CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

Similar documents
EG Controls. SLIMVIEW 120 VOLT FLOAT SERIES DUPLEX PUMP CONTROL PANEL SPECIFICATION for CITY OF E G

CONTENTS AUTOMATIC TRANSFER SWITCHES

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

.4 Do complete installation in accordance with latest Electrical Bulletins of the local inspection authority.

SECTION 4000 LIFT STATIONS

NOTICE TO CONTRACTORS

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

SECTION AUTOMATIC TRANSFER SWITCHES

PUMP CONTROL CENTER (PCC)

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

1.1 REFERENCES.1 American National Standards Institute/National Fire Protection Association (ANSI/NFPA).1 ANSI/NFPA 20, Centrifugal Fire Pumps.

LABORATORY AIR COMPRESSORS AND VACUUM PUMPING SYSTEMS

B. Section Transfer Switches: Automatic transfer switch.

BID PROPOSAL-REVISED

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Tender Document. MR 193/ Design, Supply & Commission New Control Panel for Ruston 16RK270 Generator

Custom Pump Controls. The Custom Controls Solution Provider. A New Generation. Complete Management. Page 2

CITY OF MEXICO BEACH REQUEST FOR QUOTES: LIFT STATION PANELS REPLACEMENT

SECTION DOMESTIC WATER PRESSURE BOOSTING SYSTEMS (VFD) PART 1 - GENERAL 1.1 SUMMARY

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

ADDENDUM No: 3 JOSEPHINE COUNTY BUILDING OPERATIONS DEPARTMENT. February 29, NO CHANGE: March 8, 2012 / NOT LATER THAN 2:00 PM

elite Model ELN Centralized Emergency Lighting Inverter Systems 550 W to 1.5 KW Systems

FTA200-A REMOTE ALARM PANEL

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 11/06/2018

PURCHASING SECTION th Street, Surrey, B.C. V3S 3C7 Tel: Fax: ADDENDUM NO.

SECTION ENCLOSED CONTROLLERS

INVITATION TO TENDER ITT NO. PS KILLARNEY COMMUNITY CENTRE ENERGY UPGRADE ADDENDUM NO. 2

SECTION SANITARY SEWAGE PUMP STATIONS

FIRE ALARM SYSTEM 1.1 GENERAL REQUIREMENTS

Date of Start and downloading the tender 12 sep 2018

CHAPTER 20 SERVICE EQUIPMENT

SECTION AUTOMATIC TRANSFER SWITCHES

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

Replacement of Fire Pump and Generator Upgrade, H Building, Sexton Campus

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

DOCUMENT ADVERTISEMENT FOR BIDS

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

Relationship beyond banking

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

Special Provision No. 682S27 June This Special Provision refers to the following standards, specifications or publications:

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

STATEMENT OF WORK I. SCOPE OF WORK:

DIESEL Engine Fire Pump Controllers Features

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

SECTION Fire Pumps

FTA550 JOCKEY PUMP CONTROLLERS

UltraLITE Model ELU Centralized Emergency Lighting Inverter 4.2 KW- 5 KW

Bold items are particular to the City of Euless

Spectron LSN (Life Safety Network) Suggested Specifications

SPECIFICATIONS - DETAILED PROVISIONS Section Magnetic Flowmeters C O N T E N T S

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

Mission Critical. Fuel Supply Systems

I P. Tough Starters for Tough Environments. Explosion Proof Starter. Ready to Install, Completely Wired and Assembled

DTW Master Specification Section EMCS: Start Up, Verification and Commissioning

Request for quotation (RFQ) for goods/services

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

FIRE & LIFE SAFTEY STANDARD

Title: YALE OFFICE OF FACILITIES PROCEDURE MANUAL Chapter: 01 - Yale Design Standard Division: HVAC Standards

INVITATION FOR BID. May 17, Purchase Natural Gas Hot Water Boiler MAWSS Purchasing Department

Worldwide Contacts.

Regulations Governing Fire Protection Systems That will be connected to the Town of Wayland Municipal Fire Alarm System.

Linear Heat Detection Engineering Specifications

SECTION EXTERIOR LIGHTING

SECTION SECURITY TESTING AND COMMISSIONING

SECTION DIGITAL, ADDRESSABLE FIRE-ALARM SYSTEM

COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

Laboratory Enclosed Scroll Air Compressor System with Premium NFPA Controls

VACUUM BREAKER MEDIUM VOLTAGE AUTOMATIC TRANSFER SWITCHES

cbever LY) \HILLS/ AGENDA REPORT

Sentry LIQUID LEVEL GAUGE MODEL 200 or 200C OWNER MANUAL REV 1.7 SEPT08 PAGE 1 OF 12

SECTION INTRUSION DETECTION

SECTION ROTARY-SCREW WATER CHILLERS

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

HHA Lyerly Apartments 75 Lyerly Houston, Texas J. Allen Management Managing Agent

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

DV-5 Red-E Cabinet Integrated Deluge Fire Protection Package. General Description. Technical Data. Page 1 of 6 AUGUST 2018 TFP1300. Worldwide Contacts

NATIONAL BANKING GROUP WEST-1

15900 HVAC INSTRUMENTATION AND CONTROLS

University of Houston Master Construction Specifications Insert Project Name SECTION FIRE PROTECTION PUMPS PART 1 - GENERAL

CITY OF PORTSMOUTH Department of Public Works MUNICIPAL COMPLEX FIRE ALARM. Bid # Addendum #1

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

38-SDMS-01 SPECIFICATIONS FOR FAULT INDICATORS FOR UNDERGROUND DISTRIBUTION NETWORKS

Model DV-5 Red-E Cabinet 1-1/2 thru 8 Inch (DN40 thru DN200), 250 psi (17,2 bar) Integrated Deluge Fire Protection Package General Description

SPECIFICATIONS FOR TENDER # SUPPLY OF DUCTLESS MINI-SPLIT AIR CONDITIONING SYSTEMS FOR WESTERN HEALTH

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

SIMPLEX WEATHERPROOF CONTROL PANELS

Model DV-5 Red-E Cabinet 1-1/2 thru 8 Inch (DN40 thru DN200), 250 psi (17,2 bar) Integrated Preaction Fire Protection Package General Description

TENDER NO: MR 92/2017 SUPPLY OF HIGH VOLTAGE PROXIMITY DETECTORS

R E C T I F I E R I N V E R T E R C O N V E R T E R SB7

Product Specifications Dialog Room Controller* (*patent pending)

C. ASME Compliance: Fabricate and label water chiller heat exchangers to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1.

Technical Data. Approvals The 1-1/2 in. to 8 in. (DN40 to DN200) DV-5 Red-E Cabinets are UL Listed and C-UL Listed with the following system types:

Remote Alarm Panels Features

MODEL B2 INSTALLATION MANUAL

Transcription:

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: CONSTRUCT, DELIVER AND COMMISSION 3 (THREE) LIFT STATION ELECTRICAL LOCATION OF WORK: 3 Separate work sites in Meteghan, N.S TENDER CLOSING DATE: FRIDAY NOVEMBER 10 th, 2017 CLOSING TIME: OPENING TIME: OPENING LOCATION: 3:00 P.M IMMEDIATELY AFTER CLOSING MUNICIPAL OFFICE 1185 Hwy 1, Little Brook, NS 1. NOTICE TO BIDDERS All Tenders submitted to the Municipality of the District of Clare must be submitted in a sealed envelope. The name and address of the bidder and the name of tender shall be clearly marked on the envelope. Tenders may be dropped off at the municipal office at 1185 Hwy 1, Little Brook or mailed to: Attention: Jody Comeau, Public Works Municipality of Clare, 1185 Hwy 1 Little Brook, N.S BOW 1Z0 Tender Opening: All Tenders will be opened in public at the municipal office immediately following the closing time. Interested members of the public may attend the Tender opening. 2. DETAILED REVIEW OF TENDER

Page 2 of 17 No award will be made at the time of the opening. All tenders accepted will be reviewed in detail before a recommendation can be made for award of tender. The detailed review will take place as soon as possible after the public opening. Tenders will be checked for the following items: a) Bid Security - As described in the Instruction to Bidders b) Omissions - The Tender Signature Form must be signed by the Bidder as an acknowledgment of receipt and understanding of the documents (including any Addendums where applicable) All Appendixes must be included with bid submissions. A check of the bid prices will be made and all mathematical errors will be corrected by municipal staff. 3 INSTRUCTIONS TO BIDDERS 3.1 Examination of Plans, Specifications, Tender Quantities and Site of Work Bidders shall carefully examine all the following documents which are applicable to this tender (Instructions to Bidders, Documentation Required from Successful Bidder, and Specifications). Bidders shall carefully examine all the work sites in order to satisfy themselves as to all local conditions affecting the contract. 3.2 Tender Forms - The Bidder must submit his/her Tender on the forms supplied by the Municipality. The Bidder must state the prices (both in numerals and words). 3.3 Addenda - Bidders must include, as part of their Tender, all addenda issued during the bidding period by the Municipality. The Bidder shall make all revisions to the tender documents as instructed in the Addenda. When an Addendum is issued, the closing time shall, where necessary, be adjusted to reasonably allow Bidders to receive and adequately consider, prepare and submit their Bids. 3.4 Bid Security Tenders will be rejected unless accompanied by a Bid Security of not less than ten percent (10%) of the contract price (including all valid bid modifications). This deposit shall consist of a certified cheque, irrevocable Standby Letter of Credit, bank draft, money order, or bid bond. Security shall be made payable to the Municipality of the District of Clare.

Page 3 of 17 3.5 Rejection of Tender -The Municipality reserves the right to reject any or all Tenders. The lowest or any Tender will not necessarily be accepted. The Tender deemed the best value may be the Tender accepted taking into account price and life cycle cost considerations, environmental and social considerations, delivery, servicing and the capacity of the supplier to meet other criteria as stated in the Tender documents. 4 DOCUMENTATION REQUIRED FROM SUCCESSFUL BIDDER 4.1 The successful Bidder shall provide, within forty-eight (48) hours of request, evidence of an account with the Workers Compensation Board and coverage under the Workers Compensation Act. 4.2 Proof of Insurance - The successful Bidder shall be required to take out and maintain, during the period prescribed herein, liability and builder s risk insurance coverage with a limit of not less than two million dollars ($2,000,000.00) inclusive for any one occurrence. Upon award of the contract, the successful bidder shall provide proof of insurance to the Municipality prior to commencing the work. 5 CONTACT INFORMATION For additional information please contact, Jody Comeau, Public Works, 902-769-7458 6 TENDER SUBMISSION Tenders must be received no later then 3:00 P.M on Friday, November 10 th, 2017

Page 4 of 17 7 SPECIFICATIONS CONSTRUCT, DELIVER AND COMMISSION 3 (THREE) LIFT STATION ELECTRICAL 1. CODES AND STANDARDS.1 Do complete installation in accordance with the following:.1 Canadian Electrical Code Cdn.1-2015..2 Institute of Electrical and Electronics Engineers (IEEE)..3 National Building Code of Canada 2010 (NBC)..4 National Electrical Manufacturer s Association (NEMA)..5 Electrical and Electronic Manufacturer s Association of Canada (EEMAC)..6 Authority having jurisdiction and all local laws, rules and regulations..7 All associations listed in Item 1.2..2 Furnish materials which are new and which conform to the applicable standards of the authorities listed below:.1 Canadian Standards Association (CSA)..2 Underwriters Laboratories, Inc. (UL)..3 Electrical and Electronic Manufacturers Association of Canada (EEMAC)..4 American National Standards Institute (ANSI)..5 Institute of Electrical and Electronics Engineers (IEEE)..6 All equipment will bear CSA labels. 2. DESCRIPTION OF SYSTEM.1 Seller to supply and provide commissioning services for three (3) completely assembled lift station electrical panels. Panels will be required to safely and efficiently supply power to and control all aspects of their associated pump station operations. Installation of panels will be performed by others..2 Each panel to be equipped with a 3-phase, 600V utility connection, the associated power distribution components of which will include a main disconnect, metering equipment, manual transfer switch, 120VAC control transformer and external weatherproof generator plug..3 Each panel to include a control system sub-panel, which will include an Allen-Bradley Micrologix 1400 PLC and all necessary circuit breakers, fusing, terminal blocks, power supplies, wireway and wiring..4 Each panel to include all required pump motor controls included magnetic motor starter, overloads, auxiliary contacts, fusing and wiring..5 Seller to supply all associated control devices and field instrumentation for each panel..6 Seller to supply and install suitable nameplates to be permanently affixed onto the pumps, motor controls, utility equipment, control enclosure components and other operating components.

Page 5 of 17.7 Work under this Contract includes the supply of all labour, supervision, materials and equipment necessary for the construction of the panels and the supply of the field devices, as specified in these performance specifications..8 Seller to provide a complete set of shop drawings as well as electrical schematics for each panel to the Owner. 3. STATION REQUIREMENTS.1 Lift Station #1 (Located at 58 Peter Dugas Rd) :.1 Electrical service: 100A, 347/600V, 3-phase, to NS Power standards..2 Pump size: 5 HP, 347/600V, 3-phase, Flygt Model #3102.180..2 Lift Station #2 (Located at 7971 Hwy 1) :.1 Electrical service: 100A, 347/600V, 3-phase, to NS Power standards..2 Pump size: 5 HP, 347/600V, 3-phase, Flygt Model #3102.180..3 Auto-dialer for this location only..3 Lift Station #3 (Located near 7700 Hwy 1) :.1 Electrical service: 60A, 347/600V, 3-phase, to NS Power standards..2 Pump size: 2.2 HP, 347/600V, 3-phase, Flygt Model #3085.181. 4. CONTROL.1 NEMA 4X rated, 316 Stainless Steel construction..2 Enclosure to have drip-edge molding above the door..3 Stainless Steel, NEMA Type 12 Single Door Enclosure with padlock handle, see attached document (Fig 1.1).4 Enclosure doors shall be hinged and have a neoprene gasket..5 Enclosure to have an inner door to separate power components from operator controls..6 Enclosure shall be insulated, so heater can maintain its desired temperature with ease..7 Enclosure to have an external audible alarm..8 Enclosure to have an external visual alarm, provided separately for mounting on monument..9 Sized to be compatible with, a Precast control mounting structure, see attached document.(fig 1.2).10 Suitable nameplates to be permanently affixed onto the pumps, motor, control enclosure components, and other operating components to indicate the purpose of the component or operating routine and parameters applying to the component. The pump, motor and control equipment are to be CSA approved and the CSA logo shall appear on the nameplates of these components..11 Meter base and main disconnect to be enclosed in the top section of the panel box.

Page 6 of 17.12 Panels contents to include the following:.1 Fused main disconnect, sized to utility service..2 Utility connection and metering equipment to NS Power standards..3 600V, 3-phase manual transfer switch, sized to utility service..4 External weatherproof generator plug, Appleton model # ADR 1044RS.5 Pump Motor controls, sized to accommodate station pump requirements. Motor controls to include the following:.1 FVNR magnetic motor starter, sized to pump requirements..2 Motor starter auxiliary contacts..3 Appropriately sized fusing and overload protection..6 600V-120VAC control transformer, sized to accommodate all lift station control and instrumentation requirements..7 Phase protection relay..8 Panel heater and thermostat..9 All associated terminal blocks, circuit breakers, fusing and wiring to provide a complete system.13 Control panels shall include removable back panels on which control components shall be mounted. Back panels shall be secured to enclosures with collar studs. All operating controls and instruments shall be securely mounted and shall be clearly labeled to indicate function..14 Control panels shall include 300 mm W x 300 mm minimum space provision for future SCADA-related equipment including Ethernet radio and 4-port Ethernet switch..15 Panels contents to include the following:.1 HOA selector switches that will work even in the event of a PLC failure..2 Audible and visual alarms, including green pump run indicator light and red alarm indicator..3 Alarm test and silence switches / buttons..4 Power on light..5 Allen-Bradley Micrologix 1400 PLC with 120VAC inputs and relay outputs. Sized adequately to accommodate all pump station control and instrumentation devices..6 Allen-Bradley analog input module #1762-IF4..7 Control system surge protection equipment..8 All associated terminal blocks, circuit breakers, fusing, wireway and wiring to provide a complete system.

Page 7 of 17 5. AUTO DIALER.1 Verbatim VSS-4C, 4 Channel Auto Dialer.2 Auto-dialer to automatically alarm and call-out on the following conditions:.1 Pump #1 failure.2 Pump #2 failure.3 Phase failure.4 High water level.3 To be installed for panel at Lift Station #2 location only. 6. FIELD INSTRUMENTATION AND WIRING DEVICES.1 Provide pressure transducer, for measuring water level and automatic pump control, by static level, see attached document. (Fig 1.3).2 Provide two mechanical switches (floats) for backup control and for generation of high high (HH) and low low (LL) water level alarms, and manual operation shall PLC fail. Mercury liquid level switches are not permitted..3 The cord for transducer shall be at least 25 (7.6m) in length. The floats shall be the standard version with a cord of 42.5 (13m) in length. Please see attached document. (Fig 1.4) 7. PLC INTEGRATION AND WIRING.1 The following digital input devices will be wired to and controlled by the PLC:.1 Pump motor running auxiliary contacts..2 Pump motor overload trip alarm contacts..3 Phase relay alarm contacts..4 HOA selector switch (2 inputs)..5 Alarm reset push button..6 Alarm test push button..7 Well high-high level switch..8 Well low-low level switch..9 Manual transfer switch normal position auxiliary contacts..10 Manual transfer switch emergency position auxiliary contacts..2 The following digital output devices will be wired to and controlled by the PLC:.1 Pump motor starter coil..2 Alarm pilot light..3 Pump running pilot light.

Page 8 of 17.3 The following analog input devices will be wired to and controlled by the PLC:.1 Well level transmitter. 8. SYSTEM PROGRAMMING AND OPERATION.1 The Seller shall deliver the lift station control panels pre-programmed and will provide onsite commissioning services for each of the three (3) Lift Station sites..2 The control system shall provide total and daily trend data for the following quantities:.1 Pump runtimes..2 Pump motor starts..3 In manual mode, the control system shall provide for continuous operation of the pump motor..4 In automatic mode, the control system shall provide for liquid level regulation to control the operation of the pumps in accordance with variations of sewage levels in the pump chamber as given by the level transmitter. Setpoints for pump start and stop levels will be provided for..5 The control system shall provide for the following alarms, with setpoints provided for all analog items:.1 Pump motor fail to start..2 Pump motor tripped..3 Phase relay alarm..4 Loss of control power..5 Level transmitter sensor fail..6 Well level high alarm..7 Well level low alarm..6 The PLC shall provide programming for all items listed in Section 8..7 The system will be designed to operate manually in the case of a PLC failure. 9. EXECUTION.1 Supervision of Installation and Commissioning:.1 This category covers equipment which is to be installed by the Contractor or his Subcontractor, and require commissioning of the equipment. Following delivery of the equipment to the site, the Seller shall communicate to explain the installation procedure to the Contractor..2 The Seller also shall conduct a site visit during start-up and commissioning but before the equipment is operated. The Seller shall provide the services of a field service technician, for the minimum period given in the Form of Quotation & Schedule and/or specified in the technical specification, to commission the said equipment. The field service technician shall provide the services stated in the

Page 9 of 17 relevant specification and shall operate and/or demonstrate the equipment to the satisfaction of the Owner..3 The Seller shall furnish to the Owner a letter or certificate stating that his qualified technician has found the equipment as installed by the Contractor to be to his satisfaction and will operate as intended..2 Demonstration and Training:.1 The Seller s field service technician shall demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, and maintenance of each item of equipment to the Owner's personnel at agreed upon times, at the equipment location..2 The field service technician shall instruct personnel in phases of operation and maintenance using operation and maintenance manuals as basis of instruction..3 The field service technician shall review contents of manual in detail to explain aspects of operation and maintenance, prepare and insert additional data in Operations and Maintenance Manuals when needed during instructions. END OF SECTION Site visits can be arranged by contacting Jody Comeau, Public Works, at the Municipality of Clare at 902-769-7458. Quotes shall include all associated costs including materials, labor, transportation, delivery, etc. Panels must be delivered within 6 weeks of tender being awarded. Payment for services will occur upon completion of commissioning of panels.

Page 10 of 17 BID SHEET CONSTRUCT, DELIVER AND COMMISSION 3 (THREE) LIFT STATION ELECTRICAL Description: CONSTRUCT, DELIVER AND COMMISSION 3 (THREE) LIFT STATION ELECTRICAL Tender Bid $ HST $ (TOTAL Price written in words) The undersigned Bidder declares that he has read, understands, and agrees to the conditions referred to in this Tender. Dated this day of, 2017. Submitted By: (Name of Bidder Please Print) (Company Name) (Address) (Signature of Bidder) (Signature of Witness) (Telephone Number) (Fax Number) (Email Address)

Page 11 of 17 FIGURE 1.1 -

Page 12 of 17 FIGURE 1.2

Page 13 of 17 FIGURE 1.3

Page 14 of 17 FIGURE 1.3

Page 15 of 17 FIGURE 1.4

Page 16 of 17 FIGURE 1.4

Page 17 of 17 END OF DOCUMENT