Similar Projects
A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

FAA Airport Traffic Control Tower Design Competition
New Construction
Bidding

FAA Airport Traffic Control Tower Design Competition
New Construction
Bidding

Critical Assistance Program (CAP) - Plumbing & Electric
Term Contract
Post-Bid
Moline, IL 61265

Water Main Design RFP
Post-Bid
Coal Valley, IL 61240

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Central Region AE IDIQ
New Construction, Term Contract
Design
$25,000,000 est. value

Architecture and Engineering Environmental Services for The United States Air Force (Ae Es 2020)
Post-Bid

USDA Forest Service Eastern Region Architect & Engineer Services IDIQ
Results
$2,500 to $5,000,000 est. value

Make-Up Air Units -- Building 299 -- Rock Island Arsenal
Term Contract
Design
$1,000,000 to $5,000,000 est. value
Rock Island, IL 61299

Construction Inspection IDIQ (MATOC)
Post-Bid
Less than $100,000,000 est. value

Conference Center Air Handling Unit
Results
Moline, IL 61265

Lift Station 49 Rock Island Arsenal
New Construction, Term Contract
Design
$500,000 to $1,000,000 est. value
Rock Island, IL 61299

Reported 01/29/2022 12:00 AM
Project Title

Design-Build Services for Electrical Control Systems Replacement for HVAC System

Physical Address View project details and contacts
City, State (County) Moline, IL   (Rock Island County)
Category(s) Professional Services, Single Trades
Sub-Category(s) Architectural, Engineering, HVAC
Contracting Method Competitive Bids.
Project Status Request for Proposals (RFPs), Construction Start Expected March 2022, Construction Completion Expected May 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Municipal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

The following items will be included in this project: Phase 1 – provide not to exceed pricing to complete the following. Provide new open license – Tridium Niagara N4 System to replace the obsolete R2 system. Provide functionality for multiple users to access system through standard graphical interface. Provide remote connectivity to Niagara system via internet. Provide trending, alarming, and notifications to onsite staff. Demo existing JACE-500 series controller and replace with new JACE 8000 series controllers with 24-month standard maintenance agreement. Replaces failed F-AHU-2 VFD unit and integrates with new control system. Existing controllers, sensors, equipment, devices, etc. will be reused pending evaluation in phase 2. Existing controllers, sensors, devices, or equipment found to be failed during phase 1 work shall be replaced by partner on a time and materials basis only as authorized by the City. Provide schematics and drawings related to new control system. Develop Niagara graphic displays as needed to replicate existing operational control screens. Integrate and test equipment with coordination of city staff to limit disruptions to heating and cooling systems. Provide one-year warranty for workmanship and code bugs in addition to manufacturer warranty for equipment. Provide Niagara operational training as recommended by Tridium; and provide 4 hours training to City Staff on operations and troubleshooting of system. Agreement to standard contract terms concerning insurance, indemnification, statutory requirements (e.g., requirement for a policy prohibiting sexual harassment; the requirement to pay the prevailing rate of wages for those portions of work subject to the Illinois Prevailing Wage Act; compliance with the Public Construction Bond Act; compliance with all federal laws, regulations and directives concerning acceptable telecommunications systems). Phase 2 – provide not to exceed pricing to replace the following work (itemized per controller). Evaluate functionality of all eight XL15 controllers after phase 1 is complete. Report evaluation findings to City. Demo existing XL15 controllers and supporting I/O modules as requested by City. Building B (Head House) – B-TCP-1, B-TCP-2 Building C (Filter Gallery) – C-TCP-1 Building D (Sedimentation Basins) – D-TCP-1 Building E (Claricones & Chemical Storage) – E-TCP-1 Building F (Administration) – F-TCP-1, TCP-2 Building H (Shorewell) – H-TCP-1 Install LON Honeywell Spyder Series controllers and I/O modules as requested by City. Commission, test, and verify operations of all newly installed controllers. Existing sensors, equipment, devices, etc. will be reused. Existing controllers, sensors, devices, or equipment found to be failed during phase 2 work shall be replaced by partner on a time and materials basis only as authorized by the City. Phase 3 Evaluates existing Kathabar dehumidification system and its effectiveness. Evaluates steam needs in for administration building and dehumidification. Provides new steam boiler sized appropriately to serve administration building and/or dehumidification system, based on evaluations listed above. Performs necessary piping to integrate new steam boiler into Kathabar dehumification system. Performs necessary piping to integrate new steam boiler into existing heat exchange equipment in lower level of administration building. Install and integrate new steam boiler system into Niagara control system. Demos/disconnects existing steam boiler piping as necessary. Develops, provides procedures, and trains city staff on startup and shutdown of new AND existing boiler systems.

Details

Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC 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