the File - Coastal Water Authority

advertisement
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
Addendum No. 1
Date of Addendum: Dec. 17, 2013
CWA Contract: LPS-311
Project: Lynchburg Pump Station VFD Replacement for P-208 & P-209
From:
Rahim Tazeh, PE
Infrastructure Associates
6117 Richmond, Suite 200
Houston, Texas 77057
TO:
Prospective Bidders
This addendum forms a part of Bidding Documents and will be incorporated into Contract Documents, as
applicable. Insofar as original Project Manual and Drawings are inconsistent, this addendum governs.
Your proposal shall indicate acknowledgment of this Addendum in the spaces provided on the bid forms.
Failure to do so may subject bidder to disqualification.
Changes to Bidding Requirements:
The following sections of specifications have been revised and/or added, and are being re-issued as a part
of this addendum. Revised Sections are:
1. Table of Contents
2. Invitation to Bid
3. Section 00431 – Proposed Products
4. Section 00432 – Proposed Subcontractors
5. Section 00435 – Bid Submittal Checklist
6. Section 00450 – Bidder’s Qualification Statement
7. Section 011000 – Summary of Work
END OF ADDENDUM NO. 1
ADDENDUM NO. 1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
TABLE OF CONTENTS
BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONTRACT CONDITIONS
PART I
PART II
PART III
APPENDIX A
APPENDIX B
APPENDIX C
APPENDIX D
PART IV
PART V
INVITATION TO BID
INSTRUCTION TO BIDDERS
AGREEMENT BETWEEN OWNER AND CONTRACTOR
GENERAL TERMS AND CONDITIONS AND SAMPLE CONTRACT FORM
WORKERS COMPENSATION INSURANCE COVERAGE
WAGE SCALE FOR ENGINEERING CONSTRUCTION
PAYMENT BOND
PERFORMANCE BOND
SPECIAL CONDITIONS
SPECIFICATION AND DRAWINGS
TECHNICAL SPECIFICATIONS
SECTION 000431
SECTION 000432
SECTION 000435
SECTION 000450
SECTION 011000
SECTION 012100
SECTION 012300
SECTION 012600
SECTION 012900
SECTION 013100
SECTION 013233
SECTION 013300
SECTION 014000
SECTION 015000
SECTION 017300
SECTION 017329
SECTION 017700
SECTION 017900
SECTION 099113
SECTION 230500
SECTION 260500
SECTION 260513
SECTION 260519
SECTION 260526
SECTION 260529
SECTION 260533
SECTION 260536
SECTION 260543
SECTION 260553
SECTION 262416
SECTION 262816
SECTION 262921
SECTION 262923
SECTION 262924
PROPOSED PRODUCTS
PROPOSED SUBCONTRACTORS
BID SUBMITTAL CHECKLIST
BIDDER’S QUALIFICATION STATEMENT
SUMMARY OF WORK
ALLOWANCES
ALTERNATES
CONTRACT MODIFICATION PROCEDURES
PAYMENT PROCEDURES
PROJECT MANAGEMENT AND COORDINATION
PHOTOGRAPHIC DOCUMENTATION
SUBMITTAL PROCEDURES
QUALITY REQUIREMENTS
TEMPORARY FACILITIES AND CONTROLS
EXECUTION
CUTTING AND PATCHING
CLOSEOUT PROCEDURES
DEMONSTRATION AND TRAINING
PAINTING
COMMON WORK RESULTS FOR HVAC
COMMON WORK RESULTS FOR ELECTRICAL
MEDIUM-VOLTAGE CABLES
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
GROUNDING AND BONDING
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS
CABLE TRAYS FOR ELECTRICAL SYSTEMS
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
IDENTIFICATION FOR ELECTRICAL SYSTEMS
PANELBOARDS
ENCLOSED SWITCHES AND CIRCUIT BREAKERS
INSTRUMENTATION
VARIABLE FREQUENCY DRIVES
INSTRUMENT SYSTEM INTEGRATION
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
COASTAL WATER AUTHORITY
INVITATION TO BID
The Coastal Water Authority (herein also referred to as “CWA” or the “Authority”)
invites qualified contractors or parties (each “Bidder” or collectively “Bidders”) to bid on:
Lynchburg Pump Station VFD Replacement for Pumps P-208 & P-209
Bid Method:
Sealed bids will be received in duplicate by the Coastal Water Authority at 1801 Main
Street, Suite 800, Houston, TX
77002, until 10:00 AM local time,
January 15, 2014 which will be the Bid Opening time.
Bid Opening:
Bids will be opened in public by the Executive Director of the Coastal Water Authority or
his designated representative at the time, date and place stated above (the “Bid Opening”).
Bidders, interested parties, and the general public are allowed but not required to attend
the Bid Opening. At the Bid Opening, the Bidder’s name and amount of each bid will be
read aloud and recorded. No decisions relating to the award of the Contract will be made
at the Bid Opening.
The Authority reserves the right to reject, in whole or in part, any or all bids, or to accept
any bid, in whole or in part, or any combination of bids it deems most advantageous to the
Authority and that will, in the judgment of the Authority, result in the best and most
economical completion of the Authority’s work, such bid coming from a responsible
Bidder. The Authority also reserves the right to waive any technicalities or formalities in
bids or the Bid Documents in the best interest of the Authority.
Official Bid Form:
To be considered for award please submit two (2) copies (one (1) original and one (1)
photocopy) of all pages comprising the Official Bid Form which is attached hereto,
including the signature page. The signature page must be signed by a company official
authorized to bind the company. If awarded the Contract, such signature will bind Bidder
to the Contract, without any further action by Bidder. Bidder must also provide two (2)
copies of any other information submitted, including without limitation, technical
literature and brochures.
Notwithstanding anything to the contrary herein, submission or attachment of Bidder’s
“quotation forms” or the like, containing alternative terms and/or conditions, may result in
the bid being deemed non-responsive.
INVITATION TO BID
1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
Pre-Bid Conference:
A pre-bid conference and site visit will be held for all prospective Bidders at Lynchburg
Pump Station on December 10th 2013, at 2:00 PM.
All prospective Bidders are urged to be present or arrange for a site visit. It is each
Bidder’s responsibility to ensure that it has secured and thoroughly reviewed all aspects of
the Bid Documents prior to the pre-bid conference.
Contact:
Should you have any questions or comments regarding the Bid Documents or desire to
make a site visit, contact:
William Kluesner
Infrastructure Associates Inc.
6117 Richmond, Suite 200
Houston, Texas 77057
(713)622-0120
wk1@iahouston.com
Any revisions to be incorporated into the Bid Documents arising before, during, or
subsequent to the pre-bid conference will be confirmed in writing, by addendum, prior to
the Bid Opening. No verbal responses or statements will alter any specifications, terms or
conditions stated herein.
Bid Documents:
The Bid Documents are comprised of:
1.
2.
3.
4.
5.
6.
7.
Invitation to Bid
Part I, Instructions to Bidders, including Official Bid Form
Part II, Agreement including exhibits if any.
Part III, General Terms and Conditions & Appendices
Part IV, Special Conditions
Part V, Technical Specifications and drawings
Any addenda
INVITATION TO BID
2
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
COASTAL WATER AUTHORITY
OFFICIAL BID FORM
FORMAL ONE-TIME BID
Lynchburg Pump Station VFD Replacement for Pumps P-208 & P-209
TO: Coastal Water Authorities
Attention: Greg Olinger, P.E., PMP, Chief Engineer
Coastal Water Authority
1801 Main, Suite 800
Houston, TX 77002-8119
CONTRACT PERIOD: ____________________________________________________
The following bid items comprise the bid for all materials, labor, tools, equipment, supervision, and other
work for performing replacement of the existing two (2) Toshiba Variable Frequency Drives (VFD) per
the Bid Documents, including CWA’s Technical Specifications:
Item No.
Item Description
Unit
Qty
1
260513 – Electrical cable, 500 kcmil, 5 kV,
1/C, with 1/0 ground conductor complete
installed in conduit and terminated.
LF
9500 +
1500 G
2
260543 – Electrical ductbank for medium
voltage cable including new manhole
LF
700
3
260543 – Electrical ductbank for 480 voltage
cable
LF
200
4
260536 – Cable tray
LF
400
5
262923 – VFD
Each
6
262921 – Instrumentation and controls
Sum
7
012300 – Investigative work related to
Alternate 1
Sum
8
262924 – Control Integration
Sum
9
Division 23 – HVAC work
Sum
10
Division 26 – Electrical work
Sum
11
Mobilization
Sum
Unit Price
2
Total Base Unit Price
Bidder Company Name: _________________________________________________
OFFICIAL BID FORM
OBF- 1
Total
Lynchburg Pump Station VFD Replacement for P-208 & P-209
Item No.
Item Description
Unit
CWA Contract LPS-311
Qty.
E-1
260513 Extra electrical cable, 500 kcmil, 5 kV,
1/C, 1/0 G, complete installed and terminated.
LF
1000
E-2
260513 Extra electrical cable, 500 kcmil, 5 kV,
1/C, complete installed in cable tray terminated.
LF
300
E-3
260513 Extra electrical Ground #1/0, 600 V, 1/C,
complete installed and terminated.
LF
100
E-4
260513 Extra electrical Ground #1/0, 600 V, 1/C,
complete installed in cable tray and terminated.
LF
100
E-5
260519 Extra electrical cable, #12, 600 V, up to 9
conductors, installed in conduit and terminated.
LF
1000
E-6
260519 Extra electrical cable, #10, 600 V, up to 9
conductors, installed in conduit and terminated.
LF
1000
Unit Price
Total
Total Extra Unit Price
Summary – Schedule of Unit Price Work
A.
Total Base Unit Price Work ……………………………………$ ----------------
C.
Structural Modification Allowance ……………………………..$ 25,000
D.
Total Bid Price …………………………………………………..$----------------
B.
Total Extra Unit Price Work ……………………………………$ ----------------
Total Bid Amount Including Unit Prices is:
$___________
Maintenance Service (As described in Project Specification Section 262923-1.14):
A.
First Year …………………………………………………Included in Base Bid
B.
Second Year ……………………………………………….$ ___________
C.
Third Year ………………………………………………....$ ___________
D.
Forth Year …………………………………………………$ ___________
E.
Fifth Year ………………………………………………….$ ___________
The undersigned (“Bidder”) hereby offers to furnish and deliver the goods and/or services as specified for
the Total Bid Amount and upon the terms herein stated and in accordance with the Invitation to Bid,
Instructions to Bidders, Technical Specifications and General Terms & Conditions, all of which are
incorporated by reference and made a part of this offer.
Bidder certifies that it has submitted to CWA either (a) a certified or cashier’s check drawn on a
responsible bank in Texas equal to at least two percent (2%) of the Total Bid amount, or (b) a bid bond of
at least two percent (2%) of the Total Bid Amount and issued by a surety that is legally authorized to do
business in Texas and to issue such bond. Such bid security is a good faith deposit to ensure the
execution of the contract.
Bidder Company Name: _________________________________________________
OFFICIAL BID FORM
OBF- 2
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
Bidder understands that CWA may accept the bid offer by issuance of a Notice of Award and/or Purchase
Order signed by CWA to the successful Bidder at any time on or before the ninetieth (90th) day after the
day of the Bid Opening. Bidder’s offer shall be irrevocable by Bidder for ninety (90) days after the Bid
Opening, but this period may be extended by written agreement of CWA and Bidder. Bidder further
understands that if CWA accepts the bid, upon issuance of Notice of Award by CWA, the Contract will
be binding upon Bidder without any further action on the part of Bidder.
Bidder certifies that the only person or parties interested in this proposal as principals are those named
herein. Bidder has not, either directly or indirectly, entered into any agreement, participated in any
collusion, or otherwise taken action to restrain the competitiveness of the bidding for the award of the
Contract.
NOTE: BID MUST BE SIGNED BY AN AUTHORIZED REPRESENTATIVE OF THE BIDDER,
WHICH MUST BE THE ACTUAL LEGAL ENTITY THAT WILL PERFORM THE CONTRACT IF
AWARDED. BID SECURITY DESCRIBED ABOVE MUST BE ATTACHED TO THE BID.
Bidder Company Name: _________________________________________________
Respectfully Submitted:
Bidder: __________________________________
(Print or type name of Bidder-Full Company Name)
Employer Identification Number: ________________
By: ______________________________________
(Signature of Authorized Officer or Agent)
Name: ______________________________
Telephone:
(
Title:
______________________________
Fax:
(_____)______________
Date:
______________________________
E-Mail:
_____________________
____________________________________
Address (Street or P.O. Box)
____________________________________
(City – State – Zip Code)
_____________________________________
City & State of principal place of business if different from above.
Bidder Company Name: _________________________________________________
OFFICIAL BID FORM
OBF- 3
)______________
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
SECTION 00431 – PROPOSED PRODUCTS
1.01
Each bidder shall enter in the space provided the names of the manufacturers of materials and
equipment which he proposes to furnish and shall furnish such this Bid. The Contract, if awarded,
will be on the basis of materials and equipment specified or described in the Bidding Documents
without consideration of possible substitute or “or-equal” items. Whenever it is specified or
described in the Bidding Documents that is substitute or “or-equal” item of material or equipment
may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such
acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement.
1.02
Only one manufacturer’s name, selected form those listed in the respective Specifications, shall be
inserted for each type of equipment or material item listed. Listing of more than one name of each
item of equipment or material will be irregularity and may be cause for rejection of the bid. If any
equipment description is compromised of more than one piece of equipment, then the Contractor
shall list the individual components and corresponding manufacturer’s name.
1.03
The items of equipment and materials proposed for use, for which the manufacture’s name shall be
submitted are as follows:
Description
Manufacturer’s Name
1. Variable Frequency Drive
____________________________________
2. Medium Voltage Cable
____________________________________
END OF SECTION 00431
PROPOSED PRODUCTS
00431 - 1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
SECTION 00432 – PROPOSED SUBCONTRACTORS/ SUPPLIERS
1.01
The Bidder must submit to OWNER along with the Bid, proposed subcontractor and suppliers lists
consisting of the following information.
A. Subcontractors List
1. M/WBE Subcontractors
2. All Subcontractors involved in any portions of the work.
B. Suppliers List
1. M/WBE Suppliers
2. All Suppliers involved in any portions of the work.
PROPOSED SUBCONTRACTORS
1.
___________________________________________________________________________
2.
___________________________________________________________________________
3.
___________________________________________________________________________
4.
___________________________________________________________________________
5.
___________________________________________________________________________
6.
___________________________________________________________________________
7.
___________________________________________________________________________
8.
___________________________________________________________________________
9.
___________________________________________________________________________
10.
___________________________________________________________________________
END OF SECTION 00432
PROPOSED SUBCONTRACTORS/SUPPLIERS
00432 - 1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
SECTION 00435 – BID SUBMITTAL CHECKLIST
PART 1 - GENERAL
1.1
All information required by the terms of the Bid Documents must be furnished. Important items
to be submitted are including, but not limited to, those listed below:
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
1.2
Bid Security Check
Stipulated Price Bid Form including Schedule of Unit Price Work.
Acknowledgment of Addenda(s)
Statement of Material and Other Charges
Signature of Bidder
Attesting Signature
Seal of Bidder Firm
Proposed Sub-Contractors/Suppliers
Bid Security
Bidder’s Qualification Statement
Proposed Products
Submit within four (4) calendar days:
A. VFD Manufacturer Extended Warranty Acceptance
B. History of OSHA Actions and List of On-The-Job Injuries
C. Certificate of Worker’s Compensation Insurance Coverage.
D. Insurance certificate.
1.3
Submit prior to owner’s execution of contract
A. Agreement form executed by Contractor
B. Performance Bond form executed by Contractor and Surety
C. Payment Bond form executed by Contractor and Surety Document 00610)
END OF SECTION 00435
BID SUBMITTALS CHECKLIST
00435 - 1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
SECTION 00450 – BIDDER’S QUALIFICATION STATEMENT
PART 1 - GENERAL
1.1
GENERAL
A.
Bidders must submit documentation with their Bid prior to the Bid opening of their
qualifications and experience with projects similar to this project. Provide the information
required below. Attach additional information as appropriate.
1.
Bidder:
a.
Name ____________________________
b.
Address __________________________
2.
Qualification and Experience;
a.
Firm’s years of experience: ______________
Firm’s years of experience under present name ____________
3.
Firm’s plan to subcontract the work. Coordinate with Document 00432 – Proposed
Subcontractors/ Suppliers and Document 00452 – Schedule of M/WBE Participation.
State planned role in project along with Subcontractors’ qualifications and experience.
Attach additional information and sheets as appropriate.
a.
Subcontractor No. 1
1. Name: _____________________________________________
2. Planned Role ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
3. Qualifications ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
4. Experience
___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
b.
Subcontractor No. 2
1. Name: _____________________________________________
2. Planned Role ___________________________________________________
_______________________________________________________________
BIDDER’S QUALIFICATIONS STATEMENT
00450 - 1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
_______________________________________________________________
______________________________________________________________
3. Qualifications ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
4. Experience
___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
c.
Subcontractor No. 3
1. Name: _____________________________________________
2. Planned Role ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
3. Qualifications ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
4. Experience
___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
d.
Subcontractor No. 4
1. Name: _____________________________________________
2. Planned Role ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
3. Qualifications ___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
4. Experience
___________________________________________________
_______________________________________________________________
_______________________________________________________________
______________________________________________________________
4.
History of Project Terminated by an Owner:
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
BIDDER’S QUALIFICATIONS STATEMENT
00450 - 2
Lynchburg Pump Station VFD Replacement for P-208 & P-209
5.
CWA Contract LPS-311
List major projects currently in progress on this date. State owner, architect or engineer,
contract amount, percent complete, and schedule completion.
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_______________________________________________________________________
6.
List major projects of the same general nature completed in the past five years by the
Contractor’s own forces.
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_______________________________________________________________________
7.
List names, address, and telephone number of a reference or each project listed under 5
and 6 above.
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_______________________________________________________________________
8.
List name and construction experience of the principal individuals of your firm.
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_______________________________________________________________________
9.
Attached detailed resumes of principal individuals of your firm or your subcontractor(s)
who will perform the key duties of this project, including project manager, general field
superintendent, electrical and instrumentation superintendent, and systems checkouts/startup/testing specialist.
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_______________________________________________________________________
END OF SECTION 00450
BIDDER’S QUALIFICATIONS STATEMENT
00450 - 3
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
SECTION 011000 – SUMMARY OF WORK
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
B.
Related Sections include the following:
1.
2.
1.3
Work covered by the Contract Documents.
Type of the Contract.
Work phases.
Work under other contracts.
Products ordered in advance.
Owner-furnished products.
Use of premises.
Owner's occupancy requirements.
Work restrictions.
Specification formats and conventions.
Division 01 Section "Multiple Contract Summary" for division of responsibilities for the
Work.
Division 01 Section "Temporary Facilities and Controls" for limitations and procedures
governing temporary use of Owner's facilities.
WORK COVERED BY CONTRACT DOCUMENTS
A.
Project Identification: Lynchburg Pump Station VFD Replacement for P-208 & P-209.
1.
B.
Project Location: Lynchburg Pump Station, Baytown, Texas
Owner: Coastal Water Authority (CWA)
Owner's Representative:
Infrastructure Associates Inc.,
6117 Richmond, Suite 200
Houston, Texas 77057
SUMMARY OF WORK
011000 - 1
Lynchburg Pump Station VFD Replacement for P-208 & P-209
C.
Engineer:
Infrastructure Associates Inc.,
6117 Richmond, Suite 200
Houston, Texas 77057
D.
Contractor: TBD
E.
Construction Manager:
Infrastructure Associates Inc.,
6117 Richmond, Suite 200
Houston, Texas 77057
1.
F.
CWA Contract LPS-311
Construction Manager has been engaged for this Project to serve as an advisor to Owner
and to provide assistance in administering the Contract for Construction between Owner
and Contractor, according to a separate contract between Owner and Construction
Manager.
The Lynchburg Pump Station VFD replacement for P-208 & P-209 work includes the
followings:
1.
Removal and disposal of the two existing Toshiba drives that are currently serving Pumps
P-208 and P-209. Drives are located in the existing VFD house.
2.
Removal and disposal of VFD’s associated transformers and interconnecting cables.
Both transformers are located outdoor and north of the VFD house.
3.
Removal of the two (2) existing medium voltage feeders serving these drives. Feeders
originate at the existing air break contactors in the medium voltage switchgear assembly
located in the Pump Station main electrical room. Existing feeders are installed in
underground ductbanks, and in overhead cable trays in the pump room.
4.
Testing and cleaning of existing 5 kV GE air break contactors by certified third party.
Calibration and operation of corresponding feeder protective devices shall be tested
before and after cable installation by manufacturer’s authorized representative to ensure
device operation.
5.
Installation of two new medium voltage feeders from existing air breaker contactors in
the main switchgear building to the new drives location.
6.
Verification of availability of spare ductbanks and cable trays for VFDs new feeder
installation, originating in the Pump Station main electrical room and ending in the VFD
house where existing VFDs are located.
7.
Installation of two (2) new Variable Frequency Drives for Pumps P-208 and P-209 and
all corresponding and associated power and control cabling.
8.
Integration of control signals for existing motors and new VFD’s controls into existing
pump station “System C” controls.
SUMMARY OF WORK
011000 - 2
Lynchburg Pump Station VFD Replacement for P-208 & P-209
1.4
CWA Contract LPS-311
9.
Installation of two medium voltage feeders originating at new VFDs and terminating in
the existing pumps P-208 and P-209 corresponding electric motors located outdoor and
north of VFD house.
10.
Facilitate VFD installation by cutting north wall of the existing VFD house and reconstructing after drives installation is completed. North wall opening shall be repaired
similar to existing south wall.
11.
Structural reinforcement of the floor of the VFD house to support additional weight of the
new equipment as required.
12.
Modification of existing air distribution system within the VFD house to enhance HVAC
system operation and performance as detailed on the construction documents.
13.
Supply of temporary electrical power to the existing roof top air conditioning systems
during construction. Temporary power feeder shall originate from the existing Control
Building located south of the VFD house.
14.
Existing drive (VFD) for Pump P-207 is located within the same VFD house. Installer
shall implement measures to air-seal VFD house during construction in order to maintain
VFD house pressurization and air conditioning requirement for proper operation of pump
P-207 drive.
TYPE OF CONTRACT
A.
Project will be constructed under a single prime contract.
B.
The VFD manufacturer shall be responsible for all work required for complete manufacturing
and installation of the two new VFDs in Lynchburg Pump Station. Manufacturer is the sole
responsible entity to perform installation and any incidental work including but not limited to
the following:
1.
2.
3.
4.
5.
6.
7.
8.
1.5
Structural upgrade of the VFD housing floor.
Medium voltage feeder cable installation
All HVAC related work.
Control integration.
Complete start-up and testing.
Owner personnel training.
As-Built documents development.
Warranty services.
WORK PHASES
A.
The Work shall be conducted in two phases to minimize the impact of pump outages and
Lynchburg Pump Station’s water production as described below:
SUMMARY OF WORK
011000 - 3
Lynchburg Pump Station VFD Replacement for P-208 & P-209
CWA Contract LPS-311
1.
Phase One – Complete removal of the existing VFD for Pump P-209 including associated
transformers, wiring, equipment etc. before complete installation of the new VFD for this
pump including control system integration. Pump P-209 shall remain operational during
this phase of the project.
2.
Phase Two of the work shall begin after completion of Phase one, including startup and
commissioning of Pump P-209 to the owner’s satisfaction. Phase two shall include
complete removal of the existing VFD for Pump P-208 including associated transformers,
wiring, equipment etc. and complete installation of the new VFD for this pump including
control system integration.
B.
Before commencing work, submit a schedule showing the sequence, commencement and
completion dates for each proposed phases, and completion of project.
C.
Alternative construction sequence may be proposed by successful contractor for Owner
consideration.
1.6
OWNER-FURNISHED PRODUCTS
A.
1.7
Owner will not furnish any products required for this work.
USE OF PREMISES
A.
General: Contractor shall have limited use of premises for construction operations as indicated
by extend of work on Drawings. Any additional requirements or deviation shall be approved by
owner in advance of commencement of work.
B.
Use of Site: Use of premises to areas within the Contract limits is indicated. Do not disturb
portions of Project site beyond areas in which the Work is indicated.
1.
2.
Owner Occupancy: Owner will occupy Project site during construction.
Driveways and Entrances: Keep driveways, loading areas, and entrances serving
premises clear and available to Owner, Owner's employees, and emergency vehicles at all
times. Do not use these areas for parking or storage of materials.
a.
b.
C.
Schedule deliveries to minimize use of driveways and entrances.
Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on-site.
Use of Existing Building: Maintain existing VFD house in a weather-tight condition throughout
construction period. VFD house temperature and humidity levels shall be maintained during
construction. Contractor shall seal required cut opening in the exterior wall to maintain
temperature and humidity control within the VFD house at all times. Repair damage caused by
construction operations. Protect building and equipment within during construction period.
Secure all openings during non-working hours.
SUMMARY OF WORK
011000 - 4
Lynchburg Pump Station VFD Replacement for P-208 & P-209
1.8
CWA Contract LPS-311
WORK RESTRICTIONS
A.
On-Site Work Hours: Work shall be performed inside the existing facility during hours of 6
AM to 4 PM, Monday through Friday. Permit for additional working hours maybe granted
upon contractor’s request and Construction Manager Agreement.
B.
Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner.
1.9
WORK SEQUENCE
A.
Construct Work to accommodate owner’s operational and water production requirements. The
contractor shall provide a sequence of construction that allows for continuous water production
per CWA requirements. The sequence presented below is intended to permit construction
without unnecessarily disruptions in the pump station operation. The contractor shall review
and revise this sequence as required, and submit the revised work sequence for approval.
Submission of the work sequence shall be made at the same time as project schedule.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Assess usability of existing spare ductbanks and cable trays for new VFD feeder from
switchgear in the main electrical room to VFD house.
Submit routing plans for medium voltage feeders if existing ductbank/cable tray use is
not possible.
Install new ductbanks and cable trays (if required) for primary feeders for both drives.
Reuse existing VFD house floor/slab penetrations to route new cable to the extent
possible. Repair and fill penetration not used.
Install new feeder cables from main switchgear to VFD house.
Perform VFD house floor reinforcement (if required) as applicable.
Install new temporary electrical power for AC equipment to the VFD house.
Cut required opening in the north wall of the VFD house. Install temporary provision for
sealing of this opening to maintain indoor temperature.
Disconnect and remove VFD and associated transformer for pump P-209. Owner will
remove two (2) three phase power cells from this drive before contractor is allowed to
dispose of this drive.
Install, test, program, and start VFD for pump P-209. Verify control integration.
Disconnect and remove VFD and associated transformer for pump P-208.
Install, test, program, and start VFD for pump P-208. Verify control integration.
Perform HVAC and air distribution improvement and associated work for the VFD house
per construction documents and as required.
Patch all floor and slab openings not used.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION 011000
SUMMARY OF WORK
011000 - 5
Download