legal notice and invitation to bid b #079-21

33
LEGAL NOTICE AND INVITATION TO BID B #079-21 The Brownsville Public Utilities Board will accept sealed bids for the Airport Substation Self- Supporting Steel Structures until 5:00 PM, August 25, 2021 in the Brownsville PUB Purchasing Office, 1155 FM 511, Olmito, Texas. Bids received after this time will not be considered. Bids will be publicly opened and read aloud on August 26, 2021 at 3:00 PM. Bidders can request a copy of the bid tabulation by emailing [email protected] or [email protected]. Vendors can call in at 3:00 PM, August 26, 2021 to (956) 214- 6020 to listen to the bid opening. Detailed specifications may be obtained at the following website: https://www.brownsville- pub.com/rfp_status/open/. Each bid shall be enclosed in a sealed envelope and shall be plainly marked on the outside of the envelope and on any carrier’s envelope: B079-21 AIRPORT SUBSTATION SELF SUPPORTING STEEL STRUCTURES, AUGUST 25, 2021, 5:00 PM”. This envelope shall be addressed to Diane Solitaire; Brownsville Public Utilities Board; Purchasing Department; 1155 FM 511, Olmito, Texas 78575. Each bid shall constitute an offer to the Board, as outlined therein, and shall be irrevocable for at least ninety (90) days after the time announced for the opening thereof. Firm is required to execute a contract and furnish a Supply Bond. The supply bond shall be valid from the notice of award until the acceptance of the Steel Structures. Additionally, in lieu of supply bond, a letter of credit (LOC) from a Texas institution is acceptable. If the successful firm fails to execute the contract and to furnish a satisfactory Supply Bond within 10 days from the date on which he is notified that his bid has been accepted, the amount of his check or supply bond shall be forfeited to the Brownsville PUB as mutually agreed to liquidated damages, and not as a penalty. The Brownsville Public Utilities Board will not be responsible in the event that the U.S. Postal Service or any other courier system fails to deliver the sealed bid to the Brownsville Public Utilities Board, Purchasing Office by the given deadline above. Electronic transmission or facsimile of Bid will not be acceptable

Upload: others

Post on 24-Mar-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: LEGAL NOTICE AND INVITATION TO BID B #079-21

LEGAL NOTICE

AND

INVITATION TO BID

B #079-21

The Brownsville Public Utilities Board will accept sealed bids for the Airport Substation Self-

Supporting Steel Structures until 5:00 PM, August 25, 2021 in the Brownsville PUB Purchasing

Office, 1155 FM 511, Olmito, Texas. Bids received after this time will not be considered.

Bids will be publicly opened and read aloud on August 26, 2021 at 3:00 PM. Bidders can request

a copy of the bid tabulation by emailing [email protected] or

[email protected]. Vendors can call in at 3:00 PM, August 26, 2021 to (956) 214-

6020 to listen to the bid opening.

Detailed specifications may be obtained at the following website: https://www.brownsville-

pub.com/rfp_status/open/.

Each bid shall be enclosed in a sealed envelope and shall be plainly marked on the outside of the

envelope and on any carrier’s envelope: “B079-21 AIRPORT SUBSTATION SELF

SUPPORTING STEEL STRUCTURES, AUGUST 25, 2021, 5:00 PM”. This envelope shall

be addressed to Diane Solitaire; Brownsville Public Utilities Board; Purchasing Department; 1155

FM 511, Olmito, Texas 78575.

Each bid shall constitute an offer to the Board, as outlined therein, and shall be irrevocable for at

least ninety (90) days after the time announced for the opening thereof. Firm is required to

execute a contract and furnish a Supply Bond. The supply bond shall be valid from the notice of

award until the acceptance of the Steel Structures. Additionally, in lieu of supply bond, a letter of

credit (LOC) from a Texas institution is acceptable. If the successful firm fails to execute the

contract and to furnish a satisfactory Supply Bond within 10 days from the date on which he is

notified that his bid has been accepted, the amount of his check or supply bond shall be forfeited

to the Brownsville PUB as mutually agreed to liquidated damages, and not as a penalty.

The Brownsville Public Utilities Board will not be responsible in the event that the U.S. Postal

Service or any other courier system fails to deliver the sealed bid to the Brownsville Public

Utilities Board, Purchasing Office by the given deadline above. Electronic transmission or

facsimile of Bid will not be acceptable

Page 2: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 2

Self-Supporting Steel Structures

The Brownsville PUB reserves the right to reject any or all bids and to waive irregularities

contained therein and to accept any bid deemed most advantageous to the Brownsville PUB.

BY:

Diane Solitaire Purchasing

(956) 983-6366 - Phone

Page 3: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 3

Self-Supporting Steel Structures

Please submit this page upon receipt. ACKNOWLEDGEMENT FORM

B #079-21 Airport Substation Self-Supporting Steel Structures

For any clarifications, please contact Hugo E. Lopez at the Brownsville Public Utilities Board,

Purchasing Department at (956) 983-6364 or (956) 983-6375 e-mail: hlopez@brownsville-

pub.com

Please e-mail this page upon receipt of legal notice. If you only received the legal notice and you

want the bid package mailed, please provide a method of shipment with account number in the

space designated below.

Check one:

( ) Yes, I will be able to send a bid; obtained bid package from website.

( ) Yes, I will be able to send a bid; please email the bid package.

Email:

( ) Yes, I will be able to send a bid; please mail the bid package using the carrier &

account number listed below:

Carrier:

Account:

( ) No, I will not be able to send a bid for the following reason:

If you are unable to send your bid, kindly indicate your reason for “No bid” above and return this

form via email to [email protected]. This will ensure you remain active on our

vendor list.

Date

Company:

Name:

Address:

City: State: Zip Code:

Phone: E-mail: IF SPECIFICATIONS ARE DOWNLOADED FROM WEBSITE PLEASE EMAIL THIS PAGE TO E-MAIL ADDRESS LISTED ABOVE

Page 4: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 4

Self-Supporting Steel Structures

Special Instructions

Contract Information

• Interpretation

Questions concerning terms, conditions, and technical specifications should be directed to:

Hugo E. Lopez, Purchasing or Diane Solitaire, Materials/Warehouse Manager

Purchasing Department (956) 983-6366

Phone: (956) 983-6375

• Tentative Time Line

1. August 9, 2021 through August 25, 2021 - Vendors work on bid.

2. August 25, 2021 at 5:00 PM CST - Vendor must submit 2 sets of sealed bid

documents in an envelope to:

Diane Solitaire, Purchasing

1155 FM 511

Olmito, TX 78575

Bid B079-21, Airport Substation Self Supporting Steel Structure

Due on August 25, 2021 at 5:00 PM CST

The above noted information must be included on bid envelope and on any carrier’s

envelope/package. The Brownsville Public Utilities Board will not be held responsible for

missing, lost or late mail. Brownsville Public Utilities Board will not accept facsimile or

electronic transmission of sealed bids.

3. August 20, 2021 – Last day to submit questions

4. August 26, 2021 – Open bids at 3:00 PM CST

5. August 27, 2021 – September 27, 2021 - Evaluate bids documents

6. September 28, 2021 - Provide Final Recommendations

7. October 11, 2021 - Send to Utilities Board for approval

• Or Equal

Brand name or manufacturer’s reference used in this request is descriptive – not restrictive – it is

intended to indicate type and quality desired. Brands of like nature and quality will be considered.

If bidding on other than referenced specifications please provide complete descriptive information

of said article.

Page 5: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 5

Self-Supporting Steel Structures

• Pricing

Bid unit price on quantity specified, extend and show total. In case of errors in extension, unit

prices shall govern. Price shall remain in effect until all material has been received and accepted.

All fields (UNIT PRICE & EST DELIVERY IN DAYS) in the Bid Schedule must be filled. The

data must be complete to identify the bidding brand.

Failure to submit any of the above information with the sealed bid will disqualify bid.

• Vendor Representative

The successful vendor agrees to send a personal representative with binding authority for the

company to the Brownsville Public Utilities Board upon request to make adjustments and/or assist

with coordination of all transactions as needed.

• Quality of Products

All items must be new, in first class condition, including containers suitable for shipment and

storage. No substitutions in standard grades or lesser quality will be accepted.

• Determining Factors for Award

1. Bidders net price on bid items

2. Stock availability

3. Reputation of brand names offered

4. Reputation and location of the bidder

5. Time and conditions of delivery

6. BPUB financial and legal responsibility evaluations of any identified teaming

arrangements involving significant joint ventures, subcontractors and suppliers

7. Safety record will be considered when determining the responsibility of the bidder

• Contract with Vendor/Entity Indebted to BPUB It is a policy of the BPUB to refuse to enter into a contract or other transaction with an individual, sole proprietorship, joint venture, Limited Liability Company or other entity indebted to BPUB.

• Vendor ACH (Direct Deposit) Services

The BPUB has implemented a payment service for vendors by depositing the payment directly to

the vendor’s bank account. Successful vendor(s) will be required to receive payments directly

through Automated Clearing House (ACH) in lieu of a paper check. The awarded vendor must

agree to receive payments via ACH (Direct Deposit).

Page 6: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 6

Self-Supporting Steel Structures

• Tax Identification Number (TIN)

In accordance with IRS Publication 1220, aW9 form, or a W8 form in cases of a foreign vendor,

will be required of all vendors doing business with the Brownsville PUB. If a W9 or W8 form is

not made available to Brownsville PUB, the first payment will be subject to income tax

withholding at a rate of 28% or 30% depending on the U.S. status and the source of income as per

IRS Publication 1220. The W9 or W8 form must be included with bid response. Attached are

sample forms.

• Taxes

The Brownsville Public Utilities Board is exempt from Federal Excise Tax, State Tax and local

Taxes. Do not include tax in the bid. If it is determined that tax was included in the bid it will not

be included in the tabulation or any awards. Tax exemption certificates will be furnished upon

request.

• Signing of Bid

Failure to manually sign bid will disqualify it. Person signing bid should show title or

authority to bind their firm to a contract.

• EEOC Guidelines

During the performance of this contract, the contractor agrees not to discriminate against any

employee or applicant for employment because of race, national origin, age, religion, gender,

marital or veteran status, or physically challenging condition.

• Living Wage Statement

On April 16, 2007, the BPUB Board of Directors approved a policy that requires all Contractors

and Subcontractors doing work for the BPUB pay a minimum wage rate of $8.00/hour. The

BPUB requires that all Contractors and Subcontractors comply with this policy.

• As Needed Basis (NOT APPLICABLE)

Quantities are to be released on an “as needed” basis and be billed as such. However, successful

vendor must keep in stock one (1) release, if requested in bid, for immediate shipment to the

BPUB. Brownsville PUB will not accept the full quantity at one time as specified on Cost Sheet.

• Contract and Purchase Order

The Self-Supporting Steel Structures shall be delivered FOB Brownsville, Airport Substation, 915

S. Central Ave., Brownsville, Texas 78521. A contract will be placed into effect after tabulation

and final approval by the BPUB Board.

Page 7: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 7

Self-Supporting Steel Structures

• Delivery

Delivery of the material will only be accepted during normal working hours, Monday thru

Friday, 9 AM to 4 PM CST. A delivery ticket must be furnished with each delivery by the

carrier. The delivery ticket must show the BPUB's Purchase Order, number of crates, packages,

etc. being delivered to BPUB. A packing list must be furnished with each delivery by the carrier.

The packing list must include the BPUB's Purchase Order number, a brief description of materials

and the total number of crates, size, etc. being delivered to BPUB.

• Brownsville Public Utilities Board Rights

1. If only one or no bid is received by "submission date", the BPUB has the right to

reject, re-bid, accept and/or extend the bid by up to an additional two (2) weeks

from original submission date.

2. The right to reject any/or all bids and to make award as they may appear to be

advantageous to the Brownsville Public Utilities Board.

3. The right to hold bid for 90 days from submission date without action, and to

waive all formalities in bid.

4. The right to extend the total bid beyond the original 90-day period prior to an

award, if agreed upon in writing by all parties (BPUB and vendor/contractor) and

if bidder/vendor holds original bid prices firm.

5. The right to terminate for cause or convenience all or any part of the unfinished

portion of the Project resulting from this solicitation within Thirty (30) calendar

days written notice; for cause: upon default by the vendor/contractor, for delay or

non-performance by the vendor/contractor; or if it is deemed in the best interest of

the BPUB for BPUB’s convenience.

6. The right to increase or decrease quantities. In bid, stipulate whether an increase

or decrease in quantities will affect bid price.

• Corrections

Any interpretation, correction, or change to the invitation to bid will be made by ADDENDUM.

Changes or corrections will be issued by the Brownsville PUB Purchasing Department. Addenda

will be e-mailed to all who have returned the Bid Acknowledgment form. Addenda will be

issued as expeditiously as possible. It is the responsibility of the vendors to determine whether all

addenda have been received. It will be the responsibility of all respondents to contact the

Brownsville PUB prior to submitting a response to the invitation to bid to ascertain if any addenda

have been issued, and to obtain any all addenda, execute them, and return addenda with the

response to the invitation to bid. Addenda may be posted on the Brownsville PUB’s website.

Page 8: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 8

Self-Supporting Steel Structures

EQUIPMENT CONTRACT

AGREEMENT made, 20 , between the Brownsville

Public Utilities Board, Brownsville, Texas (hereinafter called the “Purchaser”) and

(hereinafter called the “Seller”), a corporation

organized and existing under the laws of the State of .

WHEREAS, the Purchaser desires to purchase and the Seller desires to sell the equipment

described herein for the project designated:

Substation Self-Supporting Steel Structures

NOW THEREFORE, in consideration of the mutual undertakings herein contained, the

parties hereto agree as follows:

SECTION 1 – ACCEPTANCE OF BID

The Purchaser accepts the Bid which is attached hereto and by this reference made a part hereof, and

the parties hereto agree that the Seller shall sell and deliver to the Purchaser and the Purchaser shall

purchase and receive from the Seller the equipment (hereinafter called the “Equipment”) described in

the Bid upon the terms and conditions herein stated.

(a) The prices set forth in the Bid include the cost of delivery of the Self-Supported Steel

Structures to the Airport Substation, 915 S. Central Ave., Brownsville, Texas 78521.

(b) The prices set forth in the Bid do not include any sums which are or may be payable

by the Seller on account of taxes imposed by any taxing authority upon the sale,

purchase or use of the Equipment.

SECTION 2 – DELIVERY. The Seller shall deliver the Equipment within 161 days after receipt of

the purchase order of the Purchaser. The time for delivery shall be extended for the period of any

reasonable delay due exclusively to causes beyond the control and without the fault of the Seller,

including, but not limited to, acts of God, fires, strikes, and floods.

SECTION 3 – PAYMENT. Upon the shipment of any Equipment hereunder, the Seller shall submit to

the Purchaser a detailed statement of the Equipment shipped. The Purchaser shall, upon receipt of the

Equipment, pay the Seller ninety five percent (95%) of the contract price of the Equipment. When the

Equipment has been installed, placed in satisfactory operation, tested and accepted by the Purchaser, the

Purchaser shall make final payments thereof to the Seller; provided, however, such final payment shall be

made not later than one-hundred eighty (180) days after delivery of the Equipment, unless such

acceptance by the Purchaser shall be withheld because of the fault of the Seller.

SECTION 4 – DEFECTIVE MATERIAL AND WORKMANSHIP

All Equipment furnished hereunder shall be subject to the inspection, tests, and approval of the

Page 9: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 9

Self-Supporting Steel Structures

Purchaser and the Seller shall furnish all information required concerning the nature of source of

any Equipment and provide adequate facilities for testing and inspecting the Equipment at the

plant of the Seller.

(a) The Equipment furnished hereunder shall become the property of the Purchaser upon

delivery, provided, however, that the Purchaser, within one year after delivery or

within the period for which the Equipment is guaranteed, whichever is longer, may

reject any Equipment which does not comply with the Specifications attached hereto

and made a part hereof or with the guarantees, if any, of the Seller and the

manufacturer. Upon any such rejection, the Seller shall repair or replace such

defective Equipment within a reasonable time after notice in writing from the

Purchaser and in the event of failure by the Seller so to do, the Purchaser may make

such replacement and the cost and expense thereof shall be paid by and recoverable

from the Seller.

SECTION 5 – MISCELLANEOUS

All manufacturers’ guarantees of Equipment, if any, shall be transferred and assigned to the

Purchaser upon delivery of any Equipment and before final payment is made for such Equipment.

Such guarantees shall be in addition to those required of the Seller by other provisions of this

Contract.

The Seller shall hold harmless and indemnify the Purchaser from any and all claims, suits, and

proceedings for infringement of any patent or patents covering Equipment purchased hereunder.

Each and all of the covenants and agreements herein contained shall extend to and be binding

upon the successors and assigns of the parties hereto provided, however, that the Seller shall not

assign this contract or any part hereof without approval in writing of the Purchaser, and further

that the Seller shall not enter into any contract with any person, firm or corporation for the

performance of the Seller’s obligations hereunder, or any part thereof, without the approval in

writing of the Purchaser.

The Seller agrees to pay liquidated damages in the amount of $500.00 per day if the Self-

Supported Steel Structures are not delivered within the delivery time specified in Section 2 of this

contract.

1IN WITNESS WHEREOF, the parties hereto have caused this contract to be signed in

their respective corporate names by their presidents and their corporate seals to be hereunto

affixed and attested by their secretaries, all as of the day and year first above written.

The Successful Bidder agrees to furnish Supply Bond in the amount of the bid.

Page 10: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 10

Self-Supporting Steel Structures

PUBLIC UTILITIES BOARD (Insert Vendor’s Name)

OF THE CITY OF BROWNSVILLE

By:________________________________By:__________________________________

John S. Bruciak, (insert name)

General Manager & CEO (insert title)

Attest:_____________________________Attest:________________________________

Secretary Secretary

Date: Date:

Page 11: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 11

Self-Supporting Steel Structures

BID B079-21

To: Public Utilities Board, Brownsville, Texas (hereinafter called the “Owner”.)

Attention: Diane Solitaire

Purchasing Department

1155 FM 511

Olmito, TX 78575

1. The undersigned (hereinafter called the “Bidder”) hereby proposes to furnish and deliver

Self-Supporting Steel Structures

(hereinafter called the “Equipment”) described in the Plans and Specifications attached

hereto and made a part hereof for the following prices:

Pole

#

Pole

Type Length Line Angle Qty.

Section lengths and approx. weights. Unit

Price Top Base

Length Weight Length Weight.

1 DA-60 60 89o 1 lbs. lbs. $

2 DA-65 65 36o 1 lbs. lbs. $

3 DA-60 60 124o 1 lbs. lbs. $

Technical Specifications start on page 22 to 34.

The Owner is exempt from Texas sales tax on materials. The prices quoted shall exclude

such sales and use tax.

2. Price of the Equipment set forth herein shall include the cost of delivery of the Self-

Supporting Steel Structures to The Airport Substation, 915 S. Central Ave., Brownsville,

Texas 78521.

Such delivery shall be made 161 days after the receipt of the purchase order of the

Purchaser.

3. This Bid is made pursuant to the provisions of the Notice and Instructions to Bidders and

the Bidder agrees to the terms and conditions thereof.

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

Qualifications, if any, shall be submitted and agrees that the Owner shall rely upon such

accuracy as a condition of the Contract in the event that this Bid is accepted.

5. The Bidder warrants that this Bid is made in good faith and without collusion or

connection with any other person or persons bidding for the same work.

6. The Bidder agrees that, in the event this Bid is accepted, it will execute a Contract in the

form attached hereto.

Page 12: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 12

Self-Supporting Steel Structures

7. The Bidder warrants that the Equipment will conform to the performance data and

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

8. If, in submitting this Bid, the Bidder has made any change in the form of Bid or Contract

furnished by the Owner, the Bidder understands that the Owner may evaluate the effect of

such change as they see fit or they may exclude the Bid from consideration in determining

the award of the Contract.

9. This bid is void unless an equipment contract based on this bid is entered into by the

Owner and the Bidder within ninety (90) days after the date hereof.

Name of Bidder

Address of Bidder

By Signature (Failure to sign disqualifies bid)

Date Title of Officer

Bidder’s contact person for additional information on this Bid:

Name:

Telephone:

Address:

Email:

Page 13: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 13

Self-Supporting Steel Structures

REQUIRED FORMS CHECKLIST

The following documents are to be submitted as a part of the Bid/RFP/RFQ document

NAME FORM DESCRIPTION SUBMITTED WITH BID

YES NO

Legal Notice

Acknowledgement Form

Debarment Certification

Ethics Statement

Conflict of Interest Questionnaire

W9 or W8 Form

Residence Certification

Special Instructions

Bid Schedule/Cost sheet completed and

signed

Cashier Check or Bid Bond of 5% of Total

Amount of Bid (if applicable)

OSHA 300 Log (if applicable)

Contractor Pre-Bid Disclosure completed,

signed and notarized (if applicable)

Sub-Contractor Pre-Bid Disclosure

completed, signed, and notarized (if

applicable)

References Complete the Previous Customer

Reference Worksheet for each reference

provided

Addenda

Page 14: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 14

Self-Supporting Steel Structures

ETHICS STATEMENT

(THIS FORM MUST BE COMPLETED IN ITS ENTIRETY AND SUBMITTED WITH BID RESPONSE)

The undersigned bidder, by signing and executing this bid, certifies and represents to the Brownsville Public

Utilities Board that bidder has not offered, conferred or agreed to confer any pecuniary benefit, as defined by

(1.07 (a) (6) of the Texas Penal Code, or any other thing of value as consideration for the receipt of

information or any special treatment of advantage relating to this bid; the bidder also certifies and represents

that the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value as

consideration for the recipient’s decision, opinion, recommendation, vote or other exercise of discretion

concerning this bid, the bidder certifies and represents that bidder has neither coerced nor attempted to

influence the exercise of discretion by any officer, trustee, agent or employee of the Brownsville Public

Utilities Board concerning this bid on the basis of any consideration not authorized by law; the bidder also

certifies and represents that bidder has not received any information not available to other bidders so as to give

the undersigned a preferential advantage with respect to this bid; the bidder further certifies and represents that

bidder has not violated any state, federal, or local law, regulation or ordinance relating to bribery, improper

influence, collusion or the like and that bidder will not in the future offer, confer, or agree to confer any

pecuniary benefit or other thing of value of any officer, trustee, agent or employee of the Brownsville Public

Utilities Board in return for the person having exercised their person’s official discretion, power or duty with

respect to this bid; the bidder certifies and represents that it has not now and will not in the future offer, confer,

or agree to confer a pecuniary benefit or other thing of value to any officer, trustee, agent, or employee of the

Brownsville Public Utilities Board in connection with information regarding this bid, the submission of this

bid, the award of this bid or the performance, delivery or sale pursuant to this bid.

THE BIDDER SHALL DEFEND, INDEMNIFY, AND HOLD HARMLESS THE BROWNSVILLE

PUBLIC UTILITIES BOARD, ALL OF ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND

AGAINST ALL CLAIMS, ACTIONS, SUITS, DEMANDS, PROCEEDING, COSTS, DAMAGES, AND

LIABILITIES, ARISING OUT OF, CONNECTED WITH, OR RESULTING FROM ANY ACTS OR

OMISSIONS OF CONTRACTOR OR ANY AGENT, EMPLOYEE, SUBCONTRACTOR, OR

SUPPLIER OF CONTRACTOR IN THE EXECUTION OR PERFORMANCE OF THIS BID.

I have read all of the specifications and general bid requirements and do hereby certify that all items submitted

meet specifications.

COMPANY: _______________________________________

AGENT NAME: ____________________________________

AGENT SIGNATURE: _______________________________

ADDRESS: ________________________________________

CITY: ____________________________________________

STATE: ____________________________ ZIP CODE: ________________

TELEPHONE: ________________________ TELEFAX: ___________________

FEDERAL ID#: ____________ AND/OR SOCIAL SECURITY #:

DEVIATIONS FROM SPECIFICATIONS IF ANY:

NOTE: QUESTIONS AND CONCERNS FROM PROSPECTIVE CONTRACTORS SHOULD BE RAISED WITH

OWNER AND ITS CONSULTANT (IF APPLICABLE) AND RESOLVED IF POSSIBLE, PRIOR TO THE BID

SUBMITTAL DATE. ANY LISTED DEVIATIONS IN A FINALLY SUBMITTED BID MAY ALLOW THE OWNER

TO REJECT A BID AS NON-RESPONSIVE.

Page 15: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 15

Self-Supporting Steel Structures

CERTIFICATION REGARDING

DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS (THIS FORM MUST

BE COMPLETED IN ITS ENTIRETY AND SUBMITTED WITH BID RESPONSE)

Name of Entity:

The prospective participant certifies to the best of their knowledge and belief that they and their

principals:

a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from covered transactions by any Federal department or agency:

b) Have not within a three year period preceding this bid been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offense in

connection with obtaining, attempting to obtain, or performing a public (Federal, State, or

local) transaction or contract under a public transaction; violation of Federal or State

antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or

destruction of records, making false statements, or receiving stolen property;

c) Are not presently indicted for or otherwise criminally or civilly charged by a government

entity (Federal, State, Local) with commission of any of the offenses enumerated in

paragraph (1) (b) of this certification; and

d) Have not within a three year period preceding this application/bid had one or more public

transactions (Federal, State, Local) terminated for cause or default.

I understand that a false statement on this certification may be grounds for rejection of this

bid or termination of the award. In addition, under 18 USC Section 1001, a false statement

may result in a fine up to a $10,000.00 or imprisonment for up to five (5) years, or both.

Name and Title of Authorized Representative (Typed)

Signature of Authorized Representative Date

I am unable to certify to the above statements. My explanation is attached.

Page 16: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 16

Self-Supporting Steel Structures

(THIS FORM MUST BE COMPLETED IN ITS ENTIRETY AND SUBMITTED WITH BID RESPONSE)

Page 17: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 17

Self-Supporting Steel Structures

Page 18: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 18

Self-Supporting Steel Structures

Previous Customer Reference Worksheet

Name of Customer: Customer Contact:

Customer Address: Customer Phone Number:

Customer Email:

Name of Company Performing Referenced Work:

What was the Period of Performance? What was the Final Acceptance Date?

From:

To:

Dollar Value of Contract?

$____________________

What Type of Contract?

Firm Fixed Price

Time and Material

Not to Exceed

Cost Plus Fixed Fee

Other, Specify:______________________

Provide a brief description of the work performed for this customer (add additional page if required)

Page 19: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 19

Self-Supporting Steel Structures

Page 20: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 20

Self-Supporting Steel Structures

Page 21: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-21

SPECIFICATIONS AND POLE DESIGN

FOR THE

AIRPORT SUBSTATION STEEL POLE FABRICATION

FOR THE

PUBLIC UTILITIES BOARD

P.O. BOX 3270

1495 Robinhood Drive

Brownsville, Texas 78523-3270

July 2021

Page 22: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-22

TABLE OF CONTENTS I. DIVISION PS ............................................................................................ 24-31

II. LOAD TREE ..................................................................................................................... 32

III. 138KV LARGE ANGLE DEADEND .............................................................................. 33

IV. BILL OF MATERIAL ...................................................................................................... 34

Page 23: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-23

DIVISION PS

STEEL POLES FABRICATION

PS.1 SCOPE

This Specification covers the design, shop fabrication, delivery, surface preparation, galvanizing and related

items necessary to complete the steel poles as indicated on the Drawings and as specified herein. It is the

intent of this Specification to have the poles designed, fabricated and delivered in accordance with the most

advanced and modern technical and commercial practice. Poles furnished shall be complete, ready for use,

and suitable in all respects for the service indicated, despite omission of specific reference to any minor

component part.

PS.2 GENERAL

A. Work to be provided by the Contractor under this Specification shall include the following:

1. Steel poles designed, fabricated and finished as designated herein.

2. Schedules, Drawings, manufacturing and quality procedures, and other information and documents

specified herein.

3. Delivery of poles to job site.

B. The following work will be provided by others:

1. Foundation design and placement.

2. Unloading of poles and anchor bolts at job site.

3. Erection of poles.

C. Codes and Standards

1. Work provided under this Specification shall be in strict conformance with the latest edition and

latest addenda thereto, as of the time work is performed, of the applicable codes, standards,

regulation procedures and tests of the organizations listed in the paragraphs below.

2. Design detailing and fabrication of the poles shall conform to the requirements of the following:

a. American Society of Civil Engineers (ASCE), Standard 48-11, Design of Steel Transmission

Pole Structures.

b. American Institute of Steel Construction (AISC), Specification for the Design, Fabrication,

and Erection of Structural Steel for Buildings, ASD version.

c. American Society for Testing and Materials (ASTM), various standards.

d. American Welding Society (AWS), Structural Welding Code, AWS D1.1.

e. American Concrete Institute (ACI), Building Code Requirements for Reinforced Concrete,

ACI 318.

D. Fabricators of steel poles shall be subject to the approval of the Engineer and shall have the following

qualifications:

1. They shall be regularly engaged in the fabrication of steel transmission pole structures.

2. They shall have previously designed and fabricated steel transmission pole structures of the

general types specified.

3. They shall have a qualified design staff regularly devoted to the design and detailing of structures.

Page 24: LEGAL NOTICE AND INVITATION TO BID B #079-21

SELF-SUPPORTED STEEL STRUCTURES PS-24 REV 9/15

ESC ENGINEERING, INC.

PS.3 DESIGN AND DETAILS

A. The structural analysis, design, materials, fabrication, inspection procedures, shipping, and

assembly shall conform to the general recommendations of the ASCE Manual No. 72 with

additions and/or exceptions as detailed in this Specification. Fabricator's practices which

differ shall be clearly itemized and submitted with the Proposal for the Engineer's approval.

B. Pole designs shall be prepared from the attached configuration drawings and design loads.

The structures shall be capable of withstanding all specified load cases including secondary

stresses due to specified foundation rotation, and disregarding the possible restraining effect

of conductor or shield wires. The structures shall withstand the loads without failure or

permanent distortion.

C. Regular 12 or 8 sided polygonal sections shall be used. Minimum plate thickness for all pole

components above the groundline shall be 3/16".

D. All pole dimensions shown are from underside of base plate or groundline to wire attachment

points.

E. Dead load of pole shall be included in the analysis along with the following overload factors:

NESC Heavy 1.5

Extreme Wind 1.1

Heavy Ice 1.0

Extra Heavy Snow 1.0

Normal (Camber/Rake) 1.0

F. Maximum foundation rotation under full design loads with overload factors shall be 1°.

Secondary stresses resulting from the foundation rotation shall be included in the design

calculations for all load cases except Normal.

G. Poles and arms shall be designed and cambered so that poles are plumb and arm end points

are at the specified positions under the designated camber (Normal) loadings. Cambering is

not required for less than 6" computed top deflection; poles with less than 6" deflection may

be raked by the line contractor during installation.

H. Welded wire take-off vangs shall be designed by the fabricator. The plates shown on the

Engineer's drawings shall be considered as minimum thicknesses. In the design of

connections for vangs, brackets, or stiffeners attached to the pole shaft, care shall be taken to

distribute the loads sufficiently to protect the wall of the pole from local buckling.

I. Poles shall have a nearly uniform taper throughout their entire lengths. The maximum

difference in tapers between two pole sections measured by the diameters shall be .20"/ft. for

poles with variable taper. Final appearance is important and limiting dimensions shall be

selected to avoid both the "tipi" and "smokestack" look.

J. Poles shall be designed with a minimum number of slip joints. No field welding shall be

allowed. Bolted flange joints shall be used for two-pole structures. Slip joint length shall be at

least 1-1/2 times the largest inside diameter of the female joint section. Jacking lugs and

permanent match marks shall be provided at all slip joints sufficient to insure proper

alignment and complete overlap of the joint. Erection drawing shall clearly show required

Page 25: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-25 P

minimum slip joint jacking forces.

K. The allowable shear stress for fillet welds shall be 50% of the tensile strength of the weld metal,

but not to exceed the corresponding stress for the base metal.

L. Structures which are to be direct embedded shall have bearing plates and ground sleeves. Bearing

plates shall be a minimum of 3/8" thick unless specified otherwise on drawings. Bearing plates

which are not stiffened shall have a diameter not more than 2" greater than the maximum pole

diameter. Ground sleeves shall have a minimum thickness of 3/16". Galvanized poles shall have a

drain hole at the bottom. When a weathering steel or painted finish is specified, the base section of

the poles shall be hermetically sealed.

M. A two-hole, NEMA-drilled, grounding pad shall be welded to the pole shaft 12 inches above the

base plate or, in the case of embedded poles, 6 inches above the groundline collar. Grounding pad

face shall not be painted or coated. Pad material shall be stainless steel for weathering steel poles.

Additional grounding pad requirements are shown on the drawings.

N. A detail shall be provided near the pole top for attaching a structure number plate. Details will be

furnished later.

O. Each pole shall be permanently marked on the pole shaft at approximately eye level and on the

bottom of baseplate or bearing plate with the following identifying information: structure type,

height, number, and ultimate groundline moment. The method of identification shall be approved

by the Owner. Pole numbers shall match the Owner's numbers as shown on the staking sheets

which will be furnished to the Fabricator.

P. All climbing and working ladders shall be removable 5'-0" .±. sections. Button headed ¾"Ø step

bolts with minimum 6" clear step shall be spaced 1'-3" :!: on alternate sides of ladder shaft for

climbing ladders, and on both sides of shaft for working ladders. Clips for removable ladders shall

begin 3' above the base plate (or groundline for embedded poles) and extend to the top of the pole

along one face. Additional clips on the opposite side of the pole shall be provided starting 10'-0"

.±. below the bottom conductor attachment and continuing to the top of the pole. These permanent

clips shall be designed to support a man and equipment weighing 500 pounds and shall be welded

to the pole surface. Removable ladders shall be galvanized.

Q. Design of rebar type anchor bolts shall be in accordance with the ACl-318-Latest Edition,

Building Code Requirements for Reinforced Concrete. Concrete embedment design shall be based

on a concrete strength of f’c = 3000 psi.

Anchor bolt galvanizing shall extend to the top 24" only. Anchor bolts shall be threaded at the top

end a distance sufficient to provide for leveling of the structure. Each anchor bolt shall include

two heavy hex nuts, and two flat washers.

Only shop tack welding or ties will be allowed on anchor bolts to fabricate a cluster cage. Anchor

bolts/clusters shall be plainly marked to indicate the structure type, structure number, and line

angle.

Bottom template of anchor bolt cluster shall have an outside diameter no larger than anchor bolt

outside diameter.

PS.4 MATERIALS

A. All materials shall comply with the applicable requirements of the latest ASTM specifications.

Any modifications to ASTM specifications must be approved by the Owner prior to fabrication.

B. Pole shaft, arms and miscellaneous plates shall conform with ASTM A36, ASTM A572,

ASTM A871 or ASTM A588, consistent with the specified surface protection.

Page 26: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-26 P

C. Base plates shall conform with ASTM A572, ASTM A588, ASTM A633, or ASTM A36.

D. Anchor bolts shall conform to ASTM A615, Grade 60 or 75.

E. Other bolts and nuts shall conform to ASTM A307, ASTM A325, ASTM A354, ASTM A394, or

ASTM A687. MF locknuts shall be provided for each structure bolt, or ANCO type self­ locking

nuts may be used.

F. Materials for pole and arm shafts, anchor bolt, structural plate, and welding shall meet a

minimum requirement of 15 ft.-lbs. absorbed energy at -20°F with the Charpy V-notch test as

described in ASTM A370, with testing on heat lot basis.

PS.5 FABRICATION

A. All welding shall be in accordance with the American Welding Society Code AWS D1.1, latest

edition. Welders shall be qualified in accordance with AWS D1.1 welding procedures.

B. One hundred percent penetration welds shall be required in, but not limited to, the following

areas:

1. Circumferential welds joining structural members

2. Longitudinal welds in the female portion of the joint within the slip joint area

3. Welds at the butt joints of back-up strips

4. Base plate to shaft weld

C. Full penetration or equivalent 90% partial penetration with fillet overlay shall be used for arm-to­

arm base, vang-to-plate shaft, and arm box joints.

D. Quality and acceptability of every inch of the full penetration welds shall be determined by visual

and ultrasonic inspection. Inspection reports shall be made available to the Owner.

E. All other penetration welds shall have 60% minimum penetration. Quality and acceptability of all

welds other than full penetration welds shall be determined by visual inspection supplemented by

magnetic particle or dye penetrant inspection.

F. All weld back-up strips shall be continuous for the full length of the welds. Care shall be

exercised in the design of welded connections to avoid areas of high stress concentration which

could be subject to fatigue or brittle fractures.

G. No field welding shall be permitted.

H. All parts of the structure shall be neatly finished and free from kinks or twists. All holes, blocks

and clips shall be made with sharp tools and shall be clean-cut without torn or ragged edges.

I. Before being laid out or worked in any manner, structural material shall be straight and clean.

If straightening is necessary, it shall be done by methods that will not overstress the metal.

J. Shearing and cutting shall be performed carefully and all portions of the work shall be

finished neatly. Copes and re-entrant cuts shall be filleted before cutting.

K. All forming or bending during fabrication shall be done by methods that will prevent

embrittlement or loss of strength in the material being worked.

Page 27: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-27 P

L. Holes for connection bolts shall be 1/8 inch larger than the nominal diameter of the bolts.

Holes in base plates for anchor bolts shall be 3/8 inch larger than the nominal diameter of the

anchor bolts. The details of all connections and splices shall be subject to the approval of the

Owner prior to fabrication release.

M. Holes in steel plates which are punched must be smooth and cylindrical without excessive

tear­ out or depressions. Any burrs that remain after punching shall be removed by grinding,

reaming, etc.

N. Holes of any diameter may be drilled in plate of any thickness. Care shall be taken to

maintain accuracy when drilling stacks of plates.

O. Holes may be made by use of a machine-guided oxygen torch. Flame-cut edges shall be

reasonably smooth and suitable for the stresses transmitted to them.

P. The overall length of the assembled structure shall be within 6 inches of the specified length.

Q. Baseplate corners shall be clipped to fit within the specified pier foundation diameter with

a minimum 3" distance between the steel and concrete edge.

PS.6 SURFACE PROTECTION

A. All poles shall be weathering steel.

B. Weathering steel shall be commercially blasted according to SSPC-6 to achieve a uniformly

clean, base metal surface.

C. For galvanized poles, ladders and bolts, cleaning and galvanizing shall be in accordance with

the following:

1. After the shop work has been completed and accepted, all material shall be cleaned of

rust, loose scale, dirt, oil, grease, and other foreign substances. Particular care shall be

taken to clean slag from welded areas.

2. All plates and shapes shall be galvanized after fabrication, except that members of

assemblies built up by welding may be galvanized before they are welded. All welds

shall be coated and all galvanizing damaged by the welding operations shall be repaired

as provided in these specifications. After being cleaned, all materials, except as noted on

the Drawings, shall be zinc coated (galvanized) in accordance with ASTM Designation

A123. Where members are of such lengths that they cannot be dipped in one operation,

great care shall be exercised to prevent warping. Finished compression members shall

not have lateral variations greater than 1/1000 of the axial length between the points

which are to be supported laterally. All holes in material shall be free of excess spelter

after galvanizing.

3. Bolts, nuts, washers, locknuts, and similar hardware shall be galvanized in accordance

with ASTM Designation A153. Excess spelter shall be removed by centrifugal spinning.

4. All plates and shapes which have been warped by the galvanizing process shall be

straightened by being re-rolled or pressed. The material shall not be hammered or

otherwise straightened in a manner that will injure the protective coating.

Page 28: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-28 P

5. Material on which galvanizing has been damaged shall be redipped unless the damage is

local and can be repaired by applying zinc dust-zinc oxide paint, galvo-weld, flame-weld

or other approved repair product. Where such repair is authorized, the damaged area shall

be cleaned by wiping with clean rags saturated with mineral spirits or xylene, followed

by hand wire brushing. After wire brushing, the area shall be recleaned with solvent to

remove residue, and shall be repaired according to the product manufacturer's

recommendations for providing a coating equal to or greater than 2.5 ounces of zinc per

square foot. When used, zinc dust-zinc oxide paint shall be in accordance with Federal

Specification TT-P­ C416, Type 11.

6. Any member, on which the galvanized coating becomes damaged after having been

dipped twice, shall be rejected.

D. All directly embedded poles shall have a uniform polyurethane corrosion protection coating from

the butt to 2'-0 above the top of the groundline collar.

1. All poles shall be blast cleaned to SSPC-SP10 near white to achieve a 2.5 mil minimum

average profile prior to coating. For normal-corrosion risk environment, coating thickness

shall be 20 mil minimum average DFT, 16 mil minimum. For high-corrosion risk

environments coating thickness shall be 30 mil minimum average DFT, 20 mil minimum.

This entire project shall have coating for a normal-corrosion risk environment.

2. An acceptable polyurethane is Madison Chemicals Corrocote II Classic. If other coating

systems are proposed detailed specifications and experience records shall be submitted for

Owner's approval prior to the bid due date.

3. Appropriate field touch up materials shall be shipped with the poles along with detailed

instructions for use. Sufficient quantities shall be furnished consistent with the size of the

project. Additional touch up material shall be express shipped at fabricator's cost when

directed by the Engineer should the original quantities prove insufficient given reasonable

handling care by the erection contractor.

PS.7 CONTRACTOR'S DRAWINGS AND SUBMITTALS

A. All submittals of drawings, files, correspondence, etc. shall be made in accordance with

Brownsville Public Utilities Board requirements.

B. Specific Submittals Required

1. Final design calculations shall be submitted for the Owner's approval for pole shaft, base

plate, anchor bolts, crossarms, and other appurtenances, including their connections for all

structures. These calculations shall show the conformance of the design to the Specifications

and to include the following:

a. For all loading cases, the total shear, axial forces, moments, stresses or stress ratios,

section moduli, cross-sectional areas, deflections, wit's (or D/t's for round cross

sections) at all splices, at arm attachment points (top and bottom), and at least every ten

(10) feet along the pole.

b. For the critical loading case, shear and axial forces, moments, stresses, section moduli,

and cross-sectional areas at the arm connections; bolt stresses in the arm connection; and

deflection at the end of the arm.

c. Anticipated deflections at the top of the pole and at the ends of the arms shall be

indicated for each pole for the normal, everyday loading condition shown as the

Page 29: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-29 P

"Camber/Rake" load case.

d. For all specified loading cases, base reactions and moments shall be reported.

2. Detail drawings for each pole type giving weights of components, dimensions and bill of

materials showing detailed weights shall be prepared and submitted for the Owner's

approval.

3. Erection drawings sufficiently detailed to allow assembly and erection by others shall be

prepared and submitted for the Owner's approval. The manufacturer shall supply all

instructions necessary for the field handling and erection of poles and their components.

4. Certified mill test reports for all structural material provided, including impact test results

with certified compliance.

PS.8 INSPECTION AND TESTING

A. The Owner and his designated agents shall have free entry at all times to all parts of the

Contractor's plant, to inspect any part of the production of the poles covered by these

Specifications.

B. Steel members which are bent or warped or otherwise improperly fabricated shall be properly

repaired or replaced by the Contractor.

C. The cost of tests made by the Contractor (except full-scale load tests on poles), including cost

of the certified test reports, shall be considered included in the price.

D. The Contractor shall make tests in accordance with ASTM A370 and ASTM A673 to verify

that the material used in the structures meets the specified impact properties.

E. Mill test reports showing chemical and physical properties of all material furnished under

these Specifications shall be maintained by the Contractor for a period of five years and shall

be traceable to the structure.

F. All plates over 1-1/2 inches thick shall be ultrasonically tested to assure against defects which

could lead to laminar tearing.

G. The Contractor shall make certified welding reports for each structure. The welding reports

shall include all welds of a structure. Each weld shall be clearly identified; the report shall

consist of the method of testing, whether the weld is acceptable, the identification of the

structure and the date, and the name and signature of the inspector.

H. Full scale load testing shall not be required.

PS.9 ASSEMBLY AND TRANSPORTATION

A. Handling and transportation of structures shall be with care to avoid bending or surface

damage.

1. Pieces bent in handling may be used only if they can be straightened without injury to the

surface protection.

Page 30: LEGAL NOTICE AND INVITATION TO BID B #079-21

REV 9/15

ESC ENGINEERING, INC. SELF-SUPPORTED STEEL STRUCTURES PS-30 P

2. Material on which the galvanizing has been damaged shall be re-dipped unless, in the

opinion of the Engineer, the damage is local and can be repaired in the field in

accordance with the provisions of these Specifications.

3. Sufficient timber blocking shall be used in shipping to protect the poles during shipping

and to allow proper stacking of the unloaded poles at the Owner's receiving site.

B. Structures shall be assembled in the shop to such an extent as to insure proper field erection.

C. Steel shall be completely fabricated and shop assembled into the largest practical units. All pieces

shall be marked to facilitate field erection.

PS.10 DELIVERY

To minimize handling, delivery shall be made directly to the substation site. The construction

contractor will have crews and equipment available to promptly unload the trucks. Alternately, the

Owner may designate a material yard in the project vicinity for delivery of poles and anchor bolts.

END OF DIVISION PS

Page 31: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation 31

Self Supporting Steel Structure

Loading Tree

Page 32: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation Self Supported Steel Structure

32

Page 33: LEGAL NOTICE AND INVITATION TO BID B #079-21

B079-21, Airport Substation Self Supported Steel Structure

33