PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES

Similar documents
Sample. Bid Proposal. Not Valid for Use

Job Order Sewer Repair Services

Pump Station No. 1 and Storage Tank

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Camino Real Regional Utility Authority Doña Ana County, New Mexico. CDM Smith Project No ADDENDUM NO.

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

SANITARY SEWER COLLECTION SYSTEM and March 12, 2015 RE-USE LINE

ADDENDUM # 3 CITY OF CAPE CANAVERAL BID # CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION June 24, 2016

ADDENDUM NO. 5. Except as hereinafter specified, the work shall be in accordance with the drawings and specifications.

Masterson 24-Inch Water Main Extension Solicitation Number: CO Job No.: ADDENDUM 2 July 3, 2018

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1 - OUTLINE AND SUMMARY INFORMATION

ADDENDUM NO. 1 APRIL 24, 2017

ADDENDUM NO. 1 CITY OF FORT MORGAN OUTPOST SEWER LIFT STATION CONVERSION PROJECT (DOLA EIAF 07494) January 22, 2015

ADDENDUM #1 AUGUST 25, INTERSECTION IMPROVEMENTS AT SR 434 AND TUSCORA DRIVE Bid # ITB-06/16/BF

Sunnyside Valley Irrigation District Enclosed Lateral Improvements Projects Contract : Regions 011, 13 & 014

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

CITY OF FERNDALE, WA PAGE 1

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

CECIL COUNTY, MARYLAND. ADDENDUM #2 Bid ; Marley Road Sewer Extension

COUNTY OF SAN JOAQUIN

ADDENDUM NO.2 REQUEST FOR PROPOSALS FOR CITY OF PALM COAST

ADDENDUM #1 FEBRUARY 20, 2015 SANDUSKY COUNTY ENGINEERS OFFICE RE: F. HOEFLICH DITCH IMPROVEMENT PROJECT NO.142 ADDENDUM #1

DISTRICT OF TOFINO BARRS MOUNTIAN RESERVOIR REPLACEMENT PROJECT. Attached, please find Addendum # 1 for the above noted project.

Section C-111 ADVERTISEMENT FOR BIDS WINSTON-SALEM/FORSYTH COUNTY UTILITY COMMISSION IDOLS ROAD REGIONAL LIFT STATION

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015

Today s Date: April 15, 2015 Bid Opening Date: April 22, 2015

CITY OF PUNTA GORDA, FLORIDA

ADDENDUM NO. 5. Project Book Updates, Specifications Updates, Drawing Updates, Questions and Answers and Bid Receipt Date and Opening Date Change

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

Eastern Sewershed Package IV Project Solicitation Number: CO Job No.: ADDENDUM 1 April 20, 2018

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

The Metropolitan Sewer District of Greater Cincinnati

BID FORM (LUMP SUM CONTRACT)

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

Addendum No. 1 Page 1 of 2

SECTION MEASUREMENT AND PAYMENT

Construction Contract Basics

PROPOSAL OF, a corporation. an individual doing business as

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

General Water Bid Items Item No.

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

CITY OF TACOMA Department of Public Utilities Tacoma Power

ADDENDUM 2 KODIAK ISLAND BOROUGH CHINIAK TSUNAMI CENTER AND LIBRARY Kodiak, AK

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

AMENDMENTS AS SPECIFIED IN THE ATTACHED NOTE: See Section Fill Aggregate Type A1, A2 and A3

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

Hillsborough City School District Window Covering Projects At 6 District Sites. Bid #19-01 ADDENDUM NO. 1

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

ADDENDUM NO. 1 NOVEMBER 8, 2016

ADDENDUM NO. 1. GOODWYN, MILLS AND CAWOOD, INC st Avenue South Suite 100 Birmingham, Alabama Ph: Fax:

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

Request for Quote. For. Invitation # Issue Date: 08/08/2011

COUNCIL ROCK SCHOOL DISTRICT ADMINISTRATION & BUSINESS OFFICES The Chancellor Center 30 North Chancellor Street Newtown, PA ADDENDA No.

Addendum No. 1 Issue Date: March 29, 2016

Addendum No. TWO Date:

EL DORADO COLONIA STREET IMPROVEMENT PROJECT PHASE III IN THE CITY OF EL CENTRO ADDENDUM NO. 02

DATE: March 31, 2017 NO. OF PAGES: 15 (Including Cover Page) CITY OF ARVIN SYCAMORE ROAD STORM DRAINAGE IMPROVEMENT PROJECT

San Antonio Water System ADDENDUM NO. 1

TOWN OF CHAPIN, S.C. Utilities Department

Response: The due date for receipt of proposals has been extended. Please see Amendment

November 29, CITY OF PLANT CITY Purchasing Division (813)

ADDENDUM NO. 1. VILLAGE OF VERSAILLES North West Street Extension March 19, 2018

BRICK TOWNSHIP MUNICIPAL UTILITIES AUTHORITY BRETON WOODS SECTION 1 WATER MAIN REPLACEMENT ADDENDUM #2

BID ADDENDUM NO. 1 COVER SHEET. All Bidders of Record. Seamus Doran, Project Manager. DATE: June 29, 2017

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

Re: T.4992 Westminster Hwy from Gilley Rd to #23591 Westminster Hwy Road Construction Addendum No. 1

Snow Removal Equipment Storage Building

REQUEST FOR QUOTES: # LE

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

ADDENDUM #1 TO REQUEST FOR PROPOSALS FOR SCADA SYSTEM DESIGN/INSTALL

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

4TH STREET SEWER EXTENSION TO MBR PLANT BID SOLICITATION NO

ADVERTISEMENT TO BID PARTIAL

UAF Combined Heat & Power Replacement (CPHR)

SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No.

ADVERTISEMENT FOR BIDS

SARASOTA COUNTY GOVERNMENT PROCUREMENT 1660 Ringling Blvd., 3 rd Floor Sarasota, Florida Telephone Fax

ASHCROFT PUMP STATIONS 2 & 3 CAPACITY IMPROVEMENTS PROJECT ACSA Project No Addendum 1 June 20, 2018

Transcription:

Solutions for Today Vision for Tomorrow ADDENDUM 5 DATE: June 16, 2016 PROJECT NAME: NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES PROJECT NO. 115111 TO: ALL PLAN HOLDERS OF RECORD This Addendum forms a part of the Contract Documents and modifies or supplements the Project Manual or the Drawings as indicated below. All other provisions of the Contract Documents shall remain unchanged. This Addendum is hereby made a part of the Contract Documents to the same extent as those provisions contained in the original documents and all itemized listings thereof. Bidders shall acknowledge receipt of this Addendum in the appropriate space on the Bid Proposal form. Contents Contents CLARIFICATIONS/INFORMATION... 1 BID DOCUMENTS (VOLUME 1)... 4 BID DOCUMENTS TECHNICAL SPECIFICATIONS (VOLUME 2)... 5 BID DOCUMENTS DRAWINGS (VOLUME 2.1, 2.2, 2.3, 2.4, and 2.5)... 5 CLARIFICATIONS/INFORMATION The list below includes clarifications to questions. If not listed below, the answer is included in the modifications. 1. Question: Can you send me a copy of the mandatory pre bid meeting sign in list? Response: The sign in sheet was distributed in Addendum 4. 2. Question: When are the bids Due? Response: The bid date, time and location have not changed from what was listed in the bid documents. 2201 San Pedro Drive, NE Building 4, Suite 200 Albuquerque, NM 87110 Tel: 505.884.0700 Fax: 505.884.2376 Rev. 20101004 Q:\SEC---PROJECTS\115111 NTUA NNEPA Compliance Plan Assistance Lagoon Systems\ENGINEERING\Bid_Assist\BID DOCUMENTS\ADDENDUMS\ADDENDUM 5\NTUA_WWTP Addendum 5.doc 1 P a g e

NTUA WASTEWATER TREATMENT PLANT UPGRADES - ADDENDUM 5 Page 2 of 6 3. Question: At the prebid meeting it was mentioned that the deadline for questions would be extended to Monday (6/13/16), please confirm. Response: Please see addendum 4. 4. Question: Please confirm that NTUA will be furnishing the Section 16250 Generators at each site for this project. Response: Please see the modifications to the bid documents below for the Chinle WWTP, the Pinon WWTP, the Kayenta WWTP, and the Ganado WWTP. There are no generators specified for the Tuba City WWTP for this project. 5. Question: Will the electrical transfer switch (section 16260 ATS, Section 16261 MTS) for each site be provided by NTUA? Response: Please see the modifications to the bid documents below for the Chinle WWTP, the Pinon WWTP, the Kayenta WWTP, and the Ganado WWTP. There is no ATS specified for the Tuba City WWTP for this project. There are no changes for STS 16261 MTS for the Tuba City WWTP. 6. Question: Regarding Supplemental Specifications section 31 55 00 Earth Retention, where does this apply? The only structure that we see that may need something is the new junction box at Chinle between dells 2 and 4. If cell 4 has water in it that will be a problem to dig that deep (20 below existing ground). Soil nails don t look like the right application for this Response: Please see the modifications to the bid documents below. These modifications should eliminate the need for earthwork retention for junction box 7. 7. Question: It appears that you may have done some geotechnical exploration and analysis for Chinle as part of the design process. Is there any information that could help us determine how to apply the requirements of the Earth Retention spec? 8. Response: Please see the modifications to the bid documents below. These modifications should eliminate the need for earthwork retention for junction box 7. 9. Question: Instructions to Bidders Article 14.01 states that Bidders have the option to submit a collective bid for all sites. At the prebid however, it was stated that all sites were to be bid separately with the potential that the sites may be awarded to multiple contractors. Please confirm that a lump sum, collective bid for all sites will not be acceptable. Response: Please see the modifications to the bid documents below. 10. Question: When is the NTP anticipated to be issued? Q:\SEC---PROJECTS\115111 NTUA NNEPA Compliance Plan Assistance Lagoon Systems\ENGINEERING\Bid_Assist\BID DOCUMENTS\ADDENDUMS\ADDENDUM 5\NTUA_WWTP Addendum 5.doc

NTUA WASTEWATER TREATMENT PLANT UPGRADES - ADDENDUM 5 Page 3 of 6 Response: The NTP will be issued at the contract signing/preconstruction meeting. This will depend on how quickly the contractor can produce bonds and insurances after a Notice of Award has been issued (June 24, 2016). 11. Question: Are there permits / costs associated with installation and decommissioning of electrical from NTUA or other governing entities? Response: No 12. Question: Are there permits / costs associated with installation and decommissioning of electrical from NTUA or other governing entities? Response: No. 13. Question: Who will provide the main incoming utility transformers? If contractor, please provide additional data to specify equipment including incoming line voltage and transformer size. Response: NTUA will provide and install the main incoming utility transformers. 14. Question: On Addendum #4, Question #5 states that the contractor will provide the generators while in the pre-bid notes, section 8 dated June 8, 2016 at 8:00am ( Minutes for pre-bid meeting ) it states that NTUA will provide the generators. Please clarify Response: Please see the modifications to the bid documents below. 15. Question: During construction / deconstruction electrical phase, how long can the building/equipment/wastewater plants be down for upgrades? Estimated hours or days please. We assume that the installations will be phased in with allowable downtime. Response: Chinle WWTP: The plant is gravity flow. The power may be down for a 10 hour shift. Pinon WWTP: The plant is gravity flow. The power may be down for a 10 hour shift. Kayenta WWTP: The site has a generator to keep the influent lift station operational. The site can be shut down for 10 hour shift. Ganado WWTP: The site has a generator to keep the influent lift station operational. The site can be shut down for 10 hour shift. Tuba City WWTP: The plant is gravity flow. The power may be down for a 10 hour shift. 16. Question: On sheet 8A for the Kayenta site, build note 1 calls for 4 of crushed gravel. Does note 1 apply to the entire access road loop on sheet 8A, or just part of it? Q:\SEC---PROJECTS\115111 NTUA NNEPA Compliance Plan Assistance Lagoon Systems\ENGINEERING\Bid_Assist\BID DOCUMENTS\ADDENDUMS\ADDENDUM 5\NTUA_WWTP Addendum 5.doc

NTUA WASTEWATER TREATMENT PLANT UPGRADES - ADDENDUM 5 Page 4 of 6 Response: The crushed gravel note applies to just a section of the access road from the top of the berm to the bottom after the wye in the loop. It is hatched and is contained by Points P66, P67, P68, P45, P56, and P33. 17. Question: The bid opening on addendum 4 says 5PM (DST) noon local time. Please clarify if it is 5 pm or noon. Response: The Bid Due Date on the prebid meeting minutes is incorrect. The Bid Due Date is June 20, 2016 @ 5:00 p.m. (DST). 18. Question: What is the dollar value of the Owner furnished equipment? Response: Chinle WWTP: Aerators - $169,638; Control Panel - $18,575; Generator - $22,401; $65,535 Pinon WWTP: Aerators - $148,347; Control Panel -$22,250; Generator - $21,852; $37,820 Kayenta WWTP: Aerators - $152,492; Control Panel -$22,250; Generator - $ 21,852; $151,641 Ganado WWTP: Aerators - $64,426; Control Panel -$ $21,250; Generator - $87,298 Tuba City WWTP: Aerators - $171,165; Control Panel -$$23,450 BID DOCUMENTS (VOLUME 1) 1. Per INSTRUCTIONS TO BIDDERS: ARTICLE 22, ADD to the AGREEMENT the attached Wage Rates issued by the Office of Navajo Labor Relations for this project. 2. INSTRUCTIONS TO BIDDERS: ARTICLE 19.06, DELETE the following: If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder whose Bid, conforming with the material terms and conditions of the Instructions to Bidders, is lowest based. Contract will be awarded to one bidder for all bid lots or any combination thereof depending on funding and the best interest of the NTUA. and REPLACE with If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder(s) whose Bid(s), conforming with the material terms and conditions of the Instructions to Bidders, is lowest. Contract(s) will be awarded to one bidder or multiple bidders for all bid lots or any combination thereof depending on funding and the best interest of the NTUA. 3. BID FORM: ARTICLE 5, DELETE the entire page 22 and REPLACE with the attached ARTICLE 5 BASIS OF BID page 22 with the header ADDENDUM 5 JUNE 15, 2016. 4. INSTRUCTIONS TO BIDDERS: ARTICLE 14.01, DELETE the following: 14.01 Lump Sum Q:\SEC---PROJECTS\115111 NTUA NNEPA Compliance Plan Assistance Lagoon Systems\ENGINEERING\Bid_Assist\BID DOCUMENTS\ADDENDUMS\ADDENDUM 5\NTUA_WWTP Addendum 5.doc

NTUA WASTEWATER TREATMENT PLANT UPGRADES - ADDENDUM 5 Page 5 of 6 A. Bidders shall submit a Bid on a lump sum basis for the base Bid and include a separate price for each alternate described in the Bidding Documents as provided for in the Bid Form. The price for each alternate will be the amount added to or deleted from the base Bid if Owner selects the alternate. In the comparison of Bids, alternates will be applied in the same order as listed in the Bid form. Bidders have the option to bid separately for each facility and/or submit a bid which includes a collective bid amount for work to be performed on all five facilities. and REPLACE with: 14.01 Sectional Bids A. BIDDERS MUST FILL OUT AND COMPLETE ALL BID LOTS IN BID SCHEDULE. B. Submission of a Bid signifies Bidder s willingness to enter into a Contract for a single bid or any combination of multiple bid lots at the price offered. C. Bidders offering a Bid shall be capable of completing the Work within the time period stated in the Agreement. D. If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder(s) whose Bid(s), conforming with the material terms and conditions of the Instructions to Bidders, is lowest. Contract(s) will be awarded to one bidder or multiple bidders for all bid lots or any combination thereof depending on funding and the best interest of the NTUA. BID DOCUMENTS TECHNICAL SPECIFICATIONS (VOLUME 2) 1. See the attached Chinle WWTP Construction - Electrical Addendum No.1 for modifications to STS 16250 Diesel Engine Generator and STS 16260 Automatic Transfer Switch to be applied to those sections in DIVISION 16 - ELECTRICAL SPECIFICATIONS CHINLE. 2. See the attached Pinon WWTP Construction - Electrical Addendum No.2 for modifications to STS 16250 Diesel Engine Generator and STS 16260 Automatic Transfer Switch to be applied to those sections in DIVISION 16 - ELECTRICAL SPECIFICATIONS PINON. 3. See the attached Kayenta WWTP Construction - Electrical Addendum No.1 for modifications to STS 16250 Diesel Engine Generator and STS 16260 Automatic Transfer Switch to be applied to those sections in DIVISION 16 - ELECTRICAL SPECIFICATIONS KAYENTA. 4. See the attached Ganado WWTP Construction - Electrical Addendum No.2 for modifications to STS 16250 Diesel Engine Generator and STS 16260 Automatic Transfer Switch to be applied to those sections in DIVISION 16 - ELECTRICAL SPECIFICATIONS GANADO. BID DOCUMENTS DRAWINGS (VOLUME 2.1, 2.2, 2.3, 2.4, and 2.5) 1. VOLUME 2.1 CHINLE WWTP: REMOVE sheet 16 and 17 dated April 2016 and REPLACE with the attached sheet 16 and 17 dated June 2016. Q:\SEC---PROJECTS\115111 NTUA NNEPA Compliance Plan Assistance Lagoon Systems\ENGINEERING\Bid_Assist\BID DOCUMENTS\ADDENDUMS\ADDENDUM 5\NTUA_WWTP Addendum 5.doc

NTUA WASTEWATER TREATMENT PLANT UPGRADES - ADDENDUM 5 Page 6 of 6 2. VOLUME 2.1 CHINLE WWTP: Sheet 2, DELETE the SUGGESTED CONSTRUCTION PHASING OF HOLDING POND SITE table and REPLACE with the SUGGESTED CONSTRUCTION PHASING OF WWTP LAGOONS table on the next page. SUGGESTED CONSTRUCTION PHASING OF WWTP LAGOONS TASK MOVE 34,747.23 CY OF SLUDGE FROM CELL 2 TO FILL CELL 3 TO A FINAL ELEVATION OF 5458.00. PORTION ABOVE EXISTING GRADE SHALL BE SLOPED @ 3:1. GRADE CELL 2 COMPLETE PARTIAL PIPING FOR JUNCTION BOX 7 DURING GRADING COMPLETE CELL #2 INFLUENT PIPING; CAP PIPE UNTIL CELL 2 IS PUT ON LINE PUMP EXISTING WATER FROM CELL 4 (24,910 GAL) INTO CELL 2 (16,879,350 GAL CAPACITY). COMPLETE EFFLUENT YARD PIPING, CAP NEW PIPING UNTIL CELL 2 IS PUT ON LINE COMPLETE JUNCTION BOX 7 TAKE CELL 1 OFF LINE PUT CELL 2 ON LINE. PUMP WATER FROM CELL 1 TO CELL 2 INSTALL AERATORS Smith Engineering Company DATE: 6/16/2016 Allena Muskett, P.E. Project Engineer Enclosures: (1) ONLR Wage Rates, (2) Chinle WWTP Construction - Electrical Addendum No.1, (3) Pinon WWTP Construction - Electrical Addendum No.2, (4) Kayenta WWTP Construction - Electrical Addendum No.1, (5) Ganado WWTP Construction - Electrical Addendum No.2, (6) VOLUME 2.1 CHINLE WWTP: REMOVE sheet 16 and 17 dated April 2016 (7) BID FORM page 22 Q:\SEC---PROJECTS\115111 NTUA NNEPA Compliance Plan Assistance Lagoon Systems\ENGINEERING\Bid_Assist\BID DOCUMENTS\ADDENDUMS\ADDENDUM 5\NTUA_WWTP Addendum 5.doc

ADDENDUM 5

ADDENDUM 5

ADDENDUM 5

CELL 2 # BUILD NOTES 1 24 INCH PVC SAS: FURNISH AND INSTALL 24-INCH SDR 35 PER STANDARD SPEC 615, INCLUDES TRENCHING, BACKFILL AND COMPACTION PER STANDARD 601; COMPLETE AND IN PLACE. 2 FURNISH AND INSTALL JUNCTION BOX, PER DETAILS. SEE SHEET 16. 3 PLUG SAS. 1 2 1 CELL 4 NAVAJO TRIBAL UTILITY AUTHORITY CHINLE, ARIZONA #### #### #### 5 #### #### #### 4 #### #### #### 3 #### #### #### ADDENDUM 5 6/14/16 AM 2 DATE BY REVISION DESCRIPTION 1 NO. 3 CELL 2 EFFLUENT STA: 10+00.00' TO STA: 11+45.68' 5460 5455 5459.000 5458.000 5457.000 5456.000 5454.000 5453.000 MANHOLE 4A STA: 10+00.00 4' DIA. MANHOLE RIM:5458.92 INV IN:(W)5452.46 INV OUT:(E)5452.46 INV OUT:(NE)5452.46 H = 6.46' 9+75 10+00 11+00 12+00 22.18 L.F. SDR 35 SEWER PIPE SS @ 0.00% INV EL: 5453.00 5460 5455 CHINLE WASTEWATER TREATMENT PLANT UPGRADE CIVIL CELL 2 EFFLUENT STA 10+00.00 TO STA 11+45.68 Elevation 5450 5452.000 5451.000 5449.000 5448.000 5447.000 INV: 5452.60 INV: 5452.5384.13 L.F. SDR 35 SEWER PIPE SS @ 0.08% INV EL: 5447.00' EXISTING GRADE 5450 SOLUTIONS FOR TODAY... VISION FOR TOMORROW 2201 San Pedro Dr. NE Building 4, Suite 200 Albuquerque, NM 87110 Phone: (505) 884-0700 Fax: (505) 884-2376 5446.000 5445 5445 5444.000 5443.000 PROPOSED GRADE INV EL: 5441.00' 5442.000 5441.000 5440 10+00 11+00 5440 JOB NO: 115111 DATE: JUNE 2016 SHEET 16 NO:

5 6 12" 7 12" 7 7 12" 4' 1 2 3 4 NAVAJO TRIBAL UTILITY AUTHORITY CHINLE, ARIZONA #### #### #### 5 #### #### #### 4 #### #### #### 3 #### #### #### 1 2 ADDENDUM 5 6/14/16 AM DATE BY REVISION DESCRIPTION 1 NO. 7 7 7 5 7 CHINLE WASTEWATER TREATMENT PLANT UPGRADE CIVIL JUNCTION BOX 7 4' 6" 4' 12" SOLUTIONS FOR TODAY... VISION FOR TOMORROW 2201 San Pedro Dr. NE Building 4, Suite 200 Albuquerque, NM 87110 Phone: (505) 884-0700 Fax: (505) 884-2376 12" 10' 8" SHEET JOB NO: 115111 DATE: JUNE 2016 17 NO:

June 13, 2016 Smith Engineering Company 2201 San Pedro Drive NE Bldg 4, Suite 200 Albuquerque, NM 87110 Attn: Ms. Allena Muskett, P.E. RE: Chinle WWTP Construction - Addendum No.1 Dear Allena, The following modifications to the Chinle Wastewater Treatment Plant Construction Documents are required to clarify additional equipment being pre-purchased by NTUA and what the contractor s requirements for construction are related to the additional pre-purchased equipment. Specifications Section 16250 Diesel Engine Generators 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes diesel engine-driven standby generators furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.01, B, C, D and F shall be deleted in their entirety. 3.03 (Testing) shall be deleted in their entirety. 3.04 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Specifications Section 16260 Automatic Transfer Switch 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes automatic transfer switches furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.02 (Testing) shall be deleted in their entirety. 3.03 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Sincerely, Darwin Reynolds, P.E. Project Engineer 7 6 0 0 N. 1 6 T H S T R E E T, S U I T E 2 1 2 P H O E N I X, A Z 8 5 0 2 0 Phone: (602) 795-2699 Fax: (602) 216-7201

June 13, 2016 Smith Engineering Company 2201 San Pedro Drive NE Bldg 4, Suite 200 Albuquerque, NM 87110 Attn: Ms. Allena Muskett, P.E. RE: Pinon WWTP Construction - Addendum No.2 Dear Allena, The following modifications to the Pinon Wastewater Treatment Plant Construction Documents are required to clarify additional equipment being pre-purchased by NTUA and what the contractor s requirements for construction are related to the additional pre-purchased equipment. Specifications Section 16250 Diesel Engine Generators 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes diesel engine-driven standby generators furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.01, B, C, D and F shall be deleted in their entirety. 3.03 (Testing) shall be deleted in their entirety. 3.04 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Specifications Section 16260 Automatic Transfer Switch 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes automatic transfer switches furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.02 (Testing) shall be deleted in their entirety. 3.03 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Sincerely, Darwin Reynolds, P.E. Project Engineer 7 6 0 0 N. 1 6 T H S T R E E T, S U I T E 2 1 2 P H O E N I X, A Z 8 5 0 2 0 Phone: (602) 795-2699 Fax: (602) 216-7201

June 13, 2016 Smith Engineering Company 2201 San Pedro Drive NE Bldg 4, Suite 200 Albuquerque, NM 87110 Attn: Ms. Allena Muskett, P.E. RE: Kayenta WWTP Construction - Addendum No.1 Dear Allena, The following modifications to the Kayenta Wastewater Treatment Plant Construction Documents are required to clarify additional equipment being pre-purchased by NTUA and what the contractor s requirements for construction are related to the additional pre-purchased equipment. Specifications Section 16250 Diesel Engine Generators 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes diesel engine-driven standby generators furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.02, B, C, D and F shall be deleted in their entirety. 3.04 (Testing) shall be deleted in their entirety. 3.05 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Specifications Section 16260 Automatic Transfer Switch 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes automatic transfer switches furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.02 (Testing) shall be deleted in their entirety. 3.03 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. The Contractor will be responsible for getting the aeration system transfer switch to the switchboard manufacturer for installation in the switchboard. Sincerely, Darwin Reynolds, P.E. Project Engineer 7 6 0 0 N. 1 6 T H S T R E E T, S U I T E 2 1 2 P H O E N I X, A Z 8 5 0 2 0 Phone: (602) 795-2699 Fax: (602) 216-7201

June 13, 2016 Smith Engineering Company 2201 San Pedro Drive NE Bldg 4, Suite 200 Albuquerque, NM 87110 Attn: Ms. Allena Muskett, P.E. RE: Ganado WWTP Construction - Addendum No.1 Dear Allena, The following modifications to the Ganado Wastewater Treatment Plant Construction Documents are required to clarify additional equipment being pre-purchased by NTUA and what the contractor s requirements for construction are related to the additional pre-purchased equipment. Specifications Section 16250 Diesel Engine Generators 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes diesel engine-driven standby generators furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.01, B, C, D and F shall be deleted in their entirety. 3.03 (Testing) shall be deleted in their entirety. 3.04 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Specifications Section 16260 Automatic Transfer Switch 1.01, A: Replace paragraph in its entirety and replace with the following. Section includes automatic transfer switches furnished by Owner and installed by the contractor. 1.03 (Submittals) shall be deleted in its entirety. 1.04 (O&M Manuals) shall be deleted in its entirety. 3.02 (Testing) shall be deleted in their entirety. 3.03 (Training) shall be deleted in its entirety. The remainder of the Specification Section shall apply. Much of which will be product description for reference only. Sincerely, Darwin Reynolds, P.E. Project Engineer 7 6 0 0 N. 1 6 T H S T R E E T, S U I T E 2 1 2 P H O E N I X, A Z 8 5 0 2 0 Phone: (602) 795-2699 Fax: (602) 216-7201

NAVAJO TRIBAL UTILITY AUTHORITY AN ENTERPRISE OF THE NAVAJO NATION ARTICLE 5 BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Lump Sum Bid Price for Bid Lot 1 Chinle WWTP Upgrades $ Testing Allowance $ 5,000.00 Construction Power Allowance $ 5,000.00 Subtotal Bid Lot 1 $ NN Sales Tax @ 5% $ Total Bid Lot 1 $ Lump Sum Bid Price for Bid Lot 2 Pinon WWTP Upgrades Testing Allowance $ 5,000.00 Construction Power Allowance $ 5,000.00 Subtotal Bid Lot 2 $ NN Sales Tax @ 5% $ Total Bid Lot 2 $ Lump Sum Bid Price for Bid Lot 3 Kayenta WWTP Upgrades Testing Allowance $ 5,000.00 Construction Power Allowance $ 5,000.00 Subtotal Bid Lot 3 $ NN Sales Tax @ 5% $ Total Bid Lot 3 $ Lump Sum Bid Price for Bid Lot 4 Ganado WWTP Upgrades Testing Allowance $ 5,000.00 Construction Power Allowance $ 5,000.00 Subtotal Bid Lot 3 $ NN Sales Tax @ 5% $ Total Bid Lot 4 $ Lump Sum Bid Price for Bid Lot5 Tuba City WWTP Upgrades Testing Allowance $ 5,000.00 Construction Power Allowance $ 5,000.00 Subtotal Bid Lot 3 $ NN Sales Tax @ 5% $ Total Bid Lot 5 $ Total All Bid Lots (incl. Allowance & NN Sales Tax) $ NAVAJO TRIBAL UTILITY AUTHORITY NAVAJO TRIBAL UTILITY AUTHORITY WASTEWATER TREATMENT PLANT UPGRADES BID AND CONTRACT DOCUMENTS Bid Forms -22-