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