Nevada Bids > Bid Detail

Government Center - Hydronic Piping, Chiller and Water Pump Replacement

Agency: Nevada Government eMarketplace (NGEM)
Level of Government: State & Local
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
  • 43 - Pumps and Compressors
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD18750879387579661
Posted Date: May 30, 2023
Due Date: Jun 15, 2023
Solicitation No: 606651-23
Source: https://nevada.ionwave.net/Pub...

Bid Information



Type
Clark County Invitation for Bid
Status
Issued
Number
606651-23 Addendum 1 (Government Center - Hydronic Piping, Chiller and Water Pump Replacement)
Issue Date & Time
5/18/2023 06:00:01 AM (PT)
Close Date & Time
6/15/2023 02:15:00 PM (PT)
Time Left 15 days 19 hours 16 minutes 15 seconds
Notes
Clark County invites qualified firms or individuals to submit bids. Questions regarding this bid must be directed to the Bid Contact listed in this bid.

The "Project" of which the "Work" of the Contract is a part titled Government Center – Hydronic Piping, Cooling Tower, Chiller, and Water Pump Replacement and is located at 500 S. Grand Central Parkway, Las Vegas Nevada 89155. The "Work" is described in the Project Drawings and Divisions 01 through 26 of the Project Manual.

The Work consists of the construction of replacement of existing hydronic piping system chillers, and pumps.

Construction includes all administrative work as outlined in the Division 01 General Requirements and the following using materials noted on Drawings and Specifications:

This project consists of the Government Central Plant’s replacement of existing hydronic piping system chillers and pumps.

1. Remove and replace existing hydronic piping including the underground hydronic piping between central plant and the Government Center and RTC building.

2. Provide a temporary system to maintain cooling and heating operations until system is successfully operational and can be turned over to Government Center and RTC buildings. Refer to sheet M0.6 for capacity.

a. Include self-contained temporary air- cooled chiller with required pumps and appurtenances to maintain operating systems during replacement. Pumps shall be connected to building DP sensor to adjust VFD.

3. Chiller Replacement

a. Remove and replace three (3) 500-ton chillers.

b. Remove and replace all isolation valves of condenser and chilled water loops for each chiller.

c. Remove and replace actuated valve and actuators on condenser and chilled water loops.

d. Modify existing chilled water pipes for new chiller configuration.

4. Chilled Water Pump Replacement

a. Remove and replace (3) chilled water pumps with bell and gossett pumps.

b. Remove and replace chilled water pump variable frequency drives (VFD’s).

c. Remove and replace all isolation valves, flow control/check valves and install temperature gauges at each chiller on condenser and chilled water loops.

5. Condenser Water Pump Replacement

a. Three (3) 500-ton cooling towers and one (1) 650-ton cooling tower to remain. Existing VFD’s for each shall be removed and replaced.

b. Remove and replace all existing condenser water piping, isolation valves, three (3) condenser water pumps, common header piping, and associated branch piping and all pressure and temperature devices. Four (4) existing sand separators to remain.

c. Remove and replace existing VFD’s for existing pumps ‘VP-01,’ ‘VP-02,’ and ‘VP-03.’

6. Abandon in place all unused existing site hydronic piping and backfill with lightweight concrete slurry.

7. Remove and replace existing refrigerant monitoring system with new.

8. Provide associated electrical and mechanical demolition and modifications for new equipment as shown in drawings.

9. Structural: Government Center Parking Lot canopy shall be structurally modified based on new routing of hydronic piping. Chiller pads to be extended to accommodate size of new chillers.

10. Provide power from existing main switchboard to temporary portable air-cooled chiller.

11. Provide interface with associated BMS controls.

12. Provide test and balance services and report and a part of commissioning.

13. Modify existing water treatment system for new equipment configuration.

Contractor work in phases to accommodate Owner’s occupancy requirements during the construction period, Coordinate construction schedule and operations with Owner.

Contractor’s bid shall include BMS Control’s scope of Work to be performed by Johnson Controls Inc. Refer to Appendix E of the project specifications for Johnson Control Inc’s scope of Work and price proposal. This amount line is identified as a separate bid line item on the bid form.

General Prior to Construction: Contractor shall not begin Work of demolition or installation of any components until Notice to Proceed is issued and all new equipment is on site. Conduct Work to minimize disruption of Owner’s ongoing business operations. Provide barricades, noise abatement, and dust containment measures to ensure the safety and comfort of patrons, staff, and workers. Interruptions of existing power, communications and/or fire alarm systems shall be performed only at such times as directed by Owner or Resident Engineer. Outages shall be momentary in nature. Each such outage (or operation which may pose risk of an accidental outage) shall be scheduled a minimum of seven (7) days prior to service interruption and Contractor to provide anticipated outage time necessary to execute Work. Any service interruptions must occur between Friday at 6:00 pm through Monday at 3:00 am. The 3:00 am time indicates when the system needs to be up and fully functional. Contractor to coordinate with IT department on keeping IT equipment rooms cool during any service disruptions.

1. Phase 1

Install items that do not require any or minimal any service interruptions. Extend chiller housekeeping pads to accommodate each of the 3 new chillers. Install new underground piping and extend up to above grade and cap thru shut-off valve for fixture extension. Perform pressure testing and provide report, prior to becoming operational. Install new electrical breaker/service for temporary chiller.

2. Phase 2

The Contractor shall begin the Work during fall months. The temporary 527 ton chiller shall be installed and connected to the system for the RTC and Government Center buildings. Prior to beginning any Work, Contractor shall coordinate with Johnson Controls to connect the temporary chiller to the BMS system to be controlled in the same way the existing chiller is controlled using bacnet, temporary chiller must be bacnet capable. Pumps associated with the temporary chiller shall be controlled via a VFD so the building DP sensor can adjust pump pressure. Run chemical treatment to clean system. The temporary chiller shall run for 2 weeks while the existing chiller system is intact to ensure proper function as to satisfactory to the user. Any temporary chiller outage shall result in a penalty to the Contractor. Outages will result in a $2,500.00 per 15 minutes penalty. No penalty will be assessed if it is not fault of the Contractor. Contractor shall have staff available 24/7 to respond to all temp chiller outages or trouble calls.

3. Phase 3

Obtain written authorization permission from Clark County prior to beginning demolition phase. Demolish existing condenser water piping and other associated equipment listed in drawings. Install new condenser water piping and connect piping system to building system. Install structural supports for parking lot canopy, and screen wall. Install new above grade chilled water piping and cap through shut-off valve at pumps and chillers. Commission system and perform start up report.

4. Phase 4

Obtain written authorized permission from Clark County prior to beginning demolition phase. During the coldest portion of winter, demolish existing chiller #1, and associated pump (both on emergency power) and replace with new, and connect to new building system piping thru shut-off valve. The proceed one chiller/pump at a time( chiller #2, then #3) to remove/replace and connect to new building system piping. Commission system and perform start up report. The new chiller system shall be operational for one week, then obtain written approval from Clark County prior to removing the temporary chiller. Remove (or abandon) existing water piping, once new chiller system is fully operational.

5. Phase 5

Replace all above grade heating piping as indicated on drawings with new CPVC.




For the Pre-Bid conference and site walk details, please see the Activities Tab.

Bid opening will be held on Webex

To join

Dial: +1-408-418-9388 United States Toll

Meeting/Access Code: 2498 100 7545

or Copy and Paste URL: https://clarkcountynv.webex.com/clarkcountynv/j.php?MTID=m3adbb4252997ba109bc17d3d7496554c

Contact Information
Name
Geraldine Cruz
Address
500 S Grand Central Pkwy
Las Vegas, NV 89106 USA
Phone
(702) 455-6277
Fax
Email
geraldine.cruz@clarkcountynv.gov





Bid Attachments

















File Name Description File Size

606651-23 ad1_gvc.pdf (please login to view this document)
606651-23 Addendum No. 1 949 KB

606651-23_gvc.pdf (please login to view this document)
606651-23 Bid Document 25.26 MB

606651-23 Bid Drawings.pdf (please login to view this document)
606651-23 Bid Drawings 27.03 MB

606651-23 Bidder's Statement of Authority to Submit Bid.pdf (please login to view this document)
606651-23 Bidder's Statement of Authority to Submit Bid 89 KB

606651-23 Bid Attachment 1 - Bid Bond.pdf (please login to view this document)
606651-23 Bid Attachment 1 - Bid Bond 80 KB

606651-23 Bid Attachment 2 - 5% Subcontractors List.pdf (please login to view this document)
606651-23 Bid Attachment 2 - 5% Subcontractors List 103 KB

606651-23 Bid Attachment 3 - Apprentice Project Workforce Checklist - Prime.pdf (please login to view this document)
606651-23 Bid Attachment 3 - Apprentice Project Workforce Checklist - Prime 132 KB

606651-23 Bid Attachment 4 - 1% Designation of Subcontractors.pdf (please login to view this document)
606651-23 Bid Attachment 4 - 1% Designation of Subcontractors 108 KB

606651-23 Bid Attachment 5 - Apprentice Project Workforce Checklist - Subcontractor.pdf (please login to view this document)
606651-23 Bid Attachment 5 - Apprentice Project Workforce Checklist - Subcontractor 107 KB

606651-23 Bid Attachment 6 - Affidavit Pertaining to Preference of Eligibility.pdf (please login to view this document)
606651-23 Bid Attachment 6 - Affidavit Pertaining to Preference of Eligibility 88 KB

606651-23 Bid Attachment 7 - Request for Waiver.pdf (please login to view this document)
606651-23 Bid Attachment 7 - Request for Waiver 102 KB

Disclosure of Ownership.pdf (please login to view this document)
Disclosure of Ownership 81 KB


TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >