CITY OF GRAND RIVERS LIVINGSTON COUNTY, KENTUCKY

Similar documents
City of Wentzville. Standard Specifications and Construction Details Amendment List

SECTION PACKAGE BOOSTER PUMP STATIONS

Providing Infrastructure Redundancy at the Rocky River WWTP. Timothy McCann AECOM Keith Bovard Rocky River WWTP

BIDDING SCHEDULE SEWER LIFT STATION NO. 2 REPLACEMENT PROJECT CITY OF ALHAMBRA City s Project No. N2M17-83

SECTION SANITARY WASTE INTERCEPTORS

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

SEMINOLE TRIBE OF FLORIDA

C. ASSE 1013 Performance Requirements for Reduced Pressure Principle Backflow Preventers.

Village of Arlington Heights. Sewer Back-up Rebate Program

BUREAU Joe Iuviene, AIA January 20, 2017

SECTION MECHANICAL SPECIFICATION GRIT COLLECTION EQUIPMENT

CHARLES COUNTY GOVERNMENT ITB NO WAKEFIELD PUMPING STATION UPGRADE

SECTION INFLUENT EQUALIZATION TANK PUMPS

TYPES OF SEWAGE PUMPS. Solids Handling Pumps: Grinder Pumps: Effluent Pumps:

TECHNICAL SPECIFICATIONS DIVISION 16 - ELECTRICAL SECTION DETAIL SPECIFICATIONS FOR ELECTRICAL INSTALLATION

Ann Arbor Wastewater Treatment Plant Facilities Renovations Project October 2017

SECTION 16496A MTS MANUAL TRANSFER SWITCH (MANUAL CONTROL ONLY) Note to Spec Writer: { } Denotes EATON Feature reference number

FAIRBANKS NIJHUIS SUBMERSIBLE SOLIDS HANDLING PUMPS.

Residential Sewer Backup Prevention Program

SECTION COOLING TOWER

DOWNTOWN UNDERGROUND NETWORK SECONDARY SERVICES GUIDELINES

Fiberglass Cooling Towers

B. System Design and Performance Requirements

HUP. Performance Data. Wholesale Products Page: Section: Performance Data Dated: January RPM: 1550 Discharge: 1" Solids: 1/8" GPM: TDH:

HYDROMATIC W/D/V-A1 SUBMERSIBLE SUMP/EFFLUENT

SECTION SLUDGE HOLDING TANK DECANTER PUMP

SPECIAL SPECIFICATION 3504 Septic Tank System

TABLE OF CONTENTS SCHEDULE 18 (TECHNICAL REQUIREMENTS) DBFO AGREEMENT SECTION 2 - WATER AND WASTEWATER SYSTEMS EXECUTION VERSION

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R

HYDROMATIC SKV50 SEWAGE EJECTOR PERFORMANCE DATA SKV50. Wholesale Products Page: RPM: 1650 Discharge: 2 Solids: 2.

SPECIFICATIONS FOR THE INSTALLATION OF REDUCED PRESSURE BACKFLOW PREVENTERS AND CONCRETE VAULTS FOR METERS 4 AND LARGER

TYPICAL INSTALLATION INSTRUCTIONS

SECTION AUTOMATIC TRANSFER SWITCH

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

6. SECONDARY SERVICES (under 600 volts) 6.1 AVAILABILITY For the electrical characteristics of available secondary services see Section 3.4.

BUSWAY LOW VOLTAGE (POW-R-WAY III) SECTION SECTION 16466

DELTA WASTEWATER TREATMENT PLANT UPGRADES

Section 2: Underground

TEXAS DEPARTMENT OF HOUSING AND COMMUNITY AFFAIRS OFFICE OF COLONIA INITIATIVES TEXAS BOOTSTRAP LOAN PROGRAM. Form 15 Work Write-Up

SECTION (Master Template Final-05) ELECTRICAL BOXES. A. Provide boxes for electrical equipment and wiring devices as follows:

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

RESIDENTIAL BUILDING PLAN REQUIREMENTS

MASTERSPEC TECHNICAL SPECIFICATIONS DIVISION 26 ELECTRICAL SECTION RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

MODELS PH PH PH

A/E Design Deliverable Checklist

The following document can be provided to an Engineer, Contractor, or Owner to allow them to

Series Sump and Sewage Systems

BuildingName The Description of the Project P DOCUMENTS

Diffused Aeration Piping Equipment

ADDENDUM. Project: BYU-I Smith Building Chiller Replacement Project No.: Addendum No.: 1

INSTALLATION INSTRUCTIONS

SECTION GROUNDING AND BONDING FOR ELECTRONIC SAFETY AND SECURITY

Simplex Fiberglass Lift Station: Hard Piped

REQUEST FOR PROPOSALS FOR SLUDGE DEWATERING EQUIPMENT HORTONVILLE WASTEWATER TREATMENT FACILITY VILLAGE OF HORTONVILLE.

Legacy Environmental Process, LLC 1445 Ashville Road, Suite 103 Leeds, Alabama In USA Fax:

BIOFILTRATION ODOR CONTROL SYSTEM PLANT EXPANSION PROJECT

OPERATING PROCEDURE NO. 310

University of Massachusetts Procurement Department 140 Hicks Way 407 Goodell Building Amherst, MA 01003

G2D Series Performance Data Discharge: 1-1/4 Solids: 1/4. Wholesale Products Page: JP10075SSD-1 Section: Performance Data Dated: January, 2011

ADDENDUM NO. 1. Mallory Valley Utility District Technical Specifications & Design Criteria for Water Supply & Distribution Facilities

SECTION MODULAR GALVANIZED RF SHIELDING SYSTEM SPECIFICATIONS

SECTION A-A. Control Panel

SERVICE LINES, METERS AND APPURTENANCES

SECTION CROSS CONNECTION CONTROL AND BACKFLOW PREVENTION

DESIGN GUIDELINES WIRING AND CONDUITS PAGE 1 of 7

ADDENDUM # 3 DATE: February 16, 2018

VPL-3200B Residential Vertical Platform Lift Technical Specifications

Experior as an Energy Savings Solution for Wastewater Lift Stations. Lisa Riles NA Marketing and Business Development Manager Xylem

Contact Clark Public Utilities Construction Services department at (360) to initiate a request for service.

ADDENDUM NO 1. TO: All Prospective Bidders DATE: 8/17/17 PROJECT: New Residence Hall (WP B)

SPECIFICATIONS - DETAILED PROVISIONS Section Chlorination System (On-site Sodium Hypochlorite Generation System) C O N T E N T S

Homeowner electrical wiring guide. Including the 2015 Canadian Electrical Code amendments

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

SECTION VI Duplex Lift Station with Above Grade Valve Pit

UNDERGROUND SERVICES - GENERAL SERVICE AND MULTI-UNIT RESIDENTIAL

SECTION OUTLET, PULL, AND JUNCTION BOXES

2. Water Pressure Booster Systems. 3. Duplex Pedestal Type Sump Pumps.

SEPTIC TANK CONSTRUCTION GUIDELINES

16. Design of Pipeline Structures.

Place & Connect Pumping Stations

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

I am writing in response to your request for a Revenue Legal Opinion addressing the Sales Tax on the Wastewater Treatment equipment.

SECTION SLUICE GATES

The Canadian Electrical Code (Saskatchewan Amendments) Regulations, 1999

CLARIFICATIONS. Item 3. Specification Sections and A. All finish wood shall have sealer coat and two coats of finish material REVISIONS

ONE PIPE LENGTH MAX (REFER TO 1/4"/FT SLOPE (MIN) 5'-0" (MIN) OR 4" LATERAL NOTE #1) INCREASER RIGHT-OF-WAY/ 4"x6" REFER TO TYPICAL EXCAVATION,

City of Branson APPLICATION FOR CONSTRUCTION PERMIT

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY PIPE HANGERS, Section PIPE HANGERS, SUPPORTS, AND RESTRAINTS

4. Number of drawings required: ( ) Locations of nearest streets

LARGE STORAGE TANK PROJECT

POSITIVE DISPLACEMENT BLOWERS & VACUUM PUMPS. Water & Wastewater Treatment Solutions

SECTION TRENCHING & BACKFILLING

INSTALLATION INSTRUCTIONS. MODEL Version W SUBMERSIBLE SUMP PUMP

THE WORLD LOOKS UP TO COMPOSITE ELEVATED TANK

B. Accept materials on site in original factory packaging, labeled with manufacturer s identification.

SK75/100. Performance Data TOTAL HEAD IN FEET HEAD-METERS 6 SK100 SK Liters/Second Capacity-U.S. G.P.M.

INSTALLATION OF A STEP-SCREEN & VORTEX GRIT REMOVAL SYSTEM AT THE GRIFFITH SEWAGE TREATMENT PLANT. Peter Shanahan. Griffith City Council

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

Transcription:

CONTRACT I CONTRACT II CONTRACT III WASTEWATER TREATMENT PLANT INFLUENT PUMP STATION, FORCE MAIN, AND WATER MAIN EXTENSION WWTP & INFLUENT PUMP STATION ELECTRICAL CITY OF GRAND RIVERS LIVINGSTON COUNTY, KENTUCKY ICA No. 10105 ADDENDUM NO.1 April 24, 2014 This document is an Amendment to the Contract Documents and shall be a part of and included in the Contract. When the Addendum conflicts with the original Specifications and/or Drawings, this Addendum shall govern. Item No.1: Item No.2: Item No.3: All Contracts The open channel flow meter, all level transducers and transmitters, and all control panels will be provided and installed by the Electrical Contractor awarded Contract III. The only exception to this are the panels that come with specific equipment noted in the specifications (mechanical bar screen, screening screw compactor, grit pumps, and oxidation ditch). The parshall flume and all magnetic flow meters will be provided and installed by the General Contractor awarded Contract I. Contracts I and II All exposed ductile iron pipe, fittings, and valves shall be prepped and painted by the General Contractors awarded Contracts I and II per specification section 09900. This includes, but is not limited to, the piping, valves, and fittings located in the following areas: beneath the concrete walkways in the oxidation ditch, basement of the service building, concrete vaults, on the concrete walls in the sludge drying beds, above the minimum water line in the two digesters. Color scheme will be provided during construction. Contracts I and II In lieu of spare parts, the General Contractor shall include in his bid, a spare pump for each submersible pump model. Spare pumps shall include one (1) large influent pump, one (1) small influent pump, one (1) plant drain pump, and one (1) scum pump. These pumps shall be provided to the Owner prior to start-up. Page 1 of 6

Item No.4: Item No.5: Item No.6: Contracts I and II All new motors that will be connected to VFDs must be equipped with factory installed shaft grounding rings. A warranty against VFD-induced bearing damage or failure for the life of the motor is required. Pumps will be provided and installed by the General Contractors. Contracts I and II Hatches shall be by USF Fabrication or Halliday Products and shall be equipped with fall through protection. Refer to specifications. Contracts I and III Insulating equipment/pipe noted on the plans will be the responsibility of the General Contractor awarded Contract I. Heat tracing will be the responsibility of the Electrical Contractor awarded Contract III. Item No.7: Contract I In specification sections 11500 Sludge Dewatering System and 15700 Oxidation Ditch, remove Part I, section 1.03.A, items 2 and 2(a) and in specification section 15800 Clarifiers, remove Part I, section 1.04.A, items 2 and 2(a). In all three of these sections, rename item 2(b) to become the new item 2. The items to be removed are as follows: 2. The Contract, if awarded, will be on the basis of material and equipment specified without consideration of alternate equipment. In the event an alternate is allowed, the Contract price will be adjusted accordingly by a change order. (a) By submitting a bid, the Contractor agrees and understands that Contract award will be made on the basis of the specified equipment. Rename item 2(b) to become the new item 2. The result is shown below: 2. If an alternate is found to be not acceptable, the Contractor shall be responsible for supplying the equipment specified. Item No.8: Contract I For clarification, there are two specifications in the Project Manual that were inserted in error into the body of the set of specifications. These two specifications are not listed in the table of contents and need to be removed. They are sections 02840 Influent Pump Station, and 02835 Sewer Manhole Rehabilitation. Section 02840 was inserted between sections 02717 and 02740, and Section 02835 was inserted between sections 02820 and 02840. Please note, section 02840 Plant Drain and Scum Pump Stations is correctly placed and is to remain. Item No.9: Contract I The three (3) 18 plug valves with electric actuators shown on Plan Sheet 10, 10B, and 10C shall be Model PEF 100% Port Eccentric Plug Valves manufactured by Dezurik with Model AT1000 on/off electric actuators manufactured by Bernard Controls, or Engineer approved equal. The actuators shall have the following specs: Electrical 460-3P-60Hz, 90 degree travel 75 seconds, planetary mechanical self-locking gear, IP67 weatherproof enclosure, external corrosion protection, extra set of limit switches, manual Page 2 of 6

handwheel override, torque switches, heater, visual position indicator, mechanical travel limit stops, local open and close with indicating lights, and each one shall include an extended mounting system (estimated 7 feet above centerline). Contact Chris Hosack (812.430.7350) at King Mechanical Specialty, 406 3 rd Street, Newburgh, IN 47630. Item No.10: Item No.11: Item No.12: Item No.13: Item No.14: Item No.15: Contract I The General Contractor is responsible for insulating a section of 6 RAS pipe depicted on Sht.10C, Section K-K. The section to be insulated is above grade, beneath the stair access. Contract I All valves in the basement of the service building shall be equipped with handwheel operators. Installation shall be per the manufacturer s instructions. Contract I Aeration will be supplied to both digesters and it will be the same for both as shown on Plan Sheet 15. Contract II For clarification, there is a specification in the Project Manual that has the wrong section number. It is correctly called out in the table of contents but is incorrect numbered within the body of the set of specifications. Specification section 02718 Influent Pumps is correctly called out in the table of contents but in the body of the specifications it is numbered 02840. Section 02840 needs to be renamed 02718. Contract II All four (4) influent submersible pumps shall be equipped with both explosion proof rated motors and factory installed cooling jackets. The cooling jackets will allow for continuous pump operation when the pumps are operated indefinitely with the motors non-submerged. Contract II Recommended Construction Sequence. Abandoning the sewer mains and manholes, converting the existing pump station into a manhole, and constructing the gravity sewers will be performed after the new influent pump station, force main, and WWTP (Contract I) are online and ready to receive wastewater. At that time, the existing pump station (wetwell) will be isolated, the 16 plug valve between the existing and proposed wetwells will be closed, and wastewater bypass pumped from the manhole immediately upstream from the existing wetwell to the bypass quick connection on the 16 gravity main upstream from the new wetwell. This will allow conversion of the existing wetwell and partial construction of the two 16 gravity sewers. Once completed, the two 16 gravity sewers will be plugged, the 16 plug valve opened, and the bypass pump moved. Two bypass pumps will be needed for the next phase. They will be located upstream from two unaffected manholes. Both bypass lines will discharge into the newly converted wetwell. The remaining gravity sewers and new manholes will then be constructed. The General Contractor is responsible for rehabilitating and coating the interior of the existing wetwell and manhole per specification section 02835 Sewer Manhole Rehabilitation. Construction in the roadway will be coordinated with Jeff Deweese (Grand Rivers) and the Livingston County Road Department. Page 3 of 6

Item No.16: Item No.17: Item No.18: Item No.19: Item No.20: Item No.21: Item No.22: Item No.23: Item No.24: Item No.25: Item No.26: Contract II The General Contractor is responsible for abandoning the existing manhole located in the corner of the existing fenced in area at the Koon Road Pump Station. The gravity sewers connected to this manhole will also be abandoned. Abandonment of the manhole will include removal of the top slab down to 3 below grade, breaking/cracking the base slab so it won t be able to hold water, and filling it with sand. Contract II The General Contractor is responsible for providing and installing the FRP Building that will house the VFDs and pump controls. Contract II The General Contractor is responsible for removing and disposing of the trees on Plan Sheet 5 that are noted To Be Removed. Contract III The electrical contractor is responsible for providing and installing control panels for the two clarifiers. Contract III The Electrical Contractor is responsible for providing and installing the two generators and the concrete pads for the generators. Both generators are to be rated for standby duty not primary duty and they shall include level 1 sound attenuation. The noise level shall not exceed 72 dba measured 10 feet from the unit under free field conditions. Contract III The Electrical Contractor is responsible for heat tracing the section of pipe noted in Item No.10. Contract III The Electrical Contractor shall, at the appropriate time, disconnect and remove the electrical components of the existing Koon Road pump station. Contract III Pole lights at the influent pump station and wastewater treatment plant shown mounted on handrails shall be as shown on the lighting fixture schedule as Types F and G. Type F is the fixture and Type G is the swivel mounting pole. Contract III Underground conduits on the site may be PVC with concrete cover or rigid galvanized steel. Aboveground conduits shall be rigid galvanized steel. Conduits in the service building chemical feed room shall be PVC coated rigid conduit ( Rob-Roy, or equal). Other conduits in the service building shall be rigid galvanized steel. Concealed conduits in the service building on the main floor, above ceilings, or in the walls, may be EMT. Contract III The Electrical Contractor is responsible for providing and installing float type level controls as backup to the level transducers in the influent, plant drain, and scum pump stations. Contract III The conductors shown in the influent flowmeter vault and not described are for solenoid valve operation. Control is from the Grit Pumps. When grit pump 1 and/or 2 initiate, the corresponding solenoid valve 1 and/or 2 will open. Page 4 of 6

Item No.27: Item No.28: Item No.29: Item No.30: Contract III Only NEMA rated devices are to be used. IEC devices are not to be used. Contract III Only 30mm size pushbuttons and indication lights are to be used. Contract III All Start-Stop controls and alarms are to be carried back to the Service Building and controlled from the HMI panel. Contract III Bidders shall submit with their bids, the following documentation to assist in bid evaluation: A. Input/Output list for the Influent Pump Station and Wastewater Treatment Plant. B. Sample of Control Drawings on similar projects the bidder has completed within the past 5 years. C. Provide brief narratives of the bidder s understanding of the operational sequence for the Influent Pump Station and Wastewater Treatment Plant. Item No.31: Item No.32: Item No.33: Item No.34: Item No.35: Item No.36: Item No.37: Item No.38: Contract III The existing Koon Road Pump Station is connected to the existing SCADA system. The new Koon Road Pump Station (Influent Pump Station) shall be reconnected and made operational with the existing SCADA system. Contract III For Clarification, it is the intent for the submersible pumps with seal leak detection, temperature detection, etc., to be connected to the control panels and also indicated as alarms. Contract III For Clarification, it is the intent that both Devicenet and Ethernet Systems be utilized and that the finish control systems be SCADA ready. Contract III Bidders are NOT required to have in-house capabilities for building and programming PLCs provided this service is provided by a company approved by the City. Approved companies include HTI and Matrix Engineering. Contract III The bidder shall delete the requirement to include fees and cost for services by Jackson Purchase Energy. The owner will contract direct with Jackson Purchase Energy for services to the Influent Station and the Wastewater Plant. The bidder shall still include in the bids the cost for any temporary services that may be required during construction. Contract III Correction, the Disconnect Switches, Pushbuttons, and Selector Switches located and shown in the basement of the Service Building shall be in NEMA 4X Stainless Steel enclosures in lieu of NEMA 12. Contract III Correction, the motor control center is to be Standard design, not Arc Flash Protected design. Contract III Correction, the circuit breakers feeding the 15hp VFDs shall be 3P/40A and the circuit breakers feeding the 75hp VFDs shall be 3P/150A. The wire sizes to the 15hp and 75hp VFDs shall be #8's and #1's, respectively. Page 5 of 6

Item No.39: Contract III The breaker for the electric range in the service building shall be a 2P/50A instead of a 2P/20A. ICA ENGINEERING, INC. Michael W. Rogers, P.E. KY License No. 24493 Please sign this addendum and return today to this office via. Fax at 270.443.3943 or scan and email to jhouser@icaeng.com and mrogers@icaeng.com Signature Date Company Page 6 of 6