office of the City Clerk until 2:30 p.m., April 17, 2019, and read immediately thereafter in the Council Chambers at City Hall, 101 N. 4th St., Douglas, Wyoming. Complete requirements and copies of contract documents are available at the Public Works Dept., 420 W. Grant St. Douglas, WY 82633, [PHONE REDACTED], or on the City of Douglas website at www.cityofdouglas.org under the “Bid Postings” button. Mail proposals to the City of Douglas, P.O. Box 1030, Douglas, WY 82633, or deliver to the City Clerk at 101 N. 4th Street. The City reserves the right to reject any or all bids; to waive informalities; and to accept the bid that is in the best interests of the City of Douglas. Karen Rimmer, City Clerk Published April 3rd & 10th, 2019 ---PAGE BREAK--- Page 3 of 11 CITY OF DOUGLAS BID INFORMATION Seal bids will be received until 2:30 p.m., on April 17th, 2019, at the office of the City Clerk the same day in the Council Chambers of the City Hall Building at 101 North 4th Street, Douglas, Wyoming, for a New Specified VFD Pump System Control for 5 HP, 40 HP, and 100 HP pump. Details and specifications may be obtained at the Public Works Dept., 420 W. Grant St. Douglas, WY 82633, [PHONE REDACTED], or on the City of Douglas website at www.cityofdouglas.org under the “Bid Postings” button. Bids received after the specified hour will not be accepted. Demonstrative units will not be accepted or considered in the bid proposal. Delivery will be accepted 60 days after notice of award, F.O.B. Douglas, Wyoming. All complete bids must be firm F.O.B. the City of Douglas, Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Tax Exempt Certificate will be furnished by the City of Douglas. All bids must be clearly marked New Specified VFD Pump System Control with the bidder’s name and the time and date of the opening on the outside of the envelope. A Bid Bond or Letter of Credit of 5% will be required at the time the bid is opened. The City of Douglas will allow a 5% preference to Wyoming residents. Bidders will supply a Certificate of Residency in compliance with the Wyoming Department of Labor and Statistics. No qualified individual with a disability shall, by reason of such disability, be excluded from participation in or be denied the benefits of the services, programs or activities of the City of Douglas, or be subjected to discrimination. Pursuant to the American’s with Disabilities Act, reasonable accommodation for persons with disabilities who wish to participate in these services, programs or activities shall be made upon request to City of Douglas, American Disability Act Coordinator at Douglas City Hall, 101 North 4th Street, Douglas, Wyoming 82633. The City of Douglas reserves the right to reject any or all bids, to waive informalities in any bid received and accept any bid which best serves the interest of the City of Douglas. The City of Douglas is letting bids for a New Specified VFD Pump System Control. The specifications are for and the purpose and intent of this document is to specify the purchase of a New Specified VFD Pump System Control. Any model bid shall meet or exceed the prescribed requirements. It is unacceptable to add or change components and/or materials to a unit or lesser design capability, in order, to meet these requirements. The bidder shall indicate his compliance with a “Yes” or non-compliance with a “No” in each line item specification. Where submitted literature does not support the meeting of these specifications, the bidder shall outline fully on company letterhead stationary the variation from specification. Any unit not conforming to the specifications will be rejected, and it will be the responsibility of the manufacturer to conform to the requirements, unless deviations have been cited by the bidder and acceptance is based upon the exceptions. Base Bid - $ Total bid amount - $ Signature of company representative responsible for bid: ---PAGE BREAK--- Page 4 of 11 You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming on or before June 30th, 2019 at which time your invoice should be submitted to the City of Douglas. Finance Department, P.O. Box 1030, Douglas, Wyoming 82633-1030 for payment, unless otherwise specified in the bid documents. (Proposal must be filled out, signed and submitted with the bid document) End of Section ---PAGE BREAK--- Page 5 of 11 PROPOSAL FOR FURNISHING ON a New Specified VFD Pump System Control FOR THE CITY OF DOUGLAS, WYOMING – Douglas Community Golf Course Proposal of (Name): Address: to furnish equipment as specified to the City of Douglas, Wyoming, in accordance with specifications dated March 29th, 2019. BID ITEM: Description: New Specified VFD Pump System Control Make and Model: I. Price bid for (unit) as specified FOB a. Douglas, Wyoming II. Less trade-in allowance: $ None III. Net Price: (City to pay only this amount) In addition to this proposal, the undersigned herewith submits complete information including specifications and descriptive literature to fully describe and illustrate the equipment and accessories offered. Bidder proposes to deliver equipment in accordance with the schedule above. A bid bond, certified, or cashier’s check made payable to the City of Douglas, Wyoming, in an amount of 5% of the total amount of this bid is enclosed. The undersigned certifies that he understands the specifications relating to said bid security and agrees to the conditions set forth in said specifications. Submitted By: Company Signature: Title: End of Section ---PAGE BREAK--- Page 6 of 11 BID BOND – EQUIPMENT KNOW ALL MEN BY THESE PRESENT, That we, the undersigned, as Principal, and as surety, are hereby held and firmly bound unto as OWNER in the penal sum of for payment of which, we and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing for the NOW, THEREFORE, A. If said BID shall be rejected, or B. If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all respects perform the agreement created by the acceptance of said BID. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall in no way be impaired or affected by any said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Surety By: IMPORTANT: Surety companies executing BONDS must appear in the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State of Wyoming. End of Section ---PAGE BREAK--- Page 7 of 11 IF BIDDER IS: AN INDIVIDUAL By: doing business as: (Name) Address: Phone: A PARTNERSHIP By: (seal) (Firm Name) (General Partner) Business Address: Phone: A CORPORATION By: of (Corporation Name) (State of Incorporation) By: (Signature) (Title) ATTEST: (Corporate Seal) Business Address: Phone: A JOINT VENTURE By: Address: By: Address: By: Address: By: Address: (Each member of the joint venture must sign; attach additional sheet if necessary.) End of Section ---PAGE BREAK--- Page 8 of 11 NOTICE OF AWARD - EQUIPMENT To: Equipment description: New Specified VFD Pump System Control The owner has considered the bid submitted by you for the above described work in response to its advertisement for bids dated April 3rd & 10th, 2019 and information for bidders. You are hereby notified that your bid has been accepted for item/s in the amount of: Base Bid - $ Option #1 - $ Description: Total bid amount - $ You are required, as set forth in the bid specifications, to execute any documents within ten (10) days from the date of this notice. If you fail to execute said documents, owner will be entitled to consider all rights arising out of the owner’s acceptance of your bid as abandoned and as a forfeiture of your bid bond. The owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the owner. Dated this day of . ACCEPTANCE OF NOTICE Owner Receipt of the above Notice of Award is hereby acknowledged By By Company Title By End of Section ---PAGE BREAK--- Page 9 of 11 SP ECIF ICATIO NS Specifications are for One New Specified VFD Pump System Control. These are the minimum specifications for this unit; you must meet or exceed these specifications. If indication (no) is marked to any specifications, you must provide on a separate sheet of paper an explanation of the item that you would supply in place of the specified item. Any item not marked may result in rejection of the bid. SCOPE: The equipment being specified will be used within the City of Douglas and will be assigned specifically to the Douglas Community Golf Course. Base Price Specifications MEETS SPECIFICATIONS YES NO I. Project Scope of Work 1. Replace existing Watertronics Modicon Virtual Vision II PLC and touch screen with a new PLC/HMI retrofit kit consisting of product that is currently in production and supported by the manufacturer, and that is programmed specifically for this project. 2. Retrofit kit shall be installed inside the existing Watertronics Modicon PLC 3. Mounted on the back panel shall be a PLC, surge protection, control relays, circuit breakers, and terminal blocks 4. The PLC retrofit kit shall be designed as an exact replacement of the existing Modicon PLC for ease of installation 5. Color must mount in control panel door in the location of the existing monochrome touch screen 6. PLC must be designed to operate up to two main pumps and 1 sustain pump on an existing EBV 7. Existing EBV’s shall remain and act as automatic backup pressure regulation in the event of a VFD fault 8. Two additional VFDs rated for the existing motor horsepower, voltage and phase configuration must be mounted in pump house and controlled by the new PLC 9. Existing motor starter magnetic contactors and overloads shall be replaced with new Siemens Motor Starter Protectors in either single or dual interlocking configuration as required for each specific pump and motor 10. If required, the installation shall include a new 120 V x 24 V regulated power supply for PLC 11. The Control Package shall be capable of interfacing with existing and/or new equipment such as VFDs, EBVs, Data Industrial Flow Sensor, Pressure Transducer, Automatic Wye Strainer Flush, Automatic Inlet Strainer Flush, Wet Well Level Float, High/Low PSI alarm, VFD Speed Selection and VFD Faults ---PAGE BREAK--- Page 10 of 11 12. Completed pump station shall be set to regulate at 92 psi+/- 2 psi at varying flows from 50 GPM to 1350 GPM sequencing the pumps on and off as required based on pump capacity and maximum efficiency MEETS SPECIFICATIONS YES NO II. Base Bid Controls and Equipment 1. Painted steel open back panel with PLC programmed specifically for this project, surge protection, control relays, circuit breakers and terminal blocks 2. Microprocessor controls with software to maintain constant pressure at variable flow rates 3. Electric 7.5” Color operator interface device with active matrix STN display featuring: Digital flow (GPM) and pressure (PSI) display Both cumulative and resettable gallons pumped indicators Pump ready/running status with elapsed run time display per pump Flow-based pressure regulation to match discharge pressure with irrigation demand Individual motor overload reporting Minute by minute data logging saved to a removable flash RAM card 32 MB or more card to store approximately 12 months of data Historic & real time X-Y plotting of pump station operation Filter controls as required Alarm log file Ability to change system parameters such as set-point pressure, time delays 4. Alarm conditions w/safety shut down, condition time stamp and automatic diagnostic system: Automatic re-pressurization after fault condition, Low discharge pressure shutdown, High discharge shutdown, Individual motor overload/phase loss, VFD fault shutdown, Low water level shutdown and High pump temp shutdown 5. 24 VDC power supply 6. Phase/high-low voltage monitor 7. Electric Altavar ATV 630 40 HP 480 volt variable frequency drive programmed specifically for this project 8. Electric Altavar ATV 630 100 HP 480 volt variable frequency drive programmed specifically for this project 9. 5 HP MSP for sustain pump start and overload protection 10. Dual 40 HP dual interlocking MSPs (X-line and VFD) for 40 HP pump/motor 11. Dual 100 HP dual interlocking MSPs (X-line and VFD)for 100 HP pump/motor 12. Wye strainer flush Logic only to operate the existing wye strainer 13. Auto inlet screen flush logic only to operate existing self-flushing inlet only ---PAGE BREAK--- Page 11 of 11 when a main pump is operating and the flow is above 50 GPM 14. Allen Bradley SPDT relays to replace existing octal type control relays 15. All wire, conduit and hardware required and sized accordingly for a complete installation of this retrofit 16. One operation and maintenance manual 17. Complete installation by manufacturers authorized service technician 18. Startup, testing and training of golf course personnel performed by manufacturers authorized service technician 19. Access to manufacturer customer service technical phone support, technicians on call 24/7 20. Access to manufacturer factory authorized service technician for future support 21. 2-year parts and labor warranty from the date of startup on all product included in retrofit