June 19, 2015 ADDENDUM NO. 3 TO CONTRACT … · piping within the blower room.” b. ... basis of...

25
PWD CIP NO. 21-796 Page 1 of 6 6/19/2015 June 19, 2015 ADDENDUM NO. 3 TO CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO. 21-796 PORTLAND WATER DISTRICT, PORTLAND, ME A. GENERAL 1. The attention of all prospective Bidders submitting proposals for the above- referenced project is called to the following Addendum to the Contract Documents. The items set forth therein, whether of omission, addition, substitution, or clarification, are all included in the proposed work. 2. Inclusion of this Addendum must be acknowledged by inserting its number on the appropriate page(s) of the Bid Forms. Failure to acknowledge any and all Addenda in the above-specified Bid may be cause for rejection by the District on the grounds that it is non-responsive. B. CHANGES TO SPECIFICATIONS 1. Section 00100 INSTRUCTION TO BIDDERS a. In Item 6, DELETE the following text: “700 calendar days” and REPLACE with the following: “730 calendar days” a. In Item 22, DELETE the following text in the second paragraph: Error! Reference source not foundand REPLACE with the following: “within ten (10) working days” 2. Section 00300 BID FORM a. DELETE the following text in Article 3.01.D: ; and the Site-related reports and drawings identified in the Bidding

Transcript of June 19, 2015 ADDENDUM NO. 3 TO CONTRACT … · piping within the blower room.” b. ... basis of...

PWD CIP NO. 21-796 Page 1 of 6 6/19/2015

June 19, 2015

ADDENDUM NO. 3

TO

CONTRACT DRAWINGS AND SPECIFICATIONS

FOR

EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE

PWD CIP NO. 21-796

PORTLAND WATER DISTRICT, PORTLAND, ME

A. GENERAL

1. The attention of all prospective Bidders submitting proposals for the above-

referenced project is called to the following Addendum to the Contract Documents.

The items set forth therein, whether of omission, addition, substitution, or

clarification, are all included in the proposed work.

2. Inclusion of this Addendum must be acknowledged by inserting its number on the

appropriate page(s) of the Bid Forms. Failure to acknowledge any and all Addenda

in the above-specified Bid may be cause for rejection by the District on the grounds

that it is non-responsive.

B. CHANGES TO SPECIFICATIONS

1. Section 00100 – INSTRUCTION TO BIDDERS

a. In Item 6, DELETE the following text:

“700 calendar days”

and REPLACE with the following:

“730 calendar days”

a. In Item 22, DELETE the following text in the second paragraph:

“Error! Reference source not found”

and REPLACE with the following:

“within ten (10) working days”

2. Section 00300 – BID FORM

a. DELETE the following text in Article 3.01.D:

“; and the Site-related reports and drawings identified in the Bidding

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 2 of 6 6/19/2015

Documents”

b. Refer to the revised Specification Section 00300 in Attachment No. 2.

3. Section 08710 – FINISH HARDWARE

a. DELETE Article 1.02.A

b. RENUMBER 1.02.B to 1.02.A

4. Section 11132 – SUBMERSIBLE PROPELLER PUMPS

c. REPLACE Article 2.04.A

“A. Each pump shall be provided with a lifting davit floor pedestal mounted at each

pump location. Davit to be nominal 1200# capacity with minimum 48” horizontal reach

and 96” vertical lift. Davit crane frame material to be painted steel and winch to be worm

gear type. Each davit crane shall be provided with 36 feet of Type 316 stainless steel lifting

cable with one end attached to the pump lifting bail. Davit to include stainless pedestal

base for field anchoring in location as directed by engineer. One drill drive kit shall be

provided with a 1-1/8” hex socket drive. Davit hoist to be Thern 5PA10-M2, or equal.”

5. Section 15100 – VALVE OPERATORS AND ELECTRIC VALVE

ACTUATORS

a. DELETE the following text from Article 2.03.A.1 and Article 2.03.A.2:

“Series 2000”

and REPLACE with the following:

“Series TEC2000”

b. DELETE Article 2.03.O

6. Section 15390 – SCHEDULES

a. DELETE Piping System Schedule Note (2) and REPLACE with:

“PROVIDE INSULATION AS SPECIFIED IN SECTION 15290 ON ALL

PIPING WITHIN THE BLOWER ROOM.”

b. DELETE Piping System Schedule Note (3).

7. Section 26 13 13.10 – MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR

(CIRCUIT BREAKER)

a. REPLACE Article 1.01

“Contractor shall provide labor, tools, equipment and materials necessary to

refurbish the medium voltage feeder compartment as identified in the contract

drawings. The refurbished compartment shall be compatible with GE PowerVAC

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 3 of 6 6/19/2015

15kV Metalclad Switchgear construction.”

b. DELETE Article 1.02.F

c. RENUMBER 1.02.G to 1.02.F

d. RENUMBER 1.02.H to 1.02.G

e. RENUMBER 1.02.I to 1.02.H

f. RENUMBER 1.02.J to 1.02.I

8. Section 26 24 19 – INTELLIGENT MOTOR CONTROL CENTER

a. ADD Article 3.01.D

“D. The Intelligent Motor Control Center shall undergo an Acceptance Testing

at the Vendor location. The Vendor shall make provisions to receive the

PLC control panel and test in conjunction with the Intelligent Motor

Control Center to comply with Portland Water District SCADA Standards

prior to final shipment to the Facility. MCC and PLC Control shall be

powered up, and communications shall be tied together for comprehensive

testing by owner and SCADA integrator.”

9. Section 40 91 00 – INTELLIGENT MOTOR CONTROL CENTER

a. REPLACE Article 1.03C

“C. PLC control panels supplied under this contract shall comply with the

Specifications and the Portland Water District SCADA Standards. PLC

control panels shall undergo Factory Acceptance testing at the panel

manufacturer facility for I/O functionality based on the specifications of the

Portland Water District SCADA standards. Additional Factory Acceptance

testing will be required of the Motor Control Center in conjunction with the

PLC panel onsite at the MCC vendor location. PLC panel will be required

to transport to the MCC vendor for this testing and then delivered to the

client site once testing is complete.”

10. Section 40 91 00

a. ADD Data Sheet 40 91 00 2.06A – Alarm Signaling Light. Refer to Data Sheet

in Attachment No. 2.

C. CHANGES TO DRAWINGS

1. Drawing A01

a. DELETE Notes 5 and Note 6 and REPLACE with:

"5. PROVIDE A 2" THICK ACOUSTIC PANEL AT THE UNDERSIDE OF

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 4 of 6 6/19/2015

PENTHOUSE LOUVER CEILING ON WEST END OF BLOWER

ROOM. SEE SECTION A/A-2. SIZE OF ACOUSTIC PANEL SHALL

MATCH THE SIZE OF PENTHOUSE LOUVER AND SHALL BE

PROVIDED BY LOUVER MFR.

6. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH

MANUFACTURERS SPEFICICATION. OWNER SHALL SELECT

COLOR FROM MANUFACTURERS FULL RANGE OF COLORS.

BASIS OF DESIGN ARE ALPHASORB HIGH IMPACT ACOUSTIC

PANELS AS MANUFACTURED BY ACOUSTICAL SOLUTIONS OR

APPROVED EQUAL."

2. Drawing A02

a. ADD the following to the end of Note1:

"... SURFACE PREPERATION FOR CRYSTALLINE WATERPROOFING

INSTALLATION SHALL BE IN ACCORDANCE WITH MFR WRITTEN

INSTRUCTIONS."

3. Drawing A03

a. Drawing A03 is reissued. Refer to the revised drawing A03 in Attachment No. 1.

4. Drawing R04

a. Drawing R04 is reissued. Refer to the revised drawing R04 in Attachment No. 1.

5. Drawing M05

b. Drawing M05 is reissued. Refer to the revised drawing M05 in Attachment No. 1.

6. Drawing M07

c. Drawing M07 is reissued. Refer to the revised drawing M07 in Attachment No. 1.

7. Drawing E10.01

a. DELETE Keyed Note 1 and REPLACE with:

“1. DISCONNECT AND REMOVE EXISTING MEDIUM VOLTAGE

CIRCUIT BREAKER, CTS, RELAY, DISPLAYS AND DOOR UNIT.

PROVIDE NEW COMPARTMENT WITH CIRCUIT BREAKER, CTS,

NEW DIGITAL PROTECTIVE RELAY UNIT AND DOOR. PROVIDE

ALL NECESSARY ADDITIONAL HARDWARE AND SUPPORTS

FOR INSTALLATION. REFER TO SPECIFICATIONS FOR TRIP

TYPES AND SETTINGS. REFER TO VENDOR DOCUMENTATION

FOR INSTALLATION REQUIREMENTS.”

E. Bidding Questions

The following questions and answers are questions received as of June 17, 2015.

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 5 of 6 6/19/2015

Q1: Does the fill under the slab between sedimentation basin 2 and 3 contain

hazardous soil?

A1: No, the note on C-02 only covers the soil removal shown on the C-01 and C-

02. The fill above the tunnel roof is assumed to be clean.

Q2: What is the weight limitations for construction equipment between the end of the

aeration basins and the sedimentation basins?

A2: Weight limitations for construction equipment are up to the contractor’s means

and methods such that no damage is caused to existing structures and

utilities. Refer to Specification Section 01170 paragraph 1.03.A, and General

Conditions articles 7.01.A and 7.12.A.3. If contractor desires to temporarily place

or move heavy loads on or adjacent to existing structures and utilities that in the

opinion of the Engineer may cause damage to the existing structures and utilities,

the contractor shall submit for approval to the Engineer plans and calculations

signed and sealed by a Professional Engineer licensed in the State of Maine

indicating that the application of the temporary loads will not exceed the load

capacities of the existing structures or utilities. Archive record drawings of the

existing structures and utilities will be available for review after the contract has

been awarded.

Q3: What is the weight limitation for construction equipment between sedimentation

basin 2 and 3 over the tunnel?

A3: Prior to any demolition work or modification of the tunnel roof between

sedimentation basin 2 and 3, and after the completion of all structural

modifications to the tunnel roof as shown on the contract drawings, the tunnel

roof can safely support a uniform load of 250 pounds per square foot over its

entire area in addition to the existing fill material on top of the roof. During the

work, the load that the tunnel roof can safely support depends on the contractor’s

construction sequence and means and methods of performing the work. See the

response to the question above for additional information.

Q4: Please clarify the process insulation and heat trace. Note 2 on sheet 15390-3

appears to be in error. “Provide heat trace insulation as specified on all exterior

exposed piping within the blower room.”

A4: Insulation only is to be provided for all air piping within the blower room.

Specification notes updated.

Q5: Reference drawing C-02. Note 6 indicates soils to be excavated and disposed of as

a special waste. Does this also apply to the soil to be excavated above the

proposed blower room shown on drawing S-10?

A5: No, the note on C-02 only covers the soil removal shown on the C-01 and C-

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 6 of 6 6/19/2015

02. The fill above the tunnel roof is assumed to be clean.

Q6: Ref drawings A-2, S-12 and M-07. Please furnish a detail for the pipe and HVAC

penetrations thru the roof of the tunnel. Will these sleeves need to be flashed or

sealed? Are sleeves for the future blower to be installed and capped?

A6: Pipe penetrations through the roof of the tunnel are detailed in Section D-D on

drawing S12. HVAC penetrations through the roof of the tunnel are detailed in

Sections G-G or H-H on drawing S12, depending on location. The sleeves need

to be sealed with a silicone seal. The sleeves for the future blower shall be

installed and capped.

Q7: Reference drawing A-2. Please clarify the note “Acoustical Panel” on the HVAC

Inlet

A7: See note 5 on A-1.

Q8: Reference drawing A-2, Note 1. Please clarify the surface prep, required for the

crystalline waterproofing to be applied on top of the tunnel roof. Has this surface

been previously coated?

A8: See revision to Note 1 on sheet A-2 in Addendum 3. Record Drawings do not

show any existing coatings above the tunnel between Primary Sedimentation

Tanks 2 and 3.

Q9: Reference drawing A-3, Finish Schedule. Please clarify the note Gyp Bd / Pt for

the walls in the electrical room. Will the north wall of the blower room require

sealer?

A9: See attached revised A-3 drawing.

Q10: Reference drawing S-40 thru S-46. Please indicate the location and quantity of

pipe support types 6, 6A, 6B, 7, 8 and 9 on the plan view drawings.

A10: The Air Pipe Support Schedule on drawing S40 indicates the pipe support type to

be used at each pipe support number. The table of Air Pipe Support Dimensions

on drawing M09 and the mechanical drawings indicate the location of the air pipe

supports. Contractor to coordinate.

Q11: Are the structural steel pipe support frames to be painted or galvanized?

A11: Galvanized, in accordance with note PA-2 on drawing S40.

Q12: Reference drawing S-42. Section F/S-44 is not on drawing S-44.

A12: Section F is on drawing S44, between Sections E and G and above Section S.

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 7 of 6 6/19/2015

Q13: Reference drawings M-01 and M-10. Would it be acceptable for pipe penetrations

thru existing concrete walls be core drilled and linc sealed and the pipe

penetrations thru new concrete walls be made with a D.I. wall pipe, with flanges

drilled and tapped, cast within the wall? Wall pipes that penetrate gang forms are

not advisable.

A13: Yes, pipe penetrations can be core drilled and link-sealed for existing walls and

drilled and tapped flanged wall pipes cast into the wall for new walls. Mechanical

joints shall be utilized for underground piping.

Q14: Please indicate the distance between the 36’’ x 24’’ cross shown on drawing M-

04 and the support number S-005 on the 36’’ header shown on M-05.

A14: The distance between the cross and support number S-005 is 23'-4".

Q15: Reference spec. 15390, page 3. Please clarify which piping is to be heat-traced

and insulated.

A15: Insulation only is to be provided for all air piping within the blower room.

Specification notes updated.

Q16: Please provide a specification for the pipe sleeves between the top of the tunnel

and slab on grade.

A16: Refer to Section 15000 – Basic Mechanical Requirements, Article 2.03 - Sleeves.

Q17: You are looking to remove the MV GE Power-Vac breaker, CT’s, PT’s and relays

and add the necessary new PT’s & CT equipment to satisfy the requirements for

the new transformer protection relays per section 2.05 to be installed and reuse the

existing GE Power-Vac breaker based on the note # 1 on drawing DWG-E10.01.

Is this correct?

A17: Revised keyed note 1 on E10.01 to say the following: “Disconnect and remove

existing medium voltage circuit breaker, CTs, relay, displays and door unit.

Provide new compartment with circuit breaker, CTs, new digital protective relay

unit and door. Provide all necessary additional hardware and supports for

installation. Refer to specifications for trip types and settings. Refer to vendor

documentation for installation requirements.”

Q18: Digital Comm Protocol is listed as HART on the cut sheet for DO

Probe/Analyzer. Is HART required or just 4-20 mA? The part number for the

controller called out is for -20 mA communication.

A18: Just 4-20mA is required, Hart is not.

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 8 of 6 6/19/2015

Q19: Drawing E15.02, keyed note 2 requires relocation of existing conduits to allow

new steel grating installation. Photos of these conduits, enclosures and fittings are

attached. We interpret NFPA 820 (table 5.2) to require raceways, enclosures and

fittings suitable for a classified location. Please advise if you agree with this

interpretation which would require classified materials be used rather than

reinstalling the existing enclosures and fittings.

A19: Area is unclassified because the primary sedimentation tanks are covered.

Q20: In Addendum No. 1, B.3.d says replace with “700 calendar days” in Instruction to

Bidders, but the Invitation to Bid says 730 days. Which is correct?

A20: 730 days.

Q21: In Addendum No. 1, B.3.h says to replace with “within in ten (10) working days”

in Item 20. Should this be in Item 22 2nd Paragraph?

A21: Yes.

Q22: What is the make/model of the existing MV Switchgear?

A22: GE Power-Vac 15kv gear

Q23: What is the maximum temperature for the blower room, (tunnel). This is so we

can properly size our air/oil cooler.

A23: The maximum design temperature in the Blower Room is 104 degrees F.

Q24: Where will the main motor conduit come from for the blowers? Will it come up

through the floor or will it come down from above? We want to know how to

orient the motor conduit box.

A24: The motor conduit will be routed along the south wall and terminate down into

the motor conduit box. The conduit box shall be oriented to accept conduit

termination from the top.

Q25: What side of the blower is the motor conduit box to be located? Looking at

drawing M05, sheet no. 46, is it to be on the north side or the south side?

A25: The motor conduit box shall be located on the south side of the motor.

Q26: On drawings E40.01 and E40.02, there are gas detection strobe lights shown.

Please clarify what is required for the gas detection strobe light.

A26: Specification for strobe light was added.

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 Page 9 of 6 6/19/2015

F. ATTACHMENTS

1. Reissued Drawings.

2. Reissued Specifications.

END OF ADDENDUM NO. 3

*****

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 6/19/2015

PWD CIP NO. 21-796

ADDENDUM NO. 3

ATTACHMENT NO. 1

REISSUED AND NEW DRAWINGS

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 6/19/2015

+ + THIS PAGE LEFT BLANK INTENTIONALLY + +

THE PORTLAND WATER DISTRICT

PWD CIP NO. 21-796 ADDENDUM NO. 3

PWD CIP NO. 21-796 6/19/2015

PWD CIP NO. 21-796

ADDENDUM NO. 3

ATTACHMENT NO. 2

REISSUED SPECIFICATIONS

00300 - 1 05/18/2015

Section 00300

Bid Form

PROJECT IDENTIFICATION: EEWWTF AERATION SYSTEM UPGRADES

500 Marginal Way

Portland, ME 041011

ARTICLE 1 – BID RECIPIENT

BID SUBMITTED TO: Portland Water District

c/o Purchasing Agent1

225 Douglass Street

P.O. Box 3553

Portland ME, 04104-3553

1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement

with OWNER in the form included in the Bidding Documents to perform all Work as specified or

indicated in the Bidding Documents for the prices and within the times indicated in the Bid and in

accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS

2.01 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders,

including without limitations those dealing with the dispositions of Bid security.

ARTICLE 3 – BIDDER’S REPRESENTATIONS

3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:

A. Bidder has examined and carefully studied the Bidding Documents, the other related data

identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby

acknowledged.

Addendum No. Addendum Date

____________ _____________

____________ _____________

____________ _____________

____________ _____________

____________ _____________

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local,

and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all Federal, State, and local Laws and Regulations

that may affect cost, progress, and performance of the Work.

D. Bidder has 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 Documents3, with respect to the effect of such

1 Addendum 1 3 Addendum 3

00300 - 2 05/18/2015

information, observations, and documents on (1) the cost, progress, and performance of

the Work; (2) the means, methods, techniques, sequences, and procedures of construction

to be employed by Bidder, including applying the specific means, methods, techniques,

sequences, and procedures of construction expressly required by the Bidding Documents;

and (3) Bidder’s safety precautions and programs.

E. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder

does not consider that any further examinations, investigations, explorations, tests, studies,

or data are necessary for the determination of this Bid for performance of the Work at the

price(s) bid and within the times and in accordance with the other terms and conditions of

the Bidding Documents.

F. Bidder is aware of the general nature of the Work to be performed by OWNER and others at

the Site that relates to the Work as indicated in the Bidding Documents.

G. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or

discrepancies that Bidder has discovered in the Bidding Documents, and the written

resolution thereof by Engineer is acceptable to Bidder.

H. The Bidding Documents are generally sufficient to indicate and convey understanding of

all terms and conditions for the performance of the Work for which this Bid is submitted.

I. Bidder will submit written evidence of its authority to do business in the State or other

jurisdiction where the Project is located not later than the date of its execution of the

Agreement.

ARTICLE 4 – BIDDER’S CERTIFICATION

4.01 Bidder further represents that:

A. This Bid is genuine and not made in the interest of or on the behalf of any undisclosed

individual or entity and is not submitted in conformity with any agreement or rules of any

group, association, organization, or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false

or sham Bid;

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in

competing for the Contract. For the purposes of this Paragraph 4.01.D:

1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything

of value likely to influence the action of a public official in the bidding process;

2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to

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

00300 - 3 05/18/2015

4. “coercive practice” means harming or threatening to harm, directly or indirectly,

persons or their property to influence their participation in the bidding process or

affect the execution of the Contract.

ARTICLE 5 – BASIS OF BID

5.01 Bidder will complete the Work in accordance with the Contract Documents for the following

price(s):

A. SCHEDULE OF BID ITEMS:

Item

Description

Unit

Unit Price

(In Words & Figures)

Estimated

Quantity

Price

(In Numbers)

1 Aeration System

Upgrades LS

$

1 $

2

Furnishing of Single-

Stage Integrally

Geared Blowers

LS

One-Million Twelve

Thousand Three Hundred

$1,012,300.00

1 $1,012,300

3 Shrinkage Crack

Repair LF

$

1500 $

4 Waterproof Injection

Grout LF

$

150 $

5 Epoxy Crack Repair

Binder LF

$

50 $

6 Surface Spall Repair

Material SF

$

930 $

7 Formed Spall Repair

Material SF

$

310 $

8 Expansion Joint

Repair LF

$

550 $

9 Control Joint Repair LF

$

1400 $

10

Loading,

Transportation and

Disposal of

Hazardous Soil

TON

$

20 $

00300 - 4 05/18/2015

Item

Description

Unit

Unit Price

(In Words & Figures)

Estimated

Quantity

Price

(In Numbers)

11

Removal, Loading,

Transportation and

Disposal of Aeration

Basin Residuals2

TON

$

125 $

12 Building Permit Fee2 ALLOWANCE

Ninety Thousand

$90,000

1 $90,000

Tota

l-BB

TOTAL BASE BID $

BASE BID PRICE (Includes all items)

In Words:

In Figures: $

B. Unit Prices have been computed in accordance with paragraph 11.03.B of the General

Conditions.

C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the

purpose of comparison of Bids, and final payment for all Unit Price Bid items will be

based on actual quantities provided, determined as provided in the contract Documents.

D. The Owner is exempt from Maine State sales and use taxes on materials and equipment

to be incorporated in the work. Said taxes shall not be included in the Bid.

E. The basis of award will be the lowest qualified bid of the Total Base Bid, Item ‘Total-

BB’.

F. Bids received from all bidders shall remain in effect for a period of 60 (sixty) working

days after the bid opening or until the effective date of the agreement with the low bidder,

whichever occurs first.

ARTICLE 6 – TIME OF COMPLETION

6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in

accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the

number of calendar days indicated in the Agreement.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damage.

ARTICLE 7 – ATTACHMENTS TO THIS BID

7.01 The following documents are attached to and made a condition of the Bid:

2 Addendum 2

00300 - 5 05/18/2015

A. Required Bid security in the form of a Bid Bond (EJCDC No. C-430) or Certified Check

(circle type of security provided);

B. List of Proposed Subcontractors;

C. List of Proposed Suppliers;

D. List of Project References;

E. Evidence of authority to do business in the state or jurisdiction of the Project; or a written

covenant to obtain such license within the time frame for acceptance of Bids;

F. Contractor’s License No.: [or] Evidence of Bidder’s ability to

obtain a State Contractor’s License and a covenant by Bidder to obtain said license within

the time for acceptance of Bids;

G. DBE program forms per the Instructions to Bidders and Supplementary Conditions;

ARTICLE 8 – DEFINED TERMS

8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the

Instructions to Bidder, the General Conditions, and the Supplementary Conditions.

ARTICLE 9 – BID SUBMITTAL

9.01 This Bid is submitted by:

If Bidder is:

An Individual

Name (typed or printed): SEAL,

if required

By: by State

(Individual’s signature)

Doing business as:

A Partnership

Partnership Name SEAL,

if required

By: ______________________________________________ by State

(Signature of general partner -- attach evidence of authority to

sign)

Name (typed or printed):

A Corporation

Corporation Name:

00300 - 6 05/18/2015

State or Jurisdiction of Incorporation:

Type (General Business, Profession, Service, Limited Liability):

By: ______________________________________________

(Signature -- attach evidence of authority to sign)

Name (typed or printed):

(Signature of Corporate Secretary)

Date of Qualification to do business in the State of Maine is ___/___/

A Joint Venture

Name of Joint Venture:

First Joint Venture Name: SEAL, if

required

by State

By:

(Signature of joint venture partner -- attach evidence of authority to sign)

Name (typed or printed):

Title:

Second Joint Venture Name: SEAL, if

required

by State

By:

(Signature of joint venture partner -- attach evidence of authority to sign)

Name (typed or printed):

Title:

(Each joint venturer must sign. The manner of signing for each individual, partnership, and

corporation that is party to the venture should be in the manner indicated above.)

Bidder’s Business address:

______________________________________

Business Phone No. ( ______ ) ______________

Business FAX No. ( ______ ) _____________

Title:

Attest

CORPORATE

SEAL,

if required by State

00300 - 7 05/18/2015

Business E-Mail Address

State Contractor License No.________________________________________ . (If applicable)

Employer’s Tax ID No. __________________________________________

Phone and FAX Numbers, and Address for receipt of official communications, if different

from Business contact information:

Bid submitted on , 20___.

*** END OF SECTION ***

ALARM SIGNALING LIGHT

TAG NO: Note 1 PAGE: 1 of 1

P&ID #: PRINTED: 6/17/2015

SPEC. NO: 40 91 00 - 2.06A

PROJECT NUMBER: 227790.01 REV REVISION DESCRIPTION BY DATE

DESCRIPTION: Portland Water District - A Draft JGT 6/17/2015

EEWWTP Aeration Upgrades

SERVICE:

GENERAL

Type: Allen-Bradley Connection-Process: ½” NPT Female

Span Range Min/Max: N/A XMTR Body Material: Aluminum

Output Signal: N/A XMTR Element Material:

Accuracy: N/A XMTR Fill Fluid:

Air/Power Supply: 120VAC Power Diaphragm Seal (Y/N):

Max. Press. Rating: Seal Material (Non-Wet):

Area Classification: Dia/Housing (Wet):

Enclosure Rating: Fill Fluid:

Local Indicator/Type: Capillary Length: N/A

Mounting – Elect.: Pipe / Panel Mount Capillary Material: N/A

Mounting – Sensor: Capillary Armor: N/A

CALIBRATION Input (0% / 100%): Scale (0% / 100%):

Output (0% / 100%): Process (0% - 100%):

PROCESS DATA

Proc Fluid / State: Flow (Min/Oper/Max):

Specific Gravity: Flow Units:

Percent Solids: Pressure (Min/Oper/Max):

Conductivity: Pressure Units:

Viscosity: Temperature (Min/Oper/Max):

Line Size / Sched.: Temperature Units:

Line No.:

ACCESSORIES

Vent/Drain: Option-1:

Instrument Tag: Yes – SS Engraved (Note 1) Option-2:

Manifold Valve: Option-3:

MANUFACTURER OR APPROVED EQUAL

Manufacturer 1: Allen Bradley part no. 855BS-N45SL4

Manufacturer 2: Edwards Signaling part no. 125LEDFR120AB

Manufacturer 3:

NOTES

1. Refer to Instrument Index for tag numbers.

2.

3.

4.

5.

6/17/2015 Configuration Results

http://raise.rockwellautomation.com/RAConfig/resultsComponents.asp?CID=5E1E85492BB44B6088943F7BAE5F730C 1/2

 

Configuration Results

Representative Photo Only (actual product may vary based onconfiguration selections)

Product: 855BS­N45SL4Description: Round 90 mm Beacon, 1/2 inch Conduit Mount, Standard,

120/240V AC/DC Full Voltage, LED Single Color SelectableSteady/Flash, Red

Selected Components Short Circuit Current Rating

Selected ComponentsCatalog Number Qty Product Description Supplementary Documents

855BS­N45SL4 1 Round 90 mm Beacon, 1/2 inch Conduit Mount,Standard, 120/240V AC/DC Full Voltage, LEDSingle Color Selectable Steady/Flash, Red

Product Details and CertificationsPhoto3D STEP Model (STP)

Contact your Rockwell Automation Distributor or sales representative for local pricing.