Point Of Contact Not Available
dXmEQJIaQ 3 Z Yeg ZVHGQjBo 24 bmnX86 t MIYlLwnIN 51654ISSUED BY : Matthew D. Sill, P.E., Port Engineer DATE OF ISSUE: January 4, 2023 BID DEADLINE: All bids submitted must be received prior to 2:00 p.m., Alaska Time on January 25, 2023 or such later time as announced by addendum. Bids will be opened immediately thereafter. To attend the bid opening via teleconference, bidders and interested members of the public can dial 907-713-2140; enter the Participation ID Code No. 370829. SUBMISSION INSTRUCTIONS: Timely responses are accepted via Electronic Submission* at Public Purchase www.publicpurchase.com the CBJ’s eProcurement Provider. Late responses will not be accepted. To respond complete the free, easy, and quick online registration. • Registration is a two-step process; be sure to complete both steps. • Get help registering using the Public Purchase Help Menu Tab. Register early to avoid missing a deadline as Registration may take up to 24-hours to complete. Contractors who successfully register may submit a pricing schedule and be considered if they complete the following correctly: 1. Access the solicitation online at Public Purchase and complete pricing for the line item listed. Public Purchase will automatically calculate the totals. 2. Download, complete and upload ALL REQUIRED solicitation documents. (e.g .Bid Schedule, Bidders Signature page.) 3. Online acknowledgement of the Terms & Conditions (ATTACHMENT A) 4. Download the provided PDF Equivalent/Variance Page fill out fields indicated, or mark as not applicable and upload to Public Purchase.(ATTACHMENT B) NOTE: Do not submit more than one pricing schedule. Use only the documents provided. Contractors are provided the opportunity to acknowledge, acknowledge with exceptions, or not accept the required documents. CONTACT, QUESTIONS & ADDENDA: CBJ Docks and Harbors is the sole point of contact for all matters pertaining to this procurement. No oral interpretations will be made. Submit any questions in writing, noting issuing Buyer and bid number. Requests must be received a minimum of five (5) business days prior to the bid deadline via email to
[email protected] or the Public Purchase “Ask Questions” link or Fax to (907) 586-0295. Any changes to CBJ issued documents will be in the form of an addendum to the bid. Addenda are issued as promptly as is practical to all plan holders. All such addenda will become part of the bid. INTENT: This bid will result in the immediate purchase and delivery of electrical equipment, devices, and cable noted below and shown in the attached preliminary drawings. The drawings are NOT for construction. This solicitation is solely for the procurement of electrical equipment, devices, and cable noted. Provide bid pricing for the items and quantities as follows: • 3000 feet of 4/C No. 4/0 Type G cable* • 2000 feet of 4/C No. 8 Type G cable* • (1) 800/3, 480V circuit breaker in NEMA 4X enclosure* • (1) 800/3, 480V circuit breaker in NEMA 1 enclosure* • (1) 500KVA, 480V:120/208V dry type transformer in NEMA 1 enclosure* • (1) 1200/3, 208V circuit breaker in NEMA 1 enclosure enclosure* • (1)120/208V, 1200A NEMA 1 switchboard* with: o (2) 600/3 breakers* o (1) 400/3 breaker* o (2) 250/3 breakers* o (1) 100/2 breakers* o (2) 20/1 breakers* • (1) externally mounted 120kA, 20kA nominal, 200kA SCCR Type 1 surge protection device in NEMA 1 enclosure* • (1) 120/208V, 150A NEMA 1 meter load center* with: o (1) 100/2 main breaker* o (5) 30/2 breakers* • (1) 12-pole, 30A NEMA 1 lighting contactor with accessories* • (1) 12-pole 30A NEMA 1 lighting contactor with accessories* • (1) 120/208V, 600A NEMA 4X switchboard* with: o (1) 600/3 main breaker* o (4) 250/3 breakers* * Full technical requirements, quantities, descriptions, and example part numbers for all items to be purchased can be found on the attached set of preliminary drawings and specifications. (EXHIBIT 1) Notes for bidders: 1. Type G cable to be installed along cable trays at a boat harbor in Juneau. 11551084 894 246 eOoqq t IR3 2933 ZDsxGVS w 4410 1018 mvIm 61702 1767 nydL1 C hhksdh64Therefore, cable will be rated for direct exposure to marine environment (salty ocean water, oil and gasoline splatter, etc). Cable to be provided on reels of standard & manageable size, i.e. 1000 foot spools or similar. Note: include any applicate “cut charges” in unit pricing. 2. Square D is the basis of design as noted in the technical specifications. However, other manufacturers that meet or exceed the technical requirements noted will be considered as an approved equivalent. It is the vendor’s responsibility to verify all technical, performance, and physical requirements meet the named products. Vendors must note and describe any variance to the specifications when providing an equivalent product. 3. All items will be priced F.O.B. Juneau, AK. Imbed any freight charges into unit pricing. CONTRACT PERIOD: The contract will be in effect from the date of award through June 30, 2023, or until items are received. Vendors are requested to supply anticipated lead times. CONTRACT ADMINISTRATOR: The Contract Administrator for this contract will be Matthew D. Sill, P.E., Port Engineer for the Docks and Harbors Department or upon notification, an alternative assigned designee. PRICE & F.O.B. POINT: Bid price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Shipping costs must be imbedded into the unit price. F.O.B. destination is: City and Borough of Juneau, Docks and Harbors Department, 1535 Harbor Way, Juneau, Alaska, 99801, ATTN: Matthew D. Sill, P.E. DELIVERY DATE: Delivery at the final destination is requested within (30) thirty calendar days after receipt of order (ARO) and no later than June 1, 2023. Indicate on the Bid Signature Page, the number of calendar days required for delivery. QUANTITIES: The City anticipates issuing a purchase order for the quantities listed. The City does not guarantee any minimum or maximum orders. CONFORMS/VARIES: Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page must be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsive. Note the following words provide parameters for what the city will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, Must, Is required, Not acceptable, No substitute. CITY APPROVED EQUIVALENT : When a specific brand/model and the words “or Approved Equivalent” are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other brands/models. Consideration will be given to an equivalent, provided that the brand/model proposed is of the same general design and of equal substance, quality, function, and finish as the specified brand/model(s). If a bidder offers an equivalent, submit the Variance/Equivalent page with your bid and provide justification of how the brand/model offered meets or exceeds the quality or performance level of the brand/model specified. The City may request additional literature or information from the bidder. Information must be provided within 2 business days after the request. Failure of the bidder to provide requested Information within the specified time, or failure to justify the quality level of the brand/model offered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent. ACCEPTANCE & RETURNS: The City reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense. REFERENCES: If the City is considering an equivalent, the bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the City. REVIEW OF GENERAL TERMS & CONDITIONS: Attached to this Bid are documents required for this project (ATTACHMENT A). Vendors should carefully review all these attachments. Awarded Vendor is expected to comply with these requirements. AWARD: Award will be made by Total Bid to the lowest responsive, responsible bidder meeting all requirements. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. TECHNICAL SPECIFICATIONS: The Technical Specifications package is included as EXHIBIT 1 and includes the following reference documents: Electrical Reference Drawings: • Sheet E2, • Sheet E5 • Sheet E6 • Sheet E15 • Sheet E16 • Sheet E17 • Sheet E21 Applicable Electrical Equipment Specifications: • 16120 – Conductors and Cables (3 pages) • 16461 – Dry-Type Transformers (4 pages) • 16470 – Panelboards (3 pages ) • 16476 – Disconnect Switches and Circuit Breakers (3 pages)Y
Bid Protests Not Available