ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV

Size: px
Start display at page:

Download "ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION THE TOWN OF MALTA AND A PORTION OF THE 115KV"

Transcription

1 ADDENDUM #1 TO THE SPECIFICATION FOR THE CONSTRUCTION OF THE 115KV STONEBREAK RD. TRANSITION STATION IN THE TOWN OF MALTA AND A PORTION OF THE 115KV LUTHER FOREST STATION IN THE TOWN OF STILLWATER SARATOGA COUNTY, NEW YORK FOR LUTHER FOREST TECHNOLOGY CAMPUS ECONOMIC DEVELOPMENT CORPORATION (LFTCEDC) Prepared by: TRC Engineers June 11, 2009

2 This addendum contains changes to the project scope from the original bid package dated may 22, These changes along with the original specification, drawings and pre bid meeting minutes shall be utilized to complete a proposal for the in ground work at Stonebreak Road transition station and Luther Forest station as set forth in the drawings and specifications. A revised proposal form is included with this addendum. An alternate price has been requested for the removal and installation of fencing on the Wright Malta site which is adjacent to the Luther Forest station. There are no drawings in the package reflecting this request. The fence is 7 chain link with a fabric spacing of 2 1/2 and a 1 barbed wire top. Below is a summary of the drawing revisions for the Stonebreak Road Transition Station: T10000 Added drawing reference and revised louver fence piers T10001 Realign under drain on west side T10003 Realign under drain on west side, revise louver fence piers T10004 Revise louver fence piers and section 1-1 T10007 Revise louver fence piers T10008 Revise louver fence piers T10010 Realign under drain on west side T10017 Added manhole casting drawing Below is a summary of the drawing revisions for the Luther Forest Station: D E, Sh1 Removed station detail D E, Sh2 Included 20 farm gate and culvert inverts 2

3 D E, Sh4 Included culvert end detail D E, Sh1 Noted chain link standard Revised Foundation Schedule line items and quantities Noted orientation of FD-14B foundations Revised FD-20 foundations D E, Sh2 Noted chain link standard Noted orientation of FD-14B foundations Revised FD-20 foundations D E Revised size and configuration of foundation FD-20 Revised Reinforcing Bar Schedule D E Revised orientation of foundation FD-21 D E Revised FD-22 and FD-23 anchor. bolt locations D E, Sht. 1 Added 6 x 6 pressure treated timbers installed horizontally along both sides of cable trenches in four locations for plowing protection. See drawing for detail Control Bldg. Outline Specification Page 9, ROOF Section, after Prefabricated Metal Building paragraph, ADD the following Snow/Ice Protection paragraph: A snow/ ice protection system shall be installed on the roof of the control building to protect exterior wall mounted equipment from being damaged and protect personnel on the ground from getting injured due to ice and snow falling from the roof. The system shall run the entire length of the roof line on both sides (approximately 240 total length). The snow/ice protection system shall be manufactured by Alpine SnowGuards, a division of Vermont Slate and Copper Services Inc., P.O. Box 130, Stowe, VT (888) or approved equal. The two pipe snow guard system (Model #115R) shall attach directly to the roof deck and consist of stainless steel base plates, aluminum brackets and pipes (tubing), threaded couplings, end caps, ice flags, end collars, fasteners and manufacturer recommended parts for a complete installation. 3

4 PART 7 PROPOSAL SUBMITTALS REVISED (ADDENDUM #1-6/11/09) Three (3) copies of contractor proposals shall be submitted to: Mr. Jon Dawes, VP LFTC EDC LFTCEDC 28 Clinton Street Saratoga Springs, New York BID FORM Luther Forest 115 Kv Station Item Description Unit Total Lump Sum 1. Mobilization and site access 2. Testing and Inspection 3. Temporary power 4. Temporary facilities including job trailer 5. Establish all horizontal and vertical survey control points 6 Provide construction layout for all construction 7. Provide all labor, tools, materials and supervision to complete the grading, and site work 8. Design and build a control building approximately 35 wide by 120 long. Include all foundations, doors (both exterior and interior fire doors), roof, concrete slabs, concrete trenches, HVAC, miscellaneous electric, interior concrete block chases, concrete block fire walls per attached building layout drawings dated 5/22/09 and metal building specification dated 5/22/09. 4

5 Item Description Unit Sum 9. Install all steel reinforced concrete foundations for all equipment support steel. Installation of the take-off pole foundations is not required; however, coordination of the foundation locations is required to facilitate the installation of all related items. Total Lump 10. Furnish and install all required ground grid. 11. Furnish and install all conduits and cable trench including 6 x6 pressure treated timbers as shown on the drawings. 12. Furnish and install all 8 high chain link security fence and posts, including all post foundations and grounding per attached National Grid chain link fence specification dated 5/22/ Furnish and install 2 10 farm gates at the entrance of the driveway on Cold Springs Road. 14. Site cleanup, seeding, restoration and demobilization. Luther Forest 115 KV Substation Total Lump Sum Price (Add Items 1-14) Stonebreak Road terminal Station 1. Mobilization and site access 2. Establish all horizontal and vertical survey control points 5

6 3. Provide construction layout for all construction 4. Provide all labor, tools, materials and supervision to complete the grading, and site work 5. Install all steel reinforced concrete foundations for all equipment support steel, architectural block pier foundations, and block piers for louvered fence installation. Installation of the take-off pole foundations is not required; however, coordination of the foundation locations is required to facilitate the installation of all related items. 6. Install concrete duct bank terminations twelve (12) locations including fiberreinforced polymer (FRP) composite reinforcement materials. 7. Install all non-reinforced concrete for the underground duct banks, from the existing locations to the termination locations. 8. Furnish install all required ground grid. 9. Install the Segmented Retaining wall, including all excavation, backfill, compaction, drainage and geo-grid required as shown on the project drawings and installed per the manufacturer s specifications. 10. Furnish and install all 8 high chain link security fence and posts, including all of the post foundations, grounding and painting per National Grid chain link fence specification dated 5/22/ Furnish, fabricate and install all Ametco Venetian Extruded Aluminum Louvered fence and gate as shown on the project drawings including grounding. 6

7 12. Site cleanup, seeding, restoration and demobilization. Stonebreak Road Transition Station Total Lump Sum Price (Add Items 1-12) Sales Tax excluded from all Total above items (1-14) and (1-12) ALTERNATE COST ITEMS: 1. Remove approximately 2000 of 7 high Chain link fence with 1 of barbed wire top along with associated posts located on the Wright Malta site adjacent to the Luther Forest Station site. 2. Install approximately 2900 of 7 high Chain link fence with a 2 1/2 fabric mesh along with 1 of barbed wire top and associated posts located on the Wright Malta site adjacent to the Luther Forest Station site. 3. Install approximately 2900 of 7 high Chain link fence with a 2 1/2 fabric mesh along with 1 of barbed wire top and associated posts located on the Wright Malta site adjacent to the Luther Forest Station site utilizing approximately 2000 of fabric removed in item 1. LUMP SUM ITEMS The total lump sum price for each item shall include all labor, tools, equipment and materials required to complete the work in its entirety. The total lump sum price shall exclude sales tax. Sales tax shall be identified as a separate line item. The Contractor shall determine his material quantities for each lump sum item based on the elevations, limits and dimensions included in the Contract Specifications, Reference Drawings and/or field measurements. ADDITIONAL ITEMS/WORK NO additional work shall commence without a written Authorization for Contract Change (ACC) by the Owner prior to the start of the additional work. 7

8 SCHEDULE OF COMMENCEMENT AND COMPLETION Bids will be due June 19 th by 4 PM. Anticipated award date will be on or before June 24th. The Contractor agrees if awarded the Contract, that they shall commence the work not later than five (5) calendar days after they receipt of notice to proceed from the Owner. The work shall progress with all reasonable speed and diligence so as to be fully completed on or before September 30, The Contractor shall submit with his bid a detailed statement of conformance to the specification. The statement shall be of such detail as to illustrate the Contractor s complete understanding of the work required. The Contractor shall use the scope of work detailed in this specification as a basis for the statement of conformance. It shall indicate all services, which will be provided, and those in which the opinion of the Contractor should be provided but have not been requested. Submittal of the statement of conformance will not relieve the successful Contractor of any responsibilities specified in the construction specification, construction drawings and pre-bid meeting. SUBCONTRACTORS AND SUPPLIERS We plan to use the following subcontractors and suppliers for operations as indicated: Work to be performed Subcontractor s & suppliers name & address Approximate value The Contractor agrees that this bid is to continue open for acceptance and is irrevocable until 90 days from the Bid Due Date. Name, Signature and Title of Individual Preparing Bid Name of Contractor (Firm, Corporation or Company) Address City, State, Zip Code Telephone 8

9 ADDITIONS AND DELETIONS Unit prices, inclusive of General conditions, will be used for additions and deletions to the base contract as required. All units are in place costs. ITEM UNIT ADDITION/DELETION 1. Earth excavation hand CY 2. Earth excavation machine CY 3. Rock excavation CY 4. Disposal of excess material CY 5. ¾ crushed stone CY 6. 1 ½ crushed stone CY 7. Select Fill CY 8. Furnish and install duct bank FT. 9. Furnish and install conduit 10. Furnish and install ground grid conductor 11. Furnish and install ground rod 12. Furnish and install ground rod well FT. FT. FT. FT. 13. Furnish and install riser EA 14. Additional mobilizations EA 15. Additional demobilizations EA 16. Furnish and install chain link fence FT. w/barbed wire top 17. Remove chain link fence w/barbed wire FT. top 18. Furnish and install 10 farm gate EA COMPANY NAME SIGNATURE TITLE DATE III. INFORMATION TO BE SUBMITTED The Contractor shall submit with his bid a detailed bar chart schedule reflecting different phases of work and when each phase will be carried out including dates for critical 9

10 milestone lead time items. In addition to the bar chart schedule the Contractor shall submit the required bid security and performance bond information. Should the Contractor take exception to the stated dates in the Schedule of Commencement and Completion section then the Contractor shall fill in the following information: Starting Date Calendar Days after Written Notification of Award. Construction Duration Calendar Days from Start to Contract Completion. The Contractor shall also submit a fully loaded hourly labor rate schedule for all trades to be utilized on the project along with all hourly equipment rates including operator. 10