REMOTE STATION SITE PREPARATION - PA - eMarketplace



[pic]

Electrical Service Installation

Wyoming County Air Monitoring Station

Request for Quotes

SPECIFICATIONS

I. SCOPE OF WORK

The Department of Environmental Protection (DEP) requires a contractor to provide pad development and electric service for an air monitoring station to be located in Wyoming County, Pennsylvania.

Questions: Any questions regarding the technical aspects of this bid should be directed to Donald Torsello, at (717) 346-8254 or via e-mail at dtorsello@. Any questions regarding the contracting or bidding procedures should be directed to Quiana Brown at (717) 783-0486 or via e-mail at qbrown@.

A. General - DEP plans to install an air monitoring station on the Hirkey property in Lemon Township, Wyoming County, located north of Tunkhannock, PA., along Baker Hirkey Road, across from the Plushanski well pad. The station is a 6’ wide x 8’ long x 8’ tall aluminum shelter with meteorological tower that sits on the ground. The station shall be located in a field as shown on Exhibit A. A picture of the station is provided in Exhibit E. The station will be transported from Harrisburg and installed at the site by DEP personnel, after pad development is completed.

B. Permits/Inspections/PA One Call/Erosion & Sedimentation (E&S) – Prior to construction, the contractor shall obtain any necessary building and driveway permits from Lemon Township and/or Wyoming County. Should the permit be denied, DEP will reimburse the contractor for all reasonable charges associated with the building permit application, up to a maximum amount of $500.00. The contractor will be responsible for obtaining all other required permits and inspections to complete this project and must follow proper safety protocols (using PA One Call) before any excavations. Contractor shall follow state-required acceptable best management practices regarding E&S control during construction.

C. Pad Development – A rough diagram of the proposed work can be found in Exhibit B. Basically, the air monitoring station is to sit on a gravel pad.

1. Re-Routing Cattle Fencing – The location of the pad is inside an existing cattle pasture, surrounded by electric fencing. Contractor shall work with property owner to re-route the fencing as shown in Exhibit A, minimizing the loss of pasture.

2. Grading - A 16’ X 20’ foot site, as marked by stakes and tape, shall be uniformly excavated and graded and sloped to provide adequate drainage. No part of the pad shall be closer than 50 feet from the road. Existing topsoil, large rocks, etc. shall be stripped/removed to expose a suitable base for the stone-surfacing. Reasonable care should be taken to keep adjacent area from being disturbed as little as possible. The disposal of all trash, debris, large rocks and excess materials shall be in waste areas furnished by the contractor. The property owners, at their discretion, may retain the removed topsoil. Any disturbed grass areas and/or parking lot areas outside of the prepared site area must be restored and returned to their pre-construction appearance.

3. Stone Surfacing - The excavated area shall be constructed of 6 inches of coarse limestone (Penn DOT No. 3A) and covered with 1 inch of fine limestone (Penn DOT No. 2B). The surface shall be rolled with a suitable roller and compacted. Two layers of weed blocking material shall then be applied in a crisscrossed pattern on top of the stoned surface and an additional 1 inch of fine limestone (Penn DOT No. 2B) shall be applied to complete the application. Once completed, the resultant grade of the stones should match the surrounding grade.

4. Edging - The stoned area shall be bordered with 6” X 6” ground-contact-grade, pressure-treated lumber. The lumber shall be partially buried within the stone, next to the grassy perimeter of the pad in such a way as to allow for a 1” vertical lip on both the grassy and stone surfaces. The lumber shall be notched and overlapped at the corners and fastened with lag screws to minimize warping over time. Additionally, the lumber will be anchored to the ground every three feet with four-foot long spikes.

D. Security Fence - A permanent nominal 16’ X 20’ chain-link fence (6’ high) shall be installed just inside the wood edging. The mesh should be firmly anchored to horizontal supports on all sides, including ground, midway and top levels. Vertical posts shall be anchored with concrete. A lockable gate shall be constructed on the 16’ side closest to the road and swing outward. The gate shall be 12’ wide and equipped with a positive-type latching device with provisions for padlocking. The gate shall have a center plunger rod catch and ground receptacle. No barbed wire will be required for the security fence. See Exhibit E for an example image of the edging and fence.

E. Driveway – A driveway (or access road) shall be constructed to allow the site operator to pull off Baker-Hirkey Road and access the monitoring station. The contractor shall obtain any necessary permits for such driveway. The road shall be constructed of coarse limestone (Penn DOT No. 3A), shale, or other suitable material.

F. Tree Cutting – All trees within a 150-foot swath, containing the gravel pad and toward the compressor station, as shown in Exhibit A in pink outline, shall be cut down and left in place. Any remaining trunk shall be cut level with the ground.

G. Electric – The contractor shall meet all local electric company requirements to provide these utility services to the monitoring station. All work and materials must comply with the requirements of the National Electrical Code and the local electric utility. Additionally, the electric service pole and service wire must be approved by the Underwriter's Laboratory. The contractor will be responsible for Underwriter's inspection of the electrical service. The DEP has already placed a work order with Penelec (First Energy) (DR# 2684245) and their Designer (Brian May), has been consulted to determine the route of electric service from origination to the station (refer to Exhibits A and C).

The electric service to the Station shall be a single-phase type and rated 120/240 VAC (or 208/120 VAC) 100-Amp. Service will originate from Pole 249021 B52908 AMB2 (the Service Pole). The contractor will bring the electric service overhead from the Service Pole, to a pole next to the station (approximately 60 feet) -the Station Pole. A meter and breaker panel will be mounted on the Station Pole, with locking cover, or the equivalent, as shown in Exhibit D, housing a properly-sized breaker. Service shall be installed according to Penelec’s "Information and Guidance for Customer Electric Service" manual found at the web site. All equipment shall be properly grounded. A properly-sized service entrance cable (Type USE), of sufficient length, will be run in 1-1/4” conduit and buried at proper depth from the meter/breaker cabinet to the station, ending vertically below the station service panel entrance. This spot where the cable comes up out of the ground is in the far-right-hand corner of the gravel pad (when looking from the gate), a 5-foot distance from both the back- and right-side fence. If DEP personnel are not available at the site, a 10’ length of cable will be left above ground for DEP personnel to connect to main breaker panel inside. An extra 10’ piece of 1-1/4” conduit will also be left to complete the conduit connection from the ground to the service panel entrance. All disturbed areas shall be graded, re-seeded and mulched.

Before starting electrical work, contractor will contact the electric company designer, Brian May, at 570-265-1256 (reference DR# 2684245) and finalize service plan. Service shall be installed according to Penelec’s "Information and Guidance for Customer Electric Service" manual found at the web site.

The electric service route described above has been approved by the property owners. However, any deviations during construction should be brought to the attention of Don Torsello (717-346-8254), who will consult with the property owners, for approval.

II. CONTRACT REQUIREMENTS

Contractor agrees to comply with the Specifications and Exhibits A, B, C, D and E, contained herein; and Penelec’s specifications found on their web site. Additionally, contractor agrees to comply with Attachment B – Nondiscrimination/Sexual Harassment Clause (August 2018) and Attachment C – Enhanced Minimum Wage Provisions (July 2018), as attached.

III. INSURANCE REQUIREMENTS

The contractor shall purchase and maintain at its expense the following type of insurance, issued by companies acceptable to the Commonwealth.

A. Workman’s Compensation Insurance sufficient to cover all employees of Contractor working to fulfill this contract.

B. Comprehensive General Liability Insurance, including bodily injury and property damage insurance, to protect the Commonwealth and the contractor from claims arising out of the performance of the contract. The amount of bodily injury insurance shall not be less than $500,000 for injury to or death of persons per occurrence. The amount of property damage insurance shall not be less than $500,000 per occurrence.

C. Automotive Liability Insurance, including bodily injury and property damage insurance, to protect the Commonwealth and the contractor from claims arising out of the performance of the contract. The amount of bodily insurance shall not be less than $500,000 for injury to or death of persons per occurrence. The amount of property damage insurance shall not be less than $500,000 per occurrence.

Such policy shall name the Commonwealth as an additional insured. Prior to the commencement of the work under this contract, the contractor must provide the Commonwealth with current Certificates of Insurance. These Certificates shall contain a provision that coverage afforded under the policy shall not be cancelled or modified until at least thirty (30) days’ prior written notice has been given to the Commonwealth.

IV. BID AWARD

Contract shall be awarded on a lump sum basis to the lowest responsive and responsible bidder meeting all the requirements contained in the Scope of Work. See Attachment A – Sample Bid Award for award of the bid.

All bids must be submitted electronically through the Department of General Services’ (DGS) eMarketplace website. The eMarketplace website is located at . DEP is not responsible for the maintenance of the eMarketplace website.

DGS’s Supplier Service Center (Supplier Service Center) is available to assist vendors with registration, bidding and account management. For questions regarding registration help, send an e-mail to RA-PSC_Supplier_Requests@ or call (877) 435-7363, choose option 1. For questions regarding bidding help, send an e-mail to srmhelp@ or call (877) 435-7363, choose option 2.

V. PAYMENT TERMS

Payment shall be made upon receipt of invoice and upon satisfactory completion of all items listed in Scope of Work.

VI. CONTRACT TERM

The Contract shall commence upon execution and terminate June 30, 2019.

The DEP shall contact contractor immediately following bid award to arrange start date.

ATTACHMENT A

SAMPLE BID AWARD

The bid shall be awarded on a lump sum basis to the lowest responsive and responsible bidder meeting all the requirements contained in the Scope of Work.

Electric Fence Re-Route and Tree Cutting - $

Lump Sum

Gravel Pad and Driveway Installation - $

Lump Sum

Fence Installation - $

Lump Sum

Electric Service Installation - $

Lump Sum

TOTAL - BID AWARD $

Exhibit A – An aerial view of the proposed station location, tree clearing needs, and the proposed route of electrical service.

[pic]

Exhibit B – Top view of proposed pad construction.

[pic]

Exhibit C – Proposed electric service schematic.

[pic]

Exhibit D – Example of meter/breaker cabinet on a pole that will allow electric service to be cut off to the station.

[pic]

Exhibit E – Picture of station to be used in this project. Note: The conduit seen on the right-hand side of the station (back, middle), is the electric service entrance.

[pic].

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download