View this RFB - Brazos River Authority

advertisement
Brazos River Authority
June 16, 2016
RFB No. 16-07-955
Dear Prospective Bidder:
Sealed Bids will be received in the office of Administrative Services, Brazos River Authority (“BRA”), 4600 Cobbs
Drive, Waco, Texas 76710 until 3:00 PM, Friday, July 1, 2016 for Electrical Materials for Containment Project
at Morris Sheppard Dam, Possum Kingdom Lake, Graford, TX 76449.
Bids must be submitted and received no later than the Bid opening date and time specified above. Bids will be
opened publicly and will be read aloud. Any bids received later than the specified time, whether delivered in
person or mailed, shall not be considered. It is the standard practice of the “BRA” to collect mail once daily from
the U S Post Office. Our daily mail pickup is at approximately 9:00 AM, Monday thru Friday, excluding holidays.
The BRA is NOT responsible for ensuring the delivery of Bids to our offices. The bidder is solely responsible for
the timely delivery of their Bid.
Mail Bids to:
Administrative Services
Brazos River Authority
P.O. Box 7555
Waco, Texas 76714-7555
or Deliver to:
Administrative Services
Brazos River Authority
4600 Cobbs Drive
Waco, Texas 76710
Bid envelopes must be plainly marked on the outside as follow:
SEALED BID - DO NOT OPEN
BID:
Electrical Materials for Containment Project at Morris Sheppard Dam,
Possum Kingdom Lake, Graford, TX 76449
RFB No:
16-07-955
BID DUE DATE:
3:00 PM, Friday
July 1, 2016
The BRA shall have the right to accept or reject any or all bids, or any part thereof; to waive any
technicalities in the interest of the BRA.
Sincerely,
Jose G. (Lupe) Diaz
Manager, Administrative Services
4600 Cobbs Drive • Waco, Texas 76710
254 761 3123
RFB955ElectricalMaterialsPKContainmentProjFnl
P 1 of 15
BIDDER DIVERSITY PURCHASING POLICY
The Brazos River Authority (BRA) will ensure that purchases of equipment, materials, supplies, and/or services comply with Texas
Procurement law as applicable to the BRA, are cost effective, and contributable to the competitiveness of the BRA and its customers.
Procurement activities will be conducted in an open and fair manner with equal opportunity provided to all qualified parties. The BRA will
provide equal contracting opportunities as provided by State and federal law to small business enterprises, Historically Underutilized
Businesses and Disadvantaged Business enterprises.
GENERAL INSTRUCTIONS TO BIDDERS
The Work consists of the furnishing of all labor, materials, services, equipment, and appliances required for the delivery and the supplying of
products and/or services as described herein and in the contract documents. The term “Bid” applies to all solicited documents, whether
Request for Bids (RFB), Request for Proposals (RFP), or Request for Qualifications (RFQ.
1. BID SUBMISSION: Bid must be received no later than the BID
opening date and time specified above. All Bids received after
closing time will not be considered.
1.1 To be considered as eligible to submit a Bid, a Bidder shall
have complied with all legal requirements to permit him to
operate under applicable laws of the State in which the work is to
be executed.
1.2 If responding by regular mail services, mail is picked up
at the local post office once a day at 9:00 AM
1.3 If responding by express mail, allow sufficient time for
delivery to the Administrative Services Office. All deliveries
are made to the Central Files Department and additional time
shall be required for delivery to the Administrative Services
Office.
1.4
FAXED BIDS WILL NOT BE ACCEPTED.
2. WITHDRAWAL OF BIDS: No Bid may be withdrawn for a
period of 60 days after Bid opening, except by mutual consent of the
BRA and Bidder, and except that Bids may be withdrawn upon
written request received from Bidder prior to time established for
receipt of Bids.
3. SIGNATURE ON BIDS: Bid, to be valid, must be manually
signed in ink by authorized person. By such signature, Bidder
agrees to strictly abide by the terms, conditions, and scope of work
embodied in this RFB.
4. EXAMINATION OF BID DOCUMENTS: Before submitting a
Bid, all Bidders shall examine the complete Bid documents, including
Bid Notice, Instruction to Bidder, and General Scope of Services, all
of which are part of the Bid documents.
6. TAXATION: The BRA is exempt under the Sales Tax and Use
Tax Laws, and the Bidder shall not include such taxes in the Bid.
Excise Tax Exemption Certificate will be furnished by the BRA on
request.
7. FREIGHT CHARGES & FOB POINT: Quote all Bids F.O.B.
destination, fuel surcharges, transportation prepaid and allowed, i.e.,
included in the price quoted.
8. QUALIFICATION OF BIDDERS: The BRA reserves the right to
reject any bid if the evidence submitted by, or investigation of, such
Bidder fails to satisfy the BRA that such Bidder is properly qualified
to carry out the obligations of the contract and to complete the Work
contemplated herein. Conditional Bids will not be accepted.
9. CONSIDERATION OF BIDS: Unless stated otherwise in the
Advertisement or Invitation to Bid, the properly identified Bids
received on time will be opened publicly and will be read aloud.
Bidders are invited to be present.
10. QUANTITIES: Unless stated otherwise in this Bid, the BRA is
obligated during the period stipulated to purchase all of its normal
requirements from the successful Bidder and the Bidder is obligated
to supply the quantities which the BRA requires for its operation.
The quantities stated are given as a general guide for bidding but are
not guaranteed amount, they represent the best estimated usage.
The BRA reserves the option to purchase more or less of these
services at the Bid price.
11. BID ERRORS: All Bids shall be deemed final, conclusive, and
irrevocable, and no Bid shall be subject to correction or amended for
errors or miscalculations by the Bidder after Bid opening date.
In case of error in the extension of prices, the unit price shall govern.
5. ADDENDA: Answers to all questions, inquiries, and request for
additional information will be issued in the form of Addenda. Also,
prospective Bidder may, during the Bid period, be advised by
Addenda of additions, deletions from, or changes in the requirements
of the Bid documents. The BRA will not be responsible for the
authenticity or correctness of oral interpretations of the Bid
documents or for information obtained in any other manner than
through the media of Addenda. Receipt of each Addendum shall be
considered a part of the contract documents. Failure to acknowledge
receipt of Addenda issued shall invalidate a Bid as non-responsive
Any questions concerning this Bid should be emailed to Lupe Diaz,
Manager, Administrative Services no later than five (5) calendar days
prior to the opening of the Bid. Mr. Diaz’s email address is
ldiaz@brazos.org.
This is to allow the BRA sufficient time to
respond to inquiries and provide information to all interested Bidders
by Addenda. Addendums will be posted on the BRA web site at
www.brazos.org> Doing Business> Purchasing and Professional
Services> Request for Bids.
Bidders are responsible for checking the BRA web site
(www.brazos.org) for updates and Addenda until the time at which
the submission is due. Failure to respond to all requirements,
including those Addenda, shall be grounds for rejection of the Bid as
non-responsive.
RFB955ElectricalMaterialsPKContainmentProjFnl
12. COMPLIANCE WITH SCOPE OF SERVICES AND RIGHT OF
SELECTION: The Bidder shall abide by and comply with the true
intent of the Scope of Services and not take advantage of any
unintentional error or omission.
13. DEVIATION FROM SCOPE OF SERVICES: All deviations from
the Scope of Services must be noted in detail by the Bidder, in
writing, at the time of submittal of the formal Bid. The absence of a
written list of deviations at the time of submittal of the Bid will hold
the Bidder strictly accountable to the BRA to the Scope of Services
as written. Any deviations from the Scope of Services as written not
previously submitted, as required by the above, will be grounds for
rejection of the material and/or item when delivered.
14. REPRESENTATIONS: By execution and submission of this Bid,
the Bidder hereby represents and warrants to BRA as follows: The
Bidder has read and understands the Bid Documents and this Bid is
made in accordance with the Bid Documents.
15. INDEMNIFICATION: The Bidder shall comply with the
requirements of all applicable laws, rules, and regulations and shall
exonerate, indemnify and hold harmless the BRA from any and all
Liability or Damages resulting from failure to do so.
P 2 of 15
In addition, the Bidder agrees to keep, save and hold the BRA
harmless from any and all actions, liabilities, damages, judgments,
costs and expenses including reasonable attorney’s fees, in case an
action is filed or does in any way accrue against the BRA, its
officials, officers, and employees in consequence of the contract for
any negligent act or omission of the Bidder in the provision of
merchandise under the contract, or that may result from the
carelessness or lack of skill of the Bidder or the Bidder’s agent,
Bidders, assigns or employees. In the event a judgment is recovered
against BRA for any such liability, costs or expenses, such judgment
shall be conclusive against the Bidder. It is specifically understood
and agreed by the Bidder that such indemnity is indemnity by the
Bidder to indemnify and protect the BRA from Liability, Claims, Suits,
Losses, Damages or Causes of action due to the Bidder’s
Negligence, Error or Omission.
16. EVALUATION FACTORS: Bidders may furnish pricing for all or
any portion of the Solicitation (unless otherwise specified). The BRA
may evaluate and award the Contract for any item or group of items
shown on the Solicitation, or any combination deemed most
advantageous to the BRA. Bids that specify an "All or None" award
may be considered if a single award is advantageous.
17 CRITERIA FOR AWARD: The BRA will award contracts to the
Bidder that represents the "Best Value" to the BRA.
18. AWARD OF CONTRACT: Upon completion of evaluation of
Bids, the name of the successful Bidder will be posted on the BRA
website at www.brazos.org> Doing Business> Purchasing &
Professional Services> Request for Bids.
19. TERM OF CONTRACT: Where applicable, the services of the
Bidder shall commence on the effective date of the Contract and
shall continue twelve (12) months from the effective date plus four
(4) one year options to renew contract unless otherwise stipulated
elsewhere in this Bid.
purchase services in the open market, suspend future business with
the Bidder and take any remedy as set forth in this
solicitation/contract or any other remedy at law or in equity to the
BRA.
21. TERMINATION: The contract may be terminated at any time by
the BRA for any cause without penalty or liability. Upon receipt of
such notice, the Bidder shall immediately discontinue all services
and actions.
22. PAYMENT: Unless otherwise specified, payment for services
and/or product will be processed within thirty (30) days from invoice
date and acceptance of work and/or product.
23. CHANGE OF CONTRACT PRICE: The contract price may only
be changed by Change Order or by a Written Amendment
24. INSURANCE: Unless otherwise specified, successful Bidder
shall purchase and maintain insurance in the limits listed below:
A. General Liability:
Bodily Injury- $500,000/ person/$1,000,000/occurrence
Property Damage - $1,000,000
Aggregate - $2,000,000
B. Automobile Liability - $1,000,000 per claim/aggregate
C. Workers Compensation – Statutory
Certificates of such insurance in these limits are to be provided to the
BRA within five (5) days after Notice to Proceed or Award and before
any commencement of delivery or work under this contract.
Certificates of Insurance shall provide that the BRA shall be notified
at least thirty (30) days in advance of cancellation, non-renewal or
adverse change. The Certificate of Insurance shall indicate the BRA
as an Additional Insured.
The bidder must acknowledge and/or provide proof that they
can obtain the levels of insurance coverage specified in this
section
20. DELAYS AND DEFAULT: In case of default during the term of
the contract, the BRA reserves the right to terminate the contract, to
FAILURE TO SUBMIT ANY OF THE REQUESTED INFORMATION MAY BE SUFFICIENT
GROUNDS FOR REJECTION OF BID OR DELAY ISSUANCE OF CONTRACT
RFB955ElectricalMaterialsPKContainmentProjFnl
Page 3 of 15
REQUEST FOR BIDS
Electrical Materials for Containment Project
At Morris Sheppard Dam, Possum Kingdom Lake
Graford, TX 76449
RFB No. 16-07-955
BIDDING SCHEDULE:
Bids are posted on the BRA website and prospective bidders should check www.brazos.org> Doing
Business>, Purchasing & Professional Services>, Request for Bids. Check website occasionally for
potential updates to bid requirements. Failure to acknowledge receipt of Addenda issued shall
invalidate a Bid as non-responsive
Thursday, June 16, 2016
Bid is available for Bidders to download from the Brazos
River Authority website at www.brazos.org/ Doing
Business/Purchasing and Professional Services/Request
for Bids/Document No. RFB No. 16-07-955 and click on
View this RFB.
4:00 PM, Thursday, June 23, 2016
Last day to ask questions or request additional
information. Email questions or request for additional
information to Lupe Diaz at ldiaz@brazos.org
4:00 PM, Friday, June 24, 2016
Post response to questions received as of 4:00 PM,
Thursday, June 23 posted as an addendum on the
Brazos River Authority website – www.brazos.org, Doing
Business, Purchasing and Professional Services,
Request for Bids.
3:00 PM, Friday, July 1, 2016
Open Bids and begin evaluating bids
COB, Friday, July 1, 2016
Post bid tabulation on the Brazos River Authority website
RFB955ElectricalMaterialsPKContainmentProjFnl
P 4 of 15
REQUEST FOR BIDS
Electrical Materials for Containment Project
At Morris Sheppard Dam, Possum Kingdom Lake
Graford, TX 76449
RFB No. 16-07-955
Scope of Work: The BRA plans to purchase electrical materials for Morris Sheppard Dam –
Possum Kingdom Lake, located at 301 Observation Point Rd, Graford, TX 76449. The
weather at the Morris Sheppard Dam varies substantially throughout the year, and high
humidity at the immediate work area is common. An enclosed containment with a dust
collector and dehumidifier can be utilized to control environmental conditions of the spillway
gates. This will help in extending the painting season, reducing rust-back of prepared steel,
cleaning and painting during adverse weather conditions especially when a project is time
sensitive. In order to provide power to a dust collector and dehumidifier, BRA is installing
secondary power to Morris Sheppard Dam. The materials being purchased through this
Request For Bids will supply everything needed to complete this task. The BRA reserves the
right to reject any Bid that fails to meet all specification requirements at its sole discretion.
The materials shall be new and furnished ready for use and shall be capable of performing in
accordance with the requirements set forth in this bid proposal.
It is understood that the materials offered by the bidder will meet all requirements of the specifications
in this Request for Bid unless deviations from the specifications are clearly indicated and submitted with
bid response. The deviation must be made for each item in which the exception is taken, stating in
detail the extent of the exception and the reason for which it is a deviation/exception.
1.0
MINIMUM SPECIFICATIONS
Item No.
1
Qty
1800'
Specifications
2" Aluminum Rigid Conduit, Wheatland Tube or Approved Equal
2
200
2" Aluminum Rigid Conduit Strut Straps, Kindorf C105 AL 2 or Approved
Equal
3
20
2" Aluminum Conduit Unions, Killark GUF-6 or Approved Equal
4
200'
5
30
6
2000'
#2-AWG THHN/THWN-2 Stranded Copper Conductor (Black), Southwire
SimPull or Approved Equal (2 Rolls on Spools @1000' ea.)
7
5400'
4/0 - AWG THHN/THWN-2 Stranded Copper Conductor (Black),
Southwire SimPull or Approved Equal (6 Rolls on Spools @ 900'ea.)
8
7
1 5/8"x1 5/8"x 10' Perforated Aluminum Strut, Kindorf B905 AL 10 or
Approved Equal
2" Aluminum Grounding Hubs, Cooper Crouse-Hinds STAG 6 or
Approved Equal
36"x30"x12" NEMA 4X 316 Stainless Steel, Continuous Hinge,
Clamped Cover With Back Panel, Adalet or Approved Equal
RFB955ElectricalMaterialsPKContainmentProjFnl
P 5 of 15
2.0.
9
1
400 amp 600 volt 3PH NEMA 3R Heavy Duty Fused Disconnect, Square
D H365NR or Approved Equal
10
6
400 Amp 600 Volt Dual Element Fuses With Indicator (Match to
Disconnect)
11
1
400 Amp 600 Volt 3PH NEMA 4X 316 Stainless Steel
Non-Fusible Disconnect Switch with 90 Degree C 2 – 4/0 Lugs Per Phase
Line and Load and Lock Out
PSI Control Solutions or Approved Equal
12
7
Power Distribution Terminal Block 3 Pole Ilsco PDB-24-3 or Approved Equal
BID AMOUNT
2.1
2.2
3.0
Bid price to include delivery of these materials to Brazos River Authority, 301
Observation Point Road, Graford, TX 76449.
Alternative Bid Items - deviations from the specifications must clearly indicated and
submitted with bid response. The deviation must be made for each item in which the
exception is taken, stating in detail the extent of the exception and the reason for which it
is a deviation/exception.
PRODUCT INFORMATION (Submittals)
3.1
Provide with bid response Manufacturer’s Product Information including make and
model, general drawings, brochures, and technical specifications MUST be enclosed
with Bid. Failure to enclose such printed literature shall be reason to consider your bid
as non-responsive.
3.2
Warranty: Materials shall be covered by the factory’s standard new warranty which will
be honored by any of the manufacturer’s authorized dealer.
RFB955ElectricalMaterialsPKContainmentProjFnl
P 6 of 15
TERMS & CONDITIONS
1.0
DELIVERY:
1.1
1.2
1.3
1.4
1.5
2.0
PRICING AND DISCOUNT:
2.1
2.2
2.2
3.0
Completed and signed bid form in a sealed envelope.
Copy of latest Manufacturer’s Product Information including make and model, general
drawings, brochures, and technical specifications.
PAYMENT TERMS AND INVOICING
4.1
4.2
4.3
4.4.
5.0
The BRA qualifies for governmental and co-op discounts. Unit prices shall reflect these
discounts.
BRA is a member of the following co-ops: BuyBoard, HGAC, TCPN, U.S. Communities,
and National Joint Powers Alliance (NJPA).
Price quoted shall be FOB to the delivery address above and include all delivery costs
including fuel surcharges.
BID SUBMISSIONS
3.1
3.2
4.0
Bid price shall be FOB Destination: 702 South Highway 16, Graford, TX 76449.
Delivery shall be coordinated with David Bloodworth 940-779-2321.
Deliveries may be made between the hours 8:00 AM and 4:00 PM Monday through
Thursday. Deliveries at other times may be accepted if pre-arranged with prior notice.
Protect the equipment and/or materials from damage prior to and during delivery.
Equipment and materials damaged or not meeting the specifications shall be
immediately returned for replacement or repair.
The BRA normally will pay properly submitted vendor invoices within thirty (30) days of
receipt providing goods and/or services have been delivered, and accepted as specified
Invoices presented for payment must be submitted in accordance with instructions
contained on the purchase order including reference to purchase order number and
submittal to the correct address for processing:
Brazos River Authority Billing Address is:
Brazos River Authority
Accounts Payable
PO Box 7555
Waco, Texas 76714-7555
The BRA has set a goal to have as much paperwork submitted electronically by
vendors/contractors. Vendors/Contractors are asked to submit invoices electronically to
the following AP email address: accounts.payable@brazos.org. Vendors/Contractors
who use the electronic service should not mail the original invoice.
TAXES
The BRA is exempt from payment of all federal tax and Texas State and local taxes.
6.0
BRAND NAMES
If and wherever in the specifications a brand name, make, name of and manufacturer, trade
name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade of
quality only. To not rule out other competition and equal brands or makes, the phrase "or
approved equal" is added. If a product other than that specified is bid, it is the vendor's
RFB955ElectricalMaterialsPKContainmentProjFnl
P 7 of 15
responsibility to name such product within his bid to prove that said product is equal to that
specified and must submit brochures, samples and/or specifications in detail with the bid.
7.0
ADDENDA
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging
receipt of the addenda by completing the spaces on the Bid form. Bids that do not acknowledge
receipt of all addenda shall be rejected as being non-responsive. Addendums will be posted on
the Brazos River Authority website at www.brazos.org, Purchasing and Professional Services,
Request for Bids.
8.0
CONFLICT OF INTEREST (CIQ)
Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who
contracts or seeks to contract for the sale or purchase of property, goods, or services with a
local government entity (i.e., Brazos River Authority) must disclose in the Conflicts of Interest
Questionnaire Form ("CIQ") the person's affiliation or business relationship that might cause a
conflict of interest with the local government entity. By law, the CIQ must be filed with the
Brazos River Authority Records Management Officer no later than seven days after the date the
person begins contract discussions or negotiations with the Brazos River Authority, or submits
an application or response to a request for proposal or bids, correspondence, or another writing
related to a potential agreement with the Brazos River Authority. Updated “CIQs” must be filed
in conformance with Chapter 176.
A copy of the CIQ is attached. The Questionnaire is also available online at www.brazos.org
/Doing Business/Purchasing and Professional Services.
If you have any questions about compliance, please consult your own legal counsel.
Compliance is the individual responsibility of each person or agent of a person who is subject to
the filing requirement. An offense under Chapter 176 is a Class C misdemeanor.
9.0
AWARD OF CONTRACT:
9.1
9.2
9.3
A copy of the purchase contract is posted on the BRA website (www.brazos.org).
Bidder accepts all of the terms and conditions of the Instructions to Bidders and
Purchase Contract. This Bid will remain binding upon Bidder and subject to acceptance
for sixty (60) days after the day of Bid opening.
The contract that will be executed between BRA and the selected Contractor shall be a
BRA standard form contract for Purchases. Except as provided below, contract terms
are not subject to modification and interested Contractors will be expected to execute
the contract in substantially the form provided.
If the selected Contractor desires to make a modification to the contract form, the
Contractor may request such modification in writing to the BRA; provided, however, BRA
shall have no obligation to consider or adopt any such requested modification, but may
do so in its sole discretion.
Bidders should not base a bid on an expectation that BRA will modify its contract terms
as modifications are not guaranteed and are unlikely to be approved.
RFB955ElectricalMaterialsPKContainmentProjFnl
P 8 of 15
Contractor Questionnaire
To be Completed by All Contractors
All questions must be answered and the data given must be clear and comprehensive. If necessary,
questions may be answered on separate attached sheets. The Bidder may submit any additional
information it desires.
1
Name of Bidder/Contractor
2
Permanent main office address
3
Date Organized
4
If a Corporation, where and when incorporated
5
Do you operate under an assumed name (s)? If so please list.
6
How many years engaged under present company name? Give former names of company with
dates of operation under each.
7
8
9.
Have you ever defaulted on or failed to complete a contract under your current company name
or any other company name? If so, where and why? Give name and telephone number of
Owner.
Has your company filed or been named in any litigation involving your company and the Owner
on a contract within the last five years under your current company name or any other company
name? If so provide details of the issues and resolution if available. Include lawsuits where
Owner was involved.
List references with contact names, email address and telephone numbers for whom you/your
business has provided Electrical materials the preceding 24 months. Provide at least 3
businesses (preferably municipalities) and contract amounts.
RFB955ElectricalMaterialsPKContainmentProjFnl
P 9 of 15
10
Have you ever had a contract terminated by the Owner? If so, where and why? Give name and
telephone number (s) of Owner (s).
The information provided, answers given and signatures affixed are provided to the Brazos River
Authority as an inducement to the Brazos River Authority to further consider the contractor to provide
services to the Brazos River Authority for which the Company expects to receive monetary
compensation.
Pursuant to the solicitation for quotes and information for prospective bidders for the above mentioned
project, the undersigned is submitting the information as required with the understanding that the
purpose is for confidential use, only to assist in determining the qualifications of the contractor to
perform the type and magnitude of work designated, and further, guarantee the truth and accuracy of
all statements made.
Date on this
day of
20
Company name (please type or print)
Signature
Title
Date
RFB955ElectricalMaterialsPKContainmentProjFnl
p 10 of 15
COMPLETE AND RETURN WITH PROPOSAL
RFB955ElectricalMaterialsPKContainmentProjFnl
p 11 of 15
FORM
CONFLICT OF INTEREST QUESTIONNAIRE
CIQ
For vendor doing business with local governmental entity
OFFICE USE ONLY
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code,
by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local
governmental entity and the vendor meets requirements under Section 176.006(a).
Date Received
By law this questionnaire must be filed with the records administrator of the local governmental
entity not later than the 7th business day after the date the vendor becomes aware of facts
that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local
Government Code. An offense under this section is a misdemeanor.
1
2
Name of vendor who has a business relationship with local governmental entity.
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not
later than the 7th business day after the date on which you became aware that the originally filed questionnaire was
incomplete or inaccurate.)
3
Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an
employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional
pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment
income, from the vendor?
Yes
No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local
government officer named in this section AND the taxable income is not received from the local governmental entity?
Yes
No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local
government officer serves as an officer or director, or holds an ownership interest of one percent or more?
Yes
No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
Signature of vendor doing business with the governmental entity
RFB955ElectricalMaterialsPKContainmentProjFnl
Date
Adopted 8/7/2015
p 12 of 15
Brazos River Authority
REQUEST FOR BIDS
Electrical Materials for Containment Project
At Morris Sheppard Dam, Possum Kingdom Lake
Graford, TX 76449
RFB No. 16-07-955
By signing this Request for Bid, the undersigned hereby affirms that he or she has not given, offered to
give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan,
gratuity, special discounts, trip, favor or service to a public servant in connection with this RFB. Failure
to sign this Quote, or signing it with false statement, shall void the submitted RFB or any resulting
purchase agreement, and the Bidder shall not be considered for any future procurement/RFB
opportunities.
ADDENDA: The undersigned acknowledges receipt of Addenda No. ____ thru ____ issued during the
time of RFB and the RFB prices include the changes. Failure to acknowledge receipt of Addenda
issued shall invalidate a Bid as non-responsive
The undersigned having carefully examined the specifications, instructions to Bidders, the special
conditions/instructions to Bidders, affirms that they are authorized to execute this RFB and agrees to
provide the electrical materials at the following prices:
BASE BID
Item
Qty/UOM
No.
1
2
3
4
5
6
1,800'
200 ea
20 ea
200'
Specifications
2" Aluminum Rigid Conduit, Wheatland Tube or
Approved Equal
2" Aluminum Rigid Conduit Strut Straps, Kindorf C105
AL 2 or Approved Equal
2" Aluminum Conduit Unions, Killark GUF-6 or
Approved Equal
1 5/8"x1 5/8"x 10' Perforated Aluminum Strut, Kindorf
B905 AL 10 or Approved Equal
30 ea
2" Aluminum Grounding Hubs, Cooper Crouse-Hinds
STAG 6 or Approved Equal
2,000'
#2-AWG THHN/THWN-2 Stranded Copper Conductor
(Black), Southwire SimPull or Approved Equal (2 Rolls
on Spools @1000' ea.)
RFB955ElectricalMaterialsPKContainmentProjFnl
Unit Cost
Amount
________ _____________
________ _____________
________ _____________
________ _____________
________ _____________
________ _____________
p 13 of 15
Item
#
Qty/UOM Description/Specifications
4/0 - AWG THHN/THWN-2 Stranded Copper
7
5,400'
Conductor (Black), Southwire SimPull or Approved
Equal (6 Rolls on Spools @ 900'ea.)
36"x30"x12" NEMA 4X 316 Stainless Steel,
8
7 ea
Continuous Hinge, Clamped Cover With Back Panel,
Adalet or Approved Equal
9
10
1 ea
6 ea
Unit Cost Amount
________ _____________
________ _____________
400 amp 600 volt 3PH NEMA 3R Heavy Duty Fused
Disconnect, Square D H365NR or Approved Equal
________ _____________
400 Amp 600 Volt Dual Element Fuses With Indicator
(Match to Disconnect)
________ _____________
11
1 ea
400 Amp 600 Volt 3PH NEMA 4X 316 Stainless Steel
Non-Fusible Disconnect Switch with 90 Degree C 2 –
4/0 Lugs Per Phase Line and Load and Lock Out
PSI Control Solutions or Approved Equal
________ _____________
12
7 ea
Power Distribution Terminal Block 3 Pole Ilsco PDB24-3 or Approved Equal
________ _____________
Estimated Time of Delivery
Working Days After Receipt of Purchase Order/Executed Contract
For State Audit & CO-OP Reporting Purposes, if bidding a co-op price, please indicate
applicable co-op pricing you are using:
BuyBoard/TASB
Houston Galveston Area Council (HGAC)
Texas Cooperative Purchasing Network (TCPN)
National Joint Powers Alliance (NJPA).
TXMAS/GSA
U S Communities
Bidder:
Authorized Representative:
Address:
Signature:
Title:
Tele. No.
Fax No.
Date:
Email
RFB955ElectricalMaterialsPKContainmentProjFnl
p 14 of 15
SUPPLEMENTAL INFORMATION
Contacts
Service Issues
To Resolve Invoice Issues
Name
Telephone No.
Email Address
PLEASE PRINT LEGIBLY
SERVICE CENTER INFORMATION
Name of Center
Address
Telephone No.
Email Address
RFB955ElectricalMaterialsPKContainmentProjFnl
P 15 of 15
Download