legal notice and invitation to bid b #079-21
TRANSCRIPT
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
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
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
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.
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).
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.
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.
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
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.
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:
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.
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:
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
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.
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.
B079-21, Airport Substation 16
Self-Supporting Steel Structures
(THIS FORM MUST BE COMPLETED IN ITS ENTIRETY AND SUBMITTED WITH BID RESPONSE)
B079-21, Airport Substation 17
Self-Supporting Steel Structures
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)
B079-21, Airport Substation 19
Self-Supporting Steel Structures
B079-21, Airport Substation 20
Self-Supporting Steel Structures
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
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
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.
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
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.
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.
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.
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
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.
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
B079-21, Airport Substation 31
Self Supporting Steel Structure
Loading Tree
B079-21, Airport Substation Self Supported Steel Structure
32
B079-21, Airport Substation Self Supported Steel Structure
33