47
PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA SPECIFICATIONS AND BID DOCUMENTS FOR HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG) ISSUED FOR BIDS JULY 2020

PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

PUBLIC WORKS COMMISSION

FAYETTEVILLE, NORTH CAROLINA

SPECIFICATIONS AND BID DOCUMENTS FOR

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

ISSUED FOR BIDS JULY 2020

Page 2: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

TABLE OF CONTENTS

PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

1. NOTICE TO PROSPECTIVE BIDDERS

2. INSTRUCTIONS TO BIDDERS

3. GENERAL CONDITIONS

4. MATERIALMAN’S PROPOSAL

5. BID PROPOSAL

6. FORM OF EXCEPSIONS

7. NORTH CAROLINA BID BOND

8. TECHNICAL SPECIFICATIONS

a. GENERAL SCOPE DESCRIPTION & BID REQUIREMENTS

b. APPLICABLE DOCUMENTS

c. SCOPE OF SUPPLY

d. PROJECT CONTROLS AND SCHEDULING

e. QUALITY ASSURANCE

f. CODES AND STANDARDS

g. GENERAL DESIGN & FABRICATION REQUIREMENTS

h. BENDING, WELDING, INSPECTION, & TESTING REQUIREMENTS

i. TUBE FINNING

j. GENERAL INSTALLATION REQUIREMENTS

k. PROJECT LIFT & RIGGING REQUIREMENTS

l. SHIPPING AND DELIVERY REQUIREMENTS

m. BIDDER, SELLER, MATERIALMAN, OR CONTRACTOR DELIVERABLE SCHEDULE

(SDS)

n. EXAMPLE INSPECTION & TEST PLAN

Page 3: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

NOTICE TO PROSPECTIVE BIDDER

PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

Pursuant to NCGS 143–129, sealed proposals will be received by the Fayetteville Public Works Commission, Fayetteville, North Carolina until 2:00p.m, outside of the PWC Administration Building, 955 Old Wilmington Rd, Fayetteville, NC, by the entrance doors, at which time they will be publicly opened and read for the furnishing and delivery of all materials and equipment complete and conforming to the Specifications included herein for the replacement of the harps in three (3) Heat Recovery Steam Generators (HRSG), all as set forth in the Bid Schedules. Any Proposal received subsequent to that time will be promptly returned to the Bidder unopened.

Specifications and Bid Documents, may be obtained from the PWC Procurement Department, at https://www.faypwc.com/purchasing and in the offices of the Fayetteville Public Works Commission’s Procurement Department, 1st floor, PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina, between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday. A mandatory pre-bid conference will be held at 10:00 a.m., Wednesday, July 22, 2020 at PWC Butler Warner Generation Plant, 2274 Custer Road Ave, Fayetteville, NC 28312.

Each Proposal shall be accompanied by cash, cashier’s check, or certified check drawn on a bank insured by the Federal Deposit Insurance Corporation or Savings Association Insurance Fund. Checks shall be made payable to the Public Works Commission of the City of Fayetteville, North Carolina, in an amount not less than five percent (5%) of the total bid as a guarantee that a Contract, if awarded, will be entered into. In lieu thereof, a Bid Bond which conforms to the provisions of G.S. 143-129 as amended by Chapter 1104 of the Public Laws of 1951 may be submitted by the Bidder.

Proposals shall be enclosed in a sealed envelope and are to be marked “BIDS FOR HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG), NOT TO BE OPENED UNTIL 2:00 P.M., LOCAL TIME, THURSDAY, AUGUST 13, 2020”. Bidders are to mail or deliver their Proposals as follows: Public Works Commission; Attn: Nikole Subject, Procurement Advisor; 955 Old Wilmington Road; Fayetteville, NC 28301.

The right is reserved to reject any or all bids and to waive all informalities concerning bid, or award bid to the lowest responsible Bidder or Bidders taking into consideration quality, performance and the time specified in the Proposals for the performance of the Contract.

PUBLIC WORKS COMMISSION Trent K. Ensley

Procurement Manager

Page 4: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

INSTRUCTIONS TO BIDDERS

PUBLIC WORKS COMMISSION

FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

1.0 Proposals:

a. To warrant consideration, only those Proposals made in accordance with these instructions will be considered.

b. Proposals must be made on the Form of Proposal provided herein, or an exact copy thereof,

and must not be altered, erased, or interlined in any manner. The Contractor shall fill in the Form of Proposal as detailed in the instructions. The Bidder may retain one (1) copy, but the original, fully executed, must be inserted or be attached to the Specification Documents. In addition, one (1) additional copy of all executed forms and supporting information shall be submitted with the original.

c. The Bidder shall furnish certain information, as required by the Specifications, regarding

the equipment which he is bidding. Two copies of the information, together with the manufacturer’s literature setting forth the guarantees and describing the equipment which he is bidding shall be included as part of the Proposal. Each bid must include the vendor’s proposal and a copy of the manufacturer’s information or specifications even if another bidder is quoting the same manufacturer. Additional sets of the Specifications may be obtained by contacting Nikole Subject, Procurement Advisor, at (910) 223-4016 (desk) / (910) 635-9882 (cell) or by email at [email protected].

d. Proposals shall include a Form of Exceptions utilizing forms provided herein which shall

itemize each and every exception from the Specifications. The Form of Exceptions shall state the section, subsection, and paragraph designations from the part of the Specifications to which exception is taken and explain in detail the nature of the exception. A copy of this Form of Exceptions is included in the Form of Proposal. Exceptions will not necessarily eliminate a Bidder from consideration, even if bids without exceptions are received from others. The treatment of exceptions will be based entirely on the overall best interests of the Commission. The Commission reserves the right to accept or reject any proposal.

e. Bids may only be modified in writing, contained in a sealed envelope, received prior to

the time of bid opening which upon receipt shall be included in the public reading of bids. No oral or telephonic Proposals or modifications will be considered.

f. Should the Bidder find discrepancies in or omissions from the Drawings or Documents or

should he be in doubt as to their meaning, he shall at once notify Nikole Subject, Procurement Advisor, at (910) 223-4016 (desk) / (910) 635-9882, or by e-mail to

Page 5: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

[email protected] who will send written instructions to all Bidders. Neither the Commission nor the Engineer will be responsible for any oral instructions. If Plans and Specifications are found to disagree after Contract is awarded, the Commission shall be the judge as to what was intended. The Successful Bidder is hereby made responsible for the furnishing of the necessary labor, tools and equipment reasonably inferred or evidently necessary for the proper execution and completion of the work; for any additional work involved in the correction of apparent errors or inconsistencies, and in executing the true intent and meaning of the Drawings and Specifications as interpreted by the Commission and all such labor and equipment shall be provided at the Contractor's expense, and under no condition will any such labor and equipment be allowed as an extra.

g. After opening, bids may not be withdrawn for a period of ninety (90) days.

h. Questions regarding this bid must be submitted in writing to the attention of Nikole

Subject, Procurement Advisor by email to [email protected], no later than 5:00 pm, Wednesday, August 29, 2020.

i. Bidders are prohibited from contacting any PWC official, employee, or agent

other than as listed above. Failure to comply with this provision will result in disqualification of the bidder.

2.0 Bid Security

a. Each Proposal shall be accompanied by a cash deposit, cashier’s check, or certified check drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation or Savings Association Insurance Fund, or a Bid Bond in an amount not less than five percent (5%) of the proposal. Said deposit will be retained by the Commission as liquidated damages, in the amount of $1,000 per day in the event of failure of the Successful Bidder to execute the Contract within ten (10) days after the award.

b. Bid Bond shall be conditioned that the Surety will, upon demand, forthwith make

payment to the oblige upon said Bond if the Bidder fails to execute.

c. Only one (1) Bid Bond is required, the amount of which shall be based on the total amount of the bid.

3.0 Bulletins and Addenda Any bulletins or addenda to the Specifications issued during the time of bidding are to be considered covered in the Proposal, and in closing a Contract, they will become a part thereof. Receipt of addenda shall be acknowledged by the Bidder.

Page 6: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

4.0 Award of Contract

a. The award of the Contract will be made to the lowest responsive, responsible Bidder as soon as practicable. The bid shall be awarded to the Bidder who, in the judgment of the Commission, offers the best value to the Commission. Factors to be considered by the Commission are specified in Paragraph 6.3. The Commission reserves the right to accept or reject any and all bids.

b. The Commission reserves the right to waive minor irregularities or minor errors in any Proposal if it appears to the Commission that such irregularities or errors were made through inadvertence. In all cases concerning cost, unit price shall be the governing factor if a discrepancy exists between the extension of unit cost, times quantity.

c. In determining the most responsive, responsible Bidder, the Commission will consider, in addition to the prices quoted in the Proposal, the following:

i. Completion date, ii. Adherence to the Plans and Specifications,

iii. Contractor capabilities, crew experience, and past performance, iv. Conditional quotations (Only firm fixed prices in U.S. dollars), v. Any additional factors deemed appropriate by the Commission.

d. In the event the Bidder proposes any change or deviation from the Engineer's Plans and

Specifications, such proposed changes or deviations must be submitted at the time bids are opened on the Form of Exceptions included. The Commission reserves the right to reject any proposed changes or deviations. All exceptions must be stated on the Form of Exceptions. Failure to provide a Form of Exceptions with the Proposal shall imply strict adherence to all details of the Plans and Specifications.

e. The Contract, when awarded, shall be deemed to include the Specifications for the equipment, and the Bidder shall not claim any modification thereof resulting from any representative or promise made at any time by any officer, agent, or employee of the Commission or by any other person.

5.0 Performance Bond/Payment Bond A Performance Bond/Payment Bond is not required for this project.

6.0 Examination of Conditions Prior to submission of the Proposal, the Bidder shall make and shall be deemed to have made a careful examination of the Plans and Specifications on file with the Commission and all other matters that may affect the cost and the time of completion of the work.

Page 7: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

7.0 Bids to be Retained No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of ninety (90) days pending the execution of a Contract by the Successful Bidder. Should the Successful Bidder default and not execute a Contract, then the Contract may be offered to the next lowest responsible Bidder whose Proposal is evaluated as acceptable. 8.0 Materialman’s Proposal Form Those bids not received on Materialman’s Proposal Form, contained herein will be considered unresponsive. The forms shall be filled out completely. Any omissions may cause the entire Proposal to be rejected.

**End of Section**

Page 8: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

GENERAL CONDITIONS

PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

1.0 Drawings and Specifications The Drawings and Specifications are complementary one to the other. That which is shown on the Drawings or called for in the Specifications shall be as binding as if it were both called for and shown. The intention of the Drawings and Specifications is to include all labor, materials, transportation, equipment, and any and all other things necessary to do a complete job. In case of discrepancy or disagreement in the Contract Documents, the order of precedence shall be: Contract, Technical Specifications, Large-Scale Detail Drawings, and Small-Scale Drawings. 2.0 Clarifications and Detail Drawings In cases where the nature of the work requires clarification by the Commission, such clarification shall be furnished by the Commission with reasonable promptness by means of written instructions or Detail Drawings or both. Clarifications and Drawings shall be consistent with the intent of Contract Documents and shall become a part thereof.

3.0 Copies of Drawings and Specifications The Commission will furnish free of charge to the Materialman two (2) copies of Plans and Specifications, whichever is applicable.

4.0 Ownership of Drawings and Specifications All Drawings and Specifications are instruments of service and remain the property of the Commission whose name appears thereon. The use of these instruments on work other than this Contract without permission is prohibited. All copies of Drawings and Specifications other than Contract copies shall be returned to the Commission upon request after completion of the work.

5.0 Royalties, Licenses, and Patents It is the intention of the Contract Documents that the work covered herein will not constitute in any way on an infringement on any patent whatsoever. The Contractor shall protect and save harmless the Commission against suit on account of alleged or actual infringement. The Contractor shall pay all royalties and/or license fees required on account of patented articles or processes, whether or not the patent rights are evidenced hereinafter.

6.0 Uncorrected Faulty Work Should the correction of faulty or damaged work be considered inadvisable or inexpedient by the Commission, the Commission shall be reimbursed by the Materialman for the same by a deduction in the Contract price. This deduction shall be arrived at by a fair estimate of the probable cost of correction, approved by the Commission.

Page 9: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

7.0 Delays and Extension of Time

a. The time to be allowed for delivery shall be stated on the Form of Proposal bound with these Specifications. The Materialman, upon notice of Award of Contract, shall prepare a manufacturing schedule based on the allowed time and submit such schedule to the Commission for approval.

b. If Materialman is delayed at any time in the progress of the work by any act of negligence

by the Commission or by any separate Materialman employed by the Commission or by changes ordered in the work, the time of completion shall be extended for such reasonable time as the Commission may decide.

c. No extension of time for completion will be made for ordinary delays and accidents.

Extensions may be granted for delays ordered by the Commission if the request has been made in writing within forty- eight (48) hours after the order to cease work has been given.

8.0 Assignments The Materialman shall not assign any portion of this Contract nor Subcontract in its entirely except as fully explained in the Materialman’s Proposal and accepted by the Commission. No funds or sums of money due or to become due the Materialman under this Contract may be assigned.

9.0 Change in Plans and/or Specifications The Commission may make changes to Plans and/or Specifications after award of the Contract or while construction is in progress. The compensation for such changes shall be agreed upon in writing between the Materialman and the Commission prior to commencement of work involving the change. No payment shall be made to the Materialman for correcting work not in compliance with Specifications. 10.0 Payment Payment by the Commission to the Successful Bidder shall be made in milestone payments on a Net 30 day basis, less retainage for each milestone payment, and after the Contractor has verified and coordinated the quantities based on the work completed and bill of materials, with the Project Coordinator/Engineer. Milestone Payments shall be as follows: Equipment: 20% upon receipt and acceptance of purchase order 20% for fifty percent (50%) completion of manufactured and assembly Remaining balance of equipment upon delivery, unloading, and placement and acceptance of PWC Installations: 10% upon mobilization 40% upon completion, completion and acceptance of Unit 1 by PWC. 30% upon completion, completion and acceptance of Unit 2 by PWC. 20% upon completion, completion and acceptance of Unit 3 by PWC.

Page 10: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

The CONTRACTOR shall prepare and submit a completed pay application to the PROJECT COORDINATOR/ENGINEER, including the following documentation:

a. a) Completed sales tax certificate, documenting the state and county sales tax paid for all materials consumed or to be consumed as part of the Work,

b. c) Copies of all invoices of materials claimed on the sales tax certificate. The CONTRACTOR shall furnish two (2) copies of the pay application and all supporting documentation. Invoices for items delivered shall be submitted in duplicate to Ace May, for review, and approval. Invoices should be directed to: Public Works Commission, 955 Old Wilmington Rd, Fayetteville, North Carolina 28301, and Attention: Ace May.

There shall be a ten-percent (10%) retainage on invoices until all equipment, with proper drawing and specifications, certified test reports have been approved, and installation has been accepted by PWC. The Commission reserves the right to hold this retainage up to ninety (90) days after all of the units have been installed to verify completeness of delivery. 11.0 Liquidated Damages If the progress of completion of the Work is delayed by any fault, neglect, act or failure to act, on the part of the Contractor or anyone acting for or on behalf of the Contractor so as to cause any additional costs, expense liability or damage to the Owner or any damage or additional cost or expense for which the Owner may or shall become liable, the Contractor shall and does hereby agree to compensate the Owner for, and to indemnify the Owner against all such costs, expenses, liabilities, and damages. For each consecutive calendar day of delay beyond the time specified for the Contract Completion date, the Contractor shall be assessed liquidated damages $1,000 per day. Liquidated damages will be withheld from amounts which may be or may become payable to the Contractor by the Owner. Should the cost of these sustained damages exceed the amounts owed by the Owner, the contractor shall pay the difference to the owner. 12.0 Insurance The Materialman shall maintain Worker’s Compensation Insurance and Liability Insurance appropriate for the level of exposure involved in the Contract. The Materialman shall furnish certification of the appropriate insurance. During the term of the Contract, the Materialman at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a minimum, the Materialman shall provide and maintain the following coverage and limits:

a. Worker’s Compensation – The Materialman shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $300,000.00, covering all of Materialman’s employees who are engaged in any work under the Contract. If any work is sublet, the Materialman shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under the Contract.

Page 11: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

b. Commercial General Liability – General Liability Coverage on a Comprehensive Board Form on an occurrence basis in the minimum amount of $2,000,000.00 Combined Single Limit. (Defense shall be in excess of the limit of the liability.)

c. Automobile – Automobile Liability Insurance, to include liability coverage, covering all

owned, hired, and non-owned vehicles, used in conjunction with the Contract. The minimum combined single limit shall be $2,000,000.00.

d. Requirements – Providing and maintaining adequate insurance is a material obligation of

the Materialman and is of the essence of this Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Materialman shall at all times comply with terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this Contract. The limits of coverage under each insurance policy maintained by the Materialman shall not be interpreted as limiting the Materialman’s liability and obligations under the Contract.

13. Inspection at Materialman’s Site The Commission reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective Materialman prior to Contract award and during the Contract term as necessary for the Commission’s determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the Contract.

14.0 Advertising Materialman agrees not to use the existence of this Contract or the name of the Commission as part of any commercial advertisement. 15.0 Access to Person and Records An independent auditor shall have access to persons and records as a result of all Contracts or grants entered into by the Commission in accordance with General Statue 147-64.7. 16.0 Indemnification

a. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless the Commission, Engineer, Engineer’s Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting there from, and (ii) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any Supplier, any

Page 12: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity.

b. In any and all claims against the Commission or Engineer or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 15.1 shall not be limited in any way by any limitations on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Subcontractor, Supplier or other person or organization under workers’ compensation acts, disability benefit acts or other employee benefit acts.

c. The indemnification obligations of Contractor under paragraph 15.a shall not extend to the liability of Engineer and Engineer’s Consultants, officers, directors, employees, or agents caused by the professional negligence, errors, or omissions of any of them.

16.0 Equal Employment Opportunity

During the performance of this Contract, the Materialman agrees as follows:

a. The Materialman will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, political affiliation or belief, age or physical handicap. The Materialman will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to race, color, religion, sex, national origin political affiliation or belief, age or physical handicap. Such action shall include but not limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. The Materialman agrees to post in conspicuous places available to employees and applicants for employment notices setting forth the provision of the nondiscrimination clause.

b. The Materialman will, in all solicitations or advertisements for employees placed by or on

behalf of the Materialman; state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, political affiliation or belief, age or physical handicap.

Page 13: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

c. The Materialman will send to each labor union representative of workers with which he has a collective bargaining agreement or other Contract or other understanding, a notice advising the labor union or worker’s representative of the Materialman’s commitments under the Equal Employment Opportunity Section of this Contract and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

d. In the event of the Materialman’s noncompliance with the nondiscrimination clauses of

this Contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Materialman may be declared ineligible for further Commission contracts.

Bidder:

By:

Date:

**End of Section**

Page 14: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

MATERIALMAN PROPOSAL

PUBLIC WORKS COMMISSION

FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

1. The prices of the Material and Equipment set forth herein do not include any sums which may

be payable by the Materialman on account of North Carolina sales tax upon the sale, purchase, or use of the materials here- under. The amount thereof shall be added to the purchase price and paid by the Commission after Materialman has ascertained the actual sales tax to be included.

2. The Materials will conform to the “Specifications for Heat Recovery Steam Generator” attached hereto and made a part hereof.

3. The Commission may accept any Schedule or portion thereof.

4. The prices quoted in the Proposal shall be firm for the duration of the contract.

5. The prices quoted shall include delivery, unloading of the materials and equipment by

open-top truck, in addition to placement of the harps in the laydown yard of PWC. F.O.B. point of delivery, Fayetteville, North Carolina.

6. The prices of the materials and equipment set forth herein shall include the cost of delivery to the site at the Materialman’s risk. The time of delivery shall be as follows:

6.1 The time for delivery shall be extended for the period of any reasonable delay due

exclusively to causes beyond the control and without fault of the Materialman, including acts of God, fires, floods, strikes, and delays in transportation.

6.2 Delivery of all items of equipment to the Commission’s designated delivery point shall be

made to permit unloading between the hours of 9:00 a.m. and 3:00 p.m., Monday through Friday, holidays excluded.

7. Receipt of Approval Drawings by the Materialman constitutes authorization for

manufacture predicated upon the Drawings and corrections found thereon. After the return of Approval Drawings, release for shipment is to be granted by the Commission based upon the manufacturer’s compliance with the following:

7.1 Notification of tests so the Commission may have a representative present to witness the tests.

7.2 Furnishing of the requested number of copies of the Final Drawings as called for in the

Specifications.

7.3 Coordination of manufacturing and delivery with the Commission’s construction

Page 15: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

scheduled as may be noted in these Specifications.

7.4 Thirty days’ (30) notification of tentative shipping schedule and forty-eight (48) hours notification prior to all deliveries.

8. Title to materials and equipment shall pass to the Commission upon final delivery, completion of

work, and passed testing of each unit specified herein.

9. This Proposal is made pursuant to the provision of the Notice and Instructions to Bidders and the Specifications, and the Materialman agrees to the terms and conditions thereof.

10. The Materialman warrants the accuracy of all statements contained in the Bidder’s

qualifications, if any shall be submitted, and agrees that the Commission shall rely upon such accuracy as a condition of the Purchase Order in the event that this Proposal is accepted.

11. The Materialman warrants that the Materials will conform to the performance data and

guarantees which are attached hereto and by this reference made a part hereof.

12. A Form of Exceptions to the Specifications, prepared in accordance with the instructions to Bidders, is attached hereto.

13. Non-Collusive Bidding Certification – By the submission of this bid, the Materialman certifies

that:

13.1. The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other Materialman of materials, supplies, or equipment of the type described in the Notice to Prospective Bidders or the Specifications.

13.2. The contents of the bid have not been communicated by the Materialman, or, to his

best knowledge and belief, by any of his employees or agents to any person not an employee or agent of the Materialman or his Surety on any Bond furnished herewith and will not be communicated to any person prior to the official opening of the bid.

14. The undersigned further agrees that in cases of failure on his part to accept said Purchase

Order within ten (10) consecutive calendar days after written notice has been given of the award of the Purchase Order the check, cash, or Bid Bond accompanying this bid and the monies payable thereon, shall be paid into the funds of the Commission account set aside for this project as liquidated damages for such failure; otherwise, the check, cash, or Bid Bond accompanying the Proposal shall be returned to the Undersigned.

15. If, in submitting this Proposal, the Materialman has made any change in the Materialman’s

Proposal, the Materialman understands that the Commission may evaluate the effect of such change as it sees fit or may exclude the Proposal from consideration in determining the award of the Purchase Order.

**End of Section**

Page 16: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

BID PROPOSAL

PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

BID PROPOSAL – HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG) AS DESCRIBED IN THE BID DOCUMENTS The Commission reserves the right to order additional quantities from the awarded bidder within 12 months of the bid award.

Description Unit Price Total Price Harps for Three (3) Heat Recovery Steam Generators (HRSG) $ $ Fees to install Harps in Three (3) Heat Recovery $ $ Steam Generators (HRSG) TOTAL BASE BID PRICE: $ Manufacturer Type

Address of Manufacturer (city, state, zip)

Other Utilities Purchasing Recent Units of Similar Design:

Respectfully submitted this day of , 2020. Name of Bidder Title Address of Bidder (city,state,zip) Email Address

Page 17: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

FORM OF EXCEPTIONS

PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

BIDDER: PUBLIC WORKS COMMISSION

OWNER FAYETTEVILLE, NORTH CAROLINA

PROJECT DESCRIPTION HARP REPLACEMENT IN THREE (3) HEAT RECOVERY

STEAM GENERATORS (HRSG) INSTRUCTIONS: The following is a list of exceptions to the Bidding Documents and/or Technical

Specifications pertaining to the furnishing of the subject materials. Bidders shall identify each exception by Specification page and paragraph number on this form. The omission of exception implies complete compliance with Plans and Specifications.

BID DOCUMENT/ SPECIFICATION PAGE NO. AND PARAGRAPH EXCEPTION/VARIATION

NORTH CAROLINA BID BOND

Page 18: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

KNOW ALL MEN BY THESE PRESENT, THAT WE

as Principal, and as Surety, who is duly licensed to act as Surety in North Carolina, are held and firmly bound unto the Public Works Commission of the Commission of Fayetteville, Fayetteville, North Carolina, as Obligee, in the penal sum of $ DOLLARS $ (5% Bid Bond), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these present. SIGNED, Sealed and dated this day of ,2020.

WHEREAS, the Principal is herewith submitting Proposal for

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

and the Principal desires to file this Bid Bond in lieu of making the cash deposit as required by GS 143-129 amended in Chapter 1104 of the Public Laws of 1951;

NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION is such that if the

Principle shall be awarded the Contract for which the bid is submitted and shall execute the Contract and give Bond for the faithful performance thereof within ten (10) days after the award of same to the Principal, then this obligation shall be null void, but if the Principal fails to so execute such Contract and give Bond as required by GS 143- 129, as amended by Chapter 1104 of the Public Laws of 1951, the Surety shall, upon demand, forthwith pay to the Obligee the amount set forth in the first paragraph hereof, and upon failure to forthwith make such payment, the Surety shall pay the Obligee an amount equal to double the amount of this Bid Bond as set forth in the first paragraph herein. Power of Attorney from the Surety to its Attorney-in-Fact is attached hereto.

By (SEAL) Principal

By (SEAL) Corporate Surety

PUBLIC WORKS COMMISSION

FAYETTEVILLE, NORTH CAROLINA

Page 19: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

TECHNICAL SPECIFICATIONS

HARP REPLACEMENT IN THREE (3) HEAT RECOVERY STEAM GENERATORS (HRSG)

1. GENERAL SCOPE DESCRIPTION & BID REQUIREMENTS 1.1 The City of Fayetteville Public Works Commission (PWC) operates the 265 MW Butler-Warner Generation Plant

located in Fayetteville, North Carolina. The power plant design consists of six (6) GE Frame 5P Gas Turbines feeding three (3) HVMC HRSG’s which provide steam to one (1) Steam Turbine. The steam facility began commercial operation in 1988. The project described herein is for the engineering, design, supply, testing, delivery, and installation of replacement Harp in all three (3) Heat Recovery Steam Generators (HRSG).

1.2 The party responsible for the engineering, design, supply, testing, delivery, and installation of the modules and

other components specified shall be referred to hereinafter as the Bidder, Bidder, Seller, Materialman, or Contractor, Materialman or Contractor.

1.3 The City of Fayetteville Public Works Commission (PWC) is referenced in these documents as either Owner or

Buyer.

1.4 This specification contains project specific requirements to be considered during proposal development. In the event of a specification conflict, including the scope of supply, Bidder, Bidder, Seller, Materialman, or Contractor, Materialman or Contractor shall contact Owner in writing for resolution. All exceptions and or clarifications shall be clearly documented within the Bidder, Bidder, Seller, Materialman, or Contractor, Materialman or Contractor’s proposal.

1.5 The included example ITP details the minimum shop and field inspection points required by the Owner for this

scope of supply. Bidder, Seller, Materialman, or Contractor is responsible for ensuring all project schedules include these witness/hold points and timely notification is provided to facilitate Owner travel for the inspections. A minimum advance notice of (15) business days is required and shall be submitted by email to the Buyer. During such inspections, it is expected that all equipment, schedules, procedures, and work documentation be available for review.

1.6 If not received with the Buyer’s request for quote (RFQ), the documents referenced within this specification shall

be requested from the Owner’s listed point of contact. It is the Bidders’ responsibility to obtain copies of all referenced documents and codes. Unless specific exception is taken and accepted in writing by the Owner, compliance with all document requirements is mandatory.

1.7 Any Sub-Suppliers for pressure part fabrication work or material supply requires Owner approval. Bidders are

required to submit a list of Sub-Suppliers, with details of potential supply with their proposal. Bidder, Seller, Materialman, or Contractor shall obtain Owner’s written Sub-Supplier approval prior to releasing any sub-contract for pressure part fabrication or material supply.

1.8 Material originating in the People’s Republic of China or India is strictly prohibited for use in pressure retaining

components and threaded fasteners. 1.9 Bidder, Seller, Materialman, or Contractor is required to have, implement, and maintain a formal quality control

program(s) that is acceptable to Owner. The Quality Program, at a minimum, shall address control of subcontractors, suppliers, processes, material control, inspections, testing, non-conformances and corrective actions, and verification/reporting processes. A copy of the Bidder, Seller, Materialman, or Contractor’s Quality Program(s) Manual applicable to the Scope of Supply shall be provided with the proposal for Owner review and comment. If the Bidder’s Quality Program(s) is an ISO 9001 program certified by an external organization, Bidder may provide a copy of the ISO Certificate, including scope and limitations of the Program, in lieu of the complete Quality Program(s) Manuals.

Page 20: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

1.10 Bidder, Seller, Materialman, or Contractor shall provide copies of their Certificate(s) of Authorization for ASME “S” & “R” Stamps with the proposal.

1.11 The outage for this work is planned to occur in Fall of 2021 and will require completion of the work in all HRSGs.

Additional work may be conducted during this outage and will require coordination of work with other teams within the facility. All Bidders shall submit a milestone schedule with their proposal based on the outage start/finish dates provided that details the following key activities (at minimum): The contractor will have 100 days to complete the project after mobilizing on BWGP site.

• Engineering Completion Date(s) • Major Procurement Date(s) – Raw material ordering & receipt, etc. • Major Fabrication Dates – Tube finning, harp assembly, etc. • Major Transportation/Logistics Dates – Receipt of tubing, site arrival of pressure parts, etc. • Construction Mobilization Date(s) • Major Construction Milestone Date(s) per Unit – Demolition complete, harp loading complete, all welding

complete, demobilization, etc.

1.12 Planned installation manpower detailed by craft and site supervision roles shall be submitted with the proposal.

1.13 All Bidders must submit an experience list with their proposal that demonstrates understanding and prior successful completion of turnkey HRSG Harp replacements. A minimum of three (3) prior projects with references is recommended.

1.14 The design basis for the project is to replace all harps in-kind. Any proposed changes to the current

configuration must be specifically detailed as options in the proposal and will ultimately require written approval by the Owner.

1.15 It is not the intent to specify herein all the details of design and fabrication. The Bidder, Seller, Materialman, or Contractor shall bear the responsibility for ensuring that the equipment has been designed, fabricated, and installed in accordance with all applicable codes, standards, and governmental regulations and is adequately designed to maintain current heat transfer performance.

1.16 Review of Bidder, Seller, Materialman, or Contractor's drawings, data, or procedures by the Buyer with regard to

general design and controlling dimensions shall not constitute acceptance of detail design, materials or equipment which do not meet the functional or other requirements set forth in this specification. The Buyer’s review of the drawings does not constitute liability for the correctness of the drawings.

1.17 There will be a mandatory pre-bid meeting on 10:00 a.m., Wednesday, July 22, 2020 at the PWC facility to

review RFQ documents, project/bid requirements and walk-down the equipment. Attendance is required and any proposal submittal by a Bidder not in attendance shall be deemed invalid. The intent of the pre-bid is to give all the Bidders an opportunity to discuss the scope of the work and requirements with the Owner and ask any questions pertaining to the bid. The Owner will make the site available so that dimensions can be taken relating to the HRSGs and the other equipment on site. Contact the PWC Supply Chain representative with any questions pertaining to this pre-bid.

(Insert Contact information)

2. APPLICABLE DOCUMENTS 2.1 D 294-121-B: HP SUPERHEATER MODULE ASSEMBLY 2.2 D 294-122-C: HP SUPERHEATER MODULE ASSEMBLY 2.3 D 294-123: HP SUPERHEATER MODULE ASSEMBLY

Page 21: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

2.4 D 294-124: HP SUPERHEATER MODULE ASSEMBLY 2.5 D 294-125-A: HP SUPERHEATER MODULE ASSEMBLY 2.6 D 294-126-C: HP SUPERHEATER MODULE ASSEMBLY 2.7 D 294-127: HP EVAPORATOR MODULE ASSEMBLY 2.8 D 294-128: HP EVAPORATOR MODULE ASSEMBLY 2.9 D 294-129: HP EVAPORATOR MODULE ASSEMBLY 2.10 D 294-130: HP EVAPORATOR MODULE ASSEMBLY 2.11 D 294-131: HP EVAPORATOR MODULE ASSEMBLY 2.12 D 294-132: HP EVAPORATOR MODULE ASSEMBLY 2.13 D 294-133: HP ECONOMIZER MODULE ASSEMBLY 2.14 D 294-134: HP ECONOMIZER MODULE ASSEMBLY 2.15 D 294-135: HP ECONOMIZER MODULE ASSEMBLY 2.16 D 294-136-A: LP EVAPORATOR MODULE ASSEMBLY 2.17 D 294-137-A: LP EVAPORATOR MODULE ASSEMBLY 3. SCOPE OF SUPPLY 3.1 Bidder, Seller, Materialman, or Contractor shall design, supply, and install replacements for all boiler harps in (3)

HRSGs at the FWC Butler-Warner Generation Plant: • HPSH1-3, Qty - 6 per unit • HPEV1-7, Qty - 14 per unit • HPEC1-3, Qty - 8 per unit • LPEC1-2, Qty – 4 per unit

3.2 Supplier shall also replace or repair any insulation, liner panels, and/or external casing plate that is removed or

modified during installation activities. Design and supply of all special rigging and harp handling equipment required for successful installation is by Bidder, Seller, Materialman, or Contractor. It is the intent of this document to describe Bidder, Seller, Materialman, or Contractor’s responsibility to provide a complete turnkey solution that will allow the facility to return to service immediately after outage completion. Any repairs are subject to approval by PWC.

3.3 Scope Table - The Bidder, Seller, Materialman, or Contractor’s scope of supply shall include the items listed below to be provided in accordance with the requirements of this specification:

HRSG Scope of Supply Furnished by Bidder

Furnished by Owner

Item Description 1. Heat Transfer Components

1.1. HP Superheater X 1.2. HP Evaporator X 1.3. HP Economizer X 1.4. LP Evaporator X 1.5. Partial Penetration Tube to Header Joints X 1.6. 100% ASME Shop Hydro of Harps X 1.7. 3rd Party Witness of ASME Shop Hydro of

Harps. The 3rd Party witness shall be the authorized inspector

X

1.8. Inspection Ports on Upper & Lower Headers X

1.9. Internal and External Rust Prevention (max. 2-month storage) X

2. Harp Structural Support

2.1. Hanger Rods N/A 2.2. Hanger Rod Pins, Washers, Clevis’, &

associated hardware N/A

Page 22: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

2.3. Back-to-Back Channels or Other Structural Support Steel between Columns N/A

2.4. Harp Bumper/Tie-In to Existing Restraint System X

3. Gas Baffles

3.1. Sidewall Baffles X 3.2. Bare Tube Baffles X 3.3. Center Gas Baffles X 3.4. Acoustic Baffles N/A 3.5. Attic Baffles incl. doors X 3.6. Basement Baffles incl. doors X

4. Ductwork Casing, Insulation, & Liners

4.1. Flat Bar for Casing Repair X 4.2. Insulation Blanket –Ceramic Fiber (8 lb.

Std.) X

4.3. Studs, Washers, & Nuts X 4.4. Liner Plate – blank panels for field fit-

up/repair X

4.5. Liner Trim Pieces incl. Clips for casing/liner penetrations X

4.6. Liner Angle Pieces incl. Clips for corners X 5. Expansion Joints & Bellows

5.1. HPSH Drains SS Bellows X 5.2. HPSH Inlets/Outlets SS Bellows X 5.3. HP Feeder Header Drains SS Bellows X 5.4. LP Feeder Headers Drains SS Bellows X 5.5. HPEC Vents X 5.6. HPEC Inlets/Outlets SS Bellows X

5.7. 1 Piece Bellows minimum, no 2 piece x 6. HRSG Piping

6.1. HPSH Inlets X 6.2. HPSH Outlets X 6.3. HPSH Crossovers X 6.4. HPSH Drains X 6.5. HPEV Risers X 6.6. HPEV Feeder Header Drains X 6.7. HPEV Feeder Headers X 6.8. HPEC Crossovers X 6.9. HPEC Vents/Drains X 6.10. LPEV Risers X 6.11. LPEV Feeder Header Drains X 6.12. LPEV Feeder Headers X

6.13. Basement Piping (Spiders) x 7. Shipping and Construction Fixtures

7.1. Shipping Frame for Module Harps 7.2. Tilting Frame/Strongback X 7.3. Temporary Support Steel X 7.4. Monorail and Attachment Steel X 7.5. Trollies X

Page 23: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

3.4 Terminal Points

• Terminal Points for the new harps shall be per the attached marked up drawing.

• Contractor will be responsible for reinstallation of all equipment disturbed by their installation activities. This includes, but is not limited to, HRSG casing and insulation systems, platforms and support steel, piping and insulation systems (including heat tracing), and all instrumentation and wiring.

7.6. Chain Hoists X 7.7. Temporary Rigging and Supports X

8. Construction & Erection

8.1. Main Crane X 8.2. Auxiliary Crane X

8.3. Lull Forklift X 8.4. Scaffolding X 8.5. Laydown Area

X

8.6. Trailer Set-Up Area

X

8.7. Power and Hook-up for construction equipment and trailers

X

8.8. Compressed Air, Service Water X 8.9. Parking X 8.10. Welding Machines X

8.11. Removal and Replacement of Piping Insulation and Lagging

X

8.12. Removal and Replacement of Plant Electrical

X

8.13. Removal and Replacement of Plant Instrument Air

X

8.14. Removal and Replacement of Heat Tracing

X

8.15. Construction Permit(s) X

8.16. General Cleaning of the Internal and External Areas used by On-sight Personnel

X

8.17. Dumpster for use by On-sight Personnel X

8.18. Off-site Disposal of Waste & Construction Debris

X

8.19. Touch-Up Prime Paint X

8.20. Touch-Up Finish Paint X

8.21. Field Consumables X

9. Field Personnel & Labor

9.1. Code Calculations X

9.2. ASME Document Package and submittal to NBIC

X

9.3. General Arrangement Drawings X 9.4. Module Harp Drawings X 9.5. Piping Drawings X 9.6. Short Term Storage Procedure X 9.7. Lifting Plan X 9.8. Rigging Plan X

9.9 Damaged materials & Storage Provision plan x

Page 24: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

• Contractor shall be responsible for all access modifications and subsequent repairs. 4. PROJECT CONTROLS AND SCHEDULING

4.1 Performance of the Work as scheduled is a material provision of the Purchase Order. The Bidder, Seller, Materialman, or Contractor shall develop and maintain an Engineering/Manufacturing and Installation Schedule. The schedule shall be in a format and to a level of detail as agreed upon and accepted by Buyer. The Buyer will review and comment as appropriate on all Bidder, Seller, Materialman, or Contractor schedules. The Bidder, Seller, Materialman, or Contractor shall make detailed information available for Buyer analysis as required and submit updates as required by the Bidder, Seller, Materialman, or Contractor Deliverable Schedule (SDS).

4.2 Schedules shall utilize Critical Path Methodology (CPM), be based upon and support the key dates and Milestones contained in the Purchase Order, indicate the order in which the Work will be performed and the start and completion dates for major activities including but not limited to:

• Contract Milestones – Major Contract milestones and all DDTS items shall be detailed.

• Engineering – Activities and tasks to complete the detailed engineering drawings, shop drawings, and erection drawings, for each subassembly and ancillary component.

• Procurement – Activities to procure and acquire materials including activities to perform material take offs, complete requisitions, issue purchase orders, raw material manufacturing lead times, and deliveries to the Bidder, Seller, Materialman, or Contractors manufacturing facility.

• Manufacturing – Activities and tasks to manufacture and fabricate such as header machining, welding, tube finning, post weld heat treatment and final hydro testing shall be included. Activities and tasks shall be detailed to each subassembly and not simply for large assembled components.

• Test Dates – Activities and Tasks relating to any Factory Acceptance Testing regardless of any requirement for Witness Testing

• Inspection Hold Points – Activities and Tasks relating to any Hold Point during Manufacturing or Assembly which requires Buyer or other Third-Party Witness.

• Installation – Due to the complexity of the installation, a separate installation schedule shall be provided. Minimum milestones to be included are mobilization dates, equipment delivery dates, demolition start/finish dates, harp installation start/finish dates, HRSG repair start/finish dates, and final demobilization dates. Additional information will be provided as required to facilitate overall outage planning activities by Owner.

4.3 The initial submittal for Buyer’s review should be no more than 4 (four) weeks after Award. The schedule shall show planned vs. actual progress and % complete for each activity. Bidder, Seller, Materialman, or Contractor shall submit an update of the schedule(s) as required by the Bidder, Seller, Materialman, or Contractor Deliverable Schedule.

4.4 If Bidder, Seller, Materialman, or Contractor’s progress on any critical path item or milestone in the schedule is, or is reasonably forecasted to be, delayed by five (5) days or more as compared to the schedule, and until Bidder, Seller, Materialman, or Contractor’s progress on such critical path item or Milestone complies with the schedule, at the request of Buyer, Bidder, Seller, Materialman, or Contractor shall, at its own cost, establish and submit to Buyer a comprehensive acceleration plan to resolve the issues causing such delay and to regain compliance with the schedule. The Buyer and Bidder, Seller, Materialman, or Contractor shall consult in good faith and such plan shall be subject to the approval of Buyer. Following approval by Buyer, Bidder, Seller, Materialman, or Contractor shall promptly implement the plan. Unless the underlying cause for delay constitutes a Change, neither the preparation nor the implementation of such plan shall constitute a Change.

5. QUALITY ASSURANCE 5.1 The Equipment and Service requirements for this scope of supply are as specified by this document and

referenced codes. It is Bidder, Seller, Materialman, or Contractor’s responsibility to integrate these

Page 25: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

requirements with their existing quality program plan to fully comply with Buyer requirements. A WPS/PQR, traveler program, etc. is requested.

5.2 The Bidder, Seller, Materialman, or Contractor shall give the Owner and any Owner-designated representatives reasonable escorted access to design, manufacturing, production, or testing at Bidder, Seller, Materialman, or Contractor’s facilities and those of its lower tier suppliers facilities during all scheduled working hours for the purpose of observing the Work to include inspection and witnessing of shop tests, and expediting design, and equipment or material to be included in the Work. Such visits do not constitute approval of in-process Work or relieve the Bidder, Seller, Materialman, or Contractor of any responsibility for compliance with the requirements of the Contract Documents and shall not be considered as a reason for a schedule change or as a waiver of warranty or other rights.

5.3 Bidder, Seller, Materialman, or Contractor shall prepare an Inspection and Test Plan (ITP) consistent with the requirements of this Specification and the Bidder, Seller, Materialman, or Contractor's Quality Control Program. The ITP shall sequentially list all major manufacturing operations, applicable inspections and tests, and related Bidder, Seller, Materialman, or Contractor's special process, inspection and test procedures (by title) and the acceptance/rejection criteria for each inspection or test.

5.4 A minimum advance notice of (15) business days is required for Owner required witness or hold points. Owner hold/witness points are required to be included as Milestones on the project manufacturing schedule.

5.5 Bidder, Seller, Materialman, or Contractor shall use qualified personnel (in accordance with industry Standards) to perform and inspect special processes such as welding, NDE testing, painting, etc. If special processes are conducted by unqualified personnel, then Buyer shall have the option to have the work in question retested/reworked, at Bidder, Seller, Materialman, or Contractor’s expense and/or reject the work/product.

5.6 Bidder, Seller, Materialman, or Contractor shall establish and maintain a documented inspection system capable of producing objective evidence that all material, manufactured parts and assemblies comply with the quality requirements of this Specification. An inspection traveler, ITP, clear specifications, prefab meetings and etc. are requested.

5.7 Bidder, Seller, Materialman, or Contractor is required to request approval in order to deviate from the provided any design specification, drawing and/or the purchase order itself. The Bidder, Seller, Materialman, or Contractor is required to submit a Supplier Deviation Request (SDR) immediately after it is determined that a deviation is necessary. Requests for Information (RFIs) or Technical Queries (TQs) may be utilized to determine whether deviations are considered necessary.

5.8 If an unauthorized substitution of material has been made or fabrication that does not meet specification has begun, the Bidder, Seller, Materialman, or Contractor must prepare and submit a Non-Conformance Report (NCR) with proposed disposition for approval. Any departure from the requirements of this specification or anything that renders the quality of an item indeterminate shall be considered a nonconformance and must go through the NCR approval process whether as outlined in the Bidder, Seller, Materialman, or Contractor’s QA manual or otherwise approved by Buyer.

6. CODES AND STANDARD 6.1 The equipment shall, in all respects, conform to industry standards of engineering, materials, construction, and

workmanship and shall have capacity to operate efficiently, satisfactorily, and without excessive wear or maintenance under the service conditions stated in this specification. The equipment shall be designed for a 30-year operational life.

6.2 All equipment and services provided shall, as a minimum, be designed, fabricated, and supplied in compliance with the latest edition of the following Codes and Standards, unless specified otherwise:

o American Society of Mechanical Engineers - Boiler and Pressure Vessel Code - Section I, 2017 Edition.

o American Society of Mechanical Engineers - Boiler and Pressure Vessel Code - Section VIII Div. 1,

2017 Edition

Page 26: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

o American Society of Mechanical Engineers - Boiler and Pressure Vessel Code - Section V, Latest

Edition - Non-destructive Examination.

o American Society of Mechanical Engineers - Boiler and Pressure Vessel Code - Section IX, Latest Edition - Welding and Brazing Qualifications.

o American Society of Mechanical Engineers - Boiler and Pressure Vessel Code - Section II, 2017 Edition - Materials Specification.

o American Society of Mechanical Engineers - ASME BTH-1 – Design of Below-the-Hook Lifting

Devices, 2017 Edition.

o American Society of Mechanical Engineers - ASME B30.20 – Below-the-Hook Lifting Devices, Latest Edition.

o American Society of Testing and Materials (ASTM).

o American Welding Society AWS D1.1 - Structural Welding Code, Latest Edition.

o American Welding Society AWS D14.1 – Specification for Welding of Industrial & Mill Cranes and Other Material Handling Equipment, Latest Edition.

o AISC Specification for the Design, Fabrication and Erection of Structural Steel for Building.

o AISC Standard Practice for Steel Buildings and Bridges.

o SSPC - Surface Preparation Specifications, “A Guide to the Shop Painting of Structural Steel.

o AISC Specification for Structural Joints using High Strength Bolts.

o Occupational Safety and Health Administration (OSHA). o Uniform Building Code (UBC) o All Federal, State, and local codes, laws, and standards including building codes where applicable.

o Any additional applicable codes or laws specifically called-out in the supporting specifications.

6.3 In the event of any conflict between standards, codes, or specifications, Bidder, Seller, Materialman, or

Contractor shall refer the conflict to the Buyer for written resolution.

7. GENERAL DESIGN & FABRICATION REQUIREMENTS

7.1 All components shall be designed and fabricated in strict accordance with the requirements of this specification and all applicable codes.

7.2 All drawings shall be submitted to Buyer for review and comment prior to release for fabrication. Minimum document submittals are detailed in the included Bidder, Seller, Materialman, or Contractor Deliverable Schedule (SDS).

7.3 Pressure retaining components and threaded fasteners originating from the People’s Republic of China (PRC) or India are strictly prohibited. If materials used are discovered to be in non-conformance with this requirement, it shall be removed and replaced at the Bidder, Seller, Materialman, or Contractor’s expense.

7.4 Bidder, Seller, Materialman, or Contractor shall be responsible for all ASME Section I Code calculations including weld and nozzle reinforcement calculations. Code calculations shall be submitted for Buyer review.

Page 27: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

7.5 Harps must be designed to provide in-kind steam production. Computational modeling results are required to be

submitted with Bidder, Seller, Materialman, or Contractor’s proposal to confirm the expected thermal performance.

7.6 Under no circumstance will the modified Harp design be allowed to exceed the original steam design conditions

or existing safety relief valve capacity.

7.7 In the event details of pressure component connections are not specified by Buyer, the Bidder, Seller, Materialman, or Contractor shall design and submit to Buyer appropriate code design calculations.

7.8 All materials shall be provided as specified in project specifications and drawings. The Bidder, Seller,

Materialman, or Contractor is encouraged to suggest alternatives if they provide significant advantage in cost and/or assembly time. Material substitutions will not be allowed unless written authorization is provided by Buyer. All materials of construction shall be clearly indicated Bidder, Seller, Materialman, or Contractor Project Drawings.

7.9 All pressure part materials supplied or installed shall be in accordance with the applicable code(s)

requirement(s) listed in this specification and shall include Material Test Reports (MTR's) and the appropriate code documentation (e.g.P-4, P-4A, or R-1).

7.10 Beveled butt weld end connection preparations shall be shown on Bidder, Seller, Materialman, or Contractor

drawings and shall conform to ASME 16.25 Figures 2A or 3A, as applicable.

7.11 Flame or plasma cut edges shall be ground to sound metal and visually inspected to assure no sharp edges remain. Machined and sheared edge preparations and drilled holes shall be deburred.

7.12 The module tilting frame and handling equipment shall be designed per ASME BTH-1 Service Class 0 and load-

tested per ASME B30.20 with certifications for testing. All welding shall be as per AWS D14.1, with AWS D1.1 as an applicable supplement. Lifting devices require complete traceability per ASME B30.20 of materials and welders/assemblers

7.13 Bidder, Seller, Materialman, or Contractor shall provide drawings, calculations, and load test data to confirm

compliance of the manufactured lifting devices to the above ASME regulations and requirements.

7.14 All structural framing, bolted connections shall use A325 or A490 high-strength bolts unless noted otherwise (reflected on applicable drawings). Threaded fasteners are subject to material origin restrictions.

7.15 All Material Certifications (MTRs) to be clear and legible. Faxed copies should be avoided. MTRs provided by

intermediary suppliers should indicate intermediary supplier acceptance by stamp or cover page.

7.16 For casing and structural removal & replacement, all welding and inspection criteria shall be in accordance with AWS D1.1 requirements, unless otherwise noted on the drawings or in the specifications.

8. BENDING, WELDING, INSPECTION, & TESTING REQUIREMENTS 8.1 Bidder, Seller, Materialman, or Contractor shall submit all welding, heat treatment, and NDE procedures for

Buyer approval prior to manufacturing. All procedures and qualifications shall be in accordance with the requirements of the applicable ASME codes and the requirements of this specification.

8.2 Bidder, Seller, Materialman, or Contractor shall submit the project specific Traveler(s)/ITP(s) for approval prior to manufacturing. Formatting of this documentation shall allow for clear identification and tracking of all Buyer required witness points (WP) and hold points (HP) that are indicated upon the review and approval process.

8.3 Bidder, Seller, Materialman, or Contractor shall submit all tube bending procedures to Owner for review and

approval prior to manufacture. Completed tube bends shall meet the following tolerances:

Page 28: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

• Degree of Bend = ± 0.5º • Radius of Bend = 1% of specified radius • Bend Flatness = 1% of specified radius • Plane of Bend = ± 1º • Maximum Ovality in Bend Area = 10%

8.4 All harp assemblies to be provided with a maximum of 1/2” squareness tolerance. Overall harp assembly length and width tolerance shall not exceed +0”, -1/4””.

8.5 Tube to tube splices or additional circumferential piping butt welds are not allowed without written approval of Owner.

8.6 Procedures for handling filler metals shall follow manufacturer’s recommendations. Low hydrogen electrodes

shall be stored and handled during use in a manner that will maintain their low hydrogen characteristics.

8.7 All welding materials shall be stored in a controlled access, clean, dry area that is weather tight and is maintained at a temperature between 40°F (4°C) and 140°F (60°C).

8.8 The use of the short-circuiting transfer mode of the gas metal arc welding (GMAW-S) process is prohibited

without specific prior approval by Buyer.

8.9 At a minimum, GTAW is required for all tube-to-tube welds and root welding of piping, endplate, and nozzle welds.

8.10 Backing rings and consumable inserts shall not be used without written approval of Buyer.

8.11 Flame preheating of base material greater than or equal to 1” is prohibited. PWHT will follow ASME Sect.1

PW.39.

8.12 Heat treatment shall meet AWS D10.10 requirements at minimum. The preferred method for heat treatment of module harps is a clamshell-type furnace, using ceramic or induction type elements and controlled by at least 5 thermocouples located at the endplates, nozzles, and tube-to-header welds.

8.13 Bidder, Seller, Materialman, or Contractor to maintain traceability to the welder that performed each pressure

part weld and pressure attachment. This may be performed by stamping the welds with the welder's number or symbol, or by use of weld maps.

8.14 Each welder proposed for tube to header welding must perform a mock-up test and pass subsequent visual examination described herein before being released for production welding. The mock-up test involves welding of at least adjacent six tube stubs to a piece of header pipe representing the most stringent actual welding conditions of the tube to header design, such as position, joint preparation, material thicknesses, sight and space limitations (for multiple designs, smallest actual pitch shall be selected). For each welder test, one mock-up tube to header weld is to be removed, cut cross section, sanded/polished, and macro etched at the weld area. All four macro etched weld cross-sections must be free of inclusions, lack of fusion, cracks, suck back, cold laps, porosity, lack of penetration, and excessive undercut to be considered acceptable. Prior mock-up testing results for welders may be considered adequate by Buyer providing complexity of previous tube to header design configuration is similar or more stringent and relevant welding experience does not date back more than 6 months prior to start of current production.

8.15 All welds shall be subject to nondestructive examination (NDE) as required by the applicable code and the

requirements of this specification. Acceptance standards shall be in accordance with the required examination method. Rejected welds must be repaired or reworked and reexamined per the original NDE method. NDE records shall be maintained per the applicable code and submitted with the final Quality Data Book.

8.16 100% of module header endplate welds shall undergo UT examination and 100% of piping butt welds shall

undergo volumetric examination per the requirements of ASME Section I, PW-11.

Page 29: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

8.17 100% of lifting/hanger lug and header nozzle welds shall be inspected using MT (Magnetic Particle Testing) or PT (Liquid Dye Penetrant Testing). 100% of tube to header welds shall be inspected using MT or PT. 100% of all non-load bearing attachment welds (e.g. tube sheets/vibration supports) shall also undergo MT/PT examination.

8.18 All welds shall receive 100% visual examination (VT). 100% of tube to header welds shall be visually examined

from the inside diameter of the header via adjacent tube or nozzle openings. A borescope can also be used to enable this inspection. All lack of penetration, suck back, cold laps, porosity, or lack of fusion shall be considered reject able and are to be repaired to visually acceptable conditions.

8.19 Any weld failing any NDE requirement or otherwise considered unacceptable shall be repaired and receive

subsequent evaluation involving, at a minimum, successful NDE identical to that failed originally. 8.20 All Quality records including Welding/NDE/PWHT/hydrotest/dimensional inspection/Painting Inspection reports,

signed ITPs/Travelers/Checklists, ASME Data Reports, and any other associated documentation shall be properly maintained and submitted to the Buyer prior to shipment. Buyer shall have final authority for acceptance of required documentation, including radiographs

8.21 Bidder, Seller, Materialman, or Contractor shall maintain complete material traceability by heat number for each pressure part component being fabricated. Lifting devices require complete traceability per ASME B30.20 of materials and welders/assemblers.

8.22 Shop Inspectors must possess sufficient training and experience to perform the required inspections. NDE

personnel should be qualified per ASNT-TC-1A.

8.23 All measuring and test equipment used to validate items shall have valid and current calibration certificates with reference to a National Standard.

8.24 All harps shall be individually hydrostatically tested at the fabrication facility prior to shipment. The test shall be

conducted at 1.5x the design pressure and follow ASME Section I guidelines for hydrostatic testing. Shop hydro testing of these components in the presence of the fabricator’s Authorized Inspector shall be documented in Section 14 of the final signed Partial Data Report, Form P-4.

8.25 Each HRSG module harp shall be shop hydrostatic tested in accordance with ASME Boiler and Pressure Vessel

Code, Section I, prior to assembly. All module harps shall be drained and the internal surfaces blown completely dry after hydro testing. Hydrotest reports shall be submitted to Buyer. Test water should be clean and potable prior to the addition of inhibitor (VCI). Current water analysis of the hydrostatic test water shall be provided as part of the Vendors documentation package to include PH, silica, and turbidity.

8.26 The module lifting frame and associated handling equipment shall be load-tested per ASME B30.20.

9. TUBE FINNING 9.1 Finning should conform to “The International Standards for Dimensions, Tolerances and Tests for High

Frequency Resistance Welded Finned Tubes” at minimum unless approved by Owner. Fabrication shall follow ASME IX requirements at a minimum.

9.2 The tube finning facility shall develop and use procedures and instructions as shop standards for the finning processes. Standard shop instructions should detail welding processes, machine settings, operator criteria, tolerances, visual indicators, bending, safety, etc. These weld & process procedures, instructions, and other information shall be submitted to Owner upon request.

9.3 Materials used in and for finning shall comply with these requirements unless approved by Owner. Traceability

of materials through the manufacturing process is required.

9.4 Fin material is to be cold finished, annealed and descaled slit edge strip.

Page 30: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

9.5 Fins shall be made an integral part of the tube through a full penetration, continuous electric resistance, high frequency weld that results in a mechanically strong and thermally conductive surface bond between the tube and fin. The fin to tube weld shall be fused over at least 90% of the fin thickness for at least 90% of the length of the weld. The remaining weld length shall be fused a minimum of 50% of the fin thickness. Macro examination after every machine, machine setting change, and every 100 tubes is required. As well as a white metal test at 5% minimum.

9.6 Interruptions in welding, which can include a complete lack of fusion, a weld with less than 50% fusion, or an

absence of finning resulting in a bare section of tube shall be allowed on up to 2% of the weld length. No interruption may exceed 1 inch in finned tube length, span more than five consecutive fin wraps, or occur within 6 inches of another interruption or the end of a finned section. See Figure 1 below.

9.7 Tubes after finning are to be of specified length + 0.125” / - 0.000” and are to be free of internal debris.

9.8 All fin parameters, such as segments/revolution, density (fins/inch), fin height, weld quality, etc., are vital factors in heat transfer performance. Owner reserves the right to randomly sample finned tube quality for compliance

Page 31: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

with the fin parameter tolerances provided in the table below. Failure to meet these requirements may constitute rejection. Rework and replacement costs shall be borne by the Bidder, Seller, Materialman, or Contractor.

9.9 Finned tubes must be inspected for damaged and/or bent fins. Damaged and bent fins are defined as follows: • Damaged Fins are fins that are bent or crushed to the extent that they are in contact with adjacent fins. • Bent Fins are fins that are bent more than 10% inclination from vertical but are not in contact with

adjacent fins.

9.10 Damaged and bent fin acceptance criteria is as follows: • All bent fins must be straightened.

Page 32: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

• Damage to the fin does not result in damage to the base tube. • Damaged fin and bent fin may be reworked by any means that is not detrimental to the base tube.

9.11 The following figures are intended to provide clarity to concepts and terms described in this section.

Page 33: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other
Page 34: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

10. GENERAL INSTALLATION REQUIREMENTS

10.1 Bidder, Seller, Materialman, or Contractor shall furnish all materials (including consumables), scaffolding, tools, labor, equipment, incidentals, and any un-considered components such as liner, insulation, etc. necessary to complete the LP EVAP replacement describe herein.

Page 35: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

10.2 Bidder, Seller, Materialman, or Contractor is responsible for returning all disturbed components and auxiliary equipment to the as-found condition. It is the Bidder, Seller, Materialman, or Contractor’s responsibility to develop an installation plan that minimizes impacts to the building structure and other plant equipment or systems.

10.3 Field cuts in grating shall be kept to a minimum. The Contractor making the cuts shall provide toe guards at all

openings larger than 4 inches in diameter. Toe guards shall be steel plate at least ¼ inch thick and shall extend six inches above plat from supporting steel. For openings smaller than 4 inches in diameter, Contractor making the cut shall neatly band the hole with galvanized bars the same size as the grating longitudinal bars. The banding shall be securely welded to the grating, thoroughly cleaned and coated with “Galv-Weld” or equivalent product AWS D1.1 wherever the galvanizing has been disturbed. All welding to grating or structural steel, including temporary welds for tuggers, monorails, etc. shall be performed in accordance with an approved welding procedure.

10.4 Backing rings and consumable inserts shall not be used for shop or field welds except where specifically

approved in writing by Owner.

10.5 Bidder, Seller, Materialman, or Contractor is responsible for providing all required project support staff (e.g. Quality Control, Safety, etc.). At a minimum, one (1) Dedicated Safety Professional and one (1) Dedicated CWI will be required per shift.

10.6 Bidder, Seller, Materialman, or Contractor shall provide all temporary lighting as required to support construction

activities.

10.7 Bidder, Seller, Materialman, or Contractor shall include with their proposal a detailed execution plan adhering to a format similar to that identified below. This plan should support the milestone schedule required by Section 1 of this specification and be presented in GANTT chart format.

10.5.1. Execution Plan

10.5.1.1. Narrative describing overall Project and how the separate scopes in this Specification would be executed simultaneously.

10.5.1.2. Detailed description of rigging plans for each of the scopes 10.5.1.2.1. Identification of rigging lanes needed (internally and externally) 10.5.1.2.2. State how the weld lines and rigging inside furnace will be accessed 10.5.1.2.3. Rigging plans and critical lift plans must include visual indicators of the plan. Further,

protection of underground components such as duct banks and piping must be considered in the project plan

10.5.1.3. Sequencing of Evaporator removal and installation 10.5.1.4. Plan for staging any removed components which will be reinstalled (including how much floor

space will be needed) 10.5.1.5. Method of disposal of old harps 10.5.1.6. Quantity and dimensions of office/break/tool trailers Contractor will utilize on site 10.5.1.7. Quantity of 480v hook ups required in Boiler house, by Package

10.5.2. Schedule 10.5.2.1. Identify proposed work schedule for each scope (2x6x10; 1x5x10, etc.) and provide intended

manpower, loading charts/curves, crew sizes, etc. 10.5.2.2. High Level Project schedule that fits within the dates identified

10.5.3. Org chart of site management team 10.5.3.1. All indirect labor personnel positions and names, if known, or TBD 10.5.3.2. State number of crews / craft Foremen by Package 10.5.3.3. Resume for Project Manager and Boiler Superintendent

10.5.4. 100% Volumetric NDE 10.5.4.1. State what method is to be used for field welds (RT, UTPA) 10.5.4.2. Note quantity of RT sessions and proposed window (e.g. 0300-0700, Sundays, etc.)

10.5.5. Statement of acceptance of specified Liquidated Damages 10.5.6. Identify whom will be responsible for the daily submittal of progress report

Page 36: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

10.5.7. Statement that Bidder understands and acknowledges that any Subcontractors utilized to perform any physical labor onsite for any of these scopes must possess valid TWIC.

10.8 Bidder, Seller, Materialman, or Contractor will reasonably cooperate with Owner to provide any reasonably

requested information. This includes, but is not limited to, information to aide in overall outage coordination.

10.9 Contractor may be requested to perform extra work beyond that which is covered in this Specification. A change order defining the cost of performing such work will be agreed upon prior to its occurrence and documented. At Owner’s option, this may be performed on a T&M basis.

10.10 Bidder, Seller, Materialman, or Contractor shall, and also ensure that all Subcontractors work to an

environmental management system which is compliant with all Applicable Laws, the Technical Specifications, and is acceptable to the Contractor.

10.11 All construction debris shall be disposed of according to Federal, State, and Local laws. Contractor shall be

responsible for proper disposal of all construction debris generated in performing the Work. Owner shall supply onsite dumpsters for debris for use by Bidder, Seller, Materialman, or Contractor. Both a general waste and waste iron hopper will be provided. Owner will be responsible for disposal of hoppers offsite. Dumpsters will be located as close as possible to the unit

10.12 Storage and Related Matters. Bidder, Seller, Materialman, or Contractor shall maintain the new and clean

condition of all materials associated with the Work. Bidder, Seller, Materialman, or Contractor shall comply with all receipt, storage and maintenance requirements recommended by the relevant manufacturer or, if there is no recommendation, as set forth in the Technical Specifications or, if there is no recommendation set forth in the Technical Specifications, consistent with Good Industry Practices.

10.13 The Owner shall have final acceptance approval of all materials, workmanship, and inspections in accordance

with the applicable codes and standards or this Specification. Any material, workmanship, or inspection found to be unacceptable shall be repaired, reworked, and/or re-inspected to the satisfaction of the Owner and shall not be placed into service until written approval is obtained from the Owner. An NCR procedure shall be used in this case.

10.14 Final installation shall be acceptance tested in accordance with the National Board Inspection Code (NBIC).

During outage planning prior to mobilization, the Erector, the Owner’s Authorized Inspection Agency and the Owner shall agree upon the method of test.

10.15 After the evaporator lower manifolds are severed from the tube harp piping, flush out any debris and dry the

internal surfaces, Protect the internal surfaces from moisture and debris with a cap over each opening.

10.16 The contractor will be responsible for installing customer supplied blanks between the GT exhaust stack and boiler duct inlet and remove prior to putting the HRSG back into service.

11. PROJECT LIFT & RIGGING REQUIREMENTS

11.1 General

11.1.1 The provisions of this section are applicable to all Bidder, Seller, Materialman, or Contractor Lifting and Rigging activities. Work not included under this provision includes material handling such as with forklifts or lulls (unless an approved lifting plan is used), shovel operation, conveyors, elevators, power scaffold, or scaffold.

11.1.2 Work explicitly prohibited on the site includes high-line tension rigging, side loading a mobile

crane, outdoor lifting during high wind or severe storm advisories, lifting over individuals, over-rated lifts, and lifts involving the use of “home-made” or non-engineered below the hook lifting devices.

Page 37: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

11.1.3 Should the Bidder, Seller, Materialman, or Contractor have an established and formal lift program already in place it may be submitted for review by the Owner. Wherever conflicts exist between the two, the more stringent shall be applied.

11.1.4 Bidder, Seller, Materialman, or Contractor is responsible for ensuring that personnel and

subcontractors under their direction comply with this document.

11.1.5 Bidder, Seller, Materialman, or Contractor shall provide all tools, personnel, material, and equipment necessary for the complete Lifting and Rigging of the work unless specifically noted otherwise.

11.1.6 Bidder, Seller, Materialman, or Contractor is responsible for ensuring that all personnel and

subcontractors under their direction are adequately trained for the work.

11.1.7 Bidder, Seller, Materialman, or Contractor shall appoint a single point of contact that is familiar with all aspects of the lifting and rigging during the lift planning and execution (mobilization through demobilization).

11.1.8 Personnel training shall comply with all site-specific requirements, “Environment, Health and

Safety (EHS) standards and all Occupational Safety and Health Administration (OSHA) and American National Standards Institute (ANSI) Standards.

11.2 Lift Planning

11.2.1 All Bidder, Seller, Materialman, or Contractor lifting and rigging activities shall be planned in

advance of the work and documented.

11.2.2 All Bidder, Seller, Materialman, or Contractor lift plans shall be documented unless explicitly exempted in writing by the Owner.

11.2.3 Bidder, Seller, Materialman, or Contractor can apply for exemption from a documented lift

planning (for simple lifts only) provided the request is submitted in writing to the Owner at least four (4) weeks prior to the work.

11.2.4 Complex Lift Plans must be submitted to the Owner for review and approval ten (10)

business days prior to the work. Complex Lifts are defined per the below and are to be considered complex regardless of the magnitude of the lift.

11.2.4.1 Lifting personnel.

11.2.4.2 Load is difficult to balance or secure.

11.2.4.3 Lift using attachment points below the load center of gravity.

11.2.4.4 Lift will be within 10’ of energized equipment or within 50’ of energized electrical

lines.

11.2.4.5 Lift involves procedural controls to perform safely.

11.2.4.6 Lift is performed outdoors during adverse weather conditions.

11.2.4.7 Lift involves multiple lift rigging or “Christmas-Treeing.”

11.2.4.8 Lift failure could damage high value or long lead time procurement items.

11.2.4.9 Lift failure could significantly impact plant operations.

Page 38: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

11.2.4.10 Lift will require the use of mobile crane or barge or using the “on rubber” load chart.

11.2.4.11 Load will be lifted over hatchways or floors where there is a risk of load punching

through floors where personnel are working at lower elevations.

11.2.4.12 Lifting site assembled materials or equipment.

11.2.4.13 Center of Gravity of the load in unknown or is more than 12” from equipment centerline.

11.2.4.14 Lift involves rotating, flipping, or up-ending loads.

11.2.4.15 Lift involves side loading the drum of a bridge or gantry crane.

11.2.4.16 Sling angles less than 30 degrees from horizontal.

11.2.4.17 Lift involves use of an equalizer beam or any other fabricated, below the hook

lifting device.

11.2.4.18 Lift involving the use of a bolted or welded attachment to an existing structure.

11.2.4.19 Lift involving use of snatch blocks or tuggers.

11.2.4.20 Lift that will be performed using two (2) or more hoists or cranes.

11.2.4.21 Lift where the load is within 10% of the rated capacity of the lifting or rigging equipment.

11.2.5 Lifting Plan scope must include all rigging, lifting and handling or materials including but not

limited to piping, structural steel, permanent equipment, ductwork as well as auxiliary equipment necessary to complete the work.

11.2.6 Lifting Plan scope must include material/load handling including lifts, loading or unloading,

lateral movement, transportation, storage, assembly if applicable and shall include all handling from delivery to site, final installation or removal as necessary.

11.2.7 Lifting Plan or summary must be in possession of the crane/hoist operator and lead rigger at

all times during the execution of the work.

11.2.8 The format for the Lifting Plan shall include the following at a minimum:

11.2.8.1 A brief narrative describing the lift including a general description of material to be handled including dimensions, lift points, and special features to be utilized to accomplish the lift/handling, travel path, interferences, areas to be roped off, and laydown are, and any other important information related to the lift.

11.2.8.2 Weights and Centers of Gravity.

11.2.8.3 Sketches showing dimensions supporting each phase of the lift and including all

connection details needed to complete the lift.

11.2.8.4 List of rigging and hardware to be used in the work.

11.2.8.5 Sketches detailing the locations of all attachments to the existing structure and all forces acting upon those structures.

Page 39: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

11.2.8.6 Crane load chart for proposed configuration.

11.2.8.7 Sketch detailing travel path along with areas to be barricaded and roped off.

11.3 Tools and Equipment

11.3.1 The Bidder, Seller, Materialman, or Contractor shall provide a complete list of all equipment to be brought on-site.

11.3.2 The list shall include any equipment to be used in lifting activities such as cranes, electric or

air hoists, manual hoists, forklifts, etc.

11.3.3 Any equipment brought on-site that must be lifted or lowered to the work area must be provided with factory installation and designated lifting attachment points and the weight of the equipment must be provided with any other pertinent information (i.e. center of gravity, attachment load, distribution, etc.)

11.3.4 If equipment is to be lifted and is not provided with factory installed lifting attachments the

Bidder, Seller, Materialman, or Contractor shall provide acceptable documentation of manufacturer’s approved lifting attachment points and distribution of load to those points.

11.3.5 Any equipment provided that will be used to transport loads across any surface other than

site pavements shall be provided with gross weight, outline dimensions, wheel loads for self-weight in addition to cargo weight.

11.3.6 All equipment used in lifting and rigging activities shall be inspected, tested, maintained and

operated in accordance with all manufacturer’s recommendations in addition to OSHA and ANSI requirements.

11.3.7 All cranes and hoists shall have current periodic (annual) third party inspection and the

certification shall be located in a visible area.

11.3.8 All rigging equipment and tools (hoists, hardware, slings, etc.) shall be manufactured in the United States.

11.3.9 Any tools or equipment that are not of US origin must be reviewed and approved by the Site

Lift Coordinator and the Bidder, Seller, Materialman, or Contractor is responsible for providing all documentation necessary for review.

11.3.10 If the scope of work requires the use of a base mounted drum hoist or “tugger”, the tugger

must be approved by the Lift Coordinator through the use of a written lift plan.

11.3.11 All tugger(s) used on the site shall have an operation tag issued by the Lift Coordinator and no tugger shall be used to lift any load until the operation tag is placed.

11.3.12 All tuggers used on the site shall be load tested to 110% before being approved for use.

11.3.13 Forklifts shall only be used in manufacturer approved configurations; Loads shall not be lifted

from beneath by direct attachment to forklift tines and forklift lifting attachments shall not be used without documented manufacturer approval.

11.3.14 Lifting with personnel lifts and other similar equipment is strictly prohibited.

Page 40: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

11.4 Personnel

11.4.1 The Contractor shall insure that all personnel involved in rigging activities have an appropriate level of experience for the task(s) assigned.

11.4.2 All rigging activities shall be overseen by a “lead” or Advanced Rigger.

11.4.3 The “lead” rigger(s) shall be the most qualified and experienced rigger and all complex lifts

shall be performed under the direct supervision of a lead rigger.

11.4.4 The “lead” or advanced riggers shall be certified by a recognized organization such as “Wire Rope and Rigging Consultants” or equivalent.

11.4.5 No Contract operator shall operate equipment without proper certification for that specific

equipment on the site.

11.4.6 The Contractor shall provide a list documenting equipment to be used for lifting and rigging and the approved operators for that equipment.

11.5 Engineering Support

11.5.1 Lift plans requiring engineering support shall be subject to all provisions of this section as

follows:

11.5.1.1 All structural attachments and/or devices necessary for installation of the Project shall be designed by or under the direct supervision of structural engineer registered in the state of North Carolina, to include soil load testing.

11.5.1.2 The engineer of record shall be experienced in the analysis and design of lifting

systems and any calculations and engineering sketches provided for that purpose shall bear the seal of the responsible engineer.

11.5.1.3 All engineering calculations and fabrication/installation details, until load is removed

from crane to final position, shall be considered a part of the lift plan and, as such, shall be submitted along with the plan and approved by the Lift Coordinator prior to use.

11.5.1.4 Analysis and design of all new attachments and devices shall be in accordance

with applicable OSHA, AISC, ACI, AWS, ASME and ANSI codes amended to date.

11.5.1.5 All analysis and design for new steel shall be done in accordance with AISC “Allowable Stress Design Specifications”, Thirteenth (13th) Edition.

11.5.1.6 Analysis of existing steel structure shall be in accordance with the AISC “Steel

Construction Manual”, Seventh (7th) Edition.

11.5.1.7 Analysis and design of new concrete facilities to support lifting and rigging activities shall be in accordance with ACI-318, latest revision.

11.5.1.8 Analysis of existing concrete structure shall be in accordance with ACI-318-63.

11.5.2 Installation and use of new facilities for Lifting and Rigging shall comply with the following

provisions:

11.5.2.1 Fabrication and installation of all new steel and attachments to existing steel shall be done in accordance with Owner approved sketches and any deviation from the

Page 41: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

engineer’s drawings or specifications shall be approved in advance by the engineer of record and the site Lift Coordinator.

11.5.2.2 All steel used shall be ASTM A-36 or better.

11.5.2.3 All welds shall be made using E-70XX low hydrogen electrodes or equal.

11.5.2.4 All welding shall be done in accordance with ANSI/AWS D1.1 “Structural Welding

Code” as amended to date.

11.5.2.5 All welding shall be performed by a qualified welder. All welding must be performed to a proven weld procedure detailing at a minimum; the materials to be joined, weld process, filler material, required preheat and any testing used to prove acceptance.

11.5.2.6 All welds shall be visually inspected by third party certified welding inspector (CWI)

and certain welds may, at the discretion of the Project Manager, be tested by a third-party inspector using non-destructive methods.

11.5.2.7 All welds for below the hook lifting devices shall be tested by a third-party inspector

using non-destructive methods (MT or PT) and documentation shall be provided to Lifting Coordinator prior to approval for use.

11.5.2.8 All holes shall be drilled or sub-punched and reamed to diameter indicated on

sketches and shall not be oversized.

11.5.2.9 Bolting materials, if used, shall comply with “Specification for Structural Joints Using ASTM A325 or A490 Bolts”.

11.5.3 At their discretion, the Project Manager may require that any device fabricated for the Project

and used for lifting, rigging or material handling be left in place after task is complete. Structures lifting devices and/or attachments designed for lifting and designated, in advance, to remain as a permanent installation shall meet the following criteria:

11.5.3.1 Structure shall be coated in accordance with Owner coating specifications. The

Contractor shall touch-up in accordance with the Specification after installation is complete.

11.5.3.2 Any structure used for lifting to be left in place after completion of the Project shall

be documented on Owner design drawings and formal calculations shall be submitted.

11.5.4 Removal of all structural attachments shall comply with the following provisions:

11.5.4.1 The Contractor shall be responsible for removing all structural attachments not

identified in advance as permanent by the Project Manager.

11.5.4.2 All damage to the existing structure shall be repaired in accordance with direction of Project Manager.

11.5.4.3 Existing coatings shall be repaired in accordance with Owner specifications.

12. SHIPPING AND DELIVERY REQUIREMENTS

12.1 Supplier is responsible for providing adequate and suitable packaging and preservation for the Supplier’s scope

of supply, including any scope provided by a Sub-supplier or Fabricator, in order to ensure full protection against damage during handling, transportation, and storage. All openings should be capped and sealed. All items should be clearly marked for identification.

Page 42: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

12.2 Products susceptible to corrosion must be packaged in a dry non-corrosive environment for the duration of

shipment and storage. The degree of protection depends on the item being packaged and its sensitivity to moisture.

12.3 All pipe threads, weld ends, threaded studs and other similar items exposed to weather and subject to

mechanical damage and not otherwise protected or packaged shall be coated with a suitable preservative at threads or machined surfaces and protected with metal or plastic pipe caps or thread protectors in order to prevent entrance of dirt, rusting, and other surface deterioration.

12.4 Tube or pipe ends shop machined or otherwise prepped for field welding shall be deburred and cleaned. The

prepared surface shall be free of oil, grease, rust, scale, paint or other foreign materials. Only plastic or metal caps are permissible to butt weld ends.

12.5 All openings that have been beveled for welding shall be provided with a closure designed to prevent entrance

of foreign materials and damage to the bevel.

12.6 Preservative manufacturer's instructions for use and application shall be followed. If there is any doubt about product compatibility with equipment during shipment and storage, consult the preservation product manufacturer, and/or Owner.

12.7 Preservation shall be accomplished in accordance with acceptable commercial practices unless otherwise noted

on the drawings. As a minimum, all surfaces to be preserved shall be cleaned to remove all dirt, scale, slag, rust, oil, and grease.

12.8 Ferrous heat transfer surfaces, such as the finned tubes on the modules, which are subject to corrosion during

shipping and jobsite storage, shall be protected externally with one coat of corrosion inhibitor, such as Aquasol or other Owner-approved equivalent.

12.9 All wetted-surfaces on the module harps shall be internally treated with a vapor phase corrosion inhibitor (VCI),

such as: Ashland Chemical Protecsol, Cortec VCI, or Owner-approved equal. Harp hydrostatic testing, draining, and preservation procedures shall be submitted to Owner for review.

12.10 Bidder, Seller, Materialman, or Contractor shall adequately seal all components for shipping and job site storage

after shop hydro and preservation treatment. SDS (MSDS) sheets for all coatings used in preservation shall be submitted to Owner prior to shipment.

12.11 During any lifting procedure, care should be taken to ensure the load is correctly distributed and balanced.

Balanced lifting will minimize effects of torsional instability and unwanted load concentrations in supporting members. Care shall also be taken to ensure that there is not sudden acceleration or deceleration during the lift. Contact of the lifting device or modules with any obstruction shall be avoided during the lifting procedure.

12.12 Special care shall be taken to ensure that the modules are stored not only in a horizontal position but must be

adequately supported and cribbed to avoid damage or strain on welded joints. Module harp shipping/handling drawing shall be provided by Bidder, Seller, Materialman, or Contractor and clearly indicate required support/cribbing locations for transport and storage.

12.13 Adequate temporary bracing (cribbing) shall be provided by shop fabricator, to support sections during

shipment.

Page 43: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

13. BIDDER, SELLER, MATERIALMAN, OR CONTRACTOR DELIVERABLE SCHEDULE (SDS) Bidder, Seller, Materialman, or Contractor’s Deliverable Schedule – HRSG LPEV Module Replacement Item Description Due Date Comments

1 CALCULATIONS 1a Thermal Performance Data – Computational Model Results With Proposal 1b ASME Code Calculations 4 Weeks ARO 2 DATA

2a Inspection and Test Plan 8 Weeks ARO 2b Final Heating Surface Data 4 Weeks ARO 3 DRAWING/DOCUMENT LIST

3a Drawing/Document List 4 Weeks ARO

3b Drawing/Document List Status Summary With Monthly Report

4 ERECTION 4a Field Installation Plan – General Overview 20 Weeks ARO

4b Detailed Harp Installation Plan – For Owner Review & Comment

10 Weeks Prior to Mobilization

5 GENERAL ARRANGEMENT DRAWINGS

5a Harp Assembly & Detail Drawings (Includes tube sheet drawings) 8 Weeks ARO

5b All Remaining Assembly Drawings (Baffles, Tilting Frames, etc.) 16 Weeks ARO

5c General Arrangement Drawings 18 Weeks ARO

5d Harp Installation Detail Drawings (Structural supports, rigging beams, harp loading)

10 Weeks Prior to Mobilization

6 QUALITY CONTROL 6a Quality Manual or ISO 9001 Certificate With Proposal 6b Certificate of Authorization for S and R Stamps With Proposal 6c Inspection & Test Plan – Harp Modules 6 Weeks ARO 6d Weld Procedures and Weld Qualifications – Harp Modules 6 Weeks ARO 6e Heat Treatment Procedures – Harp Modules 6 Weeks ARO 6f Weld Procedures and Weld Qualifications – All Remaining 10 Weeks ARO

6g Bend Procedure and list of all bend radius to diameter ratios, calculated percent strain for all materials 10 Weeks ARO

6h Partial Data Reports to Achieve Boiler Stamping (by Supplier & Authorized Inspector)

Upon Manufacturing

completion

Estimated Date

6j Cleaning, Painting, & Shipping Procedures 10 Weeks ARO

6k CMTR’s for all Pressure Parts 2 Weeks Prior to Manufacturing

6m Shop Traveler 2 Weeks Prior to Manufacture

6n Hydrostatic Test Results 2 Weeks After Shipment

6p Quality Data Books – Manufacturing 2 Weeks After Shipment

Estimated Date

6q Quality Data Books – Field Installation of Equipment 2 Weeks After Demobilization

Estimated Date

7 SCHEDULES

7a Milestone Schedule With Proposal

7b Detailed Engineering & Manufacturing Schedule – Bi-Weekly updates required upon start of manufacturing 4 Weeks ARO Bi-Weekly

Updates

Page 44: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

Required

7c Detailed Installation Schedule – Weekly updates required starting 4 weeks prior to mobilization 20 Weeks ARO

Weekly Updates Required

Notes:

1. Omission of information in the Submittal List above does not relieve the Bidder, Seller, Materialman, or Contractor responsibility to provide all required information for Contractor to complete design.

2. A separate Bill of Material document will not be provided prior to delivery. Individual drawings will include a

Bill of Materials, which will satisfy this requirement.

3. Foundation loads and shears reported shall be, at a minimum, as follows: Dead, Live, Wind, Seismic, Snow, Operating, and Excursion Pressure and Temperature.

Page 45: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

14. EXAMPLE INSPECTION & TEST PLAN

Page 46: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

15. TERMINAL POINT DRAWING

Page 47: PUBLIC WORKS COMMISSION FAYETTEVILLE, NORTH CAROLINA ...€¦ · The bid has been arrived at by the Materialman independently and has been submitted without collusion with any other

**End of Section**