Sewer Capital Improvement Program Wastewater Treatment Plant No. 3 Generator Banking Sealed Bid No A/E Project No. 2282

Size: px
Start display at page:

Download "Sewer Capital Improvement Program Wastewater Treatment Plant No. 3 Generator Banking Sealed Bid No A/E Project No. 2282"

Transcription

1 CITY OF KENNER WASTEWATER TREATMENT PLANT NO. 3 GENERATOR BANKING IMC#2282 ADDENDUM NO. 1 DATE: September 28, 2017 PROJECT: City of Kenner Sewer Capital Improvement Program Wastewater Treatment Plant No. 3 Generator Banking Sealed Bid No A/E Project No Contractors must acknowledge receipt of this addendum in the space provided on the Bid Form; failure to do so may subject the bidder to disqualification. GENERAL Attached, please find minutes of the pre-bid meeting. CHANGES TO PROJECT MANUAL N/A CHANGES TO PROJECT DRAWINGS N/A ADDENDUM NO. 1 Page 1

2 PRE-BID MEETING MINUTES DATE & TIME: September 27, 2017; 2:00 p.m. PROJECT: LOCATION: BID DATE: City of Kenner Sewer Capital Improvement Program Wastewater Treatment Plant No. 3 Generator Banking Sealed Bid No A/E Project No City of Kenner Public Works Auditorium 1610 Rev. Richard Wilson Dr. Kenner, LA All bids are to be submitted on October 9, 2017 by 9:45 a.m. to the City of Kenner Purchasing Department, 1801 Williams Blvd. Building C, 3 rd Floor, Kenner, LA Bids will be opened and publicly read at 10:00 a.m. in the City of Kenner Council Chambers, 1801 Williams Blvd., Building A, Kenner, LA I. Introduction a. Introduction of attendees including the Owner, Project Engineer and their representatives. II. Project Scope a. Scope of Work, type of construction, and special features i. Overview: As a result of the recent population growth experienced by the City of Kenner, WWTP No. 3 has been expanded over the past few years. The expansion has necessitated additional electrical services for the increased loads, but existing standby power is no longer sufficient to operate the plant at full capacity. This project addresses the additional standby power needs of the plant. Under the project, the Contractor will construct facilities and provide equipment required for a banked standby power system for WWTP No. 3. At the completion of this project, banked standby capacity will be increased from 1.8 MW to 3.4 MW (an increase of 1.6MW) with provisions for future expansion up to 4 MW of standby power, including a redundant 800 kw generator. ii. Project is primarily electrical in scope, and, in general, consists of furnishing and installing two new, 800kW packaged engine generator sets, retrofitting and relocating three existing 600 kw packaged engine generator sets, furnishing and installing new paralleling switchgear and associated controls as necessary for paralleling all 5 generator sets, furnishing and installing new distribution Page 1 of 6

3 equipment, providing associated underground duct banks for feeders and controls, providing temporary standby power during construction, and providing new service disconnecting means that will facilitate connection of a roll-up generator for the Administration Buildings. Electrical scope also includes generator pad site lighting and power and lighting associated with new utility buildings. iii. As part of the Civil / Structural work, a pile-supported concrete pad will be constructed, sufficient in size for up to 6 generator sets, utility buildings, and a large-capacity diesel fuel storage tank. A curb around the pad will be constructed, drainage will be provided, and site grading will be required. iv. Under the base bid, two buildings will be constructed one for the paralleling switchgear, and a second for the standby distribution board SDB. The building for the paralleling switchgear is tilt-up precast panel construction; the building for distribution board SDB is modular, pre-cast, shipped-to-site. The buildings are specified separately in sections and 13343, respectively. If Bid Alternate No. 1 is accepted, then a third modular, pre-cast building will be provided to house the fuel system transfer pumps, fuel polishing system, and fuel valve controls. v. Under Alternate No. 1, scope includes providing a large-capacity, on-site diesel storage tank, concrete fuel building, fuel transfer pumps, fuel filtration, fuel distribution piping, and associated controls as necessary for automatically filling generator set sub-base day tanks. vi. Under Alternate No. 2, scope includes providing roll-up generator connection boxes in two locations. vii. Under Alternate No. 3, scope includes providing pole-mounted HID light fixtures and associated controls for night work. viii. Field Surveying is required for field verification of grades, limits, and utilities will also be required. Please refer to Section b. Project Specifics: i. The plant is currently served by three utility transformers: one for the Administration Area, one for the Old Plant, and a third for the New Plant, which consists of the recently constructed Effluent Pumping Station and Headworks Structure. The three existing generators serve the Old Plant directly. Reduced-capacity standby power for the New Plant is currently provided via distribution equipment in the Old Plant. ii. Once the new standby system is operational, the New Plant will receive fullcapacity standby power directly from the paralleling switchgear. Automatic transfer switchgear is already in place to receive the full-capacity feeder. iii. Temporary standby generator power will be required for any portions of the project where existing standby capacity is removed from service. Anticipating that this will happen when the existing generators are relocated and retrofitted, and recognizing the combined capacity of those generators is 1.8 MW, we are Page 2 of 6

4 requiring that a 2 MW rental be furnished for the length of time the existing generators are out of service. If distribution board SDB is installed, commissioned, and tested before the existing generators are relocated, the equipment may be utilized for temporary power to the Old Plant. Should the Contractor instead choose to relocate the existing generators before Switchboard SDB is operational, the Contractor will also need to rent temporary distribution equipment to re-feed the Old Plant. iv. Project will require modifications to existing PLC equipment located in existing MCC-ECF and existing transfer controller in switchgear MSG. v. The existing packaged engine generator sets are manufactured by Cummins Power Generation. Existing ATS switches are also manufactured by Cummins. To that end, the basis of design for the new generators and paralleling switchgear is also Cummins Power Generation so that there is a single source of responsibility for the standby power system equipment. vi. Environmental: Please be sure to meet all EPA and SPCC guidelines as they pertain to diesel fuel oil spill prevention and containment. This will be particularly important when relocating generators 1-3. vii. Permits / AHJ Reviews: 1. Contractor will be required to submit shop drawings associated with the fuel storage system, including generator day tanks, to the SFM for a Fuel Tank Storage Review. Contractor will be responsible for the required review fees. Review fees can be found online. Estimated review fee is $75 for the first tank and $30 for each additional tank. 2. Each modular, set-in-place building will require a separate Industrialized Building review by the SFM. Contractor will be responsible for submitting shop drawings and paying associated fees. Review fees can be found online. Estimated review fee is $ per building. c. The Contractor is responsible for the layout of the work. Data for control points for the Contractor s use are included in the drawings. d. The Contractor is responsible for pre-construction videos and photos, as these are critical due to the proximity of the project to other structures. e. The Contractor shall not drive piles without a testing lab representative on site with vibration monitoring equipment in place. f. The Contractor will be responsible for obtaining any site required for staging of equipment and materials if it is required. g. The Contractor will be required to provide as-built information/drawings prior to final closeout. III. Review Contract Time of Performance and Liquidated Damages a. Contract time is 270 calendar days. Page 3 of 6

5 b. Liquidated damages are 0.1% of the contract amount including change orders per calendar day of default, or $500 per day, whichever is greater. IV. Procedures for Bidding and Awarding Contract a. The bids must be submitted utilizing the bid package provided in the specifications. The bidder must take care to comply with state bid laws i. Proposals received after the time for opening will be returned to Bidder unopened. ii. Bids must be written in ink or typed and signed by a member of the firm authorized to sign. No pencil written or photocopied bids will be accepted. iii. Bids shall be submitted on bid form provided in these Specifications. Bid shall be submitted in a sealed envelope with the name of the Bidder, his address, Name of project and the State License number of the Bidder. iv. Evidence of the agency, corporate, limited liability or partnership authority is required for submission of bid. Such fact shall be contained in the bid documents and proof shall be provided with the bid in accordance with the provisions of LSA-R.S 38:2212 (A)(1)(c) or LSA-R.S. 38:2212 O. FAILURE TO DO SO SHALL RESULT IN BID BEING REJECTED. v. Proof of insurance and certificates of insurance naming the city and other parties as required in the Supplementary Condition shall be supplied within ten (10) calendar days after receipt of notice of award of the Contract by the Owner. vi. The amount of the bid guarantee shall be not less than five (5%) percent of the amount bid and at the option of the bidder may be a cashier s check, certified check, money order or a satisfactory bid bond attached to the bid form, unless, a project, funded in whole or in part by State and/or Federal Funds, is governed by State and/or Federal Regulations or Laws which require a bid guarantee in a different amount, in which event the State and/or Federal Regulations or Laws shall take precedence. V. Coordination with City of Kenner a. The plant will be fully operational throughout construction. Any planned outages, or other activities that impact operation of the plant must be fully coordinated with the plant ahead of time. b. The Contractor shall coordinate plant ingress and egress with Veolia. c. Tie-in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia. If bypass pumping is required, a diesel engine with sound attenuators with a sound less than 60 decibels may be used, if elected by the Contractor. d. Per Supplementary Condition SC-4 (Overtime Work): Page 4 of 6

6 i. No work shall be done between the hours of 6PM and 7AM, nor on Saturdays, Sundays or legal holidays without the permission of the owner. At least 72 hour notice required. ii. Regular working hours shall not exceed a maximum of 40 hours per week. Requests to work other than regular working hours must be submitted at least 72 hours in advance. iii. The contractor shall pay for all additional engineering charges (including resident inspection) to the owner on the account of overtime work. Such engineering charges shall be a subsidiary obligation of the Contractor and no extra payment shall be made by the Owner on account of such overtime work. e. Contractor is responsible for any permits that may be required including any applicable fees. A building permit is required. For more information on permit fees, please contact City of Kenner Code Enforcement at (504) f. Parking on site must be coordinated with Veolia. g. Location of sanitary facilities must be coordinated with Veolia. h. Use of water on site shall be coordinated with Veolia. VI. VII. VIII. IX. Project Funding a. The work under this project has been funded by the LADEQ State Revolving (SRF) Loan. The Contractor will have to abide by the Davis Bacon Act provisions. b. Certified payrolls shall be submitted with the monthly estimates for Contractors and Sub-Contractors, along with signed wage decision and equal opportunity statement. LDEQ may check posted regulations requirements, and interview workers at any time. Review Procedures for Submittals a. IMC Consulting Engineers, Inc. will review all submittals in a timely manner, and will maintain adequate staff to provide quick turnaround to all requests. Budget a. Engineer s Opinion of Probable Construction Cost is $3 million. Contractor Questions a. Questions concerning plans and specifications will be investigated and changes if warranted will be made by addendum. b. All questions must be received by C.O.B for response and inclusion in a final Addenda by Questions may be ed to Paul Vlosich at pvlosich@imcconsultingengineers.com. Page 5 of 6

7 The follow questions were raised by bidders at the pre-bid meeting: When will the site be available for visiting? Site visits may be made on Thursday, September 28 th at 1:00 p.m. or on Friday, September 29 th at 2:00 p.m. Point of Contact will be Scott Patterson with Veolia. Will other manufacturers other than Cummins be considered? In accordance with public bid laws, other equipment manufacturers are acceptable, but the Contractor is reminded that the equipment must all function together as a single system, and there will be a single point of responsibility for the equipment to operate properly, and that will be the Contractor. Where equivalent equipment requires scope not indicated on drawings, such scope shall be included in the Contractor s bid. Note that the designs, including those for foundations and buildings, are based on specific equipment sizes, weights, connections, etc. Contractor should also reference Sections 16010, 16231, 16415, and END OF MINUTES Page 6 of 6

8

9