CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO

Size: px
Start display at page:

Download "CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO"

Transcription

1 June 8, 2015 TO CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PORTLAND WATER DISTRICT, PORTLAND, ME A. GENERAL 1. The attention of all prospective Bidders submitting proposals for the abovereferenced project is called to the following Addendum to the Contract Documents. The items set forth therein, whether of omission, addition, substitution, or clarification, are all included in the proposed work. 2. Inclusion of this Addendum must be acknowledged by inserting its number on the appropriate page(s) of the Bid Forms. Failure to acknowledge any and all Addenda in the above-specified Bid may be cause for rejection by the District on the grounds that it is non-responsive. B. CHANGES TO SPECIFICATIONS 1. Section BID FORM a. Section is reissued. Refer to the revised Specification Section in Attachment No Section MEASUREMENT AND PAYMENT a. ADD Article SC Contractor s Pollution Liability Insurance under 6.03.F of the General Conditions shall provide coverage for not less than $250,000. b. ADD Article SC Contractor s Professional Liability Insurance under 6.03.H of the General Conditions shall provide coverage for not less than $1,000, Section MEASUREMENT AND PAYMENT a. ADD Article 1.02.K Page 1 of 6 6/08/2015

2 THE PORTLAND WATER DISTRICT K. Item 11 Removal, Loading, Transportation and Disposal of Aeration Basin Residuals 1. Work under this item shall consist of the removing, handling, loading, transportation and final off-site disposal of dewatered Aeration Basin Residuals consisting of grit and other high density wastewater residuals for quantities determined based on information in Section as ordered in writing by the ENGINEER. 2. This work will be measured for payment as the actual net weight in tons of material delivered to the treatment/recycling/disposal facility. Such determinations shall be made by measuring each hauling vehicle on the certified permanent scales at the treatment/recycling/disposal facility. Total weight will be the summation of weight bills issued by the facility specific to this project. 3. This work will be paid for at the Contract unit price per ton of Grit, which shall include all materials, equipment, tools and labor necessary to remove grit from the aeration basin, handle, load, and transport the grit to the treatment/recycling/disposal facility, the fees paid to the facility for treatment/recycling/disposal, the preparation of all related paperwork such as manifests, material shipping records, bills of lading, sample location maps, etc.; and all equipment, materials, tools and labor incidental to this work. b. ADD Article 1.02.L L. Item 12 Building Permit Fee 1. The Contractor is responsible for retaining a City of Portland, ME Building permit. The Building Permit Fee is the expected associated fee. 4. Section CONSTRUCTION SCHEDULING AND CONSTRAINTS a. ADD Article 1.04.G.7 as follows: 7. The Plant Water line must remain operational (as does one WAS line) at all times, except for a short window for tie-in. The Contractor is allowed a maximum of 3 days for tie-in. 5. Section VERTICAL TURBINE MIXERS a. REPLACE Article A.4 with: 1. Drawings for the baseplates, sealed by a Professional Engineer. b. REPLACE Article 2.03.E with: Page 2 of 6 6/08/2015

3 THE PORTLAND WATER DISTRICT E. Mounting Arrangements and Anchorage 1. Where the Drawings and/or Specifications indicate that the mixer pedestal base is to be mounted directly to new aluminum or steel beams, the Contractor shall coordinate with the mixer manufacturer to provide adequate clearance between the beams for the mixer shaft and rigid coupling. Where the Drawings and Specifications indicated that the mixer pedestal base is to be mounted directly to an existing concrete slab the existing hole in the concrete slab should be verified and if it is too large, a baseplate of appropriate size will need to be coordinated. The manufacturer shall be responsible for the design of the baseplate. The baseplate shall be designed to withstand all dead and live loads associated with the mixer plus a live load of 50 lb/sf over the area of the baseplate. 6. Section SUBMERSIBLE PROPELLER PUMPS a. REMOVE all yellow highlight formatting. The highlighted text remains the same unless otherwise indicated. b. DELETE Article 2.01.F c. REPLACE Article 2.01.K with: K. Power and control cables between the pump and the local disconnect shall be provided by the pump manufacturer and contractor, who shall be responsible for reviewing the electrical drawings as necessary to determine the required cable length. All pumps shall be provided with the same length of cable. No splices shall be allowed unless specifically called for in the electrical drawings. Cable shall be chlorinated polyethylene rubber jacketed cable suitable for submersible pump applications and shall be sized according to NEC and ICEA standards. d. In Article 2.02.D, REPLACE Division 16 with Division 26 e. In Article 2.02.G.1, REPLACE Seal Minder by ABS with Pumpsafe by KSB f. REPLACE Article 2.02.H with: H. Each pump shall be provided with a Local Control Station by the electrical contractor as specified in Specification Section Article The local control station shall be in accordance with the Instrumentation Drawings, the Control Narrative and the PWD SCADA Standards. Page 3 of 6 6/08/2015

4 THE PORTLAND WATER DISTRICT g. REPLACE Article 2.03.C with: C. The pump shall be provided with a mounting flange and discharge spool constructed of or 316 stainless steel. The discharge pipe supports must support the entire weight of the pump and discharge connection. The pump shall be automatically connected to the mounting flange when lowered into place, and shall be easily removed for inspection or service. Sealing of the pumping unit to the discharge connection elbow shall be accomplished by a simple downward motion of the pump. A sliding guide bracket shall be an integral part of the pump unit. The entire weight of the pump unit shall be guided by no less than two (2) guide bars and pressed tightly against the mounting flange. The entire sliding rail system shall be designed to safely withstand all stresses imposed thereon by vibration, torque, shock and all possible direct and eccentric loads. No portion of the pump shall bear directly on the floor of the tank. Lower guide bar holders shall be integral with the mounting flange. Guide bars shall be of at least standard weight stainless steel pipe of a conservative size adequate for its intended use. The guide bars shall not support any portion of the weight of the pump. All anchor bolts, lifting bolts, eye lugs and lifting cable, etc. necessary for a complete installation and maintenance of the pump shall be constructed of Type 316 stainless steel and shall be adequately designed for its intended use. 7. Section INTELEGENT MOTOR CONTROL CENTER a. RENUMBER 2.01 to b. ADD Article MANUFACTURER A. The INTELLIGENT MOTOR CONTROL CENTER shall be Allen Bradley IntelliCenter manufactured by Rockwell Automation or approved equal. C. CHANGES TO DRAWINGS 1. Drawing S42 a. Drawing S42 is reissued. Refer to the revised drawing S42 in Attachment No Drawing S43 a. Drawing S43 is reissued. Refer to the revised drawing S43 in Attachment No. 1. Page 4 of 6 6/08/2015

5 THE PORTLAND WATER DISTRICT 3. Drawing S44 a. Drawing S44 is reissued. Refer to the revised drawing S44 in Attachment No Drawing S45 a. Drawing S45 is reissued. Refer to the revised drawing S45 in Attachment No. 1. E. Pre-Bid Conference The following questions and answers are questions received as of June 7, Q1: The bid documents include a requirement to list and provide documentation of a firm s experience with projects of similar value. Can you please confirm the engineers or owners estimate or budget for this project? A1: To clarify the projects documentation is for projects with the contract prices equal to or greater than the bid price of this project, per specification Section 00100, Part 21. This is not based on the engineer s estimate for the project, but your own bid price. The engineer s estimate is $8.5 million. Q2: Is a PE stamp required for AGMA gearbox calculation for the Vertical Turbine Mixers? This is not a typical requirement. A2: In accordance with Specification Section Article 1.03.A.1, Calculations shall be sealed by a Professional Engineer. Q3: Does the PE that does the mixer baseplate design have to have a Maine P.E. stamp or can the state of which the equipment is manufactured provide this? A3: The Professional Engineer to stamp the baseplate design does not need to be registered in the state of Maine in accordance with Addendum 2, Article 4.a. Q4: Are we allowed to use an approved equal to DeviceNet? A4: DeviceNet is required as specified in Specification Section Article 2.02 as per Addendum 2. This section was previously identified as Article 2.01 in the Bid Set Documents. Q5: Can you please clarify if Pollution and Professional Liability insurance is required for this project? If these two policies are required, can you please specify the limits requested for each? A5: The Pollution Liability Insurance is required in the Standard General Conditions of the Construction Contract Article 6.03.F. The required limit is $250,000 per Addendum 2 Article B.2.a. The Professional Liability Insurance is required in the Page 5 of 6 6/08/2015

6 THE PORTLAND WATER DISTRICT Standard General Conditions of the Construction Contract Article 6.03.H. The required limit is $1,000,000 per Addendum 2 Article B.2.b. F. ATTACHMENTS 1. Reissued Drawings. 2. Reissued Specifications. END OF ***** Page 6 of 6 6/08/2015

7 THE PORTLAND WATER DISTRICT ATTACHMENT NO. 1 REISSUED AND NEW DRAWINGS 6/08/2015

8 THE PORTLAND WATER DISTRICT + + THIS PAGE LEFT BLANK INTENTIONALLY + + 6/08/2015

9

10

11

12

13 THE PORTLAND WATER DISTRICT ATTACHMENT NO. 2 REISSUED SPECIFICATIONS 6/08/2015

14 THE PORTLAND WATER DISTRICT + + THIS PAGE LEFT BLANK INTENTIONALLY + + 6/08/2015

15 Section Bid Form PROJECT IDENTIFICATION: ARTICLE 1 BID RECIPIENT BID SUBMITTED TO: EEWWTF AERATION SYSTEM UPGRADES 500 Marginal Way Portland, ME Portland Water District c/o Purchasing Agent Douglass Street P.O. Box 3553 Portland ME, The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in the Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 BIDDER S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders, including without limitations those dealing with the dispositions of Bid security. ARTICLE 3 BIDDER S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Federal, State, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in SC-4.02, and (2) reports and 1 Addendum /18/2015

16 drawings of Hazard Environmental Conditions, if any, at the Site that have been identified in SC-4.06 as containing reliable technical data. E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs. F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of the Work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. J. Bidder will submit written evidence of its authority to do business in the State or other jurisdiction where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4 BIDDER S CERTIFICATION 4.01 Bidder further represents that: A. This Bid is genuine and not made in the interest of or on the behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to /18/2015

17 influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): A. SCHEDULE OF BID ITEMS: Item Description Unit Unit Price (In Words & Figures) Estimated Quantity Price (In Numbers) 1 Aeration System Upgrades LS $ 1 $ 2 Furnishing of Single- Stage Integrally Geared Blowers LS One-Million Twelve Thousand Three Hundred $1,012, $1,012, Shrinkage Crack Repair Waterproof Injection Grout LF LF $ $ 1500 $ 150 $ 5 Epoxy Crack Repair Binder LF $ 50 $ 6 Surface Spall Repair Material SF $ 930 $ 7 Formed Spall Repair Material SF $ 310 $ 8 Expansion Joint Repair LF $ 550 $ 9 Control Joint Repair LF $ 1400 $ /18/2015

18 Item Description Unit Unit Price (In Words & Figures) Estimated Quantity Price (In Numbers) 10 Loading, Transportation and Disposal of Hazardous Soil TON $ 20 $ 11 Removal, Loading, Transportation and Disposal of Aeration Basin Residuals 2 TON $ 125 $ 12 Building Permit Fee 2 ALLOWANCE Ninety Thousand $90,000 1 $90,000 Tota l-bb TOTAL BASE BID $ BASE BID PRICE (Includes all items) In Words: In Figures: $ B. Unit Prices have been computed in accordance with paragraph B of the General Conditions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the contract Documents. D. The Owner is exempt from Maine State sales and use taxes on materials and equipment to be incorporated in the work. Said taxes shall not be included in the Bid. E. The basis of award will be the lowest qualified bid of the Total Base Bid, Item Total- BB. F. Bids received from all bidders shall remain in effect for a period of 60 (sixty) working days after the bid opening or until the effective date of the agreement with the low bidder, whichever occurs first. ARTICLE 6 TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement Bidder accepts the provisions of the Agreement as to liquidated damage. 2 Addendum /18/2015

19 ARTICLE 7 ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of the Bid: A. Required Bid security in the form of a Bid Bond (EJCDC No. C-430) or Certified Check (circle type of security provided); B. List of Proposed Subcontractors; C. List of Proposed Suppliers; D. List of Project References; E. Evidence of authority to do business in the state or jurisdiction of the Project; or a written covenant to obtain such license within the time frame for acceptance of Bids; F. Contractor s License No.: [or] Evidence of Bidder s ability to obtain a State Contractor s License and a covenant by Bidder to obtain said license within the time for acceptance of Bids; G. DBE program forms per the Instructions to Bidders and Supplementary Conditions; ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the Instructions to Bidder, the General Conditions, and the Supplementary Conditions. ARTICLE 9 BID SUBMITTAL 9.01 This Bid is submitted by: If Bidder is: An Individual Name (typed or printed): By: Doing business as: (Individual s signature) SEAL, if required by State A Partnership Partnership Name SEAL, if required By: by State (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): /18/2015

20 A Corporation Corporation Name: State or Jurisdiction of Incorporation: Type (General Business, Profession, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Attest CORPORATE SEAL, if required by State (Signature of Corporate Secretary) Date of Qualification to do business in the State of Maine is / / A Joint Venture Name of Joint Venture: First Joint Venture Name: By: SEAL, if required by State (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venture Name: By: SEAL, if required by State (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is party to the venture should be in the manner indicated above.) Bidder s Business address: /18/2015

21 Business Phone No. ( ) Business FAX No. ( ) Business Address State Contractor License No.. (If applicable) Employer s Tax ID No. Phone and FAX Numbers, and Address for receipt of official communications, if different from Business contact information: Bid submitted on, 20. *** END OF SECTION *** /18/2015