Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2006 FBO #1818
MODIFICATION

Z -- Repair Electrical Distribution System, Ellington Field, Houston, Texas. Amendment #2. Minutes - Pre-Bid Meeting and Site Visit and Revised Work Statement

Notice Date
11/16/2006
 
Notice Type
Modification
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, Austin, TX 78763-5218
 
ZIP Code
78763-5218
 
Solicitation Number
W912L1-07-B-0001
 
Response Due
12/5/2006
 
Archive Date
2/3/2007
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO: W912L1-07-B-0001  REPAIR ELECTRICAL DISTRIBUTION SYSTEM M I N U T E S  PRE-BID MEETING AND SITE VISIT  NOVEMBER 9, 2006 Formal meeting in session at approximately 9:10 AM. Roger Lambert (USPFO Contracting) gave a project scope overview and allowed meeting participants to introduce themselves. Roger explained that the bid solicitation documents are located on Fed Bids Ops. One must register under the Fed Bids Ops web site in order to retrieve the documents under the Fed Tez web site. The contractor selection process will include past performance and reputation. Roger and one other bidder offered help to anyone needing assistance. Please refer to the sign-in sheet for a list of bidders. Refer to page six (6) of the solicitation to get a clarification of all critical no later than dates during the bidding process; it gives specific guidelines to adhere. Pay close attention to the bottom of the page where 17A is noted instead of 17. All bids will be sealed and must be delivered to the address, on the date and time noted in the solicitation document . Emails and faxes will not be accepted. Please refer to the sample indicated in the solicitation documents. Refer to page nine (9) regarding pre-bid questions. Roger prefers that all questions be emailed to him. To speed up the process, email the questions to all individuals listed on page nine (9) and indicate specific details and references via paragraph num ber or drawing / detail number as applicable. Roger will email copies to those individuals on the sign in sheet as well as post the answers on the Fed Bid Ops web site. Check the web site periodically for amendments. Those who attended the Pre-Bid conference will receive acknowledgement requested documents to verify they received notice. Roger will email Angela and Capt Kerr so that Angela can keep a log of questions and answers prior to 15 November and tabulate. Important dates to remember: December 5, 2006 Bid Open @ 2:00 PM Sharp Doors will close @ 2:00 PM Sharp It is not wise to wait the day before to send via courier. November 21, 2006 All questions and answers will be posted to web site. November 15, 2006 Last date to ask questions. No more questions will be accepted after this date. Refer to paragraph 1.6.2. of the solicitation document. Mary Sue Austin (Contracting Officer) email is noted. Please copy her on ALL email transmittals. Roger will be out of the office during the Thanksgiving Holiday and Mary Sue will be covering for hi m. The Davis Bacon wage rate must be posted on the job site and it is the basis for which you must compensate your employees. This will be monitored closely. Document each employee and ensure that they are qualified to work in the U.S. Perform a record che ck on each employee to ensure things like warrants are not found. We will look for those types of discrepancies. If you have any issues relating to this contract and/or the way the contract is being administered, following the protest guidelines and other clauses noted in the solicitation document. The floor was open for questions at this point. The bus tour guide followed Sean pointed out the location where the city service comes onto the base. All switches will be above ground and be PAD mounted. All light poles will be cable fed underground. Eventually all above ground utilities will be relocated underground (i.e. communication lines, etc.). Capt Kerr went over the bid additive during the bus site tour. Capt Kerr noted during the site visit: Although he may be able to provide information, the confirmation of the information must come from the Contracting Officer (Roger). This includes instructions or directions. Sean, Roger & Capt Kerr discussed hiring an independent testing lab representing the government for field testing. Informal meeting adjourned at approximately 11:5 5 AM Q U E S T I O N S & A N S W E R S 1. What are the requirements for PCB testing, disposal manifestos, etc.? Refer to Specification Sections 01420  ENVIRONMENTAL PROTECTION and 02220  DEMOLITION for compliance obligations as well as permit and disposal requirements. 2. Who owns the equipment once the contractor demolishes it? Refer to Specification Section 02220  DEMOLITION, paragraph 1.4 for items to remain the property of the Government. See paragraph 3.10 for disposal requirements for demolished materials. 3. Where is Roger's office located? USPFO For Texas, Attn: JFTX-SP (Lambert), 2200 West 35th Street, Austin, Texas 78703 4. What is the contract period? There are 365 days in the contract which includes consideration for normal weather conditions (rain, snow, etc.). 5. What are the working hours? Refer to Specification Section 01001  GENERAL REQUIREMENTS. Normal working hours are 7:00 AM to 4:30 PM on Monday thru Friday. The contract must coordinate with the Government to schedule work outside these hours. 6. Does the duct bank have to be dyed red? See Drawing E503 Rev.0 Detail D1 note #7. Trowel Red Dye Powder into the top concrete surface of duct bank and provide metallic warning tapes above the outside edge on both sides of the duck bank as cautionary markings. Warning tape is specified in 023 00  EARTHWORK, paragraphs 2.2 and 3.12.H. Buried utility markers are also required as specified in 16115  DUCT BANKS AND HANDHOLES, paragraphs 2.8 and 3.5. 7. Do the existing underground utilities have adequate cover and spacing to allow the placement of the new duct bank? The placement of the new duct bank was based on information available, field investigations and surveys in order to provide adequate cover and spacing from existing utilities and structures. However actual locations of existing utilities may vary and unfo reseen conditions may exist. Refer to general notes 1 and 2 on drawings C001-C010. 8. Will there be designated area for spoils? Refer to Specification Section 02300  EARTHWORK, paragraph 3.20.B. Transport surplus satisfactory material to designated storage area on Government property. The location is to be determined by the Contracting Officers Representative. 9. How secured is the base in regards to traffic flow? Refer to notes on drawing G001  Access and Safety Plan, and Specification Section 01001  GENERAL REQUIREMENTS, paragraph 1.18. 10. Will the water project be complete prior to commencement of this project? The base Water Distribution Project should be complete prior to commencement of this project. 11. What about electrical outage and scheduling? See note II.E on drawing G001 and refer to Specification Section 01001  GENERAL REQUIREMENTS, paragraph 1.10. Contractor shall submit a written notification 2 weeks in advance of planned interruption and shall occur on weekends or down days as defined in paragraph 1.4. Note: The Base Civil Engineer may have some flexibility for some buildings and may accept a minimum of 72 hours notifications with proper contractor coordination. 12. Does this project have spare conduits? Yes. Please refer to the plans and specs. 13. What about phases? See Drawing E003 Rev.0 note #10. Contractor to field determine existing phase connections at all pole and primary connections of transformers and connect new equipment in kind. Existing phase rotation at all transformers must be maintained. Clarification of note #10: It is the contractor's responsibility to evaluate/analyze the circuit phase sequence of the system in relations to each transform connection. It is recommended to follow the utilitys system phase sequence (Label the primary at the Utility/TXANG line of demarcation of ownership and this becomes your reference point). It is imperative that the sequence is consistent through out the system to insure a safe install ation and operation of the switches. In relation to the transformers, It is recommended to identify and verify each transformer connection on the existing system and labeling each phase conductor A, B, or C relative to the utility phase sequence to insu re any rotating three phase loads on the transformer secondary will not be impacted because of a phase shift. 14. Is the electrical conduit is PVC? Refer to the plans and specifications. 15. Is directional boring required under pavements? See Option 2 of Specification Section 01032 and the Option Notes on Drawings C001 thru C010. Directional boring under pavement is not a part of the base bid, but is identified as Option 2 throughout the documents. 16. Does the guy wire have to be completely demolished? Completely remove if possible, otherwise cap at a depth no less than 24 inches deep. 17. How many linear feet are in the project? The base bid includes, but is not limited to, the following approximate quantities: Overhead Line Removal: approximately 11,500 lf Concrete Ductbank: approximately 12,000 lf UG Primary Conductors: approximately 13,300 lf UG Secondary Conductors: approximately 6,500 lf However, it is the sole responsibility of the contractor to develop their own take-off from the documents to determine quantities for a complete and accurate proposal. The quantities above shall not be considered to be the basis of the contractors propos al. 18. Option 3 vs. option 4? Please be advised that option four can not be initiated until option three is addressed / complete. 19. Can have another site visit? There will be two pre-scheduled site visits allowed: November 20th & 27th. 20. Can the contractor use existing wiring for the pad mounted transformers? See Drawing E503 Rev.0 detail D7 note #1. Contractor Shall Disconnect Both ends of the existing primary, (at pole and pad mounted transformers) megger and high potential test existing conductors per NETA, record and submit results. Correction/Clarification of note #1: Specification 16120 section 3.2.A.3 conflicts with the drawings. The specifications states Do not test existing Cable. Contractor shall not perform a DC high potential test on existing cables, although the contractor shall perform the appropriate Very Low Frequency test for each existing primary cable that is sufficient in length to be reused and submit pass/fail results to the contracting officers representative for approval to reuse or replace conductors. Note DC high potential test are required for all new primary cables installed. 21. Can splice boxes be used? See Drawing E003 Rev.0 note #1. Contractor to purchase cable lengths and plan pulls to minimize splices. Splices shall only be used when total cable length exceeds maximum purchasable spool size. Clarification of note #1: Splices shall be avoided, if a circuit length between switches is too large for the conductors to fit on one cable reel (spool) than the splices shall be per specification 16120 section 2.7. In addition to Section 2.7 the craftsm an installing the splice must be certified by the manufacturer of the splicing kit that is being installed and the splice must be installed above grade in a junction box. This was taken into consideration during the design phase and should not be an issue , but in the instance it is determined during the construction phase the contracting officers representative shall be notified before proceeding. 22. Will the contractor have to provide generators during building outages? See table on G000 and note II.F on drawing G001 for building generator requirements. The base is responsible for supplying temporary generators. 23. Is Ellington Air Field considered a warm site? We have alert capability and we are not on standby to deploy Statement of Work: Project includes the removal and replacement of the Base Electrical Distribution System. The project includes the base bid items as well as four (4) options. The base bid includes 1) the removal of the existing overhead distributions system as well as associated poles and pole mounted devices in the areas identified on the documents and 2) p roviding a new underground distribution system in the areas identified on the documents. The underground distribution system includes primary conductors in concrete encased ductbanks and secondary conductors in direct buried conduit. Additionally, the un derground distribution system includes miscellaneous equipment such as pad-mounted transformers, pad-mounted sectionalizing switches, handholes, electric meters, and pole mounted light fixtures. All debris disposal, terminations, cutovers operations, test ing, pavement crossing removal, pavement crossing replacement, replacement of landscaping and seeding is to be included. The underground system shall be installed, tested and active prior to removal of existing system and downtime shall be coordinated and approved with the base. Additional description is provided in Specification Section 01110 - Summary of Work and the four (4) options to be included are specifically defined in Specification Section 01032 OPTIONS.
 
Place of Performance
Address: USPFO for Texas ATTN: Contracting Officer, P.O. Box 5218 Austin TX
Zip Code: 78763-5218
Country: US
 
Record
SN01182361-W 20061118/061116220753 (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  © 1994-2020, Loren Data Corp.