INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702)

Similar documents
INVITATION FOR BIDS For a Nutanix Hyper-Converged Platform (CIP# AHW1801)

REQUEST FOR PROPOSALS For Uniform Services

Town of Gilmanton, New Hampshire SELECTMENS OFFICE

MT. PROSPECT PARK DISTRICT REQUEST FOR PROPOSAL REQUEST FOR STATEMENTS OF INTEREST, QUALIFICATIONS, PERFORMANCE DATA AND COST PROPOSAL

Request for Proposals. Information Technology Consultant and Network & Information Technology Support Services

Request for Quotation RFQ SUBJECT: PRINT: TRANSCRIPT PAPER AND ENVELOPES

Request for Proposal for Technical Consulting Services

WIRELESS NETWORK: BID Montville Public Schools High School

Request for Proposal George West Independent School District ERate

Request for Qualifications for Audit Services March 25, 2015

Gaston County Schools

CHARTER TOWNSHIP OF SHELBY REQUEST FOR PROPOSAL. Fiber Optic Project Charter Township of Shelby Fire Stations #2 #3 & #4 to Fire Station #1

Great Northern Corporation Request for Proposal for Network Server Installation and Service

REQUEST FOR PROPOSALS Rolling Plains Management Corporation Request for Proposal Cellular Phone Services

INVITATION TO BID NORTH HAVEN PUBLIC SCHOOLS

Request for Quotation RFQ SUBJECT: FT-IR SYSTEM

SINGLE SPACE ELECTRONIC PARKING METERS RFI NO PAGE

L A K E V I E W C O M M U N I T Y S C H O O L S

REQUEST FOR BID August 3, 2013

University of Nebraska-Lincoln

Desktop PC and Laptops TENDER 3/2017. Requirement Specification Document

REQUEST FOR PROPOSAL (RFP) NO Computer Equipment Desktop, Laptops, Chromebooks, Chromeboxes

Administered by University of Maine System Office of Strategic Procurement Request for Bid (RFB) ecommerce Equipment & Licenses RFB #

REQUEST FOR PROPOSALS

Washington State Emergency Management Association (WSEMA) Olympia, WA

Anna Independent School District

Request for Proposal # For. Services

Request for Quotations RFQ # Garage Door Panels for Building #2 Commercial Overhead Doors October 12, 2012

Oxford School District 224 Bramlett Boulevard Oxford, MS (662)

SEALED BID REQUEST Quote for Broadband Equipment Joplin Schools WiFi Access Points and Switchgear

-ADVERTISEMENT FOR REQUEST FOR PROPOSALS-

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING

Request for Quotation Amendment #: 1

ORIGINAL BID - Invitation For Bid Automated External Defibrillator (AED)

TENDER 10/2017 Installation and Supply of Data Center Hyper-Converged Infrastructure. Requirement Specification Document

Q1: Were you looking for any Software Assurance with any of the Microsoft Windows or SQL?

Hosted VoIP Unified Communications Service

Village of Pleasant Prairie 2017 Monthly Village Newsletter (Request for Proposal) November 2016

OUTAGAMIE COUNTY REQUEST FOR BID FOR HP SERVERS FOR THE IT DEPARTMENT

ADDENDUM #1 Boulder Office of Emergency Management Ambulance Services for Boulder County RFS #

Hewlett Packard Enterprise Company Public Sector - Federal

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING

REQUEST FOR PROPOSAL CITY OF WARRENSBURG 102 SOUTH HOLDEN STREET WARRENSBURG, MISSOURI 64093

Clemson University Procurement Services

Response Deadline Date/Time: November 22, 2016, 2:00 PM

Bidding Document. Renewal and Maintenance Support of Intrusion Detection System / Intrusion Prevention System (IDS/IPS)

ADMINISTRATION DEPARTMENT TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS TOTAL SECURITTY FOR BUSINESS LICENSES FOR USE AT NIT KARACHI

REQUEST FOR INFORMATION (RFI) ELECTRONIC FORMS AUTOMATION DEP Solicitation Number: C

Purchasing Department Finance Group INVITATION TO BID

Building Tune-Up Program Application

Purchasing Department Finance Group INVITATION TO BID

Request for Proposals 2015 Network/Wireless Upgrade & Expansion Riverton USD 404 Riverton, KS

TENDER FOR RENEWAL OF EXISTING KASPERSKY ANTIVIRUS LICENSES FOR USE AT NIT, KARACHI

REQUEST FOR QUOTATIONS (RFQ) SUPPLY AND DELIVERY OF LHDA COMPUTERS

Lincoln County, Georgia. Office 365 & Antivirus

SECTION 10 CONTRACTING FOR PROFESSIONAL SERVICES CONSULTANT COMPETITIVE NEGOTIATION ACT (CCNA)

Request for Proposals

THE CO-OPERATIVE BANK OF KENYA LIMITED

CITY OF LA MIRADA CALIFORNIA

REQUEST FOR PROPOSALS

REQUEST FOR QUOTE (RFQ) # CRAWLER DOZER POSTING DATE: DECEMBER 12, 2018

REQUEST FOR QUOTE (RFQ):

REQUEST FOR BID LAPTOP AND ACCESSORIES PART 1: INTRODUCTION AND INSTRUCTIONS

S/M/WBE PARTICIPATION GOOD FAITH EFFORT FORM

TENDER 3/2018 Installation and Supply of a Cloud Security Gateway. Requirement Specification Document

REQUEST FOR QUOTATION UNIT ITEM DESCRIPTION QUANTITY

Community College of Vermont

City of North Kansas City Request for Proposals Microsoft Office 365

REQUEST FOR QUOTE (RFQ) # /2 TON 4X4 EXTENDED CAB PICK UP TRUCKS POSTING DATE: JANUARY 11, 2017

Last Date of Submission : March 19, 2012 up to 3:00 p.m.

FOR NEW PHOTOCOPIER / PRINTER / SCANNER MULTI-FUNCTIONAL DEVICE (MFDS) UNITS

ELECTRONIC RECORDING MEMORANDUM OF UNDERSTANDING

Quotation Notice. S/d DIRECTOR

ADDENDUM #2 Boulder County Sheriff s Office Electronic Health Record System for the Boulder County Jail RFP #

REQUEST FOR PROPOSAL DATABASE DEVELOPMENT FOR THE DISTRICT OF COLUMBIA COLLEGE ACCESS PROGRAM

CLi Overview. CLi Program Highlights

PURCHASING DEPARTMENT

Mekong River Commission

Sub: Invitation of sealed quotations for Procurement of UPS systems for MDI Gurgaon

PARK HILL SCHOOL DISTRICT REQUEST FOR PROPOSAL NW Barry Road Kansas City, MO SUMMER HVAC

Request for Quotation- This is not an Order RFQ#109-18

October 11, INVITATION FOR BIDS DPM KA WAI OLA PRINTING AND DISTRIBUTION ADDENDUM No. 01 CHANGE TO ATTACHMENT 1: BID OFFER FORM

Purchasing Department Finance Group INVITATION TO BID. PROJECT # 3299 Document length seven (7) pages DEADLINE 2:00 PM May 2, 2013

REQUEST FOR PROPOSAL (RFP) Network Infrastructure Upgrade School/Library Name: Westview School Corporation Issue Date: 2 /20/ #:

Punta Gorda eprocurement Site. How to navigate the Bid System

Request for Quotation ( RFQ ) Yellow Scanning Tags for RRFB Nova Scotia. RFQ No. RRFB0026

New Jersey LFN Packet Check List

MSD. MSD Louisville MBE/WBE Goal Compliance Plan Cover Page PROJECT INFORMATION. Other: 0% MBE, 0% WBE BIDDER INFORMATION

Electronic Value Transfer Administrator Form EVTA-2, Key Merchant Services (KMS) Work Order Contract PS65792

NOTICE INVITING TENDER (NIT) SEALED QUOTATIONS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF THREE (3) LAPTOPS at Head Office, Kolkata

Request for Proposal 03/25/2019

Date Subject Message 02/02/15 PDF Files All PDF files are Fillable PDF Forms. You have to download the file to your computer, fill out the form, save

TENDER DOCUMENT NATIONAL INSTITUTE OF PUBLIC FINANCE AND POLICY. New Delhi SUPPLY OF LAN EQUIPMENTS AND INSTALLATION OF LAN IN THE CAMPUS

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HEADSETS, WEBCAMS, AND ACCESSORIES ADDENDUM 1

Tender Number: 4638 Date Created : April 3, 2017 Contact Person: John Brennan Telephone: (902)

100 Crosier Drive North, Suite 1 Onamia, MN 56359

Request for Proposal (RFP)

Mekong River Commission

Republic of the Philippines SURIGAO DEL SUR STATE UNIVERSITY Rosario, Tandag, Surigao del Sur Tel. no.:

*REQUIRED* 169 Main Street 700 Plaza Middlesex Middletown, CT T: F:

Transcription:

INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702) BID SUBMITTAL DATE, TIME, & LOCATION: EMAIL QUESTIONS TO: December 8, 2017 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC 29464 Brian King, Budget & Procurement Supervisor Financial Services Division Mount Pleasant Waterworks bking@mpwonline.com *MAIL BIDS TO: HAND CARRY BIDS TO: MARK ENVELOPE: Mount Pleasant Waterworks 1619 Rifle Range Road Mount Pleasant, SC 29464 Attention: Brian King Mount Pleasant Waterworks 1619 Rifle Range Road Mount Pleasant, SC 29464 RO Plant PLC Systems Upgrade Bid Attn: Brian King, Budget & Procurement Supervisor * Respondents mailing bids should allow a sufficient mail delivery period to ensure timely receipt of their bids by Mount Pleasant Waterworks. WTR1702 Page 8

INVITATION FOR BIDS For RO PLANT #2 PLC SYSTEMS UPGRADE Mount Pleasant Waterworks (MPW) invites interested vendors to offer formal, Sealed Bids as described herein for the RO Plant #2 PLC Systems Upgrade. GENERAL BIDDING INSTRUCTIONS 1) Vendors must submit two (2) copies of each bid within the time frame indicated for submission. 2) Vendors shall submit their bids, identifying the contents clearly marked on the outside of the envelope RO Plant #2 PLC Systems Upgrade Bid, by the submission deadline to: Brian King, Budget & Procurement Supervisor, Mount Pleasant Waterworks, 1619 Rifle Range Road., Mount Pleasant, S.C. 29464. MPW will accept bids until 2:00 p.m. Friday December 8, 2017. 3) MPW shall have a period of up to thirty (30) days after the opening of bids in which to award the contract to the lowest responsible bidder after taking into consideration servicing capability, workmanship, and a history of satisfactory service. MPW reserves the right to take additional time in order to complete a thorough review of all bid submissions. 4) Submission of a bid will be considered as conclusive evidence of the bidder s complete examinations and understanding of the scope and specifications as provided by MPW. 5) In the event after award, work performed for MPW does not comply with standard approved specifications listed in the bid packet and has not been approved by MPW, the vendor, upon notification, shall immediately correct the issues in full accordance with the specifications outlined herein. 6) Bids received after the time and date specified will not be considered and will be deemed unresponsive. 7) Prices quoted shall include all discounts to be considered in making the award and shall be net. State and local taxes, as applicable, should be included in the bid price. 8) Please provide evidence that the company is a fully licensed contractor (State of South Carolina, County of Charleston, Town of Mount Pleasant, etc.). Proper licensure will be required of all participants. 9) Please provide a certificate detailing the coverage limits held for workers comp and liability insurance. 10) Please provide a list of three references that you have provided similar service and scope. WTR1702 Page 9

GENERAL TERMS AND CONDITIONS 1) Mount Pleasant Waterworks reserves the right to reject any and all bids in whole or in part and to waive all technicalities as deemed appropriate. 2) Awards shall be made to the responsible bidder who submits a responsive bid, which is most advantageous to MPW. 3) In case of default by the vendor, MPW reserves the right to purchase like services on the open market charging the vendor with any additional costs. Should such charges be assessed, no subsequent bids of the defaulting vendor shall be considered until the assessed charges have been satisfied. 4) Ambiguous bids, which are uncertain as to terms, delivery, quantity, and/or compliance with specifications, may be rejected or otherwise disregarded. 5) All bids shall be executed and submitted in a sealed envelope. The face of the envelope shall contain the following: a. RO Plant #2 PLC Systems Upgrade Bid b. Bid Date/Time: December 8, 2017 @ 2:00 p.m. c. Attention: Brian King 6) Bidders and/or their representatives shall direct all inquiries and all other communications regarding this bid to Brian King. All questions shall be in writing or electronic mail in order to forward the answers to all prospective bidders. No oral answers to bid questions shall be permitted. This shall ensure fairness and give all bidders an equal opportunity to be considered. 7) Any addenda to the bid documents will be issued in writing. No oral statements, explanations or commitments shall be of any effect unless incorporated in the addenda. 8) MPW reserves the right to contact bidders individually for the purpose of clarifying bids and/or request additional information. 9) MPW is not liable for any cost incurred by bidders in connection with development and submittal of their bids. 10) In determining the best value, MPW will consider any of the following in addition to bid price; delivery; quality; service; performance analysis; reference checks of other customers; location of support operations; and size, fiscal stability and longevity of the providing company. This list is not all-inclusive. 11) Bid prices shall include all costs related to the mobilization of any necessary equipment or crew. 12) Materials bid as new shall be new, not used, and subject to the inspection, tests, and approval of MPW. The bidder shall guarantee the materials and workmanship against defect due to faulty materials, faulty workmanship, or negligence for the stated period in the warranty. 13) Discussions or communications (written or oral) concerning the bid, the bidders, the bidder s competitors or the award of the bid with members of the Commission shall be basis for disqualification of the affected party s bid. 14) All warranties provided on proposed construction shall commence once MPW inspects, tests, and accepts the final product as specified in the bid document. 15) Damages The vendor is responsible for damage done to the buildings and other interior or exterior structures as well as any landscaping resulting directly from the execution of the work related to this bid. WTR1702 Page 10

SECTION 1 SCOPE OF WORK The goal of this project is to upgrade the PLC based control systems for the both the Main Plant and the High Service pumping station at RO Plant #2. The older SLC-based system will be upgraded to a CompactLogix system. Both the Main plant and High Service pumping station will retain their own PLC and achieve the existing control functionality within the rewritten program for the updated platform. This is intended to a be a turnkey project and the Engineer is responsible for all tasks described within the Scope of Work 1.1 Software Programming Services: 1.1.1 General Conditions: Engineer shall work closely with MPW s personnel to ensure that desired functionality of control systems is obtained through the project. Engineer shall dedicate time to locally investigating and determining the layout and operation the Plant s systems (Feed Water, RO Train Operation, Chemical Feed Systems, etc.). This shall include two four-hour design meetings with MPW s staff. All software must meet MPW s software development standards. All PLC code must be programmed with Studio 5000 version 24.00. Majority of code shall be written in Ladder Logic. Function Block is allowable for PID routines and Structured Text is allowable for data mapping. CompactLogix programs have already been written for a sister plant to RO Plant #2. These programs shall be reused and adapted for the Control Systems at RO Plant #2 so that the programs are uniform in functionality across MPW s water treatment plants. All software related work shall be warrantied for bugs and errors not found during testing for 2 years from the final acceptance date. All modifications to the existing HMI system is the responsibility of MPW. 1.1.2 Main Plant PLC: A new CompactLogix software program shall be written and tested for the new CompactLogix hardware. The existing functionality of RO Trains, Plant Feed Water, and Chemical Feed systems must be retained. The CompactLogix program that serves RO Plant #1, a sister plant of RO Plant #2, shall be reused and adapted to accommodate the additional RO Train and differences in I/O layout at RO Plant #2. 1.1.3 High Service Pumping Station: A new CompactLogix software program shall be written and tested for the new CompactLogix Hardware. The existing functionality of the High Service pumping system must be retained. The CompactLogix program that serves High Service Pumping Station #4 shall be reused and adapted to accommodate differences in the pumping system at High Pumping Station #2. 1.2 Hardware Integration Services 1.2.1 General Conditions: All UPSs shall be replaced with Smart style APC SMT series UPSs that are properly sized for its respective system. A network management card shall be included with the UPSs and it shall be wired to the Plant s network system. All existing analog surge arrestors shall be replaced with new equivalent Phoenix Contact surge arrestor modules. All existing power supplies and power condition equipment shall be replaced with equivalent Phoenix power supplies and equipment. WTR1702 Page 11

All cabinet wiring shall be properly labeled according CAD drawings produced by Engineer Reuse of existing 120V AC service to existing cabinets is allowable. Reuse of 120 V AC for existing I/O is allowable. All hardware installation workmanship shall be warrantied for 2 years from the date of installation. Standard manufacturers warranties shall be acceptable for hardware included in this project. 1.2.2 Main Plant PLC: The SLC based Main Plant PLC shall be removed and replaced with a CompactLogix based PLC system. The new PLC system shall be installed within the existing cabinet and the reuse of I/O wiring is allowable and shall be re-terminated to the new PLC. The following hardware shall be used: (1) 1769-L33ER 2 MB Processor (4) 1769-IA16 120VAC 16 Point Input Module (6) 1769-OW8I 8 Point Isolated Relay Output Module (3) 1769-OF8C 8 Channel Analog Current Output Module (5) 1769-IF8 8 Channel Analog Input Module (1) 1769-PA4 120 VAC Input Power supply (1) APC SMT Smart UPS 1.2.3 High Service PLC: The SLC based High Service PLC shall be removed and replaced with a CompactLogix based PLC system. The new PLC system shall be installed within the existing cabinet and the reuse of I/O wiring is allowable and shall be re-terminated to the new PLC. The following hardware shall be used: (1) 1769-L30ER 1 MB Processor (2) 1769-IA16 120VAC 16 Point Input Module (1) 1769-OW8I 8 Point Isolated Relay Output Module (1) 1769-OF8C 8 Channel Analog Current Output Module (2) 1769-IF8 8 Channel Analog Input Module (1) 1769-PA4 120 VAC Input Power supply (1) APC SMT Smart Ups 1.3 CAD Drawing Services 1.3.1 System Drawings: Engineer shall create CAD drawings for updated PLC Hardware within existing cabinets. Panel wiring shall be field investigated, documented, and committed to a New Set of CAD drawings one for the Plant PLC cabinet and one for the High Service PLC cabinet. 1.4 Deliverables 1.4.1 System Documentation: One set of 11 x 17 paper drawings and One set AutoCad format drawings for the Plant PLC cabinet and the High Service PLC cabinet. 1.4.2 PLC Programs: Finalized PLC programs for the Main Plant PLC and High Service PLC shall be provided to MPW. 1.5 Training: 4 hours of local operation training shall be provided by the Engineer to MPW s staff. WTR1702 Page 12

SECTION 2 - EXECUTION 2.1 Planning and Development: Engineer shall devote enough time before the project s execution to review existing programs and documentation, witnessing existing RO plant operations, determining location of field control devices, and meeting with MPW staff to develop a full understanding of the Plant s control system. 2.2 Testing: All software and control systems functionality shall be tested with MPW s supervision and final acceptance shall be based on MPW s approval. Engineer is responsible for developing a testing plan with assistance of MPW during initial design meetings. An I/O checkout list shall be developed by Engineer and an I/O checkout shall be performed and approved by MPW before the testing of software functionality. 2.3 Schedule: Hardware integration shall begin before by 2/1/18. The integration of the hardware for each individual system, High Service and Main Plant, can occur over one continuous period but shall not take longer than a 2-week period. Finalized versions of the PLC programs shall be provided to MPW at least 2 weeks before the Hardware integration date. Final commissioning and testing of software programs is dependent on the availability of Deep Well #2 since it is required for the proper testing of plant systems. Its anticipated that the usage of the well become available by 3/1/18. Commissioning and testing of each software system shall not take longer than one week per system. WTR1702 Page 13

BID CONSTITUTES OFFER By submitting a bid, the respondent agrees to be bound by all the requirements, terms and conditions set forth in this bid document. A bid containing variations from the requirements, terms and conditions set forth herein may, at the sole discretion of the Commission, may be declared non-responsive. The requirements, terms and conditions set forth in this document will become part of the successful vendor s contractual obligations upon award of the contract. The bidder understands that quoted prices are inclusive of all costs and that no additional costs, incidental or otherwise shall apply. VENDORS FED. ID NUMBER OFFEROR/VENDOR (SEAL) AUTHORIZED SIGNATURE PRINTED SIGNATURE BUSINESS ADDRESS CITY, STATE AND ZIP CODE TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS WTR1702 Page 14

MOUNT PLEASANT WATERWORKS BID PRICING WORKSHEET RO PLANT #2 PLC SYSTEMS UPGRADE (CIP# WTR1702) Pricing: Project Bid Amount $ Sales Tax $ Other Fees and Charges $ Total Bid Amount $ I authorize that all pricing stated in this bid document is correct and binding. Company Name: Authorized Signature: Printed Signature: Date: / / WTR1702 Page 15