City of Waupaca, Wisconsin REQUEST FOR BIDS Impressed Current Cathodic Protection Systems For Sanitary Industrial Park and Kewanis Park Lift Stations 1. SCOPE OF PROPOSAL The City of Waupaca is requesting sealed bids from qualified contractors for the referenced project. The work involved consists of installation of impressed current cathodic protection systems for two (2) underground steel lift stations. The two (2) lift stations are: Industrial Park Lift Station and Kewanis Park Lift Station. A map is included showing their approximate location. All work shall be in compliance with all local and State rules and regulations. Applicants may review lift station drawings at the Waupaca Wastewater Treatment Plant. To coordinate a review time or to ask questions about the lift stations; please call 715-258-4424. 2. SPECIFICATIONS Publications listed within this specification are referenced within the text by the basic designation as follows: Institute of Electrical and Electronics Engineers (IEEE) NACE International (NACE) National Fire Protection Association (NFPA) Underwriters Laboratories (UL) General Provide a complete, operating impressed current cathodic protection system in accordance with NFPA 70, the applicable federal, state and local regulations, and the requirements of this contract. The system includes planning, inspecting the installation, adjusting and testing cathodic protection and test system using rectifiers and impressed current anodes, supplemented with sacrificial anodes as needed. The cathodic protection system shall also include cables, connectors, splices, corrosion protection test stations, power panels, and any other equipment required for a complete operating system providing the specified protection. The cathodic protection system includes (a) calculations for rectifier, anodes, and any recommendations for supplementing or changing the minimum design criteria to provide the specified potentials and (b) equipment, wiring, and wiring devices necessary to produce a continuous flow of direct current from anodes in the soil electrolyte to the structure surfaces. Anode configuration and size shall be designed and proposed by the contractor. A successful design will provide the number and type of anodes required to achieve minus 850 millivolts "instant off" potential and shall be required on the structure. Details provided are indicative of the general type of material required and are not intended to restrict selection of materials or of any particular manufacturer. The anode system shall be designed for a life of 25 years of continuous operation. Corrosion Expert Obtain the services of a "corrosion expert" to supervise, inspect, and test the installation and performance of the cathodic protection system throughout the duration of the project. "Corrosion expert" refers to a person, who, by reason of thorough knowledge of the physical sciences and the principles of engineering and mathematics, acquired by professional education and related practical experience, is qualified to engage in the practice of corrosion control of buried metallic piping and tank systems. Such person shall be accredited or certified by the National Association of Corrosion Engineers (NACE) as a NACE Accredited Corrosion Specialist or a NACE certified Cathodic Protection (CP) Specialist or be a registered professional engineer who has certification or licensing that includes education and experience in corrosion control of buried or submerged metallic piping and tank systems, if such certification or licensing includes 5 years’ experience in corrosion control on underground metallic surfaces of the type under this contract. Anodes and Bond Wires Install anodes in sufficient number and of the required type, size and spacing to obtain a uniform current distribution of 2.5 milliamperes per 0.09 square meters (1 square foot) minimum to underground metal surfaces. For each cathodic protection system, the metallic components and structures to be protected shall be made electrically continuous. This shall be accomplished by installing bond wires between the various structures. Bonding of existing buried structures may also be required to preclude detrimental stray current effects and safety hazards. Provisions shall be included to return stray current to its source without damaging structures intercepting the stray current. The electrical isolation of underground facilities in accordance with acceptable industry practice shall be included under this section. Storage for anodes and all sensitive equipment and materials will be the responsibility of the contractor. Protect all such equipment and material from inclement weather. Rectifier, Transformer, Meter, Circuit Breaker, and Fuses The proposed rectifier unit shall consist of a transformer, rectifying elements, transformer tap adjuster, terminal block, one dc output voltmeter, one dc output ammeter, and/or one combination volt-ammeter, one toggle switch for each meter, fuse holders with fuses for each dc circuit, variable resistors, an ac powersupply circuit breaker, lightning arresters for both input and output, all wired and assembled in a weatherproof cabinet. The overall efficiency of the rectifier shall be no less than sixty-five percent (65%) when operated at nameplate rating and shall be capable of supplying continuous full rated output at an ambient temperature of 44 degrees C (112 degrees F) in full sunlight with expected life in excess of 10 years. Rectifying elements shall be connected to provide full-wave rectification and shall be protected against over-voltage surges. Transformer shall conform to UL 506. Meters shall be accurate to within plus or minus two percent (2 %) of full scale at 27 degrees C (80 degrees F), and shall possess temperature stability above and below 27 degrees C (80 degrees F). Meters shall also possess temperature stability above and below 27 degrees C (80 degrees F) of at least one percent (1%) per 5 degrees C (10 degrees F). Separate meters shall be 63.5 mm 2-1/2 inch nominal size or larger. A fully magnetic, properly rated non-terminal type circuit breaker shall be installed in the primary circuit of the rectifier supply transformer. Cartridge-type fuses with suitable fuse holders shall be provided in each leg of the dc circuit. Cabinet shall be constructed of either stainless steel or molded fiberglass reinforced polyester, and shall be provided with a full door. The enclosure shall have oil-resistant gasket. The door shall be hinged and have a hasp that will permit the use of a padlock. The cabinet shall be fitted with screened openings of the proper size to provide for adequate cooling. Holes, conduit knockouts, or threaded hubs of sufficient size and number shall be conveniently located. A complete wiring diagram of the power unit showing both the ac supply and the dc connections to anodes shall be on the inside of the cabinet door. All components shall be shown and labeled. Grounding Grounding provisions shall comply with NFPA 70 and UL 467 including a ground terminal in the cabinet. The grounding conductor from the terminal to the earth grounding system shall be solid or stranded copper not smaller than No. 6 AWG. The earth grounding system shall consist of one or more ground rods. Ground rods shall be of copper-clad steel conforming to UL 467, zinc-coated steel conforming to IEEE C135.30, or solid stainless steel not less than 16mm or 5/8 inch in diameter by 2.4m or 8 feet in length. Rods shall be driven full length into the earth. Sectional type rods may be used. The resistance to ground shall be measured using the fall-of-potential method described in IEEE 81. The maximum resistance of driven ground shall not exceed 25 ohms under normally dry conditions. If this resistance cannot be obtained with a single rod, additional rods may be coupled and driven with the first rod. Connections below grade shall be fusion welded. Connections above grade shall be fusion welded or shall use UL 467 approved connectors. Wiring A complete wiring diagram of the power unit showing both the ac supply and the dc connections to anodes shall be on the inside of the cabinet door. All components shall be shown and labeled. Wiring shall be installed in accordance with NFPA 70 utilizing type TW or RHW or polyethylene insulation. Fittings for conduit and cable work shall conform to UL 514A. Outlets shall be of the threaded hub type with gasketed covers. Conduit shall be hub type with gasketed covers. Conduit shall be securely fastened at 2.4m or 8 foot intervals or less. Splices shall be made in outlet fittings only. Conductors shall be color coded for identification. Cable for anode header and distribution shall be stranded copper wire with cathodic protection high molecular weight polyethylene insulation. Wire diameter size shall be noted in detail drawings listing AWG and inches. Anode connecting wire shall be stranded copper wire with type CP high molecular weight polyethylene insulation, 600 volt rating. Cable-to-anode contact resistance shall be 0.003 ohms maximum. Test wires shall be No. 12 AWG stranded copper wire with NFPA 70 Type TW or RHW or polyethylene insulation. Resistance wire shall be AWG No. 16 or No. 22 nickel-chromium wire. Training The Contractor shall coordinate with the manufacturer of the cathodic protection system equipment to conduct and perform training for the Wastewater Treatment Plant operating staff. The training shall take place during normal work hours of 6:45AM to 3:00PM Monday through Thursday and shall be made available after the system is functionally completed but prior to final acceptance tests. Provide training on items contained in the operating and maintenance instructions, as well as demonstrate routine maintenance operations, and testing procedures. Training cost shall be provided and covered on a per hour basis. Tests and Measurements Perform and submit test reports of the installed system including: baseline potentials, close interval potential survey, interference tests, anode output test, and final system verification. Execution Acceptance criteria for determining the adequacy of protection on a buried structure shall be in accordance with NACE International Specifications and as a negative voltage of at least minus 850 millivolts. The negative voltage is as measured between the steel lift station structure and a saturated copper-copper sulphate reference electrode contacting the (electrolyte) earth. Determination of this voltage shall be made with the cathodic protection system in operation. Voltage drops shall be considered for valid interpretation of this voltage measurement. A minimum of minus 850 millivolts "instant off" potential between the steel lift station being tested and the reference cell shall be achieved over 95 percent of the area of the structure. Obtain adequate number of measurements over the entire structure and record achievement of minus 850 millivolts "instant off". 3. SUBMITTALS • • • • Submit (3) three copies of Detail Drawings for each lift station that includes: o A complete list of equipment and material including manufacturer's descriptive and technical literature. o System design calculations including soil resistivity, installation instructions and certified test data stating the maximum recommended anode current output density. Provide system design showing potentials of at least minus 850 millivolts that include compensation for IR drops. o Detail drawings shall contain complete wiring and schematic diagrams and any other details required to demonstrate that the system has been coordinated and will function properly as a unit. o Description and specification on type and size of anodes along with proposed depth and spacing around lift station structure. o The installation shall meet the specified protection criteria for a 25 year life. Certification and documentation for “Corrosion Expert” showing name, qualifications, experience and name of firm. Description of future maintenance requirements and estimated costs. Upon work completion and prior to acceptance provide three (3) copies of operation and maintenance manuals. 4. HISTORY • • • • Kewanis Park Lift Station installed 1975 Industrial Park Lift Station installed 1979 Cathodic Protection System Survey was conducted September 2010. The results and analysis determined that no Structure-to-Soil Potentials met the minus 850 mV criteria per NACE International Standard RP0285-95. Installation of cathodic protection was recommended. Corrosion Survey was conducted April 2016. Additional structure/earth potentials taken around the lift stations. Potentials reported at minus 460 – 480 MvDc. Plate thickness measurements were recorded and determined little to no loss in thirty (30) – forty (40) years. It was determined that impressed current system was needed due to the structure current requirement and ground resistance being beyond the useable range of galvanic anodes. 5. WARRANTY Provide a one (1) year warranty on failures or defects due to workmanship or material. Within one (1) year of project completion, perform any necessary repair or replacement (at contractor’s option) at no charge to the City of Waupaca. 6. BID GUARANTY A certified check or bank draft payable to the Treasurer of the City of Waupaca, or a satisfactory bid bond, in an amount not less than five percent (5%) but not more than ten percent (10%) of the estimated bid shall accompany each bid as a guaranty that if the bid is accepted the bidder will execute and file the proper contract and bond within fifteen (15) days after the acceptance of the bid. If the successful bidder fails to execute and file the required contract and bond, the amount of the check or the bid bond shall be forfeited to the City of Waupaca as liquidated damages. 7. PRE-QUALIFICATION All bidders must complete a bidder Pre-Qualification Statement and submit a minimum of five (5) business days prior to bid opening (April 11, 2017). Failure to submit this statement may disqualify your bid. A Pre-Qualification Form must be requested from the City Clerk’s office by calling (715) 258-4411 or found on the City of Waupaca website at http://www.cityofwaupaca.org/blog/category/rfp/. 8. INSURANCE The selected contractor shall maintain adequate insurance in an amount sufficient to protect the City of Waupaca from any and all public liability and workers compensation claims at all times during the performance of this contract. A copy of the contractor’s insurance with the City of Waupaca named as an “additional insured” will be required prior to signing of the contract. 9. CONTACT PERSON All comments, questions, request a site visit, or to request additional information regarding this proposal shall be made to Justin Berrens, City of Waupaca Director of Public Works/City Engineer, (715) 2584420 or Jeff Dyer, Sewer Superintendent, (715) 258-4424. All such comments, questions, and requests will be received until Wednesday April 12, 2017. 10.PROTECTION OF EXISTING FACILITY AND EQUIPMENT Use every reasonable precaution to prevent damage to all property both public and private; including poles, trees, shrubbery, adjacent to or interfering with the work; all overhead structures including wires, cables, etc.; and all underground structures including water or gas shut-off boxes, water and sewer transmission lines, pipes, conduits, etc. The contractor shall protect all existing equipment and facilities and shall be responsible for any damaged done to those facilities as a result of this work. Restore to a condition similar or equal to that existing before causing the damage, as the City directs or in the case of private property; in a manner acceptable to the property owner. If the contractor fails to restore, repair, or replace equipment and facilities within a reasonable time; the City may provide the work and will deduct costs from payments due the contractor under the contract. 11.SEALED BID SUBMITTALS AND REVIEW Sealed bids will be received and read at 2:00pm on Tuesday, April 18, 2017 at the office of City Clerk, City of Waupaca, 111 S. Main Street, Waupaca, Wisconsin 54981. Bids must be sealed and clearly labeled “Impressed Current Systems For Industrial Park and Kewanis Park Lift Stations”. The City of Waupaca reserves the right to accept or reject, any bid or portions thereof deemed to be in the best interest of the City of Waupaca. 12.PROJECT TIMELINE, SCHEDULE, & COMPLETION DATE April 11, 2017 April 12, 2017 2:00PM, April 18, 2017 6:00PM, May 2, 2017 May 3 – 31, 2017 September 30, 2017 Pre-qualification statement due Last day to entertain questions/request Bids due Bid award recommendation to Common Council Contract documents prepared and executed All work complete Plan and execute the work to meet the all work complete date of September 30, 2017. A $500.00 fine will be imposed for each and every day that any portion of the work is not completed by September 30, 2017. The contractor shall submit a schedule in writing to include activities that describe essential features of the work. Identify the contemplated start and completion date. Hand written schedules will be accepted. 13.AS-EQUAL BID SUBMITTALS All variances from the project specifications shall be clearly identified by the bidder in the bid submittal. Justification that the identified variance will provide for an as-equal or comparable product or results must be submitted. Final determination that the variance is acceptable and is considered as-equal to the stated specifications is to be made by the City of Waupaca. 14.CITY DOCUMENTS & ADDENDUM Proposal forms, bid request, and pre-qualification form can found at http://www.cityofwaupaca.org/blog/category/rfp/. Paper copy of pre-qualification statement can be made by calling City Clerk’s office at 715-258-4411. City of Waupaca, Wisconsin Impressed Current Systems For Industrial Park and Kewanis Park Lift Stations BID FORM The undersigned, having examined the contract documents and specifications for services required for the City for the project titled Impressed Current Systems For Industrial Park and Kewanis Park Lift Stations, hereby submits this bid form by 2:00pm on Tuesday April 18, 2017 and agrees to the terms stated at the prices quoted on the attached bid form sheets for a period of 60 days. The undersigned bidder, submitting this bid form proposal, hereby declares and agrees to be bound, and to perform the work, in accordance with all the terms, conditions, and requirements of within the provisions, and Request for Bids are made part hereof as fully and completely as if attached hereto. Contractor Name:_________________________________________________ Address:________________________________________________________ ________________________________________________________ Phone Number:______________________________ FAX Number: ___________________ Email Address: ______________________________ By:____________________________________Title:_________________________________ Printed Name:____________________________________ Date:______________________________ Impressed Current Systems For Industrial Park and Kewanis Park Lift Stations BID FORM (CONTINUED) The following BID SPECIFICATIONS pertain to the materials and services to be provided and their associated costs: Kewanis Park Lift Station & Industrial Park Lift Station Mobilization Lump Sum $__________ Install Cathodic Systems Industrial Park Lift Station Lump Sum $__________ Install Cathodic Systems Kewanis Park Lift Station Lump Sum $__________ Training Per Hour $__________ Total $__________
© Copyright 2026 Paperzz