Similar Projects
Bridge Preventative Maintenance
Term Contract
Design
$485,000 CJ est. value
Bay Point, CA 94565

RFP - Stormwater NPDES Implementation Assistance
Term Contract
Bidding
Moraga, CA 94556

RFQ Contractor - Diffuser Selection and Procurement Package for the Aeration Basins Diffuser Replacement Project
Term Contract
Sub-Bidding
$1,500,000 CJ est. value
Martinez, CA 94553

Request For Proposals For Environmental Services For Vineyards At Marsh Creek Event Center/Amphitheater
Term Contract
Post-Bid
Brentwood, CA 94513

Handyman Service
Alteration
Post-Bid

Vineyard Management And Maintenance Of Summerset Commons Vineyard
Term Contract
Results
Brentwood, CA

Whole Structure Fumigation
Term Contract
Results

Trash Capture Device 5Yr Maintenance Program
Term Contract
Post-Bid
Antioch, CA

Downtown Visalia Streetlights and Paving Project
Infrastructure, Alteration
Post-Bid

Janitorial Services
Term Contract
Post-Bid

On Call CEQA Consulting Services and On Call Contract Planning Services
Term Contract
Post-Bid
Antioch, CA

CHP Walnut Creek Portable Toilet Services
Term Contract
Post-Bid
Walnut Creek, CA

On-Call Glass Repair and Replacement Services
Term Contract
Post-Bid
Concord, CA 94520

Snow Removal Service
Term Contract
Post-Bid

On-Call Playground Equipment Services
Alteration
Post-Bid
$1,200,000 to $1,200,000 est. value
Martinez, CA

Last Updated 01/04/2023 01:36 PM
Project Title

Transformer Testing and Services

Physical Address View project details and contacts
City, State (County) Concord, CA 94520   (Contra Costa County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This Request for Proposal is being issued by the Contra Costa Water District (District) for the delivery of Transformer Testing and Services for Fiscal Year 2023 (FY23) (Base Year), beginning on July 1, 2022 through June 30, 2023, and one (1) priced option for Fiscal Year FY24 (Option 1) begins July 1, 2023 through June 30, 2024; to be exercised at the District's sole discretion. Proposal priced option sheet(s) must be included for all years for the proposal package to be considered a complete submission. The District will evaluate all pricing and will determine what provides the best value to the District. General work performed will be periodically planned and unplanned repairs to high, medium, and low voltage transformers and ancillary support infrastructure at various District facilities located throughout Contra Costa County and Stanislaus County. Necessary labor, transportation, test equipment, specialized tools for testing and maintenance purposes to be provided by the contractor. Transformer work will include Inspection, Testing, Oil Sampling, and Thermographic scans of District-Owned transformers and substation bus work. The District has initiated an insurance compliance program. This program requires all companies providing products and services to the District to have in place insurance coverage prior to the issuance of any contract. These insurance levels are described on the attached Purchase Order Terms and Conditions forms (Attachment E). Once the low proposal or most responsive response has been established, that vendor will have until June 15, 2022, to provide all required insurance documents per the samples provided and register with the District's insurance compliance tracking system, MyCOI. Failure to provide this insurance documentation will result in the District considering this proposal or response to be non-responsive. Business licenses will be verified with the issuing agencies and references will be checked. The District reserves the right to hire a primary and secondary contractor in the event the primary contractor cannot respond in a timely manner. The District has included the Bid/Proposal General Provisions (Attachment A) to help explain the District's bid and proposal process. Please read and consider these provisions carefully. All questions regarding the Request for Proposal can be directed to the Purchasing Officer, Brian K. Jackson via email at bjackson@ccwater.com. The attached proposal requirements must be completed and provided by the respondent. The information will be the basis for evaluation of cost between respondents and will be the basis for actual charges for services performed under the terms of this contract. Pricing is to be based upon hourly rates for equipment and crews and transportation to the disposal site. This hourly unit cost is to be allinclusive, and as such will cover all aspects of the job including cleanup, supervision, indirect overhead, transportation of the removed waste, mileage, per diem, crew charges, constructing dams and providing pumping operations to keep the work site from being flooded, temporary safety fencing and barricades, etc. Mobilization and de-mobilization will be quoted separately. The District specifically reserves the right to reject any or all proposals, to make any awards or any rejections in what it alone considers to be in the best interest of the District, and to waive any irregularities in the proposals. The District does not obligate itself to accept the lowest proposal and specifically reserves the right to reject any or all proposals or the District will accept any proposal or combination of proposals considered most favorable.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.
Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents