Bid 15-327 - Polk County

advertisement
AWARD INFORMATION
FOR
BID # 15-327
Medium Voltage Electrical System
Maintenance Services for the NRWTF
AWARD DATE
August 18, 2015
AWARDED TO:
CE Power Solutions of Florida, LLC
ADDRESS
4255 Frontage Road North
Lakeland, FL 33810
PHONE NUMBER
863-439-2992
FAX NUMBER
TOLL FREE NUMBER
800-434-0415
EMAIL ADDRESS
info@cepower.net- steve.antman@cepower.com
CONTACT
Tony Sargent- Steve Antman
CONTRACT PERIOD
August 18, 2015 through July 1, 2018
Master PO#
21504790
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
Bid 15-327
SPECIAL CONDITIONS
1.
Award will be made based on overall low bid for Items A through D meeting the
qualification standards under the Specifications. All bid items that are part of the basis
of award should be bid at a fair and reasonable price; failure to do so may cause the bid
to be non-responsive. The Procurement Director shall be the sole judge of what is fair
and reasonable. Bidders must bid on all items to be considered responsive. The
Procurement Director reserves the right to reject any or all bids and/or waive any minor
irregularities in the bids received, whichever would be in the best interest of the County.
2.
PERFORMANCE OF WORK: Portions of the work required under this bid may be
performed by subcontractors although; the primary contractor is expected to complete
51% of the identified work. Should the successful vendor plan to use subcontractors
from the beginning to perform the required work, the vendor must provide a list of
subcontractors to the Procurement Division for approval prior to bid award. Should the
successful vendor require subcontractors to perform any work during the course of the
work assigned under this bid, the vendor must also provide a list of subcontractors to
the Procurement Division for approval. The vendor shall be fully responsible for all acts
and omissions of their subcontractors and of persons directly or indirectly employed by
them and of persons for those acts any of them may be liable to the same extent as if
they were employed by the vendor. All submittals required of the prime vendor shall
also be required from the subcontractor. Any work performed by the successful vendor
or sub-contracted out must meet all regulated deadlines.
3.
The period of performance for this bid is from date of award to July 1, 2016. The bid will
automatically renew for two (2) one (1) year periods, unless otherwise terminated in
accordance with General Information Items #12 and #13.
4.
All prices bid shall remain unchanged during the period of performance, as specified
herein, and as may be adjusted in accordance with General Information Item # 19.
5.
If it becomes necessary to revise or amend any part of this bid, an addendum will be
issued and will be posted on the County’s website at http://www.polkcounty.net/boccsite/doing-business/bids/. It is the sole responsibility of the bidders to
check the website to ensure that all available information has been received prior to
submitting a bid.
6.
Failure to meet or provide the necessary proof of qualifications shall result in being
considered non-responsive. Bidders should provide the following with their bid
submittal:
a.
Provide a listing of in-house services and capabilities that show experience
related to the Specifications.
b.
Provide a list that includes: address, phone, and a list of employees available to
perform the services at the location that is within 100 miles of Northeast Regional
15
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
Bid 15-327
Wastewater Treatment Facility located at 200 Westview Rd Davenport FL,
33836. The list should contain: employees name, licensure status, work history,
length of time in current position and length of time with current employer and
must show a minimum of 3 years testing and maintenance experience on similar
medium voltage electrical equipment. The successful bidder must be able to
respond to an as needed or emergency service call within two (2) hours.
c.
Provide copies of the following active certifications and licenses from the
employees in “6.b.”
i.
Certified Electrical Test Technician Level III from NICET, NETA or ETTCI.
ii.
Medium Voltage Cable Splicing certificate from NCSCB, AVO, or
equivalent.
7.
The County will require that the successful bidder be on call on a 24-hour basis for any
emergency that may occur and must provide a single phone number where an available
employee can be reached at any time.
8.
The Electrical Contractor must comply with all local, State, and Federal laws, rules and
regulations for a Florida electrician and possess a valid State of Florida Master
Electrician’s License and an Electrical Contractor’s License in the state of FL.
9.
A performance and payment bond in the amount of $1,000,000 will be required from the
successful bidder before the notice to proceed is issued.
10.
Bidders must possess a Polk County Local Business Tax Receipt (f/k/a Business
License) in order to do business with the County. A copy of such license must be
provided to the Procurement Division before award is made to the successful bidder.
16
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
Bid 15-327
SCOPE OF SERVICES
The services requested include regular preventive maintenance tasks as outlined by the
manufacturer of the medium voltage equipment located at the NERWWTF and as detailed
below. Additionally, the services include as-needed and emergency services to correct failures
of the NERWWTF medium voltage equipment and to provide unforeseen maintenance and
repair. The bid shall include a breakdown for preventive maintenance services as well as
standard service rates as listed on the Bid Sheet.
Bidders shall provide pricing for scheduled maintenance activities for monthly, annual, and 5year maintenance intervals. Work being done at annual and 5-year intervals shall include all
maintenance activities for shorter duration intervals, e.g. 5-year maintenance costs shall
include all required monthly and annual activities to be performed in the same service visit.
The County will schedule exact dates of each maintenance service interval after the bid is
awarded. It should not be assumed that the 5-year maintenance requirements will take place
5-years after the award.
Additionally, bidders shall list a price per hour per job classification for normal workdays
Monday through Friday, 7:00 am to 5:30 pm; emergency work, which is comprised of nights,
weekends, and designated holidays shall be billed at 1.5 times the normal hourly rate.
Designated holidays are defined as New Year’s Day, Martin Luther King Jr. Day, Memorial
Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day and the day after, and
Christmas Day and the day before or after. These holidays are in keeping with the scheduled
holidays approved by the Board of County Commissioners.
Materials required for scheduled maintenance shall be included by the Electrical Contractor as
a part of the scheduled maintenance bid prices. All materials necessary for as-needed and
emergency work shall be billed at cost plus 10%. Receipts for all purchased components for
as-needed services shall be provided with invoices.
The successful bidder shall invoice scheduled maintenance at the regular maintenance
intervals in accordance with the pricing listed on the Bid Sheet and bill as-needed services at
hourly rates, in accordance with the submitted rates in the Bid Sheet, which are dependent on
the time the work commences. Should services be requested during normal workdays, the
regular rate shall be used. However, work that occurs outside of normal workday hours shall
be billed at the overtime rate beginning at the end of the regular work day. For example,
should a work request be issued for services to begin at 2:00 pm and the work continues until
7:00 pm, the invoice shall reflect a standard rate for the service from 2:00 pm until 5:30 pm and
an overtime rate for the services from 5:30 pm to 7:00 pm. Any specialized equipment
required to perform work requested by the County shall be billed at cost plus 10% markup.
Should a work request be issued for work to be performed outside of regularly scheduled work
hours, the overtime rate will prevail for the entire work period.
Compensation for as-needed and emergency services may be negotiated as a not to exceed
price on a per-Project basis, on each Work Authorization (WA) or Emergency Request.
Compensation may also be negotiated as a not to exceed price on a per-Project basis with a
percentage to be paid per task (a “Task”), on each WA or Emergency Request. Parts or
17
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
Bid 15-327
individual pieces of equipment over $25,000.00 or a WA for parts or equipment only must
include the quotation of the equipment with a maximum of 10 % markup as negotiated
between the County and the Contractor. The County reserves the right to request an Owner
Direct Purchase or ODP for parts or individual pieces of equipment over $25,000.00.
When the County requires the contractor to perform services for a particular project, the
County will request the Contractor to submit a written proposal for the services to the County’s
Utilities Division. If both parties agree to the proposed terms for the project services and the
County elects to precede then the County, by and through the Utilities Division Electrical
Supervisor, Maintenance Manager, or SCADA Manager, will issue a WA to the Contractor for
the performance of the project services. All requirements of this process shall apply to each
WA. Each WA will also state the following project information: the maximum amount of the
Contractor’s compensation, Project schedule, and completion date, and shall become effective
upon due execution. The Contractor is not authorized to undertake any project or perform any
as-needed services without a duly executed WA and corresponding purchase order.
The Electrical Contractor will be required to perform services specified herein. The Electrical
Contractor will be expected to be available to provide services immediately upon award.
a.
b.
c.
By seeking bids from contractors, the County does not represent that it will
utilize the successful Electrical Contractor's as-needed services.
As part of the service contract, the Electrical Contractor will be required to
meet the insurance requirements included with this Bid.
The County reserves the right to place out to bid, or solicit quotes from other
vendors for any job.
18
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
Bid 15-327
SPECIFICATIONS
1.
Preventive Maintenance Services
A. Medium Voltage Metal Clad Switchgear and 15kV Vacuum Circuit Breakers:
1. General:
a. Medium voltage switchgear and vacuum breakers require annual and 5-year
maintenance intervals and requirements are listed in subsequent paragraphs.
b. Provide inspections and maintenance for safe and reliable operation of the
switchgear in accordance with manufacturer’s maintenance manual in
Attachment A (Type GM-SG 5 kV and 15 kV non-arc-resistant metal-clad
switchgear instruction manual, E50001-F710-A230-X-4A00). Consult this
manual for a complete guide of required maintenance and recommended
maintenance consumables.
c. Provide maintenance for 15kV vacuum circuit breakers in accordance with
manufacturer’s instruction manual found in Attachment B (Instruction Manual
for Type GMSG 5kV and 15kV vacuum circuit breakers, E50001-F710-A231V2-4A00). Consult this manual for a complete guide of required maintenance
and recommended maintenance consumables.
2. Annual Maintenance:
a. Provide all annual maintenance tasks required by the manufacturer’s
maintenance manual in Attachment A.
b. Perform annual maintenance of circuit breakers as outlined in the
manufacturer’s instruction manual located in Attachment B.
c. Exercise and adjust moving parts of equipment to ensure free mechanical
movement.
d. Verify settings of all relays and circuit breakers and verify fuse sizes and
types match those required by the current short circuit and coordination
studies.
e. Clean contaminated surfaces with cleaning solvents recommended by the
equipment manufacturer. Vacuum and clean inside enclosures as required.
f. Perform a thermographic survey in accordance with NETA ATS and compare
the study to previous thermographic studies to provide information and
recommendations on the condition of equipment. Perform the thermographic
study with the equipment energized during periods of maximum possible
loading. Provide descriptions and investigate issues for temperature
gradients greater than 3 degrees C. Provide a written report of the following:
1) Areas surveyed and temperature gradients.
2) Locations having gradients greater than 3 degrees C and explanations of
issues or necessary repairs.
3) Causes of heat rise and migration corrections.
4) Detected phase imbalances.
5) Differences from previous surveys.
g. Check protective relays for the following:
1) Tight cover gasket seal.
19
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
2)
3)
4)
5)
h.
Bid 15-327
Unbroken cover glass.
Condition of shorting contacts.
Correct settings.
Freedom of movement and proper travel.
Manually trip breakers using protective relays.
3. 5-Year Maintenance:
a. Lubricate mechanisms, contacts and other moving components.
b. Lubricate shutter guide, bearings, rollout fuse truck moving parts, etc.
c. Lubricate stationary silver-surfaced contacts.
d. Lubricate 15kV vacuum circuit breakers.
e. Use lubricants as specified in the manufacturer’s instruction manuals.
f. Update short circuit current study and Arc Flash warning labels in accordance
with NFPA 70E for the entire facility. Calculations for Arc Flash labeling must
be done by or in the responsible charge or a registered professional engineer
of the State of Florida.
B. Battery and Charger:
1. General:
a. Batteries and charger require monthly and annual maintenance intervals and
requirements are listed in subsequent paragraphs
2. Monthly Maintenance:
a. Measure and record voltage across each battery cell and across the entire
battery.
b. Verify and record the electrolyte level in each battery cell. Top with distilled
water as needed.
c. Verify and record Specific Gravity of each battery cell.
d. Verify the operation of all indicators.
e. Remove accumulated dust around ventilation openings, charger interior,
surfaces of circuit boards and electrical connectors/terminals.
f. Visually verify the condition of all components. Inspect for physical damage,
corrosion and leakage.
g. Inspect cables for damage.
3. Annual Maintenance:
a. Verify all bolted connections. If necessary, use a torque wrench to retighten to
manufacturer’s specifications.
b. Clean and grease all battery connections.
c. Wash the battery cells using distilled water only.
d. Partially discharge lead acid batteries to verify battery and charger
performance.
C. Medium Voltage Transformer:
1. General:
a. Medium voltage transformer requires annual maintenance intervals and
requirements are listed in subsequent paragraphs
20
Medium Voltage Electrical System Maintenance Services
for the Northeast Regional Wastewater Treatment Facility
Bid 15-327
b. Perform maintenance in accordance with manufacturer’s maintenance
manual found in Attachment C (Instructions for Secondary Unit Substation
Transformers 150 – 3000 KVA, Three Phase, Section E ILUJ00000, Item 10.0
Maintenance). Consult this manual for a complete guide of required
maintenance and recommended maintenance consumables.
2. Annual Maintenance:
a. Provide all maintenance tasks required by the manufacturer’s maintenance
manual in Attachment C.
b. Touch-up transformer finish where rusting or deterioration is visible.
c. Check transformer loading in accordance with the ANSI loading Guide
(C57.91).
d. Verify proper liquid level and add oil as necessary.
e. Sample insulating oil in accordance with ASTM D923 and have a laboratory
test for:
1)
Dielectric breakdown/strength.
2)
Water content.
3)
Acid neutralization number.
4)
Interfacial tension.
5)
Color.
6)
Visual condition.
7)
Specific Gravity.
8)
Power Factor.
Provide an analysis and interpretation of the results. Correlate results based
on previous measurements to determine the transformer health.
21
Download