section 03100

advertisement
ADDENDUM NO. 1
PROJECT TITLE:
PUMPING PLANT CONTROL SYSTEMS
REHABILITATION
LOCATION:
SUTTER BYPASS
SPECIFICATION NO.:
10-09
CONTRACT NO.:
C51415
ISSUED BY:
STATE OF CALIFORNIA
DEPARTMENT OF WATER RESOURCES
The following changes are hereby made by this addendum:
1.
Revised specification page numbers: 00002-1, 00002-3, 00410-3, 00410-4,
01110-2, 01110-4, 01110-5, 01110-6, 01110-7, 16060-3, 16122-1, 16122-8,
16210-1, and 16210-6.
2.
Revised drawing sheet numbers: 3 and 69.
BIDDER'S SIGNATURE
This addendum shall be signed below in the same manner as the bid is signed.
Bidder: ________________________________________________________
________________________________________________________
By (Authorized Officer): ___________________________________________
Business Address: _______________________________________________
_______________________________________________
Dated: ________________________, 2010.
THIS ADDENDUM COMPRISES 15 PAGES AND 2 DRAWINGS.
THIS COVER PAGE MUST BE SIGNED AND RETURNED WITH THE BID.
(Addn. No. 1, Pg. 1)
L-09
Notice to Contractors
DOCUMENT 00002
NOTICE TO CONTRACTORS
STATE OF CALIFORNIA
CALIFORNIA NATURAL RESOURCES AGENCY
DEPARTMENT OF WATER RESOURCES
Sealed bids for
PUMPING PLANT CONTROL SYSTEMS REHABILITATION
SUTTER BYPASS
FLOOD CONTROL FACILITIES
OPERATIONS AND MAINTENANCE
SUTTER COUNTY
CALIFORNIA
SPECIFICATION NO. 10-09
CONTRACT NO. C51415
will be received by the Department of Water Resources at the Resources
Building, 1416 Ninth Street, Room 418, Sacramento, California 95814, not later
than 2:00 P.M. on WEDNESDAY, OCTOBER 20, 2010, at which time they will
be publicly opened and read at an announced location in the vicinity of such
office.
NOTE:
Bidders/Visitors should allow sufficient time for checking in with
Security upon entering main floor of the Resources Building.
Bid forms for this work are included in a separate booklet titled BID FORM.
Bids will be considered only if submitted for all the work required for the above
project. The work is defined in Section 01110 – Summary of Work, and includes
but is not limited to the following principal features:
1. Mobilization and demobilization.
2. Selective demolition.
3. Clearing and grubbing.
00002-1
(Addn. No. 1, Pg. 2)
L-09
Notice to Contractors
29. Automatic transfer switches and load banks.
30. Metal-enclosed switchgear.
31. Panelboards.
32. Lighting.
33. Communication System.
34. SCADA Systems.
35. Prefabricated Control Buildings.
36. Training programs.
Quantities of work, materials, and equipment required for completion of the work
are specified in Document 00410 – Bid Schedule, which is subject to change.
1.
WAGE RATES
Pursuant to Sections 1770 through 1773.8 of the California Labor Code, the
Director of Industrial Relations has determined the general prevailing rate of
per diem wages for the locality in which the work is to be performed. Such
rates are on file for inspection at the office of the Department of Water
Resources, Room 418, 1416 Ninth Street, Sacramento, California 95814.
Copies may be obtained from the State of California, Department of
Industrial Relations, Division of Labor Statistics and Research, P. O.
Box 420603, San Francisco, California 94142, telephone (415) 703-4774,
fax (415) 703-4771. Prevailing wage determinations may be obtained over
the Internet through California Department of Industrial Relations, Division
of Labor Statistics and Research’s Home Page at
http://www.dir.ca.gov/dlsr/.
2.
LICENSING
Bidders shall be licensed for the work as required by the Business and
Professions Code. Contractor’s license classification(s) for this
work:
A
(Determined by Contractors’ State License Board).
00002-3
(Addn. No. 1, Pg. 3)
L-09
Bid Schedule
Item
No.
Section*
Item
Estimated
Quantity
Unit
Unit Price
(In Figures)
36
16120
Cable – No. 500 kcmil,
1 Conductor Power Cable
1,325
LF
37
16120
Cable – No. 350 kcmil,
1 Conductor Power Cable
1,000
LF
38
16120
Cable – No. 4/0 AWG,
1 Conductor Power Cable
75
LF
39
16120
Cable – No. 2/0 AWG,
1 Conductor Power Cable
375
LF
40
16120
Cable – No. 2 AWG,
1 Conductor Power Cable
100
LF
41
16120
Cable – No. 12 AWG,
1 Conductor Power Cable
1,250
LF
42
16120
Cable – No. 12 AWG,
2 Conductor Control Cable
650
LF
43
16120
Cable – No. 14 AWG,
4 Conductor Control Cable
170
LF
44
16120
Cable – No. 14 AWG,
2 Conductor Control Cable
100
LF
45
16120
Cable – Category 6
100
LF
46
16120
Insulated Wire for Lighting –
No. 10 AWG, Solid Copper
100
LF
47
16120
Insulated Wire for Lighting –
No. 12 AWG, Solid Copper
50
LF
48
16120
Wiring Modifications
2
DAY
49
****
****
****
50
16130
Pullbox
1
JOB
LUMP SUM
51
16130
Junction Box with Cover
Plates
1
JOB
LUMP SUM
52
16130
Conduit – 3/4 Inch Diameter
Rigid Metal Conduit (RMC)
****
750
Total
(In Figures)
LF
*Section where contract item is defined
00410-3
(Addn. No. 1, Pg. 4)
L-09
Bid Schedule
Item
No.
Section*
Item
Estimated
Quantity
Unit
Unit Price
(In Figures)
53
16130
Conduit – 1-1/2 Inch
Diameter Rigid Metal
Conduit (RMC)
70
LF
54
16130
Conduit – 2-1/2 Inch
Diameter Rigid Metal
Conduit (RMC)
110
LF
55
16130
Conduit – 4 Inch Diameter
Rigid Metal Conduit (RMC)
310
LF
56
16130
Conduit – 1-1/2 Inch PVC
Schedule 80
225
LF
57
16130
Conduit – 2 Inch PVC
Schedule 80
450
LF
58
16130
Conduit – 2-1/2 Inch PVC
Schedule 80
200
LF
59
16130
Conduit – 3 Inch PVC
Schedule 80
180
LF
60
16130
Conduit – 4 Inch PVC
Schedule 80
800
LF
61
16130
Conduit – 3/4 Inch Liquidtight Flexible Metal Conduit
(LFMC)
85
LF
62
16130
Conduit – 1-1/2 Inch Liquidtight Flexible Metal Conduit
(LFMC)
25
LF
63
16130
Conduit – 2-1/2 Inch Liquidtight Flexible Metal Conduit
(LFMC)
25
LF
64
16130
Conduit – 3/4 Inch
Intermediate Metal Conduit
(IMC)
1,375
LF
65
16130
Warning Tape
4,000
LF
66
16140
Wiring Devices
1
JOB
LUMP SUM
66a
16210
Electrical Utility Services
1
JOB
LUMP SUM
67
16230
Diesel Engine Generator Set
– Pumping Plant No. 1
1
EA
Total
(In Figures)
*Section where contract item is defined
00410-4
(Addn. No. 1, Pg. 5)
L-09
Summary of Work
20. Electrical testing.
21. Grounding system.
22. Insulated wire and cable.
23. Raceways and boxes.
24. Wiring devices.
25. Electrical utility services.
26. Electronic equipment enclosures.
27. Diesel engine generator sets.
28. Nonsegregated three phase bus.
29. Automatic transfer switches and load banks.
30. Metal-enclosed switchgear.
31. Panelboards.
32. Lighting.
33. Communication System.
34. SCADA Systems.
35. Prefabricated Control Buildings.
36. Training programs.
1.02 RELATED SECTIONS
A. Supplementary General Conditions, General Conditions, other
Division 1 sections, and Drawings apply to this section.
1.03 LOCATION AND ACCESS
A. The project includes four work sites located 10 to 15 miles southwest of
Yuba City along the east side of the Sutter Bypass between Nicolaus
and the Highway 20 crossing.
01110-2
(Addn. No. 1, Pg. 6)
L-09
Summary of Work
Bidders. Notwithstanding the provisions of Document 00705 –
Prosecution of Work, Paragraph 5, the Contractor shall not be entitled
to adjustment in compensation for such extension of the completion
date.
1.05 LIQUIDATED DAMAGES
A. Pursuant to Document 00705 – Prosecution of Work, Paragraph 2:
1. Liquidated damages for failure to complete the work specified in
Paragraph 1.04 B within the time specified will be $1,475 per day
from November 1, 2011 through the expiration of April 15, 2012,
and $1,600 per day after April 15, 2012. Refer to site access
restrictions in Paragraph 1.07 A.
1.06 ****
01110-4
(Addn. No. 1, Pg. 7)
L-09
Summary of Work
B. ****
1.07 EXISTING CONDITIONS
A. Site Access Restrictions: No ground disturbing activities shall be
performed on site from November 1st through April 15th **** at the
following locations:
1. Pumping Plant No. 1.
2. Pumping Plant No. 2.
3. Pumping Plant No. 3.
01110-5
(Addn. No. 1, Pg. 8)
L-09
Summary of Work
B. Ground Disturbing Activities include but are not limited to:
1. Clearing and grubbing.
2. Exclusion fence.
3. Removal and replacement of rock slope protection.
4. Installation of aggregate base and 3/4 inch crushed rock.
5. Selective demolition of existing masonry block walls; and chain link
fencing.
6. Excavation and backfill for retaining wall construction.
7. Reinforced concrete retaining walls and slabs-on-grade.
8. Reinforced masonry block walls.
9. Selective demolition of existing buried conduits outside of the
pumping plant walls.
10. Installation of the ground grids and associated equipment
grounding.
11. Installation of embedded conduits and backfilling outside of the
pumping plant walls.
C. Non-Ground Disturbing Activities shall be work within the confines of
the Pumping Plant Facility walls and shall include but is not limited to:
1. Temporary electrical services.
2. Chain link security fencing – above ground installation only.
3. Selective demolition of existing conduits as shown.
4. Selective demolition of existing concrete foundation slabs for
existing control buildings.
5. Selective demolition of existing control buildings and associated
equipment.
6. Foundation slabs for pre-fabricated control buildings.
7. Installation and backfilling of conduits.
8. Installation of prefabricated control buildings.
9. Installation of SCADA and communications equipment.
10. Installation of switchgear components.
11. Installation of diesel engine generator and associated equipment.
12. Installation of sensor equipment.
13. Site Acceptance Testing and Commissioning Testing.
D. Pumps and Motors:
1. Pumps and motors shall be fully operational at all times. The
Contractor shall provide temporary electrical service including
switchgear and controls required for manual operation of the pumps
by Sutter Maintenance Yard personnel during construction.
01110-6
(Addn. No. 1, Pg. 9)
L-09
Summary of Work
Temporary electrical service shall be as described in Section 16430
– Metal-Enclosed Switchgear.
2. Contractor personnel shall attend an on-site orientation on DWR
lock-out/tag-out procedures prior to commencing any work requiring
disconnection of electrical power.
1.08 VERIFICATION OF EXISTING FACILITIES
A. The Contractor shall verify the applicable structural dimensions, the
location, elevations, and dimensions of existing facilities, and other
dimensions and data required to complete the project.
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
Not Used
PART 4
PAYMENT
4.01 PAYMENT
A. The contract prices shall include full compensation for all costs incurred
under this section.
END OF SECTION
01110-7
(Addn. No. 1, Pg. 10)
L-09
Grounding System
E. The contract item Cable Fitting shall meet the following requirements:
1. The cable fittings for equipment ground connections shall be
copper alloy, bolted type, sized for the cable with the number of bolt
holes as directed.
2. Cable fittings shall be Burndy, Type QA or Hyground; O.Z./Gedney,
Type ABG; or equal.
F. The contract item Ground Rod shall meet the following requirements:
1. The ground rods shall be copper clad steel with 3/4 inch minimum
diameter and 10 feet minimum length. Ground rods shall include
rod to grid attachments.
G. The contract item Conductive Grout: Conductive grout shall be
compatible with the bare copper conductors and shall provide a
permanent conductive medium for the ground grid. The conductive
grout shall not cause corrosion or deterioration of the copper cable or
connectors in the ground grid.
1. The conductive grout shall have a resistivity less than or equal to
0.1 Ohm-meters.
2. The conductive grout shall be **** ThermOweld, Contact GS;
Sankosha, M5C; or equal.
H. 3/4 inch crushed rock:
1. 3/4 inch crushed rock shall be clean with no fines.
I.
Miscellaneous Material:
1. Ground bars shall be solid copper, having composition conforming
to ASTM B 5, Rockwell hardness B45.
2. Attachment plates shall be of material compatible with the
equipment to which it is attached. Attachment plates shall have
threaded studs with stainless steel lock nut and washer as required.
3. Bolts, nuts and washers shall be bronze.
16060-3
(Addn. No. 1, Pg. 11)
L-09
Medium Voltage Insulated Cable
SECTION 16122
MEDIUM VOLTAGE INSULATED CABLE
PART 1
GENERAL
1.01 DESCRIPTION
A. This section covers medium voltage insulated cable, which includes
furnishing, installing, and testing cable.
B. General:
1. Medium voltage insulated cable shall be single conductor, shielded
power cable insulated with an ozone and discharge resistant,
flexible, rubber-like thermosetting dielectric.
2. The cable shall be suitable for use in wet or dry, indoors or
outdoors, raceway or underground duct, or cable tray locations.
The cable shall be rated 90 degrees C for normal operation,
130 degrees C for emergency overload operation, and
250 degrees C for short circuit conditions. Emergency overload
operation may occur for periods up to 1,500 hours cumulative
during the life of the cable.
C. Basic Construction: Basic construction shall consist of 1/C Class B
stranded copper; triple tandem extruded, semi-conducting, ethylene
propylene rubber (EPR) strand shield; EPR insulation; Extruded semiconducting EPR insulation shield; copper shield tape; and an overall
jacket of polyvinylchloride (PVC).
D. Operating Experience: The medium voltage insulated cable shall have
a performance record demonstrating a minimum of ten years successful
operating experience in utility and industrial power cable applications.
1.02 RELATED SECTIONS
A. Supplementary General Conditions, General Conditions, Division 1
sections, and Drawings apply to this section. This section may require
direct correlation with the following sections of the contract:
1. Section 16050 – Basic Electrical Materials and Methods.
2. Section 16080 – Electrical Testing.
3. Section 16210 – Electrical Utility Services.
16122-1
(Addn. No. 1, Pg. 12)
L-09
Medium Voltage Insulated Cable
7. Cable identification shall be as specified in Section 16050 – Basic
Electrical Materials and Methods.
3.02 FIELD QUALITY CONTROL
A. Actual lengths of wires and cables installed and terminated shall be
entered on the cable schedules and verified by the Engineer.
B. The Engineer will perform field tests with help by the Contractor as
specified in Section 16080 – Electrical Testing Requirements.
PART 4
PAYMENT
4.01 ****
4.02 PAYMENT
A. The contract prices shall include full compensation for all costs incurred
under this section.
END OF SECTION
16122-8
(Addn. No. 1, Pg. 13)
L-09
Electrical Utility Services
SECTION 16210
ELECTRICAL UTILITY SERVICES
PART 1
GENERAL
1.01 DESCRIPTION
A. This section describes the technical requirements for the contract item
Electrical Utility Services which includes service modifications. ****
B. Electrical service is provided to each pumping plant by Pacific Gas and
Electric (PG&E) at 480 Vac, three phase, 60 Hz as shown. The
Contractor shall coordinate and cooperate with PG&E to modify the
existing service to accommodate revenue metering on the primary side
of the PG&E Distribution Transformer as shown.
C. The Contractor shall notify PG&E not less than 90 days prior to the date
service is required.
1.02 RELATED SECTIONS
A. Supplementary General Conditions, General Conditions, Division 1
sections, and Drawings apply to this section. This section may require
direct correlation with the following sections of the contract:
1. Section 16050 – Basic Electrical Materials and Methods.
2. Section 16120 – Insulated Wire and Cable.
3. Section 16122 – Medium Voltage Insulated Cable.
4. Section 16130 – Raceways and Boxes.
1.03 REFERENCES
A. The following publications form a part of this specification to the extent
referenced. Application of these publications shall conform to
Document 00702 – Interpretation of the Contract, Paragraph 2:
1. Institute of Electrical and Electronic Engineers (IEEE).
2. California Electric Code (CEC-2007).
3. California Public Utility Commission (CPUC).
16210-1
(Addn. No. 1, Pg. 14)
L-09
Electrical Utility Services
PART 3
EXECUTION
3.01 INSTALLATION
A. The service equipment, service conduits and structures shall be
installed as shown and conform to PG&E requirements.
B. The Contractor shall coordinate the installation of service equipment,
service conduits and structures with PG&E and shall work in
cooperation with PG&E when required.
C. The primary side meter shall be installed in either a service pedestal or
a pole mounted enclosure as shown and as required by PG&E.
3.02 FIELD QUALITY CONTROL
A. The Contractor shall furnish a written statement to the Engineer that the
installation complies with the requirements of PG&E.
PART 4
PAYMENT
4.01 PAYMENT
A. The contract price will be paid for ELECTRICAL UTILITY SERVICES;
which price shall include full compensation for all costs incurred under
this section.
END OF SECTION
16210-6
(Addn. No. 1, Pg. 15)
L-09
Download