Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOLICITATION NOTICE

Z -- Rewire Barkley Dam Power Plant Security Lighting

Notice Date
4/19/2012
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-12-T-0024
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
J.W. Purcell, 615-736-7674
 
E-Mail Address
USACE District, Nashville
(james.w.purcell@usace.army.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
SCOPE OF WORK REPAIR POWERHOUSE ROADWAY SECURITY LIGHTING FEEDERS AND CONDUCTORS 1. DESCRIPTION OF WORK: Left and right is deemed by looking downstream (north) from dam. A vicinity map is attached. The Contractor shall furnish all labor and equipment to repair/replace to improve sustainability and reliability due to flood damage of wiring, numerous splices and poor insulation test results, it has been deemed necessary to replace/test the right roadway lighting feeders and replace/test all secondary conductors for short circuits and grounds, replace damaged conduits, and also test/replace ballast on RUN2 (parking area). The Contractor will also be responsible for rewiring and adding breakers to separate the right side roadway light section into 2 separate feed circuits for high water conditions so the lower section of roadway lights RUN2 (parking area) can be de-engirezed without the loss of the entire circuit. The Contractor will also need to replace the control panel feeder conduit and cable running from the power plant main aux buss. The Contractor shall furnish all labor, materials, supplies, equipment to add properly rated lighting contactors, properly rated lightning protection in the control panel and address the drainage problems in existing Pull Boxes numbered 1, 11, 13, 14, 16, 19, 21, 20, 24, 25, 27, 28, 29, 51, 52 on the left roadway shall also be addressed with drainage repairs detailed below. Contractor will be responsible for adding drainage holes in pull boxes if holes aren't sufficient. Contractor shall become familiar with all details of work, verify all dimensions in field, and shall advise COR of any discrepancy before performing work. No departures shall be made without prior approval of COR. There will be a joint inspection made of all areas with the COR before and after all work. EXHIBITS: Relevant shop drawings, exhibit 7, Q9-69/101.2, Q9-69/102.2, Q9-69/104, Q9-70/14.1, Q9-75/33.5, Q9-75/33.2, Q9-75/35.2, Q9-75/60, Q9-75/71.1, Q9-75/102.1, Q9-75/103.1, Q9-75/104.1, Q9-75/106.1, Q9-79/905, Q9-79/907.10, Q9-79/908.8 are included with this bid package. All other related drawings of the present installation may be viewed at the Lake Barkley Resource office during normal business hours, 0700 hrs until 1530 hrs. SUPPLIED MATERIALS: will be 6000ft of #6 conductor, 250ft of #12 conductor, 16 bulbs (LU150/55), 13 ballast (150W HP 480V), 8 breakaway fuse holders. 2. SAFETY: A Safety and Health Plan to include an Activity Hazard Analysis shall be prepared by the Contractor and approved by the Government prior to starting work. The plan shall be submitted to the COR 14 days prior to commencement of on-site work or pre-work meeting. The activity hazard analysis shall be developed in accordance with the Corps of Engineers Safety and Health Requirements manual, EM 385-1-1. All work shall follow the applicable requirements of EM 385-1-1. All work shall comply with current National Electrical Safety Code (NESC). COMMON DATA SUBMITTALS: The following data submittals shall be submitted to the Contraction Officer's Representative (COR) for review within 14 days of the contract award or prior to the pre-work conference with the COR. No work will start before submittals are approved by the COR. Contractor will provide a list of all employees during pre-work conference with contact info for Foreman. Title or Data Item Frequency Remarks Accident Prevention Plan & Safety and Health Plan Security Clearance for all workers One Time One time Due within 10 days Due 14 days prior to pre-work conf Quality Control Plan One Time Due within 10 days Activity Hazard Analysis and Risk Analysis One Time Due within 10 days Work Plan / Work Schedule One Time Due prior to pre-work conf. Due 7 day prior Outage notification One Time Due 7 days prior 3. DETAILS OF WORK RIGHT ROADWAY LIGHTING: All conductor sizes are given on the attached exhibits. All measurements and distances are approximate and it is the Contractors' responsibility to verify those measurements and distances. Test results from 500V megger testing will determine what circuits need to be replaced. The Contractor will be responsible for locating pull box 23 on the right side and removing all debris, ensure drainage is clear, that may be inside that pull box before making repairs/test to electrical system. The Contractor will disconnect the lighting circuits at the base of all lighting standards, poles, control panel, all pull boxes to test existing conductors, and verify from megger testing for grounds or short circuits. The total poles number of 16 and the total number of pull boxes is 11. All phasing in the pull boxes shall be maintained and checked for balanced loading upon completion, Contractor shall correct if needed, and phasing will start at the control cabinet. The Contractor shall use the original wire numbering/letter system on both ends of the conductors in pull boxes if none provided Contractor will re-label, color code, and each wire shall be numbered/lettered. Contractor will leave 6' slack on newly pulled conductors. From visual inspections there are approximately 7 ballast/bulbs to be replaced. The Contractor will install one government provided light pole with head making connection to a newly re-poured base where existing one is located on the right side roadway, Contractor will be responsible for demolition or modification of existing base. The Contractor will supply all needed pull box connectors that can't be reused, insulating materials (tape, etc), 32 fuses of FNQ-R-10, 32 breakaway fuse holders sets, any fuses and holder sets not used will be left with the government. All wire and any other construction debris resulting from the new installation shall be removed from government property and disposed of properly. The Contractor will also be responsible for supplying any material needed for rewiring and adding new breaker/breakers to separate the right side roadway light section into 2 separate feed circuits for high water conditions the lower section of roadway lights RUN2 (parking area) can be de-engirezed without the loss of the entire circuit. This will be done for circuit RUN2 leaving control panel in switchyard by wiring RUN2 to a separate breaker after the automatic photocell control to allow personnel during high water just to be able to open that breaker to open the circuit feeding RUN2 but allowing circuit to function as one unit when this breaker is closed. If deemed circuits need to be separated in pull box 1 or control panel the Contractor will be responsible for that work. An existing three phase circuit which runs from the Barkley power house to a control panel located in the northwest corner of the switchyard has been damaged and is to be replaced by the Contractor. This circuit currently leaves the power house through the switchyard cable gallery in cable tray. At a point just after the gallery enters the switchyard the cables exit the gallery and run underground through an existing approximately 180' long, 3" diameter conduit, to a disconnect panel located in the northwest corner of the switchyard. The Contractor will be responsible for verifying measurements, sizes, and locating any piping, conduit, ground matt, etc. located in the switchyard. When the Contractor has begun to excavate and the conduit is uncovered it will need to be sampled by the Contractor to see if it contains asbestos and reports giving to the COR to determine options listed below. If during excavation the ground grid or any existing piping in the switchyard is damaged, it will be the Contractor's responsibility to repair the damage immediately according to procedures on the existing switchyard drawings. Repairs to the ground grid shall be made using cad-weld connections. The conduit shall be replaced with 3" PVC coated rigid steel. The conduit is to be installed at 0.5% grade. The cables shall be replaced with three new 4/0 type XHHW cables and shall run continuous from the Main Aux. Bus located in the power house to the disconnect switch which is located in the switchyard (approximately 700 linear feet or 2200 cable feet). This distance is to be verified in the field by the Contractor before the purchase of any materials. All conduit joints shall be made watertight using a thread sealer recommended by the conduit manufacturer. The penetration of the conduit into the cable gallery shall be made watertight using epoxy grout followed by painting the area on the outside of the concrete gallery around the penetration and several feet of the conduit with Black Jack Rubr-Coat #57 or approved equal. After the new conduit is installed, the Contractor shall backfill the trench with compacted impervious material to prevent surface water from entering the conduit and cable tunnel and the last one foot covered with new dense grade gravel to prevent growth of vegetation. It will be the responsibility of the Contractor to remove and properly dispose of any excess backfill material from the site or use as fill for other areas under the direction of the COR. 4. DETAILS OF WORK LEFT ROADWAY LIGHTING: Drains shall be installed on one side and below the bottom elevation of Pull Boxes 16, 20, 24, 27, 51, 52 with a weep hole at least 2" in diameter for drainage. The weep holes shall have a 2" PVC sleeve extending into the #3 sewer rock with a screen mesh over the opening within the pull box. The Drain shall be 18" wide, 18" deep, 6' long and start 15' beyond the end of the pull box. Three 4" perforated pipes shall be installed in a bed of #3 sewer rock with a filter fabric cover (See exhibit 7). All disturbed areas shall be backfilled, seeded, and re-vegetated and established. Left over material will be used to address settled areas around other pull boxes to level grade. Original drawings and visual inspections shall be used to determine the location and direction of existing conduits between pull boxes so as to avoid damage to any underground pipes. Pull box 11 will follow specifications as above with the following exception; the drain will be 36" wide, 36" deep 10' long and will start 30' beyond the end of the pull box to the south. Pull boxes 13, 14, 19, 21, 25, 28, 29 will need straight drains to graded side (day lighted) approximately 15'-50' from pull box consisting of 2" PVC sleeve extending out of ground cut level with the ground; with a screen mesh over the opening within the pull box. On all day lighted drains, guards will be added to prevent entry of any animal or debris back into the drain. Pull box 1 will need a 2" PVC drain running to the existing 12" storm drain connecting approximately 75' with a screen mesh over the opening within the pull box. The Contractor shall repair any damage to the 12" storm drain if encountered during installation of PVC drain connection, this repair must be detailed in writing and submitted to the COR before any repairs made. Contractor will insure that all drainage is at a slope or angle to insure that water does not pour or stand in the pull box or piping the desired angle will be no less than 3" in 25' except in pull box 1 which shall be no greater than 1% slope. All disturbed areas shall be backfilled, compressed, seeded, and re-vegetated and re-established and after 2" of measureable rainfall. The Contractor shall provide equipment to install the properly rated lightning protection and lighting contactors in the control panel for the left side roadway lights detailed in print q9-75/106.1 or equivalent. The contactor shall be equivalent to Grainger item 2CG61 120v 30A lighting contactor. Materials shall consist of standard products of a manufacturer regularly engaged in production of lightning protection systems and shall be manufacturer's latest UL approved design. Lightning protection system shall conform to NFPA 70, NFPA 780, UL 96 and UL 96A. 5. WORK SCHEDULE: The Contractors work hours shall be Monday thru Friday, 6:30am-5pm except Government Holidays. Work inside the power plant or switchyard shall be between Monday thru Thursday, 6:30am-5pm. Deviation from these working hours may be requested through the COR one week in advance. The COR must approve any alternate work schedule. While work is in progress the Contractor shall keep the area clean. Upon completion of operations, the Contractor shall clean up all scrap and waste resulting from operations and, in general, return the site to its original condition. All wire and any other construction debris resulting from the new installation shall be removed from government property and disposed of properly. 6. SHOP DRAWINGS: The Contractor shall submit electronic copies in Micro Station v8i format and PDF format of the following for approval; detail drawings containing complete wiring and schematic diagrams. Diagrams shall indicate each numbered wire, where wire initiates, where wire terminates, and any other details required demonstrating that the system has been coordinated and will properly function as a unit. Drawings shall show layout and anchorage of equipment and appurtenances, and equipment relationship to other parts of the work including clearances for maintenance and operation. Drawing shall be capable of being modified by government. Product design data including a complete list of equipment and materials, including manufacturer's descriptive data and technical literature, performance charts and curves, catalog cuts, and installation instructions. Acceptance test reports showing all field tests performed to adjust each component and all field tests performed to prove compliance with the specified performance criteria, upon completion and testing of the installed system. Any newly installed equipment Contractor will provide a recommended spare parts list showing manufacture and manufacture part number. 7. QUALITY ASSURANCE: Products used shall be produced by manufacturers regularly engaged in manufacture of similar items and with a history of successful production. Skilled workmen shall be used who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and methods needed for proper performance of the work. The Contractor shall submit 14 days prior to beginning of installation sufficient documentation demonstrating the personnel are qualified per EM 385-1-1. Any damage that needs repaired to conductors, pull boxes, light poles, drains, etc. will follow manufactures recommended repair procedures and approved by the COR. All conductors shall be meggered to ground and against all current carrying conductors within a common conduit; including neutrals before and after all splices are made but prior to connection to any equipment. A reading of above 50 meg-ohm is required for all cables except the cable being replaced from the switchyard inside the power plant a reading above 200 meg-ohm is required. A government representative shall be present during these tests. The cable test results shall be recorded and test reports signed by the Contractor shall be submitted to the Government. Upon completion of tests and/or replacement of feeders or ballast, the Contractor shall test all circuits (ohm test and megger test to ensure nothing is grounded prior to energizing the equipment) and supply a written report indicating the condition of each conductor to the on-site COR before final connection. If government supplied materials are used up before completion of the repairs or equipment is damaged/ failed during the work, the COR will be notified, and test reports showing corrective actions needed will be provided to the COR. Also, if needed the damaged system shall be disconnected from the good section to continue operation of the rest of the lighting system. Drawings of the roadway pull boxes, transformer cabinets, and conductor size, type, and insulation rating are attached. Original drawings and visual inspections shall be used to determine the location and direction of existing conduits between pull boxes to avoid damage to any underground pipes. All pull boxes that are uncovered will be cleaned of any material in the bottom of them; tape, wire, mud, gravel, etc. left over material can be used to address settled areas around other pull boxes to level grade. While work is in progress the Contractor shall keep the areas clean daily and protect the public from hazards (ex. Not leaving pull boxes or trenches open overnight). Upon completion of operations, the Contractor shall clean up all scrap and waste resulting from operations and, in general, return the site to its original condition. All wire and any other construction debris resulting from the new installation shall be removed from government property and disposed of properly. 8. GOVERNMENT ASSISTANCE: All equipment or tools required for completion of this project will be supplied by the Contractor. 9. OPTIONS: OPTION 1: If asbestos is found, the Contractor will be responsible for the removal and disposal of the existing conduit and cable. OPTION 2: If asbestos is found, the power plant personnel will be responsible for the removal of the existing conduit and cable however the Contractor will need to safely uncover the conduit for government personnel access.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-T-0024/listing.html)
 
Place of Performance
Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN02726791-W 20120421/120420000554-ce7fe0baf8bafaa564e8cb13138d977a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.