SMALL WORKS PROJECT REQUEST FOR SEALED BIDS PIERCE COUNTY FIRE PROTECTION DISTRICT #22 18421 OLD BUCKLEY HIGHWAY BONNEY LAKE, WA 98391 (253) 863-1800 (253) 863-1848 (FAX) Date Bid Requested: 5/24/2012 Date Bid To Be Submitted By: 6/11/12 by 12:00 p.m. Prevailing Wages Are Required To Be Paid PROJECT TITLE: Fire Station Diesel Generators Three (3) Stations Your firm expressed interest in submitting a bid on the above-named project. Please examine the description of work carefully so that you will be familiar with the requirements of the Small Works Project. Description of Work Yes No Scope of Project 1. Provide bid for Diesel driven generators for 3 fire stations. (see specifications attached). 2. Contractor shall obtain all required engineering/permits. (include all costs in bid). 3. This project is subject to all provisions of RCW 39.12 - Prevailing Wages. (include all costs in bid). 4. All projects over $35,000 will require a Performance and Payment Bond for the entire cost of the project, along with Retainage Requirements. (include all costs in bid- as a line item). 5. Any damage that results during the course of installation, shall be repaired, and or, replaced at no cost to the district. 6. Contractor and sub-contractors shall clean and remove all construction debris. In addition, Property shall be clean and free of any and all construction material(s) at completion of project. 7. Contractor and sub-contractors shall comply with all Labor and Industry standards and general industry standards to include all worker right to know requirements. This project is partially funded by a Federal Grant. Acceptance of federal funding requires recipient to comply with all federal, state, and local laws and requirements. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. Contactor Shall be responsible for meeting all of these requirements and is a requirement for final acceptance of this project.
Bid Proposal must include: o Contractor s Name, Address and Phone Number o Contractor s State License Number o Cost of Materials o Cost of Labor (Dept. of Labor &Industries Prevailing Wage Rates Required) o Clear and separate identification of Any and All Other Charges required or listed on Bid, including but not limited to (Engineering, Permits, Performance & Payment Bonds, Etc.) o Sales Tax - Contractor to verify at each location. o Total Bid Amount o Three (3) References of similar sized public works project within the last five years. Project Location Station 16 10515 234 th Ave. E. Buckley WA 98321 Station 18 10105 24 th St. E. Edgewood WA 98371 Station 111 27723 Sumner-Buckley Hwy. Buckley WA 98321 Site Visit Although not mandatory, the contractor is strongly encouraged to visit the site to make certain they are aware of all site conditions. Engineer s Estimate N/A Addenda Bidders are responsible to check East Pierce Fire and Rescues website for the issuance of any addenda prior to submitting a bid. Bid Submittal Bids must be submitted in an Itemized format for all work and materials required to produce the finished product(s). This project is subject to sales tax, which should be listed in the bid as a separate item. The current sales tax rate needs to be verified by contractor for each location. Bids must be submitted to District Secretary, Nancy Keck at East Pierce Fire and Rescue, Station 11, 18421 Old Buckley Hwy, Bonney Lake, WA 98391, no later than Monday, June 11, 2012 by 12:00 p.m. A formal bid opening will be held. Upon selection of a contractor, a summary of all bids received for this project will be available on East Pierce Fire and Rescue s website at www.eastpiercefire.org. Prevailing Wages This project is subject to all provisions of RCW 39.12. A copy of the applicable prevailing wage schedule will be furnished upon request or can be obtained at Labor and Industries website at www.lni.wa.gov/tradeslicensing/prevailingwage/ratedatabase/ratestrade/default.asp. No payment shall be issued until East Pierce Fire and Rescue receives a Statement of Intent to Pay Prevailing Wages form, approved by the State Department of Labor and Industries from the Contractor and each and every Subcontractor. No final payment or release of any retainage will be made until East Pierce Fire and Rescue receives an Affidavit of Wages Paid form, approved
by the State Department of Labor and Industries from the Contractor and each and every Subcontractor. Industrial Insurance (Workers Comp) All Contractors and Subcontractors may be required to pay industrial insurance for all employees involved in the performance of the work described herein. Failure to comply with the state law may be considered a material breach of this contract. Insurance Contractor shall procure and keep in force during the term of this contract Commercial General Liability insurance on an occurrence basis in an amount not less than $1,000,000 per occurrence and at least $2,000,000 in the annual aggregate, including but not limited to premises/operations (including off-site operations), blanket contractual liability and broad form property damage. Prior to the Contractor performing any work under this contract, Contractor shall provide East Pierce Fire and Rescue with a Certificate of Insurance evidencing the insurance required and, by endorsement to Contractor s liability policy(ies), naming East Pierce Fire and Rescue, its officers, employees and agents as an Additional Insured. The Contractor agrees to repair and replace all property East Pierce Fire and Rescue and all property of others damaged by the Contractor, its employees, and subcontractors, and agents. It is understood that the whole of the work under this contract is to be done at the Contractor s risk, the Contractor is familiar with the conditions of excavation, backfill, materials, climatic conditions, and other contingencies likely to affect the work and has made its bid accordingly and that the Contractor assumes the responsibility and risk of all loss or damage to materials or work which may arise from any cause whatsoever prior to completion. Business License A current Business License is required prior to performing work. Bid Award The contract for this project will be awarded to the lowest responsible bidder based on the bidder s ability, capacity and skill to perform the required work within the specified time, the quality of the bidder s performance of previous contracts and the bidder s compliance with laws relating to the contract. East Pierce Fire and Rescue shall issue a contract to the successful bidder. Work may proceed when the following conditions have been met: The contract has been fully executed by both parties A Certificate of Insurance together with a CG2010 endorsement or equivalent has been found acceptable by EPFR s Attorney A Performance Bond has been executed A Statement of Intent to Pay Prevailing Wages, approved by the State Department of Labor and Industries has been received from the Contractor and each and every Subcontractor East Pierce Fire and Rescue reserves the right to reject any or all bids, waive technicalities or irregularities and to accept any bid if such action is believed to be in the best interest East Pierce Fire and Rescue. Retainage Pursuant to RCW 60.28, a sum of five percent (5%) of the monies earned by the Contractor will be retained.
Payment Schedule Upon completion of the project, East Pierce Fire and Rescue will process a payment to the Contractor in the amount of 95% of the total contract price, provided East Pierce Fire and Rescue has received all approved Intent to Pay Prevailing Wages forms. The remaining 5% shall be held by East Pierce Fire and Rescue for 45 days following East Pierce Fire and Rescues acceptance of the project, or until the East Pierce Fire and Rescues receipt of all approved Affidavit of Wages Paid forms, required releases and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. RCW 39.08.010 states that on contracts of $35,000 or less at the option of the contractor the agency may, in lieu of a performance and payment bond, retain 50% of the contract amount for a period of 30 days after the date of final acceptance, or until receipt of all necessary releases from DOR and L&I and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. All projects over $35,000 will require a Performance and Payment Bond, for the entire cost of the project along with retainage requirements. Time of Completion Work shall start ten (10) calendar days after execution of the contract and the issuance of a notice to proceed; and shall be completed within thirty (90) working days or mutually agreed upon timeframe. Contact Person Captain Brian Schulz EAST PIERCE FIRE AND RESCUE 18421 Old Buckley Hwy, Suite F Bonney Lake, WA 98391 253-863-1800 253-863-1848 (FAX)
Power Generator BID SPECIFICATIONS BID: TO MEET OR EXCEED THE FOLLOWING SPECIFICATIONS DESCRIPTION: The following specifications shall apply for each station listed: Bidders may contact the fire department for a site visit to determine the location and installation of each generator for bidding purposes. GENERAL REQUIREMENTS: Station 16 10515 234 th Ave. E. Buckley WA 98321 Station 18 10105 24 th St. E. Edgewood WA 98371 Station 111 27723 Sumner-Buckley Hwy. Buckley WA 98321 Diesel driven Emergency Power Generator Unit with weather proof housing and silencer shields, exhaust Silencer, Fuel tank shall be large enough to run generator for 36 hours at 50% load at a minimum, Fuel tank meeting the fuel tank containment requirements of the International Fire Code, 2009 edition, all State of Washington requirements, Labor and Industry requirements pertaining to emergency generators and their installation for fuel containment, operation and the provisions of NFPA 110 for generators, and Automatic Transfer Switch installation and operation. In addition, the bid shall include any changes required for each station to accommodate the new installation and operation. Bidder will include for each location, freight, tax, plan review fees, permits, bonding, performance bonds, generator and all components, all electrical components, installation of all components, pad preparation and installation to accommodate generator, instruction, any trenching, asphalt cutting, asphalt replacement, a minimum of (2) steel bollards (4 ) in front of each generator filled with cement and painted yellow, and; coordination of delivery, off-loading, any high lifts needed for overhead work in stations necessary to supply 100% power from unit into station and electrical; panels and connection, any changes needed to accommodate emergency power to existing electrical panels in station(s), all manuals, hook-up from generator unit to the automatic transfer switch, Remote Alarm Annunciator, operation testing and training as part of this bid. Generator is to be delivered to East Pierce Fire and Rescue and to each bid site. Bid shall include all taxes and fees. Work to be performed by Licensed and bonded contractors approved in the State of Washington at
prevailing wage. Remove and dispose of existing generators and automatic transfer switches. GENERAL SPECIFICATIONS: Generator Enclosure - Sound Proofing (1 each) Level I Sound attenuated weather protective generator set enclosure (81 dba @ 7 meters), with unit mounted exhaust silencer. Fuel Storage (1 each) - UL listed, 24 hour, base mounted, rupture basin design, fuel storage tank, complete with the following options: - Electrical stub-up area meeting all Labor and Industry requirements - Low level and basin alarm contacts - Vent & fill package - Sight gauge - Meet all International Fire Code and State requirements for fuel containment Remote Annunciator 1 (each) - Remote annunciator - All Alarms NFPA - 110 engine gages A-C meters and low coolant Warranty Standard warranty parts & labor warranty coverage, Manuals - (3 sets) - Installation Manuals for all engine, generator components and accessories - All Operators Manual for all engine, generator components and accessories - Parts Catalog for engine, generator components and accessories - Shop Repair manuals for all engine and generator components and accessories STATION SPECIFICATIONS: Station 16: Generator (1 each) As a minimum; 100kw Generator set, radiator cooled, diesel fueled, 120/240 phase appropriate, 60 HZ, 1800 RPM, UL 220, auto transfer switch (ISO) with the following: - Unit mounted UL main circuit breaker (400amp) - 130 C alternator, 12 lead reconnectable - OMG voltage regulator - H-100 control panel - block heater - Heavy duty air cleaner - Electronic engine governor - Barograph meters - High ambient cooling system - Engine coolant heater - Lube oil heater
- Oil and coolant drain extensions - Pad type vibration isolators - UL 2200 listed - 10 amp automatic battery Charger - Generator exhaust shall be vented to ensure Carbon Monoxide and products of combustion do not enter the station environment Automatic Transfer Switch (1 each) - Automatic transfer switch, 400 amp, 3 pole, 120/240 phase appropriate, 60 HZ, with the following: - Type 3R; Intended for outdoor use (dustproof and rainproof) - Programmed transition - Bargraph meters - Load monitoring system - Level II controls (digital) - Keyed security switch - Weekly auto start and exercise program Electrical (1 each) - Provide and install new CT can and 600amp Square D distribution panel and tie existing circuits and meter base back in. Provide and install conduit and wire to upsize generator feed, transfer switch feed and tie into new main distribution panel. Station 18: Generator (1 each) As a minimum; 100kw Generator set, radiator cooled, diesel fueled, 120/240 phase appropriate, 60 HZ, 1800 RPM, UL 220, auto transfer switch (ISO) with the following: - Unit mounted UL main circuit breaker (400amp) - 130 C alternator, 12 lead reconnectable - OMG voltage regulator - H-100 control panel - block heater - Heavy duty air cleaner - Electronic engine governor - Barograph meters - High ambient cooling system - Engine coolant heater - Lube oil heater - Oil and coolant drain extensions - Pad type vibration isolators - UL 2200 listed - 10 amp automatic battery Charger - Generator exhaust shall be vented to ensure Carbon Monoxide and products of combustion do not enter the station environment Automatic Transfer Switch (1 each) - Automatic transfer switch, 400 amp, 3 pole, 120/240 phase appropriate, 60 HZ, with the following:
- Type 3R; Intended for outdoor use (dustproof and rainproof) - Programmed transition - Bargraph meters - Load monitoring system - Level II controls (digital) - Keyed security switch - Weekly auto start and exercise program Electrical (1 each) - Provide and install conduit and wire to upsize generator feed, transfer switch feed and tie into main distribution panel. Provide and install new distribution panel if needed. Station 111: Generator (1 each) As a minimum; 30kw Generator set, radiator cooled, diesel fueled, 120/240 phase appropriate, 60 HZ, 1800 RPM, UL 220, auto transfer switch (ISO) with the following: - Unit mounted UL main circuit breaker (100amp) - 130 C alternator, 12 lead reconnectable - OMG voltage regulator - H-100 control panel - block heater - Heavy duty air cleaner - Electronic engine governor - Barograph meters - High ambient cooling system - Engine coolant heater - Lube oil heater - Oil and coolant drain extensions - Pad type vibration isolators - UL 2200 listed - 10 amp automatic battery Charger - Generator exhaust shall be vented to ensure Carbon Monoxide and products of combustion do not enter the station environment Automatic Transfer Switch - Remove existing ATS at station 16 and install at station 111. Add all cost associated with this move. Electrical (1 each) - Provide and install conduit and wire to upsize generator feed, transfer switch feed and tie into new main distribution panel. Provide and install new distribution panel if needed.