ebook img

The City of Stillwater Industrial Ferguson Transmission Line Stillwater, OK ADDENDUM #1 Dear ... PDF

318 Pages·2017·21.46 MB·English
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview The City of Stillwater Industrial Ferguson Transmission Line Stillwater, OK ADDENDUM #1 Dear ...

January 30th, 2018 RE: The City of Stillwater Industrial Ferguson Transmission Line Stillwater, OK ADDENDUM #1 Dear Bidder: Please find the attached documentation to be included with Bid Package as Addendum #1. Addendum #1 includes the following: • Pre-Bid Conference Meeting Minutes • Bidder’s Questions & Answers #1 • Updated Summary Bid Form • Updated Attachment 01 Section 011100 – Summary of Work Document • Ferguson 69kV Transmission Line Geotechnical Report • Trinity-Meyer Steel Pole Cut Sheets Please contact the undersigned at 303-362-2331 if you have any questions or need additional information. We look forward to working with you. Regards, Blaine Oliver BURNS & McDONNELL ENGINEERING The City of Stillwater / Burns & McDonnell Stillwater, OK Ferguson-Industrial Transmission Line Pre-Bid Meeting Minutes 01/23/18 3:00 PM CST Notes Shown in Blue INTRODUCTIONS • Jennifer Dodson – Burns & McDonnell (CM Agent for The City of Stillwater) • Blaine Oliver – Burns & McDonnell [email protected] • Loren Smith – The City of Stillwater • Kyle Muret – The City of Stillwater • Vernon Hall – The City of Stillwater • Lee Jackson – The City of Stillwater SAFETY MOMENT The City of Stillwater and Burns & McDonnell regards Safety to the utmost importance and will require the contractor to do the same. BID PACKAGE REVIEW 1. Instructions to Bidders a. Bids are due Wednesday, February 7th, 2018 by 3:00 PM CST. i. Submit 2 hard copies and 1 electronic copy of bidder’s proposals to: City Clerk City of Stillwater 723 S. Lewis Street Stillwater, OK ii. Bids may NOT be submitted via email prior to bid opening iii. Refer to the “Stillwater Electric Utility – Ferguson-Industrial T-Line Div 00 Commercial Documents” on details of proposal submittal. b. General Project Description i. 4-mile 69kV Transmission line through Stillwater, OK. c. Preliminary Schedule i. Contractor should provide proposal schedule with bid. d. Work Week & Site Hours i. Up to contractor to determine work hours to be included with schedule e. Bid Clarifications & Addenda Procedure i. Email bid questions or clarifications to Blaine Oliver [email protected] f. Pricing – Lump Sum i. Include rate sheet with proposal g. Insurance & Bonds – Refer to the Bond and Insurance Supplement section in the Div 00 Commercial Documents i. Contractor must obtain the proper bonding and insurance per the commercial documents h. Safety – i. Project Site Specific Safety and Health Plan is included a part of the bid documents. ii. Safety Forms are embedded in the document Page 1 of 3 iii. If contractor plans to have over 25 guys on site at one time a dedicated safety personnel will be required iv. Any personnel that will being doing work for the project will be required to submit a pre-mobilization drug screen within 5 days of mobilization v. Every personnel coming on site will need to attend a project orientation (approximately 1-2 hours) before that person is allowed on site. 2. Bid Documents to be Submitted with Proposal a. Bid Form Pricing Breakout b. T&M Rate Sheet c. Bid Bonds – Refer to the Commercial Documents for requirements d. When bidder submits their proposal, bidders are to submit the bid form as the front page of their proposal. e. Bidders will be expected to submit a proposal and project execution plan with their proposal. 3. Site Conditions a. Contractor to provide the proper site facilities for the crews i. Trailers ii. Port-a-Johns iii. Dumpsters & Trash Receptacles b. Storage & Laydown Areas i. The City of Stillwater plans on providing the contractor with a laydown area. The specific area has not been determined. c. Site Utilities i. The City of Stillwater will not be providing any site utilities for contractor d. Parking i. Limit parking on the roads and blocking traffic e. Property Access i. The City of Stillwater will coordinate property access with the property owners. Contractors will be expected to give the city enough warning to coordinate with property owners. f. Any permits (road closures, road crossings, etc.) will be obtained and paid for by the contractor other than any potential railroad crossing permits. The City of Stillwater will obtain this railroad crossing permit if needed. g. Bidder will be required to clear any of the existing conditions (clear brush, cut branches, create access roads) to access their work. 4. Schedule a. Bidder to submit a schedule with their bid b. (3) week look-ahead schedule weekly c. Weekly Progress Reporting 5. Quality Control a. Quality Control Plan included for Bidder review b. Bid Package includes typical Quality Control Forms DRAWING REVIEW / QUESTIONS BID WALK Page 2 of 3 ACTION ITEMS REVIEW • The City of Stillwater will be coordinating closures of the walking path near boomer lake during construction. • Bid form has been revised to include option pricing for a deduct per pole for relocating the transmission pole as to not interfer with an existing pole that has equipment instead of placing pole in the existing pole location. Bid form lists out type of existing pole equipment. Pricing should be a deduct of per pole. • The City of Stillwater to follow-up on whether there is a survey or Lidar of the existing structures. Page 3 of 3 SUA Bid #07-17/18 Industrial Ferguson Transmission Line Bidders Question and Answers #1 Q1 Structure Cambering- will anchor-bolt foundation structures be pre-cambered from factory or will contractor be required to camber structures through use of leveling nuts in field? A1 The structures are not pre-cambered from Trinity-Meyer. There is no requirement to camber the structures in the field through leveling nuts or otherwise altering the embedment outside of plumb. The structures and embedments are designed to resist the loads and meet deflection criteria without it. Q2 Are Structures & Components, structure site location specific? Or are they interchangeable? I.E.: A top segment with the appropriate framing will interchange with any other structure of the same type. A2 Generally, the structure sites are location specific. Some efficiencies may be found based on similar/identical structure types/sizes, especially for the tangents. Q3 Are Structure component sections marked with Structure number, if not interchangeable? A3 They are marked from the manufacturer. Q4 Particulars on removal of Laminated Structure at Industrial Substation on Perkins Rd? A4 The laminated structure is to be removed to 1’ below grade and an outage for the adjacent Industrial transmission line coordinated with SUA to complete the work. Q5 Will excavation be able to be completed by auger or will Hydro-Vacuum Truck be required due to other easement utilities proximity to excavation? A5 There is no requirement for Hydro-Vacuum Truck excavation. Contractor to use best judgement for excavation means. Q6 In Attachment B, Part 1 - 1.07, B. It states- All change orders shall be submitted to the Project Manager for review and approved by the Owner prior to performing the Work. Who will be the Project Manager, Owner or Contractor? A6 Attachment B – Section 011100 Summary of Work has been revised and attached. Q7 In Attachment B, Part 1 - 1.01, D. It states- Construction Manager: The Owner is Construction Manager for the Project and is Project's Constructor. In the Contract Documents, the terms "Construction Manager" and "Contractor" are synonymous. This statement is contradictory as to Owner’s role vs. Contractor’s role. Need clarification on this statement as to Owner’s responsibilities vs. Contractor’s responsibilities. A7 Attachment B – Section 011100 Summary of Work has been revised and attached. Q8 Is there a more complete set of drawings for the structures that include weights, etc other than what is available for download? If so, can we receive a copy? Are they 1 piece, 2 piece or 3 piece poles? A8 Please find attached the final manufacturer structure details. Q9 What is to be done with Dist. Poles 40 & 41 by Industrial Sub? A9 They are to remain in place. Q10 Is there a start date and a required completion date for this project? A10 There is no requirement, it is up to the contractor. Though construction during summer heat may reduce our ability to take outages. Q11 Are there any restrictions associated with this project? For Example... seasonal, wildlife, environmental, road, work hours, etc... ? A11 None other than coordination of work with owner and CM Agent. Q12 Are we required to install any corrugated steel cans? A12 Only as required by specification 31 66 40 – Direct Emebedded Foundations. Q13 How will rock be handled if encountered during drilling operations? A13 A Geotech Report is attached. Contractor to base their pricing on this report. Contractor to not assume there are any soil conditions that are worse than the Geotech. If rock is encountered this will be handled on a change order basis. Q14 Are we required to provide permits of any type? A14 Contractor is required to pull any necessary permits for this project. It is contractor’s responsibility to determine the permits which will be required to execute their work. The only permit the Owner will be obtaining is any potential rail road crossing permits. Q15 Are there existing underground utility maps available for areas where will be installing new structures? A15 There is not currently an underground utility Survey. The City of Stillwater is working to get a utility Survey. The survey is not expected to be complete before bids are due, but will be made available to the contractor prior to construction. Q16 In the Bid-Packet for Industrial-Ferguson Transmission Line Construction- Summary Bid Form, what should make up the price for General Conditions (Line item #1) on the Pricing Sheet? A16 Any indirect costs associated with the project. Q17 In the Bid-Packet for Industrial-Ferguson Transmission Line Construction- Summary Bid Form, Line item 5 is repeated for Line item 6. Is there a correction for this? A17 See attached revised bid form. Q18 In the Instruction to Bidders, Section 2, page 7: the following statement appears THE FOLLOWING ITEMS SHALL BE FILED WITH THE BID: 7. COPY OF CURRENT CONTRACTOR’S LICENSE WITH THE OKLAHOMA CONSTRUCTION INDUSTRIES BOARD (CIB). Is this a necessity, as we do not belong to this organization? The licensing board said that this is exempt because it is for a public utility. A18 Contractor must be registered to do business in the State of Oklahoma. Registration is through the Oklahoma Secretary of State. The only licensing requirement will be code and local jurisdiction requirements. Q19 Is there any possibility to negotiate the unlimited liability clause in the contract terms and conditions, to a more reasonable valuation of possible damages? A19 No Q20 Will a bid be deemed unresponsive if exceptions are taken to SUA’s Standard terms and conditions? A20 Any modifications to the bid documents may, at the sole discretion of the SUA, result in the bid being considered unresponsive. Q21 In the bid package page 2 of 104, section 01 11 00 – Summary of Work, line 1.04 Work Sequence, It states the following: Continuous Service of Existing Facilities: “Exercise caution and schedule operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owners operating facilities to perform the work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns.” What is considered a “minimum length of time”? A21 Every shutdown is on a case by case scenario. Some locations will be able to take a very minimal outage while others will not. Bidder is not to assume that they will be able to take outages on the whole system. Q22 Will we be required to dispose of all spoils, or will we be able to spread spoils onsite? A22 Contractor will be required to dispose of spoils off site. Q23 For the OPGW, will we leave enough room for splice boxes on the dead ends? Or are there specified splice locations? A23 Please see Plan & Profile drawings TL-201 & TL-202 - structures with splices are noted as “TM-4X-SPLICE”. This detail can be found with other hardware details on TL-208. Please see note 1 on TL-208 for 50’ excess wire on coil bracket requirement. Q24 For the OPGW, are we required to use the specified manufacturer (AFL Global)? Or we can we substitute for another Manufacturer that has better installation process? A24 The AFL cable specified was developed specifically by AFL to match SUA’s existing fiber in order to remain compatible. AFL global OPGW AC-29/29/513 DNO-9907 is required. Q25 Grounding electric fences were mentioned. Fences that run parallel within 200ft of the transmission line centerline shall be grounded. Need clarification and spec. A25 As required by specification 33 79 19 – Grounding. Q26 Will we be required to field drill the steel poles for all hardware and appurtenances or will they come pre-drilled from the factory? A26 Generally, they are pre-drilled from the factory for known attachments. Some field drilling may be required. Q27 On energized work, is the City of Stillwater to do layout and reattachment? A27 Layout and Reattachment to be by contractor. Q28 2. How would the city of Stillwater best like us to handle traffic control? Are cones and signs sufficient or are lane closure needed? A28 Contractor is required to determine the requirements per ODOT for road access. Contractor must coordinate any traffic redirection with the City’s traffic department. Summary Bid Form SUA Bid #07-17/18 Industrial-Ferguson Transmission Line Construction January 30th, 2018 Stillwater Electric Utility City of Stillwater A Division of Stillwater Utilities Authority P.O. Box 1449 Stillwater, Oklahoma 74076 Note: Please type or use black or blue ink. The City of Stillwater (City) / Stillwater Utilities Authority (SUA) reserves the right to reject any and all Bids when such rejection is in the interest of the City/SUA. The Summary Bid Form included in the bid submittal document shall have a tab attached for easy identification. Instructions: Having carefully examined the BID #07-17/18 and all its attachments we hereby propose to furnish and deliver in compliance with your official notice, Specifications, and Commercial Terms and Conditions: No.  Description  Total $  1  General Conditions     Installation of Owner Supplied Transmission 2  Structural Steel    3  Installation of Foundations   4  Installation of Ferguson-Central 69kV Line   Installation of Industrial-Boomer Lake 69kV 5  line    7  Payment and Statutory Bonds   Total Bid Price    Option Pricing  Per Pole deduct for relocation of pole with an active transformer instead of replacing. Potential Poles: 17308, 17311, 17315, 17319, 1A  17321, 17328, 17333, 17346   Per Pole Deduct for relocation of pole that has a service off the line instead of replacing. 1B  Potential Poles: 17307, 17311, 17329, 17347   Deduct for relocating Pole 17313 instead of 1C  replacing.   13 DIVISION 1 – GENERAL REQUIREMENTS SECTION 01 11 00 - SUMMARY OF WORK PART 1 - GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: Stillwater Electric Utility is contracting for Work described in the Contract Documents. 1. Contract Identification: 15RS02. 2. Work Site Location: Northern Oklahoma, Ferguson Substation: Airport Rd. & Jardot Rd. Stillwater, OK 74075. 3. Project Manager for Owner is designated as Kyle Muret. C. Engineer: The Contract Documents were prepared by Burns & McDonnell Engineering Company, Inc., (9400 Ward Parkway, Kansas City, Missouri 64114.) D. Resident Project Representative or CM Agent: Burns & McDonnell Engineering Company, Inc., a Missouri Corporation, or its duly authorized representatives. The authorized representative of Owner who is assigned to the construction Site or any part thereof. E. Contractor: means the Successful Bidder that has entered into the Contract with Owner. 1.02 PROJECT DESCRIPTION: A. Description of Project: Create (2) new 69kV transmission circuits from Industrial Substation to interconnect structure located at Husband Drive and Lakeview Road of existing Boomer Lake- Central circuit, and from Ferguson Substation to interconnect structure located at Perkins Road and Lakeview Road of existing Boomer Lake-Central circuit. Both transmission lines are to overbuild existing 12.47kV distribution lines. Construction consists of light-duty and engineered steel poles both directly embedded and on concrete foundations. Interconnect structures are existing and are to be reused for new circuits. Existing jumpers for Boomer Lake-Central circuit are to be cut and redirected to create new circuits. Existing transmission line from Husband Drive to Perkins Road running along south side of Lakeview Road is to remain de-energized and retired in-place for the time being. Existing interconnect structures and new transmission structures are designed to accommodate this de-energized circuit or without it when it is removed by the Owner. Owner is responsible for design and transfer for all low-voltage underbuild wire, hardware, and assemblies as well as any telecommunications wire, hardware, and assemblies. Where present, existing 12.47kV distribution overhead 01 11 00 - 1 103488_011100 08/30/2016 SECTION 01 11 00 - SUMMARY OF WORK: continued shield/neutral wire is to be removed or relocated to a location on the new transmission structures deemed acceptable by the Owner and the Contract Loading Drawings. 1.03 CONTRACTOR'S USE OF PREMISES: A. Limited Use: 1. Limit use of the premises for storage and execution of the Work to allow for work by other contractors or Owner occupancy. Confine operations to areas within Contract limits indicated. Portions of Site outside the Contract limits shall not be disturbed. 2. Coordinate with other separate contractors and Owner to avoid interference of operations. 3. Conduct operations so as to ensure the least inconvenience to Owner and the general public. 1.04 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present facilities will not be disrupted. Shutdown of Owner's operating facilities to perform the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. 1.05 PREORDERED EQUIPMENT AND MATERIALS: A. General: Owner has negotiated purchase orders with Suppliers of Equipment and Materials to be incorporated into the Work. These purchase orders are assigned to Contractor. Costs for Equipment and Materials, receiving, handling, storage, and installation shall be included in the Contract Price. B. Responsibilities: Contractor's responsibilities are the same as if Contractor negotiated purchase orders, including responsibility to renegotiate purchase if necessary and to execute final purchase order agreements. Copies of negotiated purchase orders are available upon request from Owner. 1.06 OWNER-FURNISHED EQUIPMENT AND MATERIALS: A. Owner's Responsibilities: 01 11 00 - 2 08/30/2016 103488_011100

Description:
MOISTURE-DENSITY RELATIONS OF SOILS - AASHTO T 99. --T-1 ; Once a single value for each map unit is derived, a thematic map for soil map
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.