addendum no 1 - charlottenc.gov€¦ · 02-fe/fit-03 grit pump no. 1 discharge flow, line size:...

32
10140713 Charlotte Water McAlpine Creek WWMF Grit System Upgrades - Issued for Bid ADDENDUM NO. 1 - 1 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CHARLOTTE WATER MCALPINE CREEK WWMF GRIT SYSTEM UPGRADES Issued: 10/21/2019 To: All Official Plan Holders The following revisions, additions, and clarifications are hereby made part of the Contract Documents for the above-referenced project and shall be taken into account in the preparation of all Bids and the execution of all Work. All items in conflict with the Addenda are hereby deleted. This addendum is made part of the Contract Documents and shall be noted on the proposal. I. SPECIFICATIONS Ad-2-1. 00 41 13 – C-410 Bid Form (1) REPLACE existing Bid Form with the attached Bid Form. Ad-2-2. 01 11 00 Summary of Work (1) REPLACE Paragraph 1.2.A.1.h in its entirety with below: Grit removal, testing and off-site disposal from grit basins as needed for rehabilitation work. Contractor shall submit documentation showing testing, disposal of grit at an authorized landfill.” Ad-2-3. 07 62 00 Flashing and Sheet Metal (1) ADD paragraph 2.1A.2.c “2.1.A.2.C – MRS Rapid Lock Coping” Ad-2-4. 40 05 00 – Pipe and Pipe Fittings – Basic Requirements (1) REPLACE Paragraph 3.11.A.2.a.1.c in its entirety “3.11.A.2.a.1. Lining: Glass lined” Ad-2-5. 40 24 16 – Pumping Equipment Sump (1) ADD 2.1.A.1.e to the specification “2.1.A.1.e – Tsurumi Sump Pump 50 UT series”. (2) DELETE paragraph 2.2.B in it entirety. II. DRAWINGS Ad-2-6. 02E104 – Ground Level Power Plan (1) For heat trace controller 02HT-01, REPLACE the branch circuit from “IPP-201:18” to “IPP-201:15”. Ad-2-7. 98E008 – Panel Schedule (1) REPLACE the entire drawing with the attached drawing.

Upload: others

Post on 17-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

10140713 Charlotte Water McAlpine Creek WWMF Grit System Upgrades - Issued for Bid

ADDENDUM NO. 1 - 1

ADDENDUM NO. 1 TO

CONTRACT DOCUMENTS AND SPECIFICATIONS FOR

CHARLOTTE WATER MCALPINE CREEK WWMF GRIT SYSTEM UPGRADES

Issued: 10/21/2019

To: All Official Plan Holders

The following revisions, additions, and clarifications are hereby made part of the Contract Documents for the above-referenced project and shall be taken into account in the preparation of all Bids and the execution of all Work. All items in conflict with the Addenda are hereby deleted. This addendum is made part of the Contract Documents and shall be noted on the proposal.

I. SPECIFICATIONS

Ad-2-1. 00 41 13 – C-410 Bid Form

(1) REPLACE existing Bid Form with the attached Bid Form.

Ad-2-2. 01 11 00 Summary of Work

(1) REPLACE Paragraph 1.2.A.1.h in its entirety with below:

“Grit removal, testing and off-site disposal from grit basins as needed for rehabilitationwork. Contractor shall submit documentation showing testing, disposal of grit at anauthorized landfill.”

Ad-2-3. 07 62 00 Flashing and Sheet Metal

(1) ADD paragraph 2.1A.2.c

“2.1.A.2.C – MRS Rapid Lock Coping”

Ad-2-4. 40 05 00 – Pipe and Pipe Fittings – Basic Requirements

(1) REPLACE Paragraph 3.11.A.2.a.1.c in its entirety

“3.11.A.2.a.1. Lining: Glass lined”

Ad-2-5. 40 24 16 – Pumping Equipment Sump

(1) ADD 2.1.A.1.e to the specification

“2.1.A.1.e – Tsurumi Sump Pump 50 UT series”.

(2) DELETE paragraph 2.2.B in it entirety.

II. DRAWINGS

Ad-2-6. 02E104 – Ground Level Power Plan

(1) For heat trace controller 02HT-01, REPLACE the branch circuit from “IPP-201:18” to“IPP-201:15”.

Ad-2-7. 98E008 – Panel Schedule

(1) REPLACE the entire drawing with the attached drawing.

Page 2: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

10140713 Charlotte Water McAlpine Creek WWMF Grit System Upgrades - Issued for Bid

ADDENDUM NO. 1 - 2

III. CLARIFICATIONS

Question 1-1: It was mentioned at the site walkthrough that the overhead door in the upper level of the grit facility is inoperable. A working overhead door will be necessary to get materials and equipment in and out of this structure. Please consider replacing this overhead door as part of this contract and adding this to the scope of work.

Response 1-1: Overhead rollup door will be operable during construction.

Question 1-2: Drawing 02S101 indicates concrete fill inside (3) of the (4) grit basin channels, is it not required in all (4) channels?

Response 1-2: The basin floor for three grit basins shall be modified. The fourth basin floor is already modified.

Question 1-3: Please clarify the meaning of Keynote 1 on plan sheet 02D101 – Replace the 6” GR and the existing flange on the grit basin wall. Please clarify if we are just replacing the flanged piping here or if the intent is for the embed wall pipe with flange to be chipped out of the concrete wall and replaced entirely

Response 1-3: Replace the word “and” with “at” in Key Note 1. The intent of the note is for the Contractor to leave the wall pipe and flange associate with it in place and replace the 6” GR pipe and flange after that.

Question 1-4: Is valve and actuator allowance in bid form for items already identified in Contract Documents?

Response 1-4: No, the allowance in Item D of the bid form is for possible replacement of valves and actuators that may be identified by plant staff during construction.

Question 1-5: Is the contractor responsible for grit removal and disposal from grit basin?

Response 1-5: The contractor is responsible removal, testing and disposal of grit from the basins. The contractor shall be responsible for testing and shall submit documentation for proper disposal. The cost of grit disposal shall be included in bid form (Item E) on per cubic yard basis.

Question 1-6: Are there any domestic requirements for the iron and steel on this project?

Response 1-6: There are no SRF funds being used on this project and therefore no AIS requirements.

Respectfully submitted,

HDR Engineering, Inc. of the Carolinas

Manish Bhandari Project Manager

Attachments: CITI Proposal Drawing 98E008 00 41 13 – C-410 Bid Form Pre-Bid Meeting Notes

Page 3: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

4 0 3 0 Y a n c e y R o a d , C h a r l o t t e , N C 2 8 2 1 7

P . O . B o x 3 3 7 5 8 , C h a r l o t t e , N C 2 8 2 3 3

P H O N E 7 0 4 . 9 6 9 . 2 4 8 4 F A X 7 0 4 . 9 6 9 . 2 4 8 0

P a g e 1 o f 4

SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

“ O u r I n n o v a t i o n S e t s S t a n d a r d s ”

SCOPE PROPOSAL C19114R2 Date: October 18, 2019 To: Bidding Contractors Project: Charlotte Water

McAlpine Creek Wastewater Management Facility Grit System Upgrades Subject: Instrumentation and Controls Budget Pricing based on 100% design documents CITI, LLC, an equipment supplier, offers to furnish the following described materials and services as the System Integration Scope Allowance under Division 40, in accordance with the attached “Conditions of Sale” and other provisions that are referenced herein. We are assuming multiple startup activities in order to maintain plant operation as indicated in 01 11 10. This proposal shall remain in effect for 90 days. Please note that CITI, LLC is a N.C. Dept. of Administration HUB certified Hispanic owned business. CITI Scope Summary

Materials

Qty. Description

1 New 02-LCP-01 72”(H)x60”(W)x24”(D) NEMA-12 freestanding PLC enclosure with Modicon M340 automation hardware and all related network hardware for connectivity to area PLC.

1 Field modifications to existing 02-LCP-01 at the Screen and Grit Facility to convert PLC enclosure to a termination cabinet

1 Terminal Cabinet Extension for 02-LCP-01 36”(H)x36”(W)x8”(D) NEMA-12 enclosure with interconnecting terminals

6 Grit Classifier Selection Local Control Stations for the following applications: 02-LCS-01, 02-LCS-02, 02-LCS-03, 02-LCS-04, 02-LCS-05 and 02-LCS-06

2 Standby Unit Pump Local Control Stations for the following applications: 02-LCS-07 and 02-LCS-08

1 Enclosure to house existing Workstation and relocated filtration unit from existing enclosure

6 Pressure gauge assembly each including a pressure gauge, a 1-inch threaded isolation annular seal, 1-inch inlet isolation and bleed-off ball valves, 1-inch union between inlet ball valve and annular seal and a cam lever quick connect coupling with barbed end fitting for a flushing hose connection for the following applications: 02-PI-01A Grit Pump No. 1 Suction Pressure 02-PI-04A Grit Pump No. 4 Suction Pressure 02-PI-05A Grit Pump No. 5 Suction Pressure 02-PI-02A Grit Pump No. 2 Suction Pressure 02-PI-03A Grit Pump No. 3 Suction Pressure 02-PI-06A Grit Pump No. 6 Suction Pressure

6 Pressure gauge and switch assembly each including a pressure gauge, pressure switch with digital display, a 1-inch threaded isolation annular seal, 1-inch inlet isolation and bleed-off ball valves, 1-inch union between inlet ball valve and annular seal and a cam lever quick connect coupling with barbed end fitting for a flushing hose connection for the following applications: 02-PI-01B / 02-PSH-01 Grit Pump No. 1 Discharge Pressure 02-PI-06B / 02-PSH-06 Grit Pump No. 6 Discharge Pressure 02-PI-04B / 02-PSH-04 Grit Pump No. 4 Discharge Pressure

Page 4: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

Scope Proposal C19114R2 Charlotte Water – McAlpine Creek WMF

Grit System Upgrades October 18, 2019

Page 2 of 4 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

“ O u r I n n o v a t i o n S e t s S t a n d a r d s ”

Materials

Qty. Description

02-PI-02B / 02-PSH-02 Grit Pump No. 2 Discharge Pressure 02-PI-05B / 02-PSH-05 Grit Pump No. 5 Discharge Pressure 02-PI-03B / 02-PSH-03 Grit Pump No. 3 Discharge Pressure

8 Pressure indicating transmitter assembly each including a pressure indicating transmitter, a 1-inch threaded isolation annular seal, 1-inch inlet isolation and bleed-off ball valves, 1-inch union between inlet ball valve and annular seal and a cam lever quick connect coupling with barbed end fitting for a flushing hose connection for the following applications: 02-PIT-01 Grit Cyclone A Grit Classifier No.1 Suction Pressure 02-PIT-02 Grit Cyclone B Grit Classifier No.1 Suction Pressure 02-PIT-03 Grit Cyclone A Grit Classifier No.2 Suction Pressure 02-PIT-04 Grit Cyclone B Grit Classifier No.2 Suction Pressure 02-PIT-05 Grit Cyclone A Grit Classifier No.3 Suction Pressure 02-PIT-06 Grit Cyclone B Grit Classifier No.3 Suction Pressure 21-PIT-11 Grit Cyclone Grit Classifier No.2 Suction Pressure 21-PIT-12 Grit Cyclone Grit Classifier No.3 Suction Pressure

4 Magnetic flow meter per specification section 40 71 00-2.2, including flanged end flow tube, grounding rings, remote rack/wall mount transmitter, and interconnect cable for the following application: 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05 Grit Pump No. 3 Discharge Flow, Line size: 6-inch 02-FE/FIT-06 Grit Pump No. 4 Discharge Flow, Line size: 6-inch

1 PLC spare parts per specification section 40 63 43-2.8

1 Hand held communicator per specification section 40 73 00-2.5D

12 Field instrument 120VAC power and 24VDC analog signal surge suppressors for CITI supplied instruments

1 Lot of nameplates for CITI supplied instruments

Services

Qty. Description

1 Control panel and field instrumentation submittals for materials in this scope

1 PLC and SCADA application software programming per functional control descriptions developed by the Engineer

1 Factory acceptance testing

1 Field instrumentation setup and testing for all devices in this scope

1 External connection/control loop checks for signals and wiring between instruments/field components and CITI supplied control panels

1 Control strategy startup and demonstration testing

1 Operations training for new instrumentation and controls

1 Record drawings for cabinet modifications

CITI Price Summary

Pricing for CITI scope of materials and services Materials Subtotal = Services Subtotal =

Total excluding taxes =

$177,835 $199,843 $377,678

Page 5: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

Scope Proposal C19114R2 Charlotte Water – McAlpine Creek WMF

Grit System Upgrades October 18, 2019

Page 3 of 4 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

“ O u r I n n o v a t i o n S e t s S t a n d a r d s ”

CITI Clarifications:

1. The scope of this proposal excludes all of the following regardless of the specification responsibility statements: ▪ Instrumentation not listed in the specification section 40 71 00A-1 instrument schedule and

instruments listed in the schedule as provided by the equipment vendor; ▪ Equipment mounting racks and stands, sensor support brackets, instrument and panel sunshades,

support anchors and hardware, flange fitting accessory kits, pipe taps, isolation valves, impulse piping, grounding wire and rods, etc. as may be required or shown on the contract drawings, unless specifically listed in our materials scope;

▪ Field wiring materials, power disconnect switches, conduits, junction boxes, and pull boxes; ▪ Surge protection for field components and instruments supplied by others; ▪ All local hand stations and E-STOP push buttons not specifically listed in our scope above; ▪ Nametags for field components and instruments supplied by others; ▪ PLC program development software licenses; ▪ Materials not specifically listed in our scope; ▪ Building or work permits; ▪ Demolition of existing instrumentation and controls except for interior of existing LCP-201 to

convert it to a termination cabinet; ▪ Onsite supervision of equipment installation; ▪ Installation of panels and field process components/instruments, field wiring and network cabling; ▪ Field wiring terminations of power and control wiring at panels, field instruments, and process

components; ▪ PLC and OIT programming of panels supplied by others; ▪ Component inspections and startup for field process components/instruments and panels supplied

by others. 2. Since the new 02-LCP-01 panel is located in close proximity to ACP-5 at the Storm Station, we have

located the IO shown in 97Y005 in 02-LCP-01 to minimize field modifications and possible disruption to the Storm Station.

3. New panel 02-LCP-01 will be connected to the switch at ACP 5 via a new fiber optic patch cable. A fiber optic cable termination panel and fiber terminations will not be needed or provided at 02-LCP-01.

4. Existing workstation will be moved to a new enclosure. It is assumed that the existing PC hardware is in working order and has the latest OS and SCADA software installed. The existing filtration system will be relocated to the new enclosure.

5. We explicitly take exception to all hand stations shown in 97Y001 (02-HS21, 02-HS22, 02-HS23, 02-HS24) and 97Y005 (21-HS02, 21HS03).

6. The pressure instrument annular seals are proposed with 1-inch FNPT bodies for connection to a tap on the side of the process line. Each seal assembly will have an isolation ball valve and bleed-off ball valve with a 1-inch union between the inlet valve and seal. We understand this configuration to be preferred by the Owner in lieu of in-line full line size seals.

7. Pressure switches furnished as part of this proposal require three (3) wires for operation. Please coordinate provision of adequate wire as needed.

8. All instruments and panels furnished under the scope of this proposal will be provided with the manufacturers’ standard finish.

9. Materials will be released for manufacture and shipment to the job site upon receipt of the approved submittal and your authorization. After your authorization to release, you must accept deliveries when equipment is available. You must assume custody upon delivery and provide suitable facilities in accordance with the specifications for on-site storage until materials are installed and powered. Our hardware submittals will be available within 12 weeks after receipt of an executed order. Materials can be fully delivered in accordance with an agreed upon schedule within 14 weeks after approval of the submittal.

Page 6: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

Scope Proposal C19114R2 Charlotte Water – McAlpine Creek WMF

Grit System Upgrades October 18, 2019

Page 4 of 4 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

“ O u r I n n o v a t i o n S e t s S t a n d a r d s ”

10. After your completion of equipment installation and field wiring terminations, we will begin the field services for commissioning our panels and field instruments. You will need to have qualified staff present during this testing to assist in verifying that each external connection to the equipment is correctly wired and to operate the interconnected field process equipment and panels furnished by others.

11. All materials are warranted for 18 months after delivery, 12 months after completion of their respective acceptance testing, or 12 months after the original project completion date, whichever occurs first. We will be responsible for shipping and repair costs for non-conforming or defective items during the warranty period. You will be responsible for removal, return shipment, receipt, and re-installation of any equipment items which you originally installed.

12. Our insurance coverage is: general liability - $1,000,000/$2,000,000; auto liability - $1,000,000; excess liability - $1,000,000; and workers compensation - $1,000,000. If any additional coverage or endorsements are required, the charges for additions to our policy will be charged to you as an extra expense at actual cost times a multiplier of 1.15.

13. We will retain all rights to Intellectual Property developed under this project and will grant the end user non-transferable rights to its use and modification.

14. Shipping is FOB factory, freight cost allowed. Payment terms for this project are net 30 days after the date of each invoice. Payment to CITI shall not be dependent on you being paid by any third parties. Materials that are delivered or approved for storage in our facility will be billed complete at time of delivery/storage in accordance with a pre-submitted schedule of values. Services will be billed on a percentage completed against this schedule of values.

15. We will accept retainage being withheld from progress payments due to us if the Owner is applying retainage against the prime contract. Five percent retainage may be withheld until our work is 50% complete by approved billings, after which 0% may be withheld. Partial and full retainage releases must be made within the earlier of: seven days of Owner’s payment of retainage to you; or 60 days from the completion of our scope of work.

16. We will accept a purchase order for our scope of supply subject to these clarifications and the attached CITI, LLC “Conditions of Sale”. A subcontract will not be accepted. The order will need to incorporate this proposal or specifically include within its body the listing of materials, services, and clarifications from this proposal so as to define our scope of supply and terms. Flow down clauses will not be accepted. All terms of our agreement must be specifically listed in the order. Assignment of order is subject to our written consent.

17. We will apply taxes to all invoices for labor and materials as applicable. If a tax exemption is being claimed, all relevant exemption forms must be provided to CITI at the time the purchase order is issued. A completed NCDOR E-589CI Affidavit of Capital Improvement is needed if the work is to be taxed as a real property contract with respect a capital improvement to real property.

If you have any questions about our scope of supply please call us. Thank you for your consideration. CITI, LLC

Eric Allen Director of Engineering Attachment: CITI, LLC Conditions of Sale

Page 7: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

CITI, LLC CONDITIONS OF SALE

1. GENERAL: Sales by CITI, LLC, (herein CITI) are made solely under the conditions expressly set forth herein. Any proposed changes or exceptions to these conditions, or additional terms and conditions, included or referenced in Purchaser's order or acceptance of this offer, are hereby rejected by CITI, and shall be of no force or effect upon CITI unless expressly accepted in writing by CITI. This Contract shall bind and inure to the benefit of Purchaser and CITI, as well as their respective successors and assigns; however, neither party may assign this Contract without prior written consent of the other. Neither party shall be deemed to have waived its rights by failing to enforce any particular provision of this Contract. If a court invalidates any portion of this Contract, the rest of this Contract shall remain valid and be construed as if not containing the invalidated provision. North Carolina law shall govern the rights and obligations of the parties. Either party may pursue any legal means available to resolve disputes or claims arising out of or relating to this Contract. Both parties agree to the jurisdiction for resolution of disputes under this order as Mecklenburg County, North Carolina. Each party shall be responsible for their own legal fees in any matter related to this agreement. 2. CREDIT APPROVAL: If at any time information available on Purchaser's financial condition or credit history, in CITI's judgment, does not justify the terms of payment specified herein, CITI may require full or partial payment in advance, or an acceptable form of payment guarantee such as a bank letter of credit, or other modifications to the terms of payment. 3. PROPRIETARY INFORMATION: All information, data, drawings, instruction and operation manuals furnished by CITI with this Contract are proprietary to CITI, submitted in strict confidence, and are to be used by Purchaser solely for the purposes of this Contract, and shall not be reproduced, transmitted, disclosed or used in any other manner without CITI's written authorization. 4. RISK OF LOSS: Risk of loss or damage to the Products, or any part thereof, shall pass to Purchaser at the f.o.b. ship point stated herein. 5. EXCUSABLE DELAY: CITI shall not be liable for failure to perform or for delay in performance due to fire, flood, or any other act of God; strike or other labor difficulty, including the bankruptcy of any suppliers to CITI, act of any civil or military authority or of Purchaser; riot; embargo; delay in or shortage of transportation facilities; or any other delay beyond CITI's reasonable control. In the event CITI's performance is delayed by any such cause, CITI's schedule for performance shall be extended accordingly. If Purchaser's actions delay CITI's performance, Purchaser shall pay CITI any additional costs incurred by CITI resulting from such delay. If Purchaser delays shipment of Products, or any part thereof, in addition to paying CITI for additional costs incurred, Purchaser shall also pay for the Products or the parts on the date CITI is prepared to make shipment. 6. TAXES AND LICENSES: The Purchase Price does not include any licenses or State or local taxes of any kind applicable to the sale, use or delivery of the Products or services covered under this Contract. Purchaser shall pay direct or reimburse CITI for any such license fees or taxes that CITI or CITI's subcontractors or suppliers are required to pay. CITI will apply taxes to all invoices for labor and materials as applicable to the State where the work is sold. If a tax exemption is being claimed, all relevant exemption forms must be provided to CITI at the time of execution of this Contract. 7. INSPECTION BY PURCHASER: Purchaser may inspect the Products at Purchaser's expense at the point of manufacture, provided that such inspection is arranged and conducted so as not to unreasonably interfere with CITI's or the manufacturer's operations. Purchaser's inspection of the Products and release for shipment shall constitute Purchaser's acceptance of the Products as conforming to the requirements of this Contract. 8. WARRANTY: CITI warrants the Products from defects in material and workmanship for a period of one (1) year from date the Products are initially placed in operation, or eighteen (18) months from date the Products are shipped, whichever occurs first, provided that the Products are stored, installed, maintained and operated in accordance to the manufacturers recommendations and are protected from harm or damage including but not limited to fire, water, physical damage, exposure to inclement weather, extreme temperatures, and not subjected to misuse, neglect or accident. Upon prompt written notice of and determination that such defect is covered under the foregoing warranty, CITI's responsibility is limited to correction of the defect by, at CITI's option,

repair or replacement of the defective part or parts, f.o.b. factory. CITI will not accept responsibility for incidental or consequential damages. Unless stated elsewhere herein, CITI provides no warranty of product performance or process results. The foregoing warranties are exclusive and in lieu of all other warranties of any kind, including any implied warranty of merchantability or fitness for a particular purpose. Any products repaired or replaced under this warranty will be warranted for the remainder of the original warranty period. CITI shall have no responsibility for the condition of primed or finish painted surfaces after the Products leave their point of manufacture. Field touch-up of shop primed or painted surfaces is normal and shall be at Purchaser's expense. Any touch-up or repainting required to shop primed or painted surfaces, for reasons other than improper or incorrect application in the shop, shall be Purchaser's responsibility. Purchaser shall be responsible for unpacking and inspecting all shipped Products and noting any damage on the shipper's bill of lading. Any damage must be reported to CITI within 48 hours of receipt of shipment by Purchaser. 9. PAYMENT TERMS. CITI's payment terms are Net 30 days from date of CITI invoice. If Purchaser is late in paying the Purchase Price or any partial payment due under this Contract, or otherwise breaches this Contract, CITI shall be entitled to interest at 1½% per month on the overdue amount, and on its damages, calculated from the date of default in payment or other breach, plus court costs, reasonable attorneys' fees and other expenses incurred in any effort to collect. No retainage on the equipment, products, services, or any part thereof, is allowed unless prior approved by CITI. Full retainage release must be made within the earlier of: seven days after purchaser receives payment of retainage, 60 days from the completion of CITI’s scope of work, or 180 days after delivery, whichever occurs first. 10. BACKCHARGES: CITI shall not be liable for any charges incurred by Purchaser for work, repairs, replacements or alterations to the Products, without CITI's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchaser's full responsibility. 11. LIMITATION OF LIABILITY: CITI shall not be liable to purchaser for any special, indirect, incidental or consequential damages arising from CITI's obligations under this contract, whether such damages are based upon breach of contract, breach of warranty, tort, strict liability or otherwise. In any event, CITI's liability to purchaser shall not exceed the purchase price of the products or parts of the products on which such liability is based. 12. CANCELLATION BY PURCHASER: If Purchaser cancels this Contract or refuses to accept delivery of the Products, Purchaser shall be liable to CITI for reasonable cancellation charges, including loss of anticipated profits, administrative costs, commissions to sales representatives, costs incurred by CITI for all work performed or in process up to the time of cancellation or refusal to accept delivery, cancellation charges from CITI's suppliers or subcontractors, and any other expenses incurred by CITI in connection with Purchaser's cancellation or refusal to accept delivery. 13. DEFAULT BY PURCHASER: Without incurring any liability or waiving any claim for damages CITI may have against Purchaser, CITI may refuse to make or delay making delivery, and/or withhold any service, and/or ship C.O.D., and/or apply payments to open balances at CITI discretion, if: (a) Purchaser breaches this or any contract with CITI, or; (b) CITI fails to receive payment within 30 days from date of invoice, or; (c) CITI becomes aware of facts which, in its judgment, render Purchaser's financial condition unsatisfactory or cast doubt on Purchaser's willingness or ability to pay for the Products and/or services, or; (d) Purchaser engages in or consents to liquidation, commission of any act of insolvency, appointment of a receiver of assets or assignment for the benefit of creditors, or if Purchaser becomes the subject of any bankruptcy or insolvency proceeding.

Rev 20171213

Page 8: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

NONE

2 3 4 5 61

A

B

D

7 8

C

PROJECT MANAGER

PROJECT NUMBER

0 1" 2"

SCALE

SHEET FILENAME

DESIGNED BY

CHECKED BY

ISSUE DATE DESCRIPTION

440 S. Church Street, Suite 1000Charlotte, NC 28202704.338.6700

N.C.B.E.L.S. License Number F-0116

BRIAN THORSVOLD, PE

10140713Grit System Upgrades

SENSITIVE DRAWINGS

DO NOT SCAN

DRAWN BY

McAlpine Creek WWMF

C:\rv

t\2

018

\101

407

13-0

1-E

_C

LS

HA

W.r

vt

10/1

5/2

019 1

1:5

6:5

5 A

M

98E00810140713-01-E.rvt

S. QUIN, PE

G. ASTROTH, PE PANEL SCHEDULESC. SHAW

A 09/27/2019 ISSUED FOR BIDS

B 10/15/2019 ADDENDUM NO. 1

DESIGN LOAD (KVA) 0.0 0.0 16.7 62.0 0.0 78.7 95 DESIGN AMPS PHASE C (KVA) 25

DEMAND FACTOR 1.25 NEC 1.00 1.05 0% --- 91 CONNECTED AMPS PHASE B (KVA) 25 OF LARGEST MOTOR KVA

CONNECTED LOAD (KVA) 0.0 0.0 16.7 59.0 --- 75.7 480 LINE-TO-LINE VOLTS PHASE A (KVA) 25 ** MISC DEMAND INCLUDES 25%

ITEMS SHOWN BOLD ARE NEW LTS REC MECH MISC** SPARE TOTAL PHASE BALANCE * REFER TO ONE-LINE DIAGRAM

NOTES: LOAD SUMMARY NOTES:

3,333 C 1,666 5KW

EX EX EX 11 UH-201/UH-202 3,333 20 3 B 20 3 1,666 UH-203 12 EX EX EX

3,333 A 1,666

C 800

9 SPARE 20 3 B 20 3 800 D 0 213 / D-214 10 EX EX EX

A 800

5HP 2,105 C 3,000

EX EX EX 7 HST-202 2,105 20 3 B 60 3 3,000 MU-202 8 EX EX EX

2,105 A 3,000

3,000 C 2,105 5HP

EX EX EX 5 MU-201 3,000 20 3 B 20 3 2,105 HST-201 6 EX EX EX

3,000 A 2,105

800 C 800

12 12 1" 3 EFFLUENT GATES 800 20 3 B 20 3 800 BYPASS GATES 4 EX EX EX

800 A 800

800 C 700

EX EX EX 1 INFLUENT GATES 800 20 3 B 20 3 700 GRIT PUMP VALVES 2 EX EX EX

800 A 700

5,540 C 582

EX EX EX 13 SAMPLE BUILDING 5,540 30 3 B 15 3 582 02-PPU-01 14 12 12 3/4"

5,540 A 582

PHASE NEUT. GRND. COND. NO. DESCRIPTION LTS REC MECH MISC AMPS P AMPS P LTS REC MECH MISC DESCRIPTION NO. PHASE NEUT. GRND. COND.

WIRING CKT CONNECTED LOAD (VA) OCP OCP CONNECTED LOAD (VA) CKT WIRING

200% NEUTRAL: NO SERVICE ENTRANCE LABEL: NO BUILDING: SCREENING AND GRIT FACILITY

PHASE / WIRE: 3 / 4+G INTERRUPTING RATING (KA): 42 LOCATION: ELECTRICAL ROOM

VOLTAGE (L-N): 277 MAIN OC DEVICE (A/PHASE): MLO MOUNTING: SURFACE

VOLTAGE (L-L): 480 BUS RATING (A): 225 ENCLOSURE: NEMA 1

PANELBOARD NO: PP-201 (EXISTING)

DESIGN LOAD (KVA) 0.0 0.0 1.6 10.0 0.0 11.6 48 DESIGN AMPS

DEMAND FACTOR ** 1.25 NEC 1.00 1.01 0% --- 48 CONNECTED AMPS PHASE B (KVA) 7 OF LARGEST MOTOR KVA

CONNECTED LOAD (KVA) 0.0 0.0 1.6 9.9 --- 11.5 240 LINE-TO-LINE VOLTS PHASE A (KVA) 5 ** MISC DEMAND INCLUDES 25%

ITEMS SHOWN BOLD ARE NEW LTS REC MECH MISC** SPARE TOTAL PHASE BALANCE * REFER TO RISER DIAGRAM

NOTES: LOAD SUMMARY NOTES:

10 10 10 3/4" 29 BALL VALVES 1,100 20 1 A 1 SPACE 30

10 10 10 3/4" 27 BALL VALVES 1,100 20 1 B 1 SPACE 28

EX EX EX EX 25 SCP-202 750 20 1 A 20 1 SPARE 26

EX EX EX EX 23 TRUCK FILL PANEL 150 20 1 B 20 1 750 B-202 PANEL 24 EX EX EX EX

21 SPARE 20 1 A 20 1 750 B-201 PANEL 22 EX EX EX EX

EX EX EX EX 19 LS-202 HI BIN LEVEL 100 20 1 B 20 1 750 SCP-201 PANEL 20 EX EX EX EX

10 10 10 1" 17 02HT-02 720 20 1 A 20 1 800 FLOW TRANSMITTERS 18 10 10 10 3/4"

10 10 10 1" 15 02HT-01 720 20 1 B 20 1 SPARE 16

EX EX EX EX 13 FS-210 100 20 1 A 25 1 100 EMER. SHOWER HEAT 14 EX EX EX EX

EX EX EX EX 11 LCP-201 1,200 20 1 B 20 1 500 AIT/EFF JB 12 EX EX EX EX

EX EX EX EX 9 FS-202 100 20 1 A 20 1 SPARE @ SAMPLE STA. 10

EX EX EX EX 7 WORKSTATION 1,200 20 1 B 20 1 100 FS-211 8 EX EX EX EX

EX EX EX EX 5 FS-207 100 20 1 A 20 1 100 FS-209 6 EX EX EX EX

3 SPARE 20 1 B 20 1 100 FS-208 4 EX EX EX EX

EX EX EX EX 1 FIT-201 150 20 1 A 20 1 100 FIT-202 2 EX EX EX EX

PHASE NEUT. GRND. COND. NO. DESCRIPTION LTS REC MECH MISC AMPS P AMPS P LTS REC MECH MISC DESCRIPTION NO. PHASE NEUT. GRND. COND.

WIRING CKT CONNECTED LOAD (VA) OCP OCP CONNECTED LOAD (VA) CKT WIRING

200% NEUTRAL: NO SERVICE ENTRANCE LABEL: NO BUILDING: SCREENING AND GRIT FACILITY

PHASE / WIRE: 1 / 3+GND INTERRUPTING RATING (KA): 10 LOCATION: ELECTRICAL ROOM

VOLTAGE (L-N): 120 MAIN OC DEVICE (A/PHASE): MLO MOUNTING: SURFACE

VOLTAGE (L-L): 240 BUS RATING (A): 100 ENCLOSURE: NEMA 1

PANELBOARD NO: IPP-201 (EXISTING)

DESIGN LOAD (KVA) 0.0 4.8 33.9 3.7 0.0 42.4 177 DESIGN AMPS

DEMAND FACTOR ** 1.25 NEC 1.00 1.15 0% --- 175 CONNECTED AMPS PHASE B (KVA) 20 OF LARGEST MOTOR KVA

CONNECTED LOAD (KVA) 0.0 4.8 33.9 3.2 --- 41.9 240 LINE-TO-LINE VOLTS PHASE A (KVA) 22 ** MISC DEMAND INCLUDES 25%

ITEMS SHOWN BOLD ARE NEW LTS REC MECH MISC** SPARE TOTAL PHASE BALANCE * REFER TO RISER DIAGRAM

NOTES: LOAD SUMMARY NOTES:

10 10 10 3/4" 41 LUBE UNIT NO.03 864 20 1 A 200 42

EX EX EX EX 39 HT PUMPS 1403 & 4 100 20 1 B 20 2 200 P-102 / BYPASS JB 40 EX EX EX

EX EX EX EX 37 HT TYDROXIDE TANK 100 20 1 A 20 1 200 EF-202 - MOD-202 38 EX EX EX EX

EX EX EX EX 35 REC. 180 20 1 B 3,612 36

EX EX EX EX 33 REC. SCUBBER 180 20 1 A 45 2 3,612 ACC-201 34 EX EX EX

EX EX EX EX 31 HT SCRUB. VESSEL 2 300 20 1 B 20 1 REC. 32 EX EX EX EX

EX EX EX EX 29 HT @ CHEM TANKS 300 20 1 A 20 1 360 BYPASS VAULT REC. 30 EX EX EX EX

EX EX EX EX 27 HT SCRUB. VESSEL 1 300 20 1 B 4,500 28

EX EX EX EX 25 REC. ELEC./COMPR. RM 180 20 1 A 45 2 4,500 WATER HEATER 26 EX EX EX

EX EX EX EX 23 REC. BLOWER E 1403 180 20 1 B 20 1 180 REC. 24 EX EX EX EX

EX EX EX EX 21 FAN MEZ. N. WALL 600 20 1 A 20 1 180 REC. 22 EX EX EX EX

EX EX EX EX 19 ROOF REC. 180 20 1 B 20 1 800 COMP. MECH. ROOM 20 EX EX EX EX

EX EX EX EX 17 SF-201 830 20 1 A 20 1 500 EF-204 18 EX EX EX EX

15 B 20 1 600 REC. 16 EX EX EX EX

13 SPARE 40 2 A 20 1 600 REC. 14 EX EX EX EX

EX EX EX EX 11 WATER COOLER 600 20 1 B 20 1 600 REC. 12 EX EX EX EX

10 10 10 3/4" 9 LUBE UNIT NO.01 864 20 1 A 20 1 864 LUBE UNIT NO.02 10 10 10 10 3/4"

EX EX EX EX 7 REC. / EFF JB 565 20 1 B 400 8

EX EX EX EX 5 EF-103 / EF JB 565 20 1 A 20 2 400 P-207 / P-208 6 EX EX EX

3 5,960 B 400 4

EX EX EX 1 AHU 201 5,960 60 2 A 20 2 400 P-101 / EFF JB 2 EX EX EX

PHASE NEUT. GRND. COND. NO. DESCRIPTION LTS REC MECH MISC AMPS P AMPS P LTS REC MECH MISC DESCRIPTION NO. PHASE NEUT. GRND. COND.

WIRING CKT CONNECTED LOAD (VA) OCP OCP CONNECTED LOAD (VA) CKT WIRING

200% NEUTRAL: NO SERVICE ENTRANCE LABEL: NO BUILDING: SCREENING AND GRIT FACILITY

PHASE / WIRE: 1 / 3+GND INTERRUPTING RATING (KA): 10 LOCATION: MCC-201

VOLTAGE (L-N): 120 MAIN OC DEVICE... 225 MOUNTING: SURFACE

VOLTAGE (L-L): 240 BUS RATING (A): 225 ENCLOSURE: NEMA 1

PANELBOARD NO: LP-201 (EXISTING)

DESIGN LOAD (KVA) 5.8 4.7 9.8 8.5 0.0 28.7 80 DESIGN AMPS PHASE C (KVA) 6

DEMAND FACTOR 1.25 NEC 1.00 1.08 0% --- 75 CONNECTED AMPS PHASE B (KVA) 11 OF LARGEST MOTOR KVA

CONNECTED LOAD (KVA) 4.6 4.7 9.8 7.9 --- 26.9 208 LINE-TO-LINE VOLTS PHASE A (KVA) 9 ** MISC DEMAND INCLUDES 25%

ITEMS SHOWN BOLD ARE NEW LTS REC MECH MISC** SPARE TOTAL PHASE BALANCE * REFER TO ONE-LINE DIAGRAM

NOTES: LOAD SUMMARY NOTES:

EX EX EX EX 41 PMPS 1-5 ROT. PNL 600 20 1 C 20 1 200 SV PWR IN PLC BASIN 3 42 EX EX EX EX

39 SUMP PUMP 1,248 B 20 1 200 SV PWR IN PLC BASIN 2 40 EX EX EX EX

EX EX EX 37 VAULT #5 1,248 20 2 A 20 1 200 SV PWR IN PLC BASIN 1 38 EX EX EX EX

EX EX EX EX 35 VAULT #6 RECEPTACLE 180 20 1 C 20 1 200 FLS-2112 3-BASIN 36 EX EX EX EX

33 SUMP PUMP 1,248 B 20 1 200 FLS-2111 2-BASIN 34 EX EX EX EX

EX EX EX 31 VAULT #3 1,248 20 2 A 20 1 200 FLS-2110 1-BASIN 32 EX EX EX EX

EX EX EX EX 29 FIT-4 180 20 1 C 1,040 30

EX EX EX EX 27 FIT-6 180 20 1 B 15 2 1,040 HP#2 28 EX EX EX

EX EX EX EX 25 FIT-7 180 20 1 A 20 1 360 RECEPT. @ STAIRWAY 26 EX EX EX EX

EX EX EX EX 23 HVAC 120V CONTROLS 100 20 1 C 20 1 180 RECEPT. @ GRIT PUM... 24 EX EX EX EX

21 1,040 B 20 1 360 GRIT DECK... 22 EX EX EX EX

EX EX EX 19 HP#2 1,040 15 2 A 20 1 180 ROOF RECEPTACLE 20 EX EX EX EX

EX EX EX EX 17 LIT-2112 200 20 1 C 900 18

EX EX EX EX 15 LIT-2111 200 20 1 B 60 3 2,100 OUTDOOR LIGHTING 16 EX EX EX

EX EX EX EX 13 LIT-2110 200 20 1 A 1,400 14

11 GRIT DRIVE 720 C 20 1 864 LUBE UNIT NO.3 12 8 8 8 1"

EX EX EX 9 RECEPTACLE 720 20 3 B 20 1 864 LUBE UNIT NO.3 10 8 8 8 1"

7 720 A 20 1 1,200 02-LCP-01 8 12 12 12 3/4"

EX EX EX EX 5 INSTR. SAFE PANEL 500 20 1 C 20 1 360 RECEPT FOR HVAC 6 EX EX EX EX

EX EX EX EX 3 BUBBLER PANEL 1,000 20 1 B 20 1 1,000 ACP-5A PLC 4 EX EX EX EX

EX EX EX EX 1 ELECTRIC ROOM LGHT 200 20 1 A 20 1 900 ELECTRIC ROOM RCPT. 2 EX EX EX EX

PHASE NEUT. GRND. COND. NO. DESCRIPTION LTS REC MECH MISC AMPS P AMPS P LTS REC MECH MISC DESCRIPTION NO. PHASE NEUT. GRND. COND.

WIRING CKT CONNECTED LOAD (VA) OCP OCP CONNECTED LOAD (VA) CKT WIRING

200% NEUTRAL: NO SERVICE ENTRANCE LABEL: NO BUILDING: FLOW EQUALIZATION ELECTRICAL BUILDING

PHASE / WIRE: 3 / 4+G INTERRUPTING RATING (KA): 35 LOCATION: ELECTRICAL ROOM

VOLTAGE (L-N): 120 MAIN OC DEVICE (A/PHASE): 100 MOUNTING: SURFACE

VOLTAGE (L-L): 208 BUS RATING (A): 100 ENCLOSURE: NEMA 1

PANELBOARD NO: 21-LP-1 (EXISTING)

Page 9: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page i ‐  C‐410, Bid Form Cover Page and Table of Contents McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

 

SECTION 00 41 13

C‐410 BID FORM 

MCALPINE CREEK WWMF GRIT SYSTEM UPGRADES 

PROJECT NUMBER TPR‐40‐19‐009 

 

 

Bidder Name:                

Bid Date:                

 

 

 

 

 

 

 

 

 

 

 

 

 

 

   

Page 10: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page ii ‐  C‐410, Bid Form Cover Page and Table of Contents McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

 

TABLE OF CONTENTS 

 

Page  

ARTICLE 1 – Bid Recipient ............................................................................................................................. 3 

ARTICLE 2 – Bidder’s Acknowledgements ..................................................................................................... 3 

ARTICLE 3 – Bidder’s Representations .......................................................................................................... 3 

ARTICLE 4 – Bidder’s Certification ................................................................................................................. 4 

ARTICLE 5 – Basis of Bid ................................................................................................................................ 5 

ARTICLE 6 – Time of Completion ................................................................................................................... 6 

ARTICLE 7 – Attachments to this Bid ............................................................................................................. 6 

ARTICLE 8 – Defined Terms ........................................................................................................................... 7 

ARTICLE 9 – Bid Certification ......................................................................................................................... 8 

Page 11: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 3 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

ARTICLE 1 – BID RECIPIENT 

1.01 This Bid is submitted to: 

City of Charlotte ‐ Charlotte Water 

1.02 The undersigned Bidder  proposes  and  agrees,  if  this Bid  is  accepted,  to  enter  into  a Contract 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 this 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 Instructions to Bidders, including without limitation  those  dealing  with  the  disposition  of  Bid  security.  This  Bid  will  remain  subject  to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 

ARTICLE 3 – BIDDER’S REPRESENTATIONS 

3.01 In submitting this Bid, Bidder represents that: 

A. Bidder  has  examined  and  carefully  studied  the  Bidding  Documents,  and  any  data  and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: 

Addendum No.    Addendum Date 

     

     

     

     

     

B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become  familiar with and satisfied  itself  as  to  the general,  local, and Site conditions that may affect cost, progress, and performance of the Work. 

C. Bidder is familiar with and has satisfied itself as to all 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  adjacent  to  the  Site  and  all  drawings  of  physical  conditions  relating  to existing  surface  or  subsurface  structures  at  the  Site  that  have  been  identified  in  the Supplementary  Conditions,  especially with  respect  to  Technical  Data  in  such  reports  and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. 

E. Bidder  has  considered  the  information  known  to  Bidder  itself;  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 any 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 

Page 12: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 4 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

of  the  Work;  (2)  the  means,  methods,  techniques,  sequences,  and  procedures  of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs. 

F. Bidder  agrees,  based  on  the  information  and  observations  referred  to  in  the  preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within  the times required, and  in accordance with  the other  terms and conditions of the Bidding Documents. 

G. Bidder is aware of the general nature of 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 confirms that 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 and furnishing of the Work. 

J. The  submission  of  this  Bid  constitutes  an  incontrovertible  representation  by  Bidder  that Bidder has complied with every requirement of this Article, and that without exception the Bid  and  all  prices  in  the  Bid  are  premised  upon  performing  and  furnishing  the  Work required by the Bidding Documents. 

ARTICLE 4 – BIDDER’S CERTIFICATION 

4.01 Bidder certifies that: 

A. This  Bid  is  genuine  and  not  made  in  the  interest  of  or  on  behalf  of  any  undisclosed individual  or  entity  and  is  not  submitted  in  conformity  with  any  collusive  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  any  thing  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 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 e execution of the Contract. 

Page 13: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 5 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

ARTICLE 5 – BASIS OF BID 

5.01 Bidder will  complete  the Work  in  accordance with  the  Contract  Documents  for  the  following price(s): 

McAlpine Creek WWMF Grit Systems Upgrade 

Bid Schedule 

Item  Lump Sum Item Description  Unit Price  Quantity  Amount 

A  Lump Sum Base Bid covering all work required per the contract documents except for items below  

  Lot   

B  Pre‐Negotiated Service Item – CITI, LLC Process Instrumentation and Control (System Integrator) 

$377,678.00  Lot  $377,678.00 

C  Contingency Allowance  $250,000.00  Lot  $250,000.00 

D  Cash Allowance 1 – Valves and actuators replacement 

$30,000.00  Lot  $30,000.00 

E  Grit Basin Grit disposal    50 CY   

F  Wemco Grit Removal Pumps equipment cost 

  Lot   

G  Smith and Loveless Grit basin mixers and baffles equipment cost 

  Lot   

H  Building Standards Permit Allowance 

$25,000  LS  $25,000 

Total Bid Price = A+B+C+D+E+F+G+H 

Lump  Sum Bid  +  Procurement  Contracts +  Unit  Price  Bids  +  Lump  Sum  for  Cash Allowances + Contingency 

 

Page 14: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 6 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

Total Bid Price = A+B+C+D+E+F+G+H(In words)    

 

  

 

ARTICLE 6 – TIME OF COMPLETION 

6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment  in accordance with Paragraph 15.06 of  the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 

6.02 Bidder  agrees  that  portions  of  the  Work  incorporated  into  intermediate  Milestones  will  be completed by the associated Milestone dates included in the Agreement. 

6.03 Bidder accepts the provisions of the Agreement as to liquidated damages. 

ARTICLE 7 – ATTACHMENTS TO THIS BID 

7.01 The following documents are submitted with and made a condition of this Bid: 

A. Required Bid security 

B. List of Subcontractors 

C. Equipment Questionnaire / Schedule of Suppliers 

D. Commercial Non‐Discrimination Certification  

E. Debarred Firms  

F. E‐Verify Certification  

G. Non‐Collusive Affidavit 

H. Certification Regarding Debarment, Suspension and Other Responsibility Matters 

I. Byrd Anti‐Lobbying Certification 

J. Contractor Safety Assessment  

K. Sensitive Project Information Distribution List  

L. Bidder Qualification Statement 

1. Evidence of Bidder’s authority to do business in the state where the Project is located. 

2. Bidder’s state or other contractor license number, if applicable. 

3. Subcontractor  and  Supplier  qualification  information;  coordinate  with  provisions  of Article 12 of these Instructions, “Subcontractors, Suppliers, and Others.” 

4. Written  evidence  establishing  its  qualifications  such  as  financial  data,  previous experience,  and  present  commitments.  Minimum  experience  qualifications  for General  Contractors  shall  include  completion  of  at  least  three  (3)  similar  projects  in the past ten (10) years. Also provide resumes for the proposed Project Manager and Superintendent  that  show  experience  with  similar  size  and  scope  projects  as  this Project. 

M. Corporate Authority to Execute Bid and Agreement 

Page 15: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 7 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

N. Charlotte Business Inclusion Form 1 and/or 3  

ARTICLE 8 – DEFINED TERMS  

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. 

Page 16: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 8 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

ARTICLE 9 – BID CERTIFICATION 

PROJECT:  McAlpine Creek WWMF Grit System Upgrades 

BIDDER: [Indicate correct legal name of bidding entity as registered with the City of Charlotte] 

 

By: [Signature]   

[Printed name]   

Title:   

(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) 

Attest: [Signature]   

[Printed name]   

Title:   

Submittal Date:   

Address:   

   

Telephone Number:   

Fax Number:   

Email:   

NC General Contractor’s License No.:   

Classification:    Limits:   

Other Licenses (Type & No.)   

City of Charlotte  Vendor Number:   

Communications concerning this Bid shall be addressed to: 

Contact Name:   

E‐Mail Address:   

Phone Number:   

Address:  (if different from above)   

Page 17: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

 

 Charlotte Water   ‐Page 9 of 9‐  C‐410, Bid Form McAlpine Creek Grit System Upgrades  Revised February 20, 2018 

 

 

Subscribed and sworn before me this ______ day of _________________, 20____. 

____________________________ Signature 

My commission expires _________________ 

If Bid is submitted as a Joint Venture or Partnership, a second Bid Certification must be filled out for the second member of the Joint Venture or Partnership. 

Page 18: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

hdrinc.com 440 S Church Street, Suite 1000, Charlotte, NC 28202-2075 704.338.6700

1

Meeting Notes Project: McAlpine Creek Grit System Upgrades

Subject: Pre-Bid Meeting

Date: Wednesday, October 09, 2019

Location: McAlpine Creek WWMF Administration Building Training Room 12701 Lancaster Hwy Pineville, NC 28134

Attendees: Jay Fish Sunbelt Rentals Lee Curtis Garney Cam Henry Garney Adam Young Garney Rick Brawley Harper Lin Tacker IRC Pat Casey Davco Roofing Matt Greco Soprema Jordan Miller Sunbelt Rentals Joshua Cole James E Harris Const Preston Downs Rain For Rent David Lucas State Utility

Lisa Markus Martin Landscaping Scott Stewart Haren Construction Jeff Brown Kiewit Kit Eller Charlotte Water Becky Adams Charlotte Water Frederica Love Charlotte Water Andrew Calvert Crowder Dane Beal Black & Veatch Melvin Williams Charlotte Water Carolus Backham CMT Handyman Serv Brian Thorsvold HDR

The meeting generally followed the attached agenda. Additional questions and discussion items from the meeting are included below.

1. Safety Moment 2. Introduction and Sign-in 3. Procurement and CBI

a. Charlotte water reviewed Charlotte Business Inclusion requirements (followed attached handout). 4. Bidding Procedures

a. Bidding documents (drawings and specifications) do not need to be returned to Charlotte Water (question regarding confidential documents statement).

b. Bidding documents can be purchased from RICHA Graphics for $213.70. c. Electronic copies are not available. d. Interested parties can visit Brookshire office to view plans. Please make an appointment before

showing up. e. No Davis Bacon requirements on this project.

5. Bid Form a. Bid form will be modified to include an allowance for Building Standards permit fees. b. Engineer's opinion of probable construction cost is approximately $5M. c. Taxes on materials are reimbursable to Contractor and should not be included in the bid.

6. Project Scope a. Additional equipment laydown area will likely be allowed in the grassy area near the Screening

and Grit Facility. b. If use Republic Waste for grit disposal, grit may be disposed of with plant's TCLP test. If not,

TCLP testing must be done on grit sample before grit is disposed of. Results may take 2-4 weeks to receive.

7. Maintenance of Plant Operations a. Maintaining existing plant operations during construction is critical. b. Multiple meetings with detailed work plans will be required per the Contract Documents. c. Shut downs of treatment trains will be weather dependent.

Page 19: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 20: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 21: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 22: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

440 S Church St, Charlotte NC 28202 P 7043386700

hdrinc.com

1

Project: McAlpine Creek WWMF Grit Systems Upgrade Project

Subject: Pre-Bid Meeting

Date: October 9th, 2019 @ 10:30 AM

Location: McAlpine Creek WWMF, 12701 Lancaster Highway, Pineville, NC 28134

1. Safety Moment

2. Introduction and Sign-in

a. Charlotte Water

i. Project Manager – Kit Eller

ii. Plant Manager – Kim Neely

b. Design and Construction Phase Services Engineer – HDR

i. Project Manager – Brian Thorsvold

3. Procurement and CBI

a. 8% CBI (MSBE) goal set of this project

4. Bidding Procedures

a. Questions due – October 17th, 2019 @ 2:00 PM

i. Provide all questions in writing to Manish Bhandari – [email protected]

ii. Questions received less than seven (7) days prior to bid opening may not be answered.

iii. Binding responses will be issued through addenda only.

b. Sealed bids - October 24th, 2019 @ 2:00 PM

i. Charlotte Water, Procurement Department, 2nd Floor, 5100 Brookshire Blvd., Charlotte, NC 28216

ii. 5% Bid security

c. Total Construction Period

i. Substantial completion – 420 Days

ii. Final completion – 450 Days

d. No NC taxes in the Bid

e. Liquidated Damages are $1,000/day for substantial and $1,000/day remaining

5. Bid form

a. Lump sum

b. Allowances

Page 23: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

440 S Church St, Charlotte NC 28202 P 7043386700

hdrinc.com

2

i. Contingency allowance - $250,000

ii. Cash allowance 1 – Valve and actuator replacement - $30,000

c. Equipment cost

6. Project Scope

a. Screening and Grit Facility

i. Demolition of existing and construction of new grit removal fluidizers, grit pumps, classifiers and associated piping and valves at the Screening and Grit Facility (S&GF).

ii. Demolition of existing and construction of new Positive Pressurization Unit and ductwork.

iii. Demolition of existing and construction of new slide gates and actuator at the grit removal basins discharge channels.

iv. Construction of new structural support system in the S&GF dumpster room.

v. Grit removal and off-site disposal from grit basins as needed for rehabilitation work. Contractor shall submit documentation showing disposal of grit at an authorized landfill.

vi. Replacement of W1, W3 and Air piping in the grit pump room of the S&GF.

vii. Temporary electrical generator and Auto Transfer Switch work in S&GF electrical room.

viii. All associated electrical and I&C work related to the aforementioned upgrades.

b. Flow Equalization Pumping Station

i. Demolition of existing and construction of new grit classifiers and associated piping at the Flow Equalization Pump Station.

ii. Rehabilitation of Flow Equalization Pump Station Electrical Building roof and associated work.

iii. Construction of new drain and containment area around the Flow Equalization dumpster area.

iv. Installation of new PLC in Flow Equalization Pump Station electrical room.

v. All associated electrical and I&C work related to the aforementioned upgrades.

vi. Piping modifications for grit piping at grit removal basins.

7. Maintenance of plant operations – Please see Specification section 01 11 10 for all MOPO requirements

a. Grit mixers and baffles

i. Only one basin can be out of service at a time.

Page 24: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

440 S Church St, Charlotte NC 28202 P 7043386700

hdrinc.com

3

ii. One shutdown of 28 calendar days will be allowed for each grit basin to complete the work associated with replacement of grit mixers, basin floor modifications and installation of baffles.

iii. During winter months (November to March) only smaller grit basins (Units 02 and 03) will be available for rehabilitation work.

b. Grit basin effluent slide gate

i. No separate shutdown shall be allowed for installation of new slide gates on grit basin effluent channel. Individual slide gates shall be replaced when the corresponding grit basin is out of service

c. Grit classifiers – S&GF

i. Grit classifiers shall be replaced before installation of new grit mixers and baffles.

d. Grit pumps and piping

i. The discharge grit piping to the classifiers from the grit pumps shall be replaced along with the grit classifier.

ii. The suction piping shall be replaced with individual grit basins rehabilitation.

e. PLC

i. The new PPU shall in service prior to start of PLC retermination work.

ii. Do not disconnect any PLC wiring in the existing LCP-201 PLC panel until the all of the equipment and instrument control wires have been terminated and pulled from the new PLC panel and all points have been updated in the HMI.

iii. Do not re-terminate more than one loop or process area at a time. Each loop or process area must be loop tested and verified in the HMI prior to starting the next loop or process area.

iv. Do not leave a loop or process area incomplete at the end of any work day.

f. Temporary electrical generator and ATS shutdown

i. ATS removal work and new PPU unit work shall be completed prior to installing any new electrical work in the electrical room.

ii. A 400 KW portable temporary generator shall be in-place to provide power to MCC-201 prior to the removal of the ATS from electrical system. Turn off and lock out the breaker at SS-201, then connect temporary generator to MCC-201 main breaker with roll up conductors. One shutdown of 45 minutes shall be allowed to make the connection.

iii. Disconnect feeder conductors at the ATS and install new pull box to reroute SS-201 feeder to MCC-201. Splice the SS-201 feeder in the new pull box. Three calendar days shall be allowed for installation of the pull box and splice.

iv. One shutdown of 45 minutes shall be allowed to disconnect temporary power and reconnecting the spliced SS-201 feeder to the main breaker in

Page 25: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05

440 S Church St, Charlotte NC 28202 P 7043386700

hdrinc.com

4

MCC-201. This shutdown shall not be in the same day as the shutdown mentioned in item 2 above.

v. Demolish ATS and generator feeder after SS-201 feeder is reconnected.

g. Flow EQ Pump Station

i. One grit classifier shall be in service at all times.

ii. Only one grit removal basins shall be out of service at a time for grit piping work.

8. Special Considerations

a. Mecklenburg County Building Standards in process

9. Site Walk Through

a. Charlotte Water and HDR representatives will walk the site perspective bidders to review scope area.

Page 26: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 27: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 28: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 29: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 30: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 31: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05
Page 32: ADDENDUM NO 1 - charlottenc.gov€¦ · 02-FE/FIT-03 Grit Pump No. 1 Discharge Flow, Line size: 6-inch 02-FE/FIT-04 Grit Pump No. 2 Discharge Flow, Line size: 6-inch 02-FE/FIT-05