clarification - the creel company - home · with a 3" length of raychem wcsm series heat...
TRANSCRIPT
ADDENDUM NO. 1 Page 1 of 8 BKI No. OS.18.002
ADDENDUM NUMBER 1
JULY 1, 2019
JCUA GAUTIER (POTW 2C) WASTEWATER TREATMENT PLANT CLARIFIER #1 AND #2 REHABILITATION
BKI PROJECT OS.18.002
FROM: BURK-KLEINPETER, INC. ENGINEERS, ARCHITECTS, PLANNERS, ENVIRONMENTAL SCIENTISTS
2133 GOVERNMENT STREET, BUILDING B, SUITE B-1 TEL (228) 875-1919 FAX (228) 875-1072
TO: PROSPECTIVE BIDDERS
This addendum forms a part of the Contract Documents and modifies the original drawings and specifications dated June 2019 as noted below. Acknowledge receipt of this addendum in the space on the previously provided Bid Form. Failure to do so may subject the Bidder to disqualification. Bidder is responsible to disseminate this addendum to all subcontractors and material suppliers concerned.
CLARIFICATION
ADD-1-1 None of the equipment requires pre-approval. Alternate equipment will be considered during the submittal phase after the contract is awarded. Alternate clarifiers shall be submitted in accordance with 11300-1.03.B.
ADD-1-2 Jackson County Utility Authority standard specifications and drawings apply to this project. Bidders can download a copy of these from the following location: https://jcua-ms.us/developers-engineers
ADD-1-3 Bids may be submitted electronically through https://www.centralauctionhouse.com/
CONTRACTOR QUESTIONS
ADD-1-4 Q: Will the walkway be sandblasted and painted or replaced? A: Contractor is to rehabilitate (sandblast and paint) the walkway. Contractor shall provide a cost for replacing the walkway in alternative #2.
ADD-1-5 Q: How deep is the existing RAS and WAS pipe? A: BKI does not have a recent survey of the piping. We have attached drawing 48 from the original plant drawings that shows sections of both the RAS and WAS pumps.
ADDENDUM NO. 1 Page 2 of 8 BKI No. OS.18.002
ADD-1-6 Q: Will the contract duration be extended if alternate #1 is selected? A: Contractor will receive an additional 60 calendar days.
ADD-1-7 Q: Can the contract time be extended? A: Yes. Contract time will be extended to 300 calendar days.
ADD-1-8 Q: Will the Owner be able to empty either of the clarifiers? And if so, to what depth? A: Owner will assist in emptying the clarifier however the owner’s pumps cannot empty either clarifier completely. Contractor should anticipate four feet of water/sludge in the bottom of the clarifier.
ADD-1-9 Q: The specs say to submit the Bid bound in the entire Project Manual. Would it be acceptable to just submit the Bid documents? A: No. A project manual is provided in the addendum.
ADD-1-10 Q: Just to make sure, the contract does not include new or replaced grout swept-in the bottom of the clarifier floors. Please confirm. A: 2 inches of grout will be replaced.
ADD-1-11 Q: Note 5 on sheet M.04 says to paint existing Handrail. The existing handrail is aluminum and in good shape. Please verify that it is indeed the intent to paint the existing aluminum handrail at the clarifiers. A: Handrail will not be painted. It will be reinstalled.
ADD-1-12 Q: We can’t find a spec on the strainer that gets replaced on sheet M.08. Please provide spec, and verify that it is 4” dia. A: Strainer is specified on sheet 15430-2.5.2.A.
ADD-1-13 Q: Will a Systems Integrator be specified for the SCADA work? A: There is no SCADA system. Controls shall be wired into the control room as shown on the plans.
ADD-1-14 Q: Plans and Pipe Material Schedule on sheet M.01 call for the Potable Water Line
running across the clarifier catwalk to be replaced with Copper. Would it be better if it were PVC, like the existing? And isn’t this the W2 line? A: The new water line shall be copper. This is the W2 line.
SPECIFICATIONS ADD-1-15 Advertisement for Bids
Replace the third paragraph with the following: “All bids must be on file with the JACKSON COUNTY UTILITY AUTHORITY, 1225 Jackson Avenue, Pascagoula, Mississippi 39567 or submitted electronically
ADDENDUM NO. 1 Page 3 of 8 BKI No. OS.18.002
through https://www.centralauctionhouse.com/ on or prior to the hour and date of the bid as stated above. All bids must be sealed.”
ADD-1-16 Agreement Paragraph 4.02A Replace with the following: “4.02 Days to Achieve Substantial Completion and Final Payment A. The Work shall be substantially completed within 300 days after the date when
the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 330 days from the date when the Contract Times commence to run.
B. If Alternate #1 is accepted than the work shall be substantially completed within 360 days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 390 days from the date when the Contract Times commence to run.”
ADD-1-17 Section 01250 – Measurement and Payment
Replace with attached Section 01250
ADD-1-18 Section 05500 – Miscellaneous Metals
Replace with attached Section 05500
ADD-1-19 Section 11300 “Hydraulic Removal Clarifiers” Paragraph 2.01-A Replace with the following “ A. The OWNER and ENGINEER believe the following candidate manufacturers
are capable of producing equipment and/or products that will satisfy the requirements of this section. This statement, however, shall not be construed as an endorsement of a particular manufacturer’s products, nor shall it be construed that named manufacturers’ standard equipment or products will comply with the requirements of this section.
1. Evoqua Water Technologies, LLC - Envirex Products, of Waukesha, WI
2. Or engineer approved equal”
ADDENDUM NO. 1 Page 4 of 8 BKI No. OS.18.002
ADD-1-20 Section 11300 “Hydraulic Removal Clarifiers”
Paragraph 2.17.B.4
Replace with the following
“4. Hand-Off-Auto Selector Switches”
ADD-1-21 Section 11300 “Hydraulic Removal Clarifiers” Paragraph 2.17.C.8
Remove from the section.
ADD-1-22 Section 13500
Paragraph 1-2.02 Drawings Replace with the following: “1-2.02. Drawings. The drawings indicate locations and arrangements of equipment and may include installation details and block and one-line diagrams showing connections and interfaces with other equipment. The input/output locations are indicated on the drawings.
Principal components of the instrumentation systems shall be as indicated on the P&ID.”
ADD-1-23 Section 13500
Paragraph 1-2.04 Supplier’s Qualifications Replace with the following: “1-2.04. Supplier’s Qualifications. Equipment and software furnished under this section and under other related subsections listed in the Scope paragraph above shall be designed, coordinated, and supplied by a single manufacturer or supplier, hereinafter referred to as the System Supplier. The System Supplier shall be regularly engaged in the business of supplying computer-based monitoring, control, and data acquisition systems. The Contractor shall utilize the services of the System Supplier to coordinate all control system related items, to check-out and calibrate instruments, and to perform all testing, training, and startup activities specified to be provided.
The System Supplier shall have the following minimum qualifications:
• The supplier shall maintain a design office staffed with qualified technical
design personnel. • The supplier shall maintain competent and experienced service personnel to
service the hardware and software furnished for this project.”
ADDENDUM NO. 1 Page 5 of 8 BKI No. OS.18.002
ADD-1-24 Section 15446 “Hydraulic Removal Clarifiers”
Paragraph 1.3
Replace with the following
1.3 SYSTEM DESCRIPTION
A. Contractor shall furnish and install one factory built self-priming pump. The pump shall be complete with all equipment specified herein, factory assembled on a common steel baseplate.
B. The principal items of equipment shall include one (1) self-priming, horizontal, centrifugal, v belt motor driven scum pumps. A pump motor control panel with thermal magnetic circuit breakers, motor starters provisions for automatic liquid level control systems for normal and standby operation, and internal wiring.
C. Factory built pump, including materials of construction, pump features, valves and piping, and motor controls shall be in accordance with requirements listed under PART 2 - PRODUCTS of this section.
PLANS ADD-1-25 Drawing Sheet M.04:
Replace note 5 with the following: “5. CONTRACTOR SHALL REMOVE GRATING, HANDRAIL THEN SANDBLAST AND PAINT WALKWAY STRUCTURAL STEEL. CONTRACTOR SHALL REINSTALL HANDRAIL AND GRATING AFTER COATING IS COMPLETE. CONTRACTOR SHALL BE RESPONSIBLE FOR TEMPORARY SUPPORTS REQUIRED FOR HANDRAIL DUE TO CLARIFIER EQUIPMENT DEMOLITION. SEE SECTION 05500-2.04 FOR ADDITIONAL DETAILS. IF ALTERNATIVE #2 IS SELECTED CONTRACTOR SHALL REPLACE WALKWAY. SEE SECTION 05500-2.05 FOR ADDITIONAL DETAILS”
ADD-1-26 Drawing Sheet M.04: Add note 7: “7. CONTRACTOR SHALL REMOVE 2” EXISTING GROUT ON FLOOR OF CLARIFIER OR AS REQUIRED TO FACILIATE INSTALLATION OF NEW GROUT. “
ADD-1-27 Drawing Sheet M.05:
Replace annotation “ACCESS BRIDGE, HANDRAIL, TOE PLATE, GRATING (NEW)”
ADDENDUM NO. 1 Page 6 of 8 BKI No. OS.18.002
With the following: “ACCESS BRIDGE TO BE REHABILIATED. SEE SECTION 05500-2.04 FOR ADDITIONAL DETAILS”
ADD-1-28 Drawing Sheet M.05: Replace Annotation: “EXISTING 2” GROUT” With “2 INCHES OF GROUT WILL BE REQUIRED TO BE ADDED THE FLOOR OF THE CLARIFIER AND SCREEDED IN BY THE MECHANISM IN ACCORDANCE WITH MANUFACTURERS INSTRUCTIONS.”
ADD-1-29 Drawing Sheet E.01 “ELECTRICAL LEGEND, ABBREVIATIONS & NOTES”
GENERAL NOTES ADD Note 13: “13. All NEMA 4X enclosures shall be Type 316 grade Stainless Steel.”
ADD-1-30 Drawing Sheet E.05 “PUMP STATION ELECTRICAL PLAN”
Sheet E.05 Specific Notes ADD Specific Note 6: “6. Interlock disconnect switch auxiliary contacts with control station RUN circuit such that opening disconnect switch shuts off VFD.”
ADD-1-31 Drawing Sheet E.05 “PUMP STATION ELECTRICAL PLAN”
Detail 1/E.05 “PUMP STATION ELECTRICAL PLAN” Revise sheet as follows: ADD Specific Note 6 to SS2, SS3, and SS4.
ADD-1-32 Drawing Sheet E.05 “PUMP STATION ELECTRICAL PLAN”
Detail 1/E.05 “PUMP STATION ELECTRICAL PLAN” Revise sheet as follows: ADD Cable/Conduit tag (C-511A) to home run at SS2. ADD Cable/Conduit tag (C-512A) to home run at SS3. ADD Cable/Conduit tag (C-513A) to home run at SS4.
ADD-1-33 Drawing Sheet E.06 “CLARIFIERS ELECTRICAL PLAN”
Sheet E.06 Notes ADD Note 5: “5. Where existing control or power conductors are to be reused, contractor may have to install additional splice enclosures or fittings in order to extend conductors which are either too short, or damaged during demolition, to new instrumentation/control devices or power equipment. Any conductor splice must be within an accessible enclosure or fitting. Contractor shall splice existing conductors with new conductors using T&B tin coated copper butt splice covered with a 3" length of Raychem WCSM Series heat shrink tubing.”
ADDENDUM NO. 1 Page 7 of 8 BKI No. OS.18.002
ADD-1-34 Drawing Sheet E.06 “CLARIFIERS ELECTRICAL PLAN” Sheet E.06 Specific Notes REVISE Specific Note 2 to read as follows: “2. Reference Clarifier Drive shop drawings for additional information regarding Clarifier Drive and Control Panel. Contractor shall install and connect Clarifier Drive Control Panel and make all connections between Control Panel and drive unit including power, torque switches, etc. as shown on Clarifier Drive shop drawings.”
ADD-1-35 Drawing Sheet E.08 “PARTIAL ONE-LINE DIAGRAM - MCCA”
Detail 1/E.08 PARTIAL ONE-LINE DIAGRAM – MCCA Revise sheet as follows:
ADD Cable/Conduit tag (P-511B) between SS2 and RAS Pump No. 1 motor. ADD Cable/Conduit tag (P-512B) between SS3 and RAS Pump No. 2 motor. ADD Cable/Conduit tag (P-513B) between SS4 and RAS Pump No. 3 motor. ADD Cable/Conduit tag (P-531SA) between SS6 and Scum Pump motor. ADD Cable/Conduit tag (P-531A) between SS1 and WAS Pump No. 1 motor. ADD Cable/Conduit tag (P-532A) between SS5 and WAS Pump No. 1 motor.
ADD-1-36 Drawing Sheet E.08 “PARTIAL ONE-LINE DIAGRAM - MCCA” Sheet E.08 Notes ADD Note 6: “6. Where existing power conductors are to be reused, contractor may have to install additional splice enclosures or fittings in order to extend conductors which are either too short, or damaged during demolition, to new motors or equipment. Any conductor splice must be within an accessible enclosure or fitting. Contractor shall splice existing conductors with new conductors using T&B tin coated copper butt splice covered with a 3" length of Raychem WCSM Series heat shrink tubing.”
ADD-1-37 Drawing Sheet E.09 “PARTIAL ONE-LINE DIAGRAM MCCA-B & MCC-C” Sheet E.09 Specific Notes REVISE Specific Note 3 to read as follows: “3. Reference Clarifier Drive shop drawings for additional information regarding Clarifier Drive and Control Panel. Contractor shall install and connect Clarifier Drive Control Panel and make all connections between Control Panel and drive unit including power, torque switches, etc. as shown on Clarifier Drive shop drawings.”
ADD-1-38 Drawing Sheet E.10 “CONTROL DIAGRAMS” Sheet E.10 Notes Note 1: DELETE ”and E.02” from note.
ADDENDUM NO. 1 Page 8 of 8 BKI No. OS.18.002
ADD-1-39 Drawing Sheet E.10 “CONTROL DIAGRAMS” Sheet E.10 Specific Notes Specific Note 2: REPLACE “HIGH/OFF/LOW” with ”FAST/OFF/SLOW”.
ADD-1-40 Drawing Sheet E.11 “CONTROL DIAGRAMS” Sheet E.11 Notes Note 1: DELETE ”and E.02” from note.
ADD-1-41 Drawing Sheet E.12 “ELECTRICAL GROUNDING DETAILS” Sheet E.12 Notes ADD Note 4: “4. All mechanical and compression lugs/connectors shall be tin coated copper.”
ADD-1-42 Drawing Sheet E.13 “ELECTRICAL SCHEDULES” REPLACE entire sheet with sheet E.13 Rev. 1, revisions clouded on sheet.
ATTACHMENTS
1. Project Manual – 30 Pages2. Section 01250 – Measurement and Payment – 7 Pages3. Section 05500 – Miscellaneous Metals – 13 Pages4. Pre-Bid Meeting Agenda – 3 Pages5. Pre-Bid Sign in Sheet – 2 Pages6. Sheet E.13 Rev 17. Sheet 48 “RAS WAS PUMP STATION SECTIONS” from June 1986 drawings.
___________________________________________________________________________ _______________________________________________________________________
PROJECT MANUAL
FOR
GAUTIER WASTEWATER TREATMENT PLANT CLARIFIER REHABILITATION
PROJCET NUMBER 20180412005
JACKSON COUNTY UTILITY AUTHORITY
July, 2019
Prepared By:
Burk-Kleinpeter, Inc. Engineers, Architects, Planners, Environmental Scientists
2113 Government Street, Ocean Springs, MS 39564
BKI OS.18.002
______________________________________________________________________
Gautier Wastewater Treatment Plant Clarifier Rehabilitation
TOC-1 Project Number 20180412005 Addendum 1
TABLE OF CONTENTS
Bid Form Pages 1 thru 14 Bid Bond Pages 1 thru 3 Bidder Qualification Statement Pages 1 thru 10 Non-Collusion Affidavit Pages 1 thru 1
Bid Form Page 1 of 14 Project Number 20180412005 Addendum #1
BID FORM
GAUTIER WASTEWATER TREATMENT PLANT CLARIFIER REHABILITATION
PROJECT NUMBER 20180412005
TABLE OF ARTICLES
1. Bid Recipient 2. Bidder’s Acknowledgements 3. Bidder’s Representatives 4. Bidder’s Certifications 5. Basis of Bid 6. Time of Completion 7. Attachments to this Bid 8. Defined Terms ARTICLE 1 – BID RECIPIENT 1.01 This Bid is submitted to:
Jackson County Utility Authority (JCUA) 1225 Jackson Avenue Pascagoula, MS 39567
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an
Agreement with Owner in the form included in the Project Manual to perform all Work as specified or indicated in the Bidding Documents for the price(s) and within the times indicated in this Bid and in accordance with the Bidding Documents.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Advertisement for Bids and
Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such period of time that the Bidder may agree to in writing upon request of Owner. Bidder will sign the Agreement and will furnish the required contract security, and other required documents within the time periods set forth in the Bidding Documents.
Bid Form Page 2 of 14 Project Number 20180412005 Addendum #1
ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, if any, and the following Addenda, receipt of all of which is hereby acknowledged.
Addendum No. Date Received Addendum No. Date Received
B. Bidder has visited the Site(s) and become familiar with and is satisfied as to the general,
local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost,
progress, and performance of the Work. D. Bidder has carefully studied all:
1. Reports of explorations and test of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities), if any, that have been identified in the Supplementary Conditions in SC-5.03 as containing reliable “technical data”, and
2. Reports and drawings of Hazardous Environmental Conditions identified at the Site,
if any, that have been identified in SC-5.06 as containing reliable “technical data”.
E. Bidder has considered the information known to Bidder, information commonly known to contractors doing business in the locality of the Site, information and observations obtained from visits to the Site, the Bidding Documents, and the Site-related reports and drawings identified in the Bidding Documents with respect to the effect of such information, observations, and documents on
1. the cost, progress and performance of the Work
Bid Form Page 3 of 14 Project Number 20180412005 Addendum #1
2. the means, methods, techniques, sequences and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder; and
3. Bidder’s safety precautions and programs.
F. Based on the information and observations referred to in Paragraph 3.01.E, Bidder does not consider that further examinations, investigations, explorations, tests, studied, or data are necessary for the determination of this Bid for performance of the Work at the price(s) 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 (if any) 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, and
discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicated and convey understanding of
all terms and conditions for the performance of the Work for which this Bid is submitted.
ARTICLE 4 – BIDDER’S CERTIFICATIONS 4.01 Bidder certifies that:
A. This Bid is genuine and is not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation.
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false
or sham Bid. C. Bidder has not solicited or induced any individual or entity to refrain from bidding.
Bid Form Page 4 of 14 Project Number 20180412005 Addendum #1
D. Bidder has not engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract. For the purposes of Paragraph 4.01.D;
1. Corrupt practice means the offering, giving, or soliciting of anything of value likely
to influence the action of a public official in the bidding process. 2. Fraudulent practice means an intentional misrepresentation of facts made (a) to
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 to participate in a scheme or arrangement between two or
more Bidders, with or without the knowledge of Owner, with a purpose to establish bid prices at artificial, non-competitive levels.
4. Coercive practice means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or affect the execution of the Contract.
Bid Form Page 5 of 14 Project Number 20150619124 Addendum #1
ARTICLE 5 – BASIS OF BID 5.01 Bidder will complete the Work in Accordance with the Contract Documents for the following prices(s):
Item No. Item Description Units Engineer’s Estimated Quantity
Lump Sum Written Price (Written in Words)
Extended Totals (Written in Figures)
BASE BID ITEMS
Item 1 Mobilization and Demobilization
Lump Sum
1 Dollars and Cents Lump Sum
$_____________________
Item 2 Pre-Construction Video and Photographs
Lump Sum
1 Dollars and Cents Lump Sum
$_____________________
Item 3 Removal of Clarifier 1 equipment
Lump Sum
1 Dollars and Cents Per Lump Sum
$_____________________
Item 4
Removal of Scum Pump, Return Activated Sludge Pumps and Waste Activated Sludge Pumps and Associated Valves and Piping
Lump Sum
1 Dollars and Cents Per Lump Sum
$_____________________
Item 5 Removal of Yard Water Equipment
Lump Sum
1 Dollars and Cents per Lump Sum
$_____________________
Bid Form Page 6 of 14 Project Number 20150619124 Addendum #1
Item No. Item Description Units Engineer’s Estimated Quantity
Lump Sum Written Price (Written in Words)
Extended Totals (Written in Figures)
BASE BID ITEMS (CONTINUED)
Item 6 Removal of Control Panels
Lump 1 Dollars and Cents Per Lump Sum.
$_____________________
Item 7 New equipment for Clarifier No. 1
Each 1 Dollars and Cents Per Each
$_____________________
Item 8
New Return Activated Sludge Pumps and associated valves, specialties and piping
Lump Sum
1 Dollars and Cents Per Lump Sum
$_____________________
Item 9
New Waste Activated Sludge Pumps and associated valves, specialties and piping
Lump Sum
1 Dollars and Cents Per Lump Sum
$_____________________
Item 10 New Scum Pump and associated valves, specialties and piping
Lump Sum
1 Dollars and Cents Per Lump Sum
$_____________________
Item 11 New Yard Water Equipment
Lump Sum
1 Dollars and Cents Per Lump Sum
$_____________________
Bid Form Page 7 of 14 Project Number 20150619124 Addendum #1
Item No. Item Description Units Engineer’s Estimated Quantity
Lump Sum Written Price (Written in Words)
Extended Totals (Written in Figures)
BASE BID ITEMS (CONTINUED)
Item 12 New Blower and associated valves, specialties and piping
Lump 1 Dollars and Cents Per Each
$_____________________
Item 13 Rehabilitate Clarifier #1 walkway
Lump 1 Dollars and Cents Per Each
$_____________________
Bid Form Page 8 of 14 Project Number 20150619124 Addendum #1
Total Base Bid Price (Items 1 through 12) = $________________________________ Unit prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. BID ALTERNATE NO. 1: Removal of Clarifier No 2, furnish and install new equipment, accessories, piping and controls for Clarifier No 2 and repair the walkway. An additional 45 calendar days will be added to the completion time if alternate no 1 is selected.
Item No. Item Description Units Engineer’s Estimated Quantity
Lump Sum Written Price (Written in Words)
Extended Totals (Written in Figures)
ALTERANTE NO 1 ITEMS
Item 1-A Removal of Clarifier 2 equipment
Lump Sum
1 Dollars and Cents Lump Sum
$_____________________
Item 1-B New equipment for Clarifier No. 2
Lump Sum
1 Dollars and Cents Lump Sum
$_____________________
Item 1-C Rehabilitate Clarifier #2 walkway
Lump Sum
1 Dollars and Cents Lump Sum
$_____________________
Total Alternate No 1 (Item 1A, 1B, 1C) = $________________________________
Bid Form Page 9 of 14 Project Number 20150619124 Addendum #1
BID ALTERNATE NO. 2: Replace clarifier walkway in lieu of rehabilitation.
Item No. Item Description Units Engineer’s Estimated Quantity
Lump Sum Written Price (Written in Words)
Extended Totals (Written in Figures)
ALTERANTE NO 1 ITEMS
Item 2-A Replace clarifier walkway.
Each
2 Dollars and
Cents Lump Sum $_____________________
Total Alternate No 2 (Item 2-A) = $________________________________
Bidder acknowledges that estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Work items will be based on actual quantities of Unit Price Work, determined as provided in the Contract Documents.
Bid Form Page 10 of 14 Project Number 20150619124 Addendum #1
ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete and completed and ready for
final payment in accordance with Paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days stated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated and special damages in the
event of failure to complete the Work within the Contract Times. ARTICLE 7 – ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a conditions of this Bid:
A. Required Bid security in the form of a Bid Bond. B. Required Bidder Qualifications Statement with supporting data. C. A tabulation of Subcontractors, Suppliers, and other individuals and entities required to be
identified in this Bid. D. Affidavit of non-collusion.
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 and the General and Supplementary Conditions.
Bid Form Page 11 of 14 Project Number 20150619124 Addendum #1
ARTICLE 9 – BID SUBMITTAL 9.01 This Bid submitted on , 2019 by: If Bidder is: AN INDIVIDUAL Name (typed or printed): By (Individuals Signature) Doing business as License or Registration Number: Business Address: Phone No.: Fax No.: E-mail Address: A PARTNERSHIP Partnership Name: By: (Signature of General Partner – Attached evidence of authority to sign) Name (typed or printed): License or Registration Number: Business Address: Phone No.: Fax No.: E-mail Address: A CORPORATION
Bid Form Page 12 of 14 Project Number 20150619124 Addendum #1
Corporation Name: (State of Incorporation) By: (Signature – Attach evidence of authority to sign) Name and Title (typed or printed): (Corporate Seal) Attest: (Secretary) License or Registration Number: Business Address: Phone No.: Fax No.: E-mail Address:
Bid Form Page 13 of 14 Project Number 20150619124 Addendum #1
LIMITED LIABILITY COMPANY By: (Firm Name) (State of Formation) By: (Signature of Member/Authorized to Sign)
(Printed or Typed Name and Title of Member Authorized to Sign – Attach evidenceof authority to sign.)
License or Registration Number: Business Address: Phone No.: Fax No.: E-mail Address:
Bid Form Page 14 of 14 Project Number 20150619124 Addendum #1
A JOINT VENTURE Name of Joint Venture: First Joint Venturer Name: By: (Signature of First Joint Venturer – Attach evidence of authority to sign) Name (typed or printed): (Title) Second Joint Venturer Name: By: (Signature of Second Joint Venturer – Attach evidence of authority to sign) Name (typed or printed): (Title) (Each joint venture must sign. The manner of signing for each individual, partnership, corporation or limited liability company that is party to the joint venture shall be in the manner indicated above.) Business Address: Phone and fax numbers and address of receipt of communications to joint venture: Joint Venture Address: Phone No.: Fax No.: E-mail Address:
- END OF BID FORM -
PENAL SUM FORM
EJCDC® C-430, Bid Bond (Penal Sum Form). Published 2013. Prepared by the Engineers Joint Contract Documents Committee.
Page 1 of 3 Addendum 1
BID BOND
Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable.
BIDDER (Name and Address): SURETY (Name, and Address of Principal Place of Business): OWNER (Name and Address): BID Bid Due Date: Description (Project Name— Include Location): BOND Bond Number: Date: Penal sum $ (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER SURETY (Seal) (Seal) Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature
PENAL SUM FORM
EJCDC® C-430, Bid Bond (Penal Sum Form). Published 2013. Prepared by the Engineers Joint Contract Documents Committee.
Page 2 of 3 Addendum 1
Title
Title
Note: Addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder’s and Surety’s liability. Recovery of such penal sum under the terms of this Bond shall be Owner’s sole and exclusive remedy upon default of Bidder.
2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents.
3. This obligation shall be null and void if:
3.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or
3.2 All Bids are rejected by Owner, or
3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof).
4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due.
PENAL SUM FORM
EJCDC® C-430, Bid Bond (Penal Sum Form). Published 2013. Prepared by the Engineers Joint Contract Documents Committee.
Page 3 of 3 Addendum 1
5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from the Bid due date without Surety’s written consent.
6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after the Bid due date.
7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located.
8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned.
9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby.
10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.
11. The term “Bid” as used herein includes a Bid, offer, or proposal as applicable.
Bidder Qualification Statement Page 1 of 7 Project Number 20180412005 Addendum #1
BIDDER QUALIFICATION STATEMENT
SUBMITTED BY: Name of Organization: (Print or Type Name of Bidder) Name of Individual: Title: Business Address: Telephone No.: Fax No.: E-mail Address: Bidder’s Website: If address and phone number given above is for a branch office, provide address and phone number of principal home office:
Principal Home Office Address: Principal Home Office Telephone No.:
Gentlemen: The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter.
(Note: Attach additional sheets as required.)
Bidder Qualification Statement Page 2 of 7 Project Number 20180412005 Addendum #1
1.0 Bidder’s General Business Information
1.1 Check if: Corporation Partnership Joint Venture Other Limited Liability Company Sole Partnership If Corporation: A. Date and State of Incorporation
B. List of Executive Officers: Name Title Address
If Partnership: A. Date and State of Organization:
B. Current General Partners (name and address for each):
C. Type of Partnership General Publicly Traded Limited
Limited Liability Other (describe):
Bidder Qualification Statement Page 3 of 7 Project Number 20180412005 Addendum #1
If Joint Venture: A. Date and State of Organization:
B. Name, Address, Form of Organization, and State of Organization of Each Joint Venture Partner: (Indicate with an asterisk (*) the managing or controlling Join Venturer if applicable):
If Limited Liability Company: A. Date and State of Organization:
B. Members: Name Address
If Sole Partnership: A. Date and State of Organization:
B. Name and Address of Owner or Owners:
Bidder Qualification Statement Page 4 of 7 Project Number 20180412005 Addendum #1
If Other Type of Organization: A. Type of Organization:
B. Date and State of Organization:
C. Name and Address of Each Owner or Principal:
1.2 Certifications: In addition to the above catergories of business entities, indicate whether Bidder’s organization is a:
Disadvantaged Business Enterprise, certified by: Minority Business Enterprise, certified by: Women’s Business Enterprise, certified by: Historically Underutilized Business Zone Small Business Concern, certified by:
2.0 How many years has your organization been in business as a general contractor?
3.0 If your organizational structure has changed within the past five years, provide data as listed above in Item 1.0 for your previous organization.
4.0 Do you plan to subcontract any part of this project? If so, give details. 5.0 Has any construction contract to which you have been a party been terminated by the Owner; have
you every terminated work on a project prior to its completion for any reason; has any surety which issued a performance bond on your behalf ever completed the work in its own name or financed such completion on your behalf; has any surety expended any monies in connection with a contract for which they furnished a bond on your behalf? If the answer to any portion of this question is “Yes”, furnish details of all such occurrences including name of owner, architect or engineer, and surety, and name and date of project.
6.0 Has any officer or partner of your organization ever been an officer or partner of another organization that had any construction contract terminated by the Owner; terminated work on a project prior to its completion for any reason; had any surety which issued a performance bond complete the work in its own name or financed such completion; or had any surety expend monies in connection with a contract for which they furnished a bond? If the answer to any portion of this
Bidder Qualification Statement Page 5 of 7 Project Number 20180412005 Addendum #1
question is “Yes”, furnish details of all such occurrences including name of owner, architect or engineer, and surety, and name and date of project.
7.0 In the last five years, has your organization, or any predecessor organization, failed to substantially
complete a project in a timely manner? If the answer to this question is “Yes”, furnish details of all such occurrences including name of owner, architect or engineer, and surety, and name and date of project.
8.0 On Schedule A, attached, list name, location and description of project, owner, architect or
engineer, contract price, percent complete and scheduled completions of the major construction projects your organization has in progress on this date. Provide name, address and telephone number of a reference for each project listed.
9.0 On Schedule B, attached, list name, location and description of project, owner, architect or
engineer, contract price, date of completion and percent of work with you own forces of major project of the same general nature as this project which your organization has completed in the past five years. Provide name, address and telephone number of a reference for each project listed.
10.0 On Schedule C, attached, list name and construction experience of the principal individuals of your
organization directly involved in construction operations. 11.0 Licenses and Registrations: 11.1 Indicate the jurisdiction in which your firm is legally qualified to practice. Indicated license or
registration number for each jurisdiction, if applicable and type of license or registration. Attach separate sheet as required.
Jurisdiction License/Registration No. Type
11.2 In the past five years, has Bidder had any business or professional license suspended or revoked?
No Yes
If yes, describe on a separate attachment the circumstances, including the jurisdiction and basis for suspension or revocation.
Bidder Qualification Statement Page 6 of 7 Project Number 20180412005 Addendum #1
12.0 Provide the following information for your surety: 12.1 Surety Company: 12.2 Agent:
A. Agent Address: B. Agent Telephone No.:
12.3 What is you approximate total bonding capacity?
$500,000 to $2,000,000 $2,000,000 to $5,000,000 $5,000,000 to $10,000,000 $10,000,000 or more
13.0 Statement of Potential Conflict of Interest: List below business associations, financial interests, or other circumstances that may create a conflict of interest with other entities that are involved with this Project. Attach additional documentation as required.
Company Name Contact Name Telephone Number
Bidder Qualification Statement Page 7 of 7 Project Number 20180412005 Addendum #1
14.0 Dated at , this day of , 2016.
Bidder: (Print or Type Name of Bidder) By: Title:
Attachments A, B and C (Seal, if Corporation) (Acknowledgement)
being duly sworn, deposes and says that he/she is of ; (Name of Bidder) That he/she is duly authorized to make the foregoing affidavit and that he/she makes it on behalf of: ( ) himself/herself; ( ) said partnership; ( ) said corporation; ( ) said joint venture; ( ) said limited liability company Sworn to before me this , day of , 2019, in the County of , State of . (Notary Public) My commission expires (Seal)
- END OF BIDDER QUALIFICATIONS STATEMENT-
SCHEDULE A
PROJECTS IN PROGRESS
Name, Location and Description of Project
Owner
Architect or Engineer
Contract Price
Percent Complete
Scheduled Completion Date
Reference/Contact Include Address and Phone No.
SCHEDULE B
PROJECTS COMPLETED
Name, Location and Description of Project
Owner
Architect or Engineer
Date Completed
Contract Price
Percent with Own Forces
Reference/Contact Include Address and Phone No.
SCHEDULE C PERSONNEL
Name
Position Date Started with
This Organization Date Started in
Construction Prior Positions and
Experience in Construction
NON-COLLUSION AFFIDAVIT 00 48 00 - 1 Addendum #1
SECTION 00 48 00 – NON-COLLUSION AFFIDAVIT STATE OF MISSISSIPPI COUNTY OF JACKSON BEFORE ME, the undersigned authority, personally came and appeared , who after being by me duly sworn, deposed and said That he is the fully authorized of (hereinafter referred to as Bidder) the party who submitted a bid for JCUA GAUTIER (POTW 2C) WASTEWATER TREATMENT PLANT CLARIFIER #1 AND #2 REHABILITATION, which bid
was received by the Jackson County Board of Supervisors on and affiant further said that:
1. That bidder employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the bidder whose services in connection with the construction of the public building or project or in securing the public contract were in the regular course of their duties for bidder; and
2. That no part of the contract price received by bidder was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the bidder whose services in connection with the construction of the public building or project were in the regular course of their duties for bidder.
3. Said bid is genuine and the bidder has not colluded, conspired or agreed directly or indirectly with any other bidder to offer a sham or collusive bid.
4. Said bidder has not in any manner directly or indirectly agreed with any other person to fix the bid price of affiant or any other bidder, or to fix any overhead profit or cost element of said bid price, or that of any other bidder, or to induce any other person to refrain from bidding.
5. Said bid is not intended to secure an unfair advantage of benefit from Jackson County or in favor of any person interested in the proposed contract.
6. All statement contained in said bid are true and correct.
7. Neither affiant nor any member of his company has divulged information regarding said bid or any data relative thereto to any other person, firm or corporation.
SWORN TO AND SUBSCRIBED Signed:
BEFORE ME THIS
DAY OF , 20 Title NOTARY PUBLIC
End of Section
01025-1 Measurement and Payment Addendum 1
SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY A. The project shall be constructed complete as shown and indicated on the Contract Drawings
and as described in the Contract Specifications. B. Payment shall include all compensation to be received by the Contractor for furnishing all
tools, equipment, supplies, and manufactured articles, and for all labors, operations, and incidentals as necessary to complete the various items of work all in accordance with the requirements of the Contract Documents, including all costs of compliance with the regulations of public agencies having jurisdiction. The Contractor is hereby on notice that no separate payment will be made for any item not specifically called out, but that is required to properly complete the project.
PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) PART 4 MEASUREMENT AND PAYMENT 4.01 SCOPE A. The Total Base Bid Price shall cover all work required by the Contract Documents. All
costs in connection with the proper and successful completion of the work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment, and tools; and performing all necessary labor and supervision to fully complete the work, shall be included in the unit and lump sum prices bid. All work not specifically set forth as a pay items in the Bid Form shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid.
4.02 ESTIMATED QUANTITIES A. All estimated quantities stipulated in the Bid Form or other Contract Documents are
approximate and are to be used only (a) as a basis for estimating the probable cost of the work, and (b) for the purpose of comparing the bids submitted for the work. The actual amounts of work done and materials furnished under until price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. No compensation will be given for any quantities not used.
01025-2 Measurement and Payment Addendum 1
4.03 MOBILIZATION AND DEMOBILIZATION - (ITEM NO. 1) A. Measurement: Measurement for payment for mobilization and demobilization will be on a
lump-sum basis as specified herein. B. Payment: Payment for mobilization and demobilization shall cover all preparatory work,
obtaining all permits, insurance and bonds, movement of personnel, equipment, supplies and incidentals to the project site, the establishment of temporary offices, project signs and other construction facilities necessary for work on this project. It shall include removal of all personnel, equipment, supplies, and incidentals from the project site, removal of temporary offices and other construction facilities necessary for work on this project, all as required for the proper performance and completion of the work.
Payment will be made at the contract lump sum price, subject to the following provisions: Partial payments for mobilization and demobilization will be made in accordance with the
following schedule up to a maximum of 5 percent of the total contract amount (including this item), and payment of any remaining amount will be made upon completion of all work under the contract.
Percent of Total Contract Allowable Percent of the Amount Earned Lump Sum Price for the Item 1st Partial Estimate 25% 10% 50% 25% 75% 50% 100% No price adjustments will be made for this item due to changes in the work. 4.04 PRE-CONSTRUCTION VIDEO AND PHOTOGRAPHS (ITEM NO. 2) A. Measurement: Measurement for payment for Pre-construction Video and Photographs will
be made on a lump sum basis. B. Payment: Payment for this item will be made at the lump-sum bid and will constitute full
compensation for the site conditions survey as described in Section 01380 and the construction photographs and audio/video survey as described in Section 1380. Payment will be made at 100% of the bid amount on the first monthly estimate after this work is accomplished.
01025-3 Measurement and Payment Addendum 1
4.05 REMOVAL OF CLARIFIER 1 (ITEM NO. 3)
A. Measurement: Removal of existing clarifier 1 equipment as shown on the drawings shall be measured for payment as a lump sum complete.
B. Payment: Removal of existing clarifier equipment will be completed at the lump sum price
bid and shall include all labor, materials, tools and equipment necessary to complete draining the basin, removal of the equipment and cleaning of the basin as shown on the drawings.
4.06 REMOVAL OF SCUM PUMP, RETURN ACTIVATED SLUDGE (RAS) PUMPS AND
WASTE ACTIVATED SLUDGE (WAS) PUMPS AND ASSOCIATED VALVES AND PIPING (ITEM NO. 4)
A. Measurement: Removal of existing pumps, piping, valves and specialties as shown on the
drawings shall be measured for payment as a lump sum complete. B. Payment: Removal of scum pump, return activated sludge (RAS) pumps and waste
activated sludge (WAS) pumps and associated valves and piping will be completed at the lump sum price bid and shall include all labor, materials, tools and equipment necessary to complete removal of the piping, pumps and valves as shown on the drawings. This Work will include removal of portions of piping, valves and specialties as shown on the drawings and will also include removal of the existing RAS, WAS and Scum pumps. The pumps will remain the property of the Owner. Contractor will clean the existing grit pumps and deliver for storage to a location provided by the Owner.
4.07 REMOVAL OF YARD WATER EQUIPMENT (ITEM NO. 5)
A. Measurement: Removal of W-2 equipment as shown on the drawings shall be measured for payment as a lump sum complete.
B. Payment: Removal of W-2 equipment will be completed at the lump sum price bid and
shall include all labor, materials, tools and equipment necessary to complete removal of the equipment as shown on the drawings. This Work will include removal the strainer as shown on the drawings.
4.08 REMOVAL OF CONTROL PANELS (ITEM NO. 6)
A. Measurement: Removal of control panels as shown on the drawings shall be measured for payment as a lump sum complete.
B. Payment: Removal of controls will be completed at the lump sum price bid and shall
include all labor, materials, tools and equipment necessary to complete removal of the equipment, conduit, and wiring as shown on the drawings.
01025-4 Measurement and Payment Addendum 1
4.09 NEW EQUIPMENT FOR CLARIFIER NO. 1 (ITEM NO. 7) A. Measurement: Clarifier equipment as shown on the drawings shall be measured for
payment as a per each complete. B. Payment: Clarifier equipment as shown on the drawings shall be paid at the per each bid
and shall include all labor, materials, tools and equipment necessary to complete placement of the equipment as shown on the drawings. This Work will include all equipment, control panels, water piping, electrical conduit and wiring, complete, as shown on the drawings and will include all ancillary systems necessary for a complete installation of the clarifier including connection of the system to the plant controls and installation of the water system complete.
4.10 NEW RETURN ACTIVATED SLUDGE PUMPS AND ASSOCIATED VALVES,
SPECIALTIES AND PIPING (ITEM NO. 8) A. Measurement: Installation of new pump, valves, specialties and piping as shown on the
drawings shall be measured for payment as lump sum. B. Payment: Installation of the new pumps, piping, valves and specialties as shown on the
drawings shall be paid as a lump sum and shall include all labor, materials, tools and equipment necessary to complete placement of the equipment as shown on the drawings. This Work will include furnishing and installing the pumps, valves, pipe supports, control panels, piping, specialties, pump testing and start up as shown on the drawings and will include all ancillary systems necessary for a complete installation of the RAS pumping system complete.
4.11 NEW WASTE ACTIVATED SLUDGE PUMPS AND ASSOCIATED VALVES,
SPECIALTIES AND PIPING (ITEM NO. 9) A. Measurement: Installation of new pump, valves, specialties and piping as shown on the
drawings shall be measured for payment as lump sum. B. Payment: Installation of the new pumps, piping, valves and specialties as shown on the
drawings shall be paid as a lump sum and shall include all labor, materials, tools and equipment necessary to complete placement of the equipment as shown on the drawings. This Work will include furnishing and installing the pumps, valves, pipe supports, control panels, piping, specialties, pump testing and start up as shown on the drawings and will include all ancillary systems necessary for a complete installation of the WAS pumping system.
01025-5 Measurement and Payment Addendum 1
4.12 NEW SCUM PUMP AND ASSOCIATED VALVES, SPECIALTIES AND PIPING (ITEM NO. 10)
A. Measurement: Installation of new pump, valves, specialties and piping as shown on the
drawings shall be measured for payment as lump sum. B. Payment: Installation of the new pumps, piping, valves and specialties as shown on the
drawings shall be paid as a lump sum and shall include all labor, materials, tools and equipment necessary to complete placement of the equipment as shown on the drawings. This Work will include furnishing and installing the pumps, valves, pipe supports, control panels, piping, specialties, pump testing and start up as shown on the drawings and will include all ancillary systems necessary for a complete installation of the sludge pumping system, complete.
4.13 NEW W-2 STRAINER (ITEM NO. 11) A. Measurement: Installation of W-2 equipment shall be measured for payment as lump sum. B. Payment: Replacement of the W-2 equipment shall be at the unit price bid and shall include
all labor, materials, tools and equipment necessary to complete replacement of the existing equipment as shown on the drawings. This Work will include removal of the existing units, purchase and installation of the strainer including the motor, electrical conduit, wiring and controls in order to provide a complete and functioning system at each potable water system, complete.
4.13 NEW BLOWER AND ASSOCIATED VALVES, SPECIALITES AND PIPING (ITEM
NO. 12) A. Measurement: Installation of the blower and associated valves, specialties and piping shall
be measured for payment as lump sum complete. B. Payment: Replacement of the blower equipment shall be at the unit price bid and shall
include all labor, materials, tools and equipment necessary to complete replacement of the existing equipment as shown on the drawings. This Work will include removal of the existing unit, purchase and installation of the blower including the motor, electrical conduit, wiring and controls in order to provide a complete and functioning system at each potable water system, complete.
4.14 REHABILITATION OF CLARIFIER WALKWAY NO 1 (ITEM NO. 13)
A. Measurement: Rehabilitation of the clarifier walkway as shown on the drawings shall be measured for payment for lump sum complete.
B. Payment: Rehabilitation of the clarifier walkway as shown on the drawings shall be paid
01025-6 Measurement and Payment Addendum 1
per each and shall include all labor, materials, tools and equipment necessary to complete removal and reinstallation the grating, sandblasting and cleaning the structural steel and handrail and recoat the steel.
4.15 ALTERNATE #1- REMOVAL OF CLARIFIER 2 EQUIPMENT (ITEM NO. 1-A)
A. Measurement: Removal of existing clarifier 2 equipment as shown on the drawings shall be measured for payment as a lump sum complete.
B. Payment: Removal of existing clarifier equipment will be completed at the lump sum price
bid and shall include all labor, materials, tools and equipment necessary to complete draining the basin, removal of the equipment and cleaning of the basin as shown on the drawings.
4.16 ALTERNATE #1 - NEW EQUIPMENT FOR CLARIFIER NO 2. (ITEM NO. 1-B) A. Measurement: Clarifier equipment as shown on the drawings shall be measured for
payment as lump sum complete. B. Payment: Clarifier equipment as shown on the drawings shall be paid at the per each bid
and shall include all labor, materials, tools and equipment necessary to complete placement of the equipment as shown on the drawings. This Work will include all equipment, control panels, water piping, electrical conduit and wiring, complete, as shown on the drawings and will include all ancillary systems necessary for a complete installation of the clarifier including connection of the system to the plant controls and installation of the water system complete.
4.17 ALTERNATE #1 – REHABILITATE CLARIFIER NO 2 WALKWAY. (ITEM NO. 1-C)
A. Measurement: Rehabilitation of the clarifier walkway as shown on the drawings shall be measured for payment for lump sum complete.
B. Payment: Rehabilitation of the clarifier walkway as shown on the drawings shall be paid
per each and shall include all labor, materials, tools and equipment necessary to complete removal and reinstallation the grating, sandblasting and cleaning the structural steel and handrail and recoat the steel.
4.17 ALTERNATE #2 – REPLACE CLARIFIER WALKWAY. (ITEM NO. 2-A)
A. Measurement: Replacement of the clarifier walkway as shown on the drawings shall be measured for payment for each unit complete.
B. Payment: Replacement of the clarifier walkway as shown on the drawings and described
01025-7 Measurement and Payment Addendum 1
in the specifications shall be paid per each and shall include all labor, materials, tools and equipment necessary to completely replace the walkway and reinstall the grating and handrail.
- END OF SECTION -
05500 – 1 Miscellaneous Metals Addendum 1
SECTION 05500 MISCELLANEOUS METALS PART 1 GENERAL 1.01 SCOPE
A. Furnish all labor, materials, equipment and incidentals required and install all miscellaneous metal complete as shown on the Drawings and as specified herein.
1.02 RELATED WORK
A. Structural steel for walkway over clarifier is in Division 5. B. Painting is included in Division 9. C. Pipe hangers and sleeves are included in Division 15. D. Equipment anchor bolts are included in the respective Sections of Divisions 11
and 15.
1.03 SUBMITTALS
A. Submit to the Engineer, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for:
1. All items included in PART 2 of this Section.
B. Certificates
1. Certify that welders have been qualified under AWS, within the previous 12 months, to perform the welds required under this Section.
1.04 REFERENCE STANDARDS
A. Aluminum Association (AA)
1. AA M31C22A41 a. M31: Mechanical Finish, Fine Satin b. C22: Finish, Medium Matte
05500 – 2 Miscellaneous Metals Addendum 1
c. A41: Clear Anodic Coating, Class I B. American Society for Testing and Materials (ASTM) 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped,
Zinc-Coated, Welded and Seamless. 4. ASTM A108 - Standard Specification for Steel Bars, Carbon, Cold Finished,
Standard Quality. 5. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized)
Coatings on Iron and Steel Products. 6. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and
Steel Hardware. 7. ASTM A167 - Standard Specification for Stainless and Heat-Resisting
Chromium-Nickel Steel Plate, Sheet and Strip. 8. ASTM A276 - Standard Specification for Stainless Steel and Heat-Resisting
Steel Bars and Shapes. 9. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs,
60,000 Psi Tensile Strength. 10. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat
Treated, 120/105 ksi Minimum Tensile Strength. 11. ASTM A366 - Standard Specification for Steel, Sheet, Carbon, Cold-Rolled,
Commercial Quality. 12. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless
Carbon Steel Structural Tubing in Rounds and Shapes. 13. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless
Carbon Steel Structural Tubing. 14. ASTM A536 - Standard Specification for Ductile Iron Castings.
05500 – 3 Miscellaneous Metals Addendum 1
15. ASTM A570 - Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality.
16. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy
Sheet and Plate. 17. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy
Extruded Bars, Rods, Wire, Shapes and Tubes. 18. ASTM B429 - Standard Specification for Aluminum-Alloy Extruded
Structural Pipe and Tube.
C. American Iron and Steel Institute (AISI).
1. Specification for Structural Steel Buildings.
D. American Welding Society (AWS)
1. AWS D1.1 - Structural Welding Code Steel. 2. AWS D1.2 - Structural Welding Code Aluminum.
E. Federal Specifications
1. FS-FF-B-575C - Bolts, Hexagonal and Square
F. Occupational Safety and Health Administration (OSHA) F. Southern Building Code Congress International, (SBCCI)
1. Standard Building Code (SBC)
H. Where reference is made to one of the above standards, the revision in effect at
the time of bid opening shall apply. 1.05 QUALITY ASSURANCE
A. The work of this Section shall be completely coordinated with the work of other Sections. Verify, at the site, both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified.
B. Furnish to the pertinent trades all items included under this Section that are to be
built into the work of other Sections.
05500 – 4 Miscellaneous Metals Addendum 1
C. All welding shall be performed by qualified welders and shall conform to the applicable AWS welding code. Welding of steel shall conform to AWS D1.1 and welding of aluminum shall conform to AWS D1.2.
1.06 DELIVERY, STORAGE AND HANDLING
A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation.
B. Repair items that have become damaged or corroded to the satisfaction of the Engineer prior to incorporating them into the work.
C. Materials shall be handled, transported, and delivered in a manner which will prevent bends, dents, significant coating damage, or corrosion. Damaged materials shall be promptly replaced. Structural and miscellaneous metal work shall be stored on blocking so that no metal touches the ground and water cannot collect thereon. The material shall be protected against bending under its own weight or superimposed loads.
D. Bolting materials shall be stored indoors. Weld rod shall be stored in accordance with the supplier’s instructions and AWS D1.1.
1.07 PROJECT/SITE REQUIREMENTS Field measurements shall be taken at the site, prior to fabrication of items, to verify or supplement indicated dimensions and to ensure proper fitting of all items.
PART 2 PRODUCTS 2.01 GENERAL
A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired.
B. Like items and materials shall be the end products of one manufacturer in order to
provide standardization for appearance, maintenance and manufacturer's service.
2.02 MATERIALS
A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following standards:
1. Structural Steel: ASTM A572 2. Structural Plates, Angles, Rods, & Bars: ASTM A36 3. Structural Steel Tubing: ASTM A500, Grade B
05500 – 5 Miscellaneous Metals Addendum 1
4. Welded and Seamless Steel Pipe: ASTM A501 or ASTM A53, Type E or S,
Grade B Schedule 40. Use standard malleable iron fittings, galvanized for exterior work
5. Steel Sheets: ASTM A366 6. Gray Iron Castings: ASTM A48, Class 35 7. Ductile Iron Castings: ASTM A536, Grade 65-45-12 8. Aluminum Extruded Pipe: ASTM B429, Alloy 6063 T6 9. Aluminum Extruded Shapes: ASTM B221, Alloy 6061 T6 10. Aluminum Sheet and Plate: ASTM B209, Alloy 60612 T6 11. Stainless Steel Plates, Sheets and Structural Shapes:
a. Exterior, Submerged or Industrial Use: ASTM A167, Type 316 Type 316L for welded
b. Interior and Architectural Use: ASTM A167, Type 304
12. Stainless Steel Bolts, Nuts, and Washers ASTM A276, Type 316 13. Carbon Steel Bolts and Studs ASTM A307, Grade A (hot dip galvanized
nuts and washers where noted) 14. High Strength Steel Bolts, Nuts and washers: ASTM A325 (mechanically
galvanized per ASTM B695, Class 50, where noted)
a. Elevated Temperature Exposure: Type I
b. General Application: Type I or Type II
15. Galvanizing: ASTM A123, Zn w/0.5 percent minimum Ni
16. Galvanizing, hardware: ASTM A153, Zn w/0.5 percent minimum Ni
2.03 ANCHORS, BOLTS AND FASTENING DEVICES
A. Anchor bolt material shall be ASTM A276, Type 316 unless otherwise noted.
B. Unless otherwise noted, bolts for the connection of carbon steel or iron shall be steel machine bolts; bolts for the connection of galvanized steel or iron shall be
05500 – 6 Miscellaneous Metals Addendum 1
galvanized steel or stainless steel machine bolts; and bolts for the connection of aluminum or stainless steel shall be stainless steel machine bolts.
C. Unless otherwise noted, expansion anchors shall be Type 316 stainless steel, wedge type anchors shall be used where they will be submerged or exposed to the weather or where stainless steel wedge type anchors are required. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion sleeve portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Hilti, Kwick-bolt II; ITW Ramset; Redhead trubolt; or equal.
D. Compound masonry expansion anchors shall be lead expansion sleeve type anchors complete with nuts and washers. Anchors shall be precision die-cast zinc alloy with a minimum of two lead alloy expansion sleeves. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion sleeve portion of the bolt at least 1-in. behind the concrete reinforcing steel. Expansion anchors shall be Star Expansion Industries, Star Slugin or equal.
E. Adhesive capsule anchors shall be a two-part stud and capsule chemical resin
anchoring system. Capsules shall contain premeasured amounts of polyester or vinyl ester resin, aggregate and a hardener contained in a separate vial within the capsule. Stud assemblies shall consist of an all-thread anchor rod with nut and washer. Adhesive capsule anchors shall be Hilti, HVA Adhesive Anchor; Molly, Parabond; Rawlplug, Rawl Chem-Stud; or equal.
F. Adhesive anchors, for fastening to hollow concrete block or brick, shall be a
three-part stud, screen and chemical dispenser anchoring system. Adhesive cartridges shall contain premeasured amounts of resin and hardener which are mixed and deposited in a screen tube by a dispenser. Stud assemblies shall consist of an all-thread anchor rod with nut and washer. Anchors shall be Hilti, HIT C-20 System or equal.
G. Automatic end welded headed anchor studs shall be flux-ended studs made from
cold drawn steel, ASTM A108. Headed anchor studs shall be Nelson, H4L Headed Concrete Anchors or equal.
H. Machine bolts and nuts shall conform to Federal Specification FF-B-575C. Bolts
and nuts shall be hexagon type. Bolts, nuts, screws, washers and related appurtenances shall be Type 316 stainless steel.
I. Toggle bolts shall be Hilti, Toggler Bolt or equal.
05500 – 7 Miscellaneous Metals Addendum 1
2.04 CLARIFIER WALKWAY (BASE BID - REPAIR)
A. Existing metal walkway over clarifier tank is required to be removed for installation of new mechanical equipment. Contractor shall remove, sand blast, repair, apply new 3 coating system per section 09900 and reinstall walkway.
B. The existing handrails and grating were observed to be in good condition and do not require repair work. Contractor is to remove and store existing handrails, connecting bolts, and grating for re-use. If any of the connecting bolts are lost, damaged, or appear to be heavily corroded upon further inspection, then new bolts shall be provided to replace the existing in-kind.
C. Surface preparation of existing steel prior to repairs shall be as recommended by coating manufacturer for application of new coating for steel located in wastewater treatment environment. At a minimum surface shall be prepared in accordance with requirements of SSPC-SP10 Near-White Metal Blast Cleaning. Remove all visible oil, grease, soil, dirt and other soluble contaminants in accordance with SSPC SP1. Weld slag, weld spatter, rough edges and sharp edges of weld seams shall be ground smooth. Power Tool Clean all failed areas in accordance with SSPC-SP3 Power Tool Cleaning. Featheredge the failed areas with the existing coatings. Blasting and coating repairs are to be performed off site in a contained environment where spreading of debris and damage to platform will not become an issue. Contractor is responsible to repair or replace any damage to existing platform caused during construction at no additional cost to the Owner.
D. The existing stringers of walkway were observed to have severe corrosion damage of the bottom flange in some locations resulting in section loss. These areas require repair by welding new plates underneath corroded sections. An overlap in length of new plate with existing flange of at least 1’-0” is required beyond the corroded areas. New plate thickness shall be equal to the thickness of the existing flange at a minimum. Width of new plate shall extend across entire bottom flange even if damage is only located on one side of existing. Minimum 3/16” fillet weld required all around new plate.
E. In addition to the corroded bottom flange sections of stringers, there may be
additional damage to the existing platform requiring repair. Contractor shall inspect platform after blasting to locate any areas of severely reduced steel thickness or section loss and document damaged areas with photos. Contractor to schedule the engineer to inspect platform after blasting to review and approve repair plan. If existing interior members of platform are observed in poor condition, the members shall be replaced in-kind.
05500 – 8 Miscellaneous Metals Addendum 1
F. Once repair plan has been approved by engineer and new steel has been welded to
existing platform, the entire structure shall be coated in accordance with section 09900. Existing grating and handrails are not to be coated. If replacement of existing handrail and grating connecting bolts is required, coating shall be applied to match existing. If new coating is damaged during storage or delivery to site, the coating shall be repaired at no additional cost to the Owner.
G. After completion of repair work and delivery to site, the existing platform is to be
re-installed in the same location and manner as was the existing condition. Existing grating and handrails shall be reinstalled on top of repaired platform. Contractor is responsible for performing any necessary survey work to ensure correct reinstallation of platform.
H. Removal and reinstallation of platform shall be performed in such a way that
platform is not damaged under self weight or wind during lifting. No additional weight is to be placed on platform during lift. Contractor shall set lift points at existing bearing points if possible. Lift points shall be located along the platform at areas with an intermediate support between outside stringers. Under no circumstances shall distance between lift points be greater than existing clear span of walkway.
2.05 CLARIFIER WALKWAY (ALTERNATE #2 - REPLACE)
A. Existing metal walkway over clarifier tank is required to be removed for installation of new mechanical equipment. Contractor to submit bid for Alternate #2 to remove walkway, salvage existing handrails and grating, dispose of remaining damaged platform, and furnish and install new painted walkway platform with member sizes and dimensions in-kind with existing.
B. The existing handrails and grating were observed to be in good condition and do not require repair work. Contractor is to remove and store existing handrails, connecting bolts, and grating for re-use. If any of the connecting bolts are lost, damaged, or appear to be heavily corroded upon further inspection, then new bolts shall be provided to replace the existing in-kind.
C. Contractor is to field verify dimensions and member sizes of existing platform and submit shop drawings to Engineer for review and approval prior to fabrication.
D. New platform shall have 3 coat system per section 09900. If new coating is damaged during storage or delivery to site, the coating shall be repaired at no additional cost to the Owner.
05500 – 9 Miscellaneous Metals Addendum 1
E. After delivery to site, the new platform is to be re-installed in the same location and manner as was the existing condition. Existing grating and handrails shall be reinstalled on top of new platform. Contractor is responsible for performing any necessary survey work to ensure correct reinstallation of platform.
F. Removal and reinstallation of platform shall be performed in such a way that platform is not damaged under self weight or wind during lifting. No additional weight is to be placed on platform during lift. Contractor shall set lift points at existing bearing points if possible. Lift points shall be located along the platform at areas with an intermediate support between outside stringers. Under no circumstances shall distance between lift points be greater than existing clear span of walkway.
2.06 MISCELLANEOUS ALUMINUM
A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified.
B. Connections and accessories shall be of sufficient strength to safely withstand the
stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Welding shall be on the unexposed side as much as possible in order to prevent pitting or discoloration of the aluminum exposed surface. Grind smooth continuous welds that will be exposed. Provide holes for temporary field connections and for attachment of the work of other trades.
C. Miscellaneous aluminum items shall include: beams, angles, closure angles,
grates, hatches, floor plates, stop plates and any other miscellaneous aluminum called for on the Drawings and not otherwise specified.
D. Angle frames for hatches, beams, grates, etc, shall be complete with welded strap
anchors attached. E. Aluminum diamond plate and floor plate shall have a minimum thickness of 3/8
in. Frames and supports shall be of aluminum construction. Fastening devices and hardware shall be Type 316 stainless steel. Plates shall have a mill finish.
05500 – 10 Miscellaneous Metals Addendum 1
F. Aluminum nosing at concrete stairs shall be Wooster Products, Inc.; Alumogrit Treads, Type 116; similar by Barry Pattern and Foundry Co.; Andco; or equal. Furnish with wing type anchors and flat head stainless steel machine screws, 12-in. on center. Nosing shall also be used at concrete ladder openings. Nosing shall a single piece for each step extending to within 3-in. at each side of stair or full ladder width. Set nosing flush with stair tread finish at concrete stairs. Furnish treads with heavy duty protective tape cover.
2.07 MISCELLANEOUS STEEL
A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified.
B. Connections and accessories shall be of sufficient strength to safely withstand the
stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Provide holes for temporary field connections and for attachment of the work of other trades.
C. Miscellaneous steel items shall include: beams, angles, lintels, metal stairs,
support brackets, base plates for other than structural steel or equipment, closure angles, bridge crane rails, monorail hoist beams, holddown straps and lugs, door frames, splice plates, subframing at roof openings and any other miscellaneous steel called for on the Drawings and not otherwise specified.
D. Structural steel angle and channel door frames shall be galvanized. Frames shall be fabricated with not less than three anchors on each jamb.
E. Steel pipe pieces for sleeves, lifting attachments and other functions shall be Schedule 40 pipe unless otherwise shown on the Drawings. Wall and floor sleeves, of steel pipe, shall have welded circumferential steel waterstops at mid-length.
F. Lintels, relief angles or other steel supporting masonry or embedded in masonry shall be galvanized.
G. All steel finish work shall be thoroughly cleaned, by effective means, of all loose mill scale, rust and foreign matter and shall be given one shop coat of primer
05500 – 11 Miscellaneous Metals Addendum 1
compatible with the finish coat after fabrication but before shipment. Paint shall be omitted within 3-in of proposed field welds. Paint shall be applied to dry surfaces and shall be thoroughly and evenly spread and well worked into joints and other open spaces.
H. Galvanizing, where required, shall be the hot-dip zinc process after fabrication. Coating shall be not less than 2 oz/sq ft of surface.
2.08 MISCELLANEOUS STAINLESS STEEL
A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified.
B. Connections and accessories shall be of sufficient strength to safely withstand the
stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Provide holes for temporary field connections and for attachment of the work of other trades.
C. Miscellaneous stainless steel items shall include: beams, angles, bar racks and any
other miscellaneous stainless steel called for on the Drawings and not otherwise specified.
PART 3 EXECUTION 3.01 INSTALLATION
A. Install all items except those to be embedded in concrete or other masonry which shall be installed under Division 3 and Division 4 respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordance with the details shown. Fastening to wood plugs in masonry will not be permitted.
B. Abrasions in the shop primer shall be touched up immediately after erection.
Areas left unprimed for welding shall be painted with primer after welding. C. Zinc coating which has been burned by welding, abraded, or otherwise damaged
shall be cleaned and repaired after installation. The damage area shall be
05500 – 12 Miscellaneous Metals Addendum 1
thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint conforming to the requirements of Military Specifications MIL-P-15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight.
D. Specialty products shall be installed in accordance with the manufacturer's
recommendations. E. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial
installation. F. Install adhesive capsule anchors using manufacture's recommended drive units
and adapters and in compliance with the manufacturer's recommendations. G. Headed anchor studs shall be welded in accordance with manufacturer's
recommendations. H. All railings shall be erected to line and plumb. I. All steel surfaces that come into contact with exposed concrete or masonry shall
receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation.
J. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc-
chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal.
K. Where aluminum contacts masonry or concrete, apply a heavy coat of approved
alkali resistant paint to the masonry or concrete. L. Where aluminum contacts wood, apply two coats of aluminum metal and masonry
paint to the wood. M. Between aluminum grating, aluminum stair treads, or aluminum handrail brackets
and steel supports, insert 1/4-in. thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support.
END OF SECTION
05500 – 13 Miscellaneous Metals Addendum 1
THIS PAGE INTENTIONALLY LEFT BLANK
Page 1 of 3
PRE-BID MEETING AGENDA
JCUA GAUTIER (POTW 2C) WASTEWATER TREATMENT PLANT
CLARIFIER #1 AND #2 REHABILITATION
BKI Project No. OS.18.002
Pre-Bid Conference – NON-MANDATORY
June 26, 2019, 1225 Jackson Ave., Pascagoula, MS
I. PROJECT INTRODUCTION AND GENERAL INFORMATION
The Scope of this Project includes the rehabilitation of clarifier no 1 at the Gautier WWTP.. Work includes but is not limited to:
1. Replacement of clarifier no 1 equipment and no 2 as an alternate. 2. Replacement of RAS, WAS, and Scum pumps. 3. Replacement of an aeration blower. 4. New controls for equipment. 5. New piping, valves and accessories. 6. Replacement of a water strainer.
The full construction duration is 240 days. Liquidated Damages $500 per calendar day.
II. SIGN-IN SHEET
This pre-bid conference is NON-MANDTORY.
Sign in sheet is attached.
III. BIDDING PROCEDURES AND INFORMATION
Sealed bids will be received in the office of the Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula, MS, 39567, until Thursday July 11th 2019 at 2:00 PM CDT.
Bids must be submitted on the proper form. Bids shall be printed in black ink in both words and numerals. In the case of optional alternatives the words “No bid” “No change” or “Not Applicable” may be entered. Each bid shall be enclosed in a sealed envelope showing the name, address, and license number of the bidder and clearly marked “JCUA Gautier (POTW 2c) Wastewater Treatment Plant Clarifier #1 and #2 Rehabilitation”.
In addition to the bid form the following listed documents shall be submitted:
A. Bid security form B. Bidder Qualification Statement C. Non Collusion Bidding Certification.
Page 2 of 3
LATE BIDS WILL NOT BEACCEPTED.
IV. PROJECT WORK HIGHLIGHTS
a. Coordination with Owner I. The waste water plant will remain in operation throughout the construction.
II. Notice must be given before equipment is removed, replaced or any way modified that would affect the owners ability to operate the waste water plant.
III. Utility interruptions must be approved in writing two days in advance. IV. Contractor must keep an RAS and WAS pump in operation during construction. V. Work hours are 6:00 AM to 4:30 PM seven days a week. Contractor will need written
permission from the owner to work outside these hours. VI. The contractor will not need a key to access the site during normal working hours. If they
need to work outside these hours an interlock can be provided. VII. Contractor will need to provide their own restroom, water and trailer. The contractor may
use the onsite power.
b. Access to the Site I. The WWTP is accessible through 1201 Louis Alexis Trail in a residential neighborhood.
Contractor shall familiarize themselves with existing roads and will be required to follow all traffic laws during constructions.
II. The contractor may only store materials and occupy the area inside the fence line. All other land is private.
III. Contractor may not block access to any equipment or roadways.
V. QUESTIONS PROCEDURE
All questions are to be addressed in writing directly to the Project Manager, Lewis Bernard ([email protected]) Burk-Kleinpeter. Questions received within seven working days of the bid deadline may not be answered prior to bidding. Questions will be answered by addendum.
VI. CONCLUDING REMARKS
Bidders are encouraged to visit the site and familiarize themselves with existing conditions prior to bidding.
Pre-approvals will not be considered.
VII. QUESTIONS
Q: Will the walkway be sandblasted and painted or replaced?
A: This question will be answered via addendum.
Q: How deep is the existing pipe?
A: Exact depth is unknown. BKI will see if any information exists from the original station drawings and respond via addendum.
Q: Will JCUA want any equipment returned to them?
Page 3 of 3
A: Pumps and Valves will remain property of JCUA.
Q: Will the new panels connect to SCADA?
A: No.
Q: Will the clarifier floor need to be re-grouted?
A: This question will be answered via addendum
Q: Will the construction duration be extended if Alternate #1 is selected?
A: BKI/JCUA will consider this request and answer via addendum.
VIII. ADJOURN
Meeting adjourned at 1:20 PM followed by a site visit.