ADDENDUM NO Bid Form REPLACE in its entirety with the attached revised Bid Form.

Size: px
Start display at page:

Download "ADDENDUM NO Bid Form REPLACE in its entirety with the attached revised Bid Form."

Transcription

1 ADDENDUM NO. 3 DATE: November 16, 2016 INVITATION FOR BID: IFB H Water Treatment Plant Substation 1 Replacement DATED: October 20, 2016 RECEIPT DATE: November 21, 2016 OPENING DATE: November 22, 2016 SUBJECT: Project Book, Technical Specification, Drawings and Question/Answer Ladies/Gentlemen: Please take note of the following: PROJECT BOOK CHANGES/CLARIFICATIONS: 1. Bid Form REPLACE in its entirety with the attached revised Bid Form. 2. Major Equipment Schedule REPLACE in its entirety with the attached revised Major Equipment Schedule TECHNICAL SPECIFICATIONS CHANGES/CLARIFICATIONS: 1. Specification Section Programmable Logic Controller and Operator Interface, following paragraph 2.04.B.2.a, INSERT paragraph 2.04.C: C. Spare Parts Provide one (1) spare OIT, 12 Magellis, model HMIDT Specification Section Modular Substation, following paragraph 1.16, INSERT paragraph 1.17: 1.17 WARRANTY A. The Modular Substation and its components shall be warranted in writing against defects in materials, workmanship and installation for a period of at least five (5) years following final acceptance. The warranty shall cover both parts and labor. DRAWINGS CHANGES/CLARIFICATIONS 1. Contract Drawing Number ES-5 (Sheet 14 of 28), REPLACE with revised Drawing Number ES Contract Drawing Number E-2 (Sheet 16 of 28), REPLACE Drawing Note 5 in its entirety with the following:

2 5. Provide new 35KV, 600A pole mounted gang operated isolation switch after the existing DVP overhead switch. Contractor shall provide the new conductor. Conductor shall be 477 MCM Bare Aluminum Conductors, aluminum-clad steel reinforced (ACSR/AW). Contractor shall coordinate with DVP as required. QUESTIONS/ANSWERS 1. Question: Siemens has asked if a close-coupled solution is required for the skid. Provide switchgear based on Drawing E Question: Can you provide pictures of the inside of the SG6 structure? Photos are attached to this addendum 3. Question: What are the dimensions of the vault under SG6 including the head room? 31-0 x 9-0 x 6-6 H 4. Question: Can we assume the connection of the 5kv conductors is in the middle of the SG6 structure? Yes, lower middle. 5. Question: Is all the MV cable to be interlock armor as per specification 16124, paragraph 2.02(I)? This cable will be in conduit and we don t see the need for this requirement. Interlocked cable armor is not required. Specification 16124, paragraph 2.02, DELETE Item I. 6. Question: Are we to reuse the 35kv feeder for the new installation as well as the temporary installation? If so, I believe it will have to be relocated from the VA Power pole via the manhole and installed on the new pole with the disconnect being installed. Is this your intent? Reuse 35kv cable. See Plan Sheet ES-5 included in this Addendum. 7. Question: New 35kv cable should be required from the new switch to the new SS1 in its final location. The existing cable will need to be tested and if it is the original cable it may not test good even if it is not damaged. Existing 35kV cable from Manhole 2 to SS1 is to be re-used. The Contractor is responsible for protecting the existing MV conductors from damage. If, during construction, test results indicate existing cable should be replaced, the Contractor shall notify the Construction Manager. 8. Question: Referencing specification 13012, GE ifix: a. What version of ifix is the customer using? b. How many spare tags are left in the ifix Database? c. Does the costumer own a development license? If so, can the development license be used by developer?

3 d. Does ifix developer have to be on the SI payroll, if the SI will take responsibility for the integration and development of the screens for the ifix system? a. The City is currently upgrading the SCADA system at the WTP. As part of the SCADA project, Proficy ifix 5.8 will be installed. b. The SI will be responsible for creating new tags and developing screens in this project. The SI shall coordinate with the WTP SCADA Upgrade project team. c. Yes, the City has a development license that may be used on site. The SI shall coordinate with the WTP SCADA Upgrade project team. d. Yes. Refer to specification 13012, paragraph 1.02.B.3.f. 9. Question: Referencing specification 13012, is a customer witness test required? If so, what is required for simulation? How many people will be attending? Refer to Specification 13012, paragraph 1.03.J for control system demonstration testing requirements. 10. Question: Referencing specification 13450, UL 508A: a. Is this limited to the circuit breaker control box? b. The MV switchgear work will not be subject to UL 508A. Does the MV switchgear work need to be reviewed by a UL field representative? a. Yes b. The MV switchgear does require review by a UL field representative. The switchgear manufacturer shall provide UL listed materials and the enclosures shall have UL labels. Field wiring will be inspected on-site by Construction Manager. 11. Question: Referencing specification 13450: a. What is the warranty duration for the PLC? b. Paragraph 2.01.B.8: Our standard control language is Derived Function Block (DFB). Is this acceptable if it is covered in training and operation manuals? c. Paragraph 2.01.B.16: What does the spare I/O need to be programmed for? a. Specification 13450, paragraph 1.05.A., REPLACE one year with five years. b. Refer to Specification 13012, paragraph 1.03.E. Limited use of DFB will be considered during the submittal process. c. Programming for spares, should the need arise, shall not cause additional costs to the City. 12. Question: With exception of the hardwired discrete inputs and outputs shown on Drawing E-3, confirm communication with existing generator plant is not required. Confirmed 13. Question: Confirm the new SR750 relay and GE PQM for Substation 1 will be mounted inside the existing Switchgear house.

4 New SR relay and PQM are to be mounted inside the switchgear house. 14. Question: Confirm that it is acceptable to provide new doors with relays and meters mounted and wired, to be installed in the field. Yes, this is acceptable. 15. Question: Confirm Switchgear SG6, Main 2 does not receive a new SR relay. Confirmed 16. Question: Referencing specification 16947, paragraph 3.04.B, can Corning Fiber test equipment be approved for use? Test equipment from alternate manufacturers must meet the technical specification and all calibration requirements. 17. Question: Referencing specification 16396, paragraph 3.02.A.4, confirm study engineer shall be registered in Maryland. Specification Section Electrical System Protective Device Study and Arc Flash Analysis, Paragraph 3.02.A.4, REPLACE Maryland with Virginia. 18. Question: Will the trailer and conex stay in the gravel area that is currently resides? Yes. 19. Question: Please review the contract period of 330 days. See new Bid Form included with this Addendum for new contract period. PROJECT BOOK, PART 1 STATEMENT OF WORK REPLACE 330 with Question: Who is responsible for all the project permits? Is the Contractor responsible for payment of the permits? The Building Permit and Electrical Permit have been preapproved and prepaid and are ready for pick up at City Hall. Once a Contractor has been selected, the permits will be released. All other permits are the responsibility of the Contractor. 21. Question: Will there be a Construction Manager on site, along with the Engineer of Record and the Owner s PM? Yes, a 3 rd party Construction Manager will be on site. 22. Question: Who pays the Power Company fees? Does the Engineer have an estimate of these fees? We are not the end user. In the past, the bid form carries a bid allowance.

5 allowance. See new bid form included with this Addendum which includes an 23. Question: The drawings indicate we are to move another Contractor s trailer. This is not usually done. Can the Owner negotiate a price with the onsite contractor to move the trailer and trailer tools. Could the Owner set an allowance in the bid form? allowance. See new bid form included with this Addendum which includes an 24. Question: Do we need to use an approved Systems Integrator for the I&C work outside of the new electrical gear? Yes. See Specification for requirements. 25. Question: Who is responsible for the generator fuel used during shutdowns? Generator fuel costs shall be included in the Contractor s bid price. 26. Question: Are notice of impacts forms to be completed prior to shutdowns being done? Yes. Notice of Impact (NOI) must be submitted by the Contractor prior to any activities that impact the operation of the Water Treatment Plant. 27. Question: What work can be completed outside of the time of year restrictions? Only those work efforts that will not impact the normal operation, production or reliability of the water treatment plant may be performed outside of the time of year restrictions. 28. Question: On drawing E-2, Note 4, the 4.76kV breaker references GE PowerVAC. Per Specification 16320, includes a list of multiple breaker manufacturers. Should we provide a PowerVAC breaker similar to the existing 4.76kV switchgear, or can a different manufacturer be provided for the skidded substation? The Contractor must provide a breaker similar to a GE PowerVac from the manufacturers listed in Specification Both 35kV and 5kV switchgear circuit breaker manufacturers shall be the same. 29. Question: Specification defines the requirements for the Electrical System Protective Device Study and Arc Flash Analysis. During the pre-bid meeting, the City of Richmond project manager described new requirements for the studies that differ from the specification. We were told that the new settings are to be added into the existing E-Tap program file for the entire plant. Please provide a revised/latest specification that defines the study requirements for this project. The City has previously performed an Electrical System Protective Device Study and Arc Flash Analysis on the entire water plant and has a current E- Tap program file. As part of this project, the City will provide the Contractor with the E-Tap program file and the Contractor shall update the file with facilities added as part of this project and complete the required study. Specification 16396, Paragraph 1.03.I.11. REPLACE with the following:

6 11. Electronic files of input data report, protective device settings, and TCC curves modeled in the study software shall be in E-Tap. Specification 16396, Paragraph 2.01.A. DELETE 1. SKM: PowerTools Question: Sequence of Contruction on Drawing G-4, Step 1, indicates that all automatic source transfer control modifications for existing Switchgear SG6 shall be performed at the commencement of the project (prior to performing any substation #1 replacement activities). Thus, please provide confirmation that the Contractor is to: (i) implement/integrate automatic source transfer controls using existing substation #1 prior to its replacement; and then (ii) reimplement/reintegrate automatic source transfer controls using new substation #1 following its replacement. It is acceptable to leave the generators running in manual until the new gear is installed in the permanent location. Contract Drawing Number G-4 (Sheet 4 of 28), Construction Sequence. DELETE Item 1. Vendor must take due notice and be governed accordingly. This addendum must be acknowledged as indicated in the Bid Book or your bid may not be considered. Sincerely, Cornelius Hunt Sr. Cornelius Hunt Sr., VCO Contract Specialist 804/

7 BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON November 21, 2016 AND WILL BE OPENED 2:30 P.M. on November 22, To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: For the construction of Water Treatment Plant Substation 1 Replacement Made by: (Name and Title of Individual Executing the Bid) Name of Bidder: (Company Name) Full Address: City and State: Phone Number: Fax Number: Address: Virginia Contractor s Registration Number: Federal Tax Identification Number: By submission of this bid and authorized signature therein, the above-named Bidder certifies and affirms compliance with all terms and conditions herein and declares that: 1) the Bidder is of lawful age and that no other person, firm, corporation or joint venture has any interest in this Bid or in the Contract proposed to be entered into. 2) the Bid is made without any understanding, agreement, or connection with any other person, firm, corporation, or joint venture making a Bid for the same purposes, and is in all respects fair and without collusion or fraud. 3) the Bidder is not in arrears to the City of Richmond, upon debt or contract; is not a defaulter, as surety or otherwise, upon any obligation to the City of Richmond; and has not been delinquent or unfaithful in any former contract with the City of Richmond. 4) no officer or employee or person whose salary is payable in whole or in part by the OWNER is, shall be, or become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise, in this bid, or in the performance of the Contract, or in the supplies, materials, or equipment and work or labor to which it relates, or in any portion of the profits thereof. 5) in compliance with Sec. 3.3 of the General Conditions of the Contract, the Bidder has carefully examined the site of the work and that, from his own investigations, is satisfied as to the nature and location of the work, the character, quality, and quantity of materials and the kind and extent of

8 equipment and other facilities needed for the performance of the work, the general and local conditions and all difficulties to be encountered, and all other items which may, in any way, affect the work or its performance. 6) That the Bidder has thoroughly examined and is familiar with copies of the Contract Documents and the following addenda receipt of which is hereby acknowledged. Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated If none, write none 7) The Contract will be awarded to the lowest responsive, responsible Bidder whose Total Unit Price Base Bid as offered in the Bid Form represents the lowest total price and complies with the conditions of the Bid, provided the bid is reasonable and it is to the best interest of the Owner to accept it. 8) The undersigned furthermore agrees to perform at the request of the Owner, any related extra (or less) work than required by the Contract Documents which may arise during construction on the basis of a lump sum, unless noted otherwise, negotiated between the Contractor and the Owner for said extra (or less) work or for a compensation of actual cost of labor, material and equipment rental involved in said extra (or less) work plus a percentage computed as listed below for overhead and profit as described in the Conditions of the Contract: Where the work is performed by the Contractor s own forces, the percentage shall be percent ( %) of the cost of the work for overhead and or profit, not to exceed 15%. Where work is performed by a subcontractor, the percentage due to the subcontractor plus the General contractor s mark-up shall be percent ( %) of the cost of the work for overhead and/or profit, not to exceed 25%. 9) If accepted by the Owner, the Bidder shall execute the contract and furnish, satisfactory to the Owner, a Performance Bond and Payment Bond for labor and materials in accordance with the General Conditions of the Contract unless so stated elsewhere in the bid documents. 10) Bidder agrees that no contract shall result from the submission of his bid and no liability shall accrue with respect thereto until a written contract and accompanying documents have been fully and completely executed on the part of the successful bidder and the Owner. 11) The undersigned further agrees to complete the work as bid within 455 consecutive calendar days after Notice to Proceed. As the time allotted for the completion of the Work is of the essence, if the work is not completed within specified time for the completion of the Work, there shall be deducted from the contract price, not as a penalty but as liquidated damages, $ for each and every calendar day of delay in the completion of the work beyond the time specified, subject to all the terms of the General Conditions. 12) Accompanying this Bid is a certified or cashier s check in accordance with the General Conditions made payable to the City of Richmond in the sum of Dollars ($ ) which check is to be forfeited as liquidated damages if, in case this Invitation for Bid is accepted, the undersigned shall fail to execute the attached contract in accordance with

9 the General Conditions; OR a Bid Bond for not less than five percent (5%) of the bid amount. Should the Bidder so elect, said check will be returned to the undersigned upon delivery of a satisfactory bond. 13) Bidder certifies that he is properly registered as a licensed contractor under Title 54 of the Code of Virginia (1950), as amended. The number and expiration date is affixed below. 14) For the consideration set forth, and identified by this signature, (EACH BID SHEET CONTAINING A PRICE REPRESENTATION MUST HAVE THE SAME SIGNATURE AS ABOVE IN THE SPACE PROVIDED), the Bidder proposes to furnish all materials, tools, labor and equipment of every description, except such materials specified to be furnished by the Owner, necessary to accomplish all work required by and in accordance with the Request for Qualification (if applicable), drawings, specifications, General Conditions, special provisions, bid forms, contract, bond, and any addenda associated with this project, all of which are hereby made a part of this Invitation for Bid. Total Unit Price Base Bid The base bid includes all supervision, labor, material, equipment and other work necessary and required in accordance with the specifications for the COMPUTED PRICE SHOWN ON THE ATTACHED PRICE SCHEDULE of (Price in Words) $ (Price in Figures) In submitting this Bid, it is understood that the City of Richmond, Virginia, reserves the right to reject any and all bids or to award in whole or in part as determined to be in the best interest of the City. It is agreed that this Bid may not be withdrawn for a period of 60 days from the opening thereof. Respectfully Submitted, (Name of Individual, Firm, or Corporation making bid) By (Signature) Virginia Contractor s Registration Number Federal Tax ID Number

10 Price Schedule Item Quantities Unit Description Bid Unit Extended Price 1 1 Mobilization/Demobilization LS $ 2 1 PLC based Switchgear Operation Control Modifications LS $ 3 1 Modular Substation LS $ 4 Allowance Allowance for Dominion Virginia Power fees Allowance $10, Allowance Allowance for Relocation of Contractor s trailer and storage boxes Allowance $10, Allowance Allowance for Additional Structural Work Allowance $25, Allowance Allowance for Additional Instrumentation, Controls and Electrical Work Allowance $80, Allowance Allowance for Additional Control System Integration and Planning Allowance $20, Total Base Bid (equals items 1-8) $

11 MAJOR EQUIPMENT SCHEDULE Section Specification Equipment Named Manufacturers CAT Generator Power System Alban CAT Power Systems Integrator Switchgear System Integrator GE Eaton SCADA System Integrator E-Merge Sherwood Logan Programmable Logic Controller Modicon M Medium Voltage Disconnect Switches S&C Electric Company Pascor Atlantic USCO (Hubbell Power Systems) Medium Voltage Transformer ABB Eaton Niagara Transformers Corp. Virginia Transformer Corp Medium Voltage Switchgear Eaton Siemens ABB GE (Powell) Modular Substation Eaton Corp. ESS Metron Powergrid Solutions, Inc. Powercon Corp.

12

13

14

15

16

17

18

19

20

21

22

23

24

25 Substation 1 Secondary Breaker Cabinet