0.75 MG Elevated Storage Tank at E. Sam Lee Lane Town of ...

36
Page 1 of 4 0.75 MG Elevated Storage Tank at E. Sam Lee Lane Town of Northlake ADDENDUM NO. 1 July 20, 2020 Bid Date: Tuesday, July 28, 2020 at 2:00 PM This addendum modifies (and shall become a part of) the contract documents dated July 2 nd , 2020 for the 0.75 MG Elevated Storage Tank and E. Sam Lee Lane. Acknowledge receipt of this Addendum in the space provided in the Proposal. Failure to acknowledge receipt of this Addendum will subject Bidder to disqualification. Included in this Addendum 1 is the following: General 1. The Pre-Bid Meeting sign-in sheet and agenda are attached. 2. The Engineer’s Estimate for this project is $2,682,000. 3. The cut-off for requests for information related to the bid in order to be addressed by addendum is 12:00 P.M. on Thursday, July 23, 2020. All questions shall be e-mailed to Derek Cheatham at [email protected] and Craig Alexander at craig.alexander@neel- schaffer.com. 4. All references within the bid documents to the Standard Specifications for Public Works Construction – North Central Texas, (Fourth Edition) as prepared by the North Central Texas Council of Governments shall be replaced with the following: A. “Standard Specifications for Public Works Construction – North Central Texas, (Fifth Edition) as prepared by the North Central Texas Council of Governments” 5. Instructions to Bidders – Page 1-5 of Bidding Documents A. Add the following Item No. 16 to this sheet: “16. Safety Providing a safe work environment is critical for this project, other contractors, and the community. Given the complexity of the project and risk associated with the work, all tank contractors are required to submit the following information with their bids. This information will be used in the bid evaluation and selection of the Contractor.

Transcript of 0.75 MG Elevated Storage Tank at E. Sam Lee Lane Town of ...

Page 1 of 4

0.75 MG Elevated Storage Tank at E. Sam Lee Lane Town of Northlake

ADDENDUM NO. 1

July 20, 2020

Bid Date: Tuesday, July 28, 2020 at 2:00 PM

This addendum modifies (and shall become a part of) the contract documents dated July 2nd, 2020 for the 0.75 MG Elevated Storage Tank and E. Sam Lee Lane. Acknowledge receipt of this Addendum in the space provided in the Proposal. Failure to acknowledge receipt of this Addendum will subject Bidder to disqualification. Included in this Addendum 1 is the following: General

1. The Pre-Bid Meeting sign-in sheet and agenda are attached.

2. The Engineer’s Estimate for this project is $2,682,000.

3. The cut-off for requests for information related to the bid in order to be addressed by addendum is 12:00 P.M. on Thursday, July 23, 2020. All questions shall be e-mailed to Derek Cheatham at [email protected] and Craig Alexander at [email protected].

4. All references within the bid documents to the Standard Specifications for Public Works

Construction – North Central Texas, (Fourth Edition) as prepared by the North Central Texas Council of Governments shall be replaced with the following:

A. “Standard Specifications for Public Works Construction – North Central Texas, (Fifth Edition) as prepared by the North Central Texas Council of Governments”

5. Instructions to Bidders – Page 1-5 of Bidding Documents

A. Add the following Item No. 16 to this sheet:

“16. Safety Providing a safe work environment is critical for this project, other contractors, and the community. Given the complexity of the project and risk associated with the work, all tank contractors are required to submit the following information with their bids. This information will be used in the bid evaluation and selection of the Contractor.

0.75 MG Elevated Storage Tank at E. Sam Lee Lane

Town of Northlake

ADDENDUM NO. 1 (Continued)

Page 2 of 4

The tank contractor shall submit the following information with the bid: 1. Experience Modification Rate (EMR) for the last three (3) years.

2. Total Recordable Incident Rate (TRIR) for the last three (3) years.

3. OSHA 300 Logs for the last three (3) years.

4. List and summary of recordable injuries and fatalities in the last three (3) years.

5. Names and resumes of full-time, credentialed health and safety employees. To

be considered credentialed, the minimum acceptable level of certification is Certified Health and Safety Technician (CHST).”

6. Offerors Proposal and Schedule

A. Replace the Offerors Proposal and Schedule in the document with the attached revised Offerors Proposal and Schedule.

7. Clarification that the Supplementary Conditions to the General Provisions begin on Page 1-

32 of the document.

8. Remove the following pages and replace them with the attached revised sheets:

A. Standard Specifications pages 1-39, 1-41, 1-44, 1-46, 1-47, 1-48, 1-49, and 1-50.

B. All revisions made to the sheets listed in Part A (above) are highlighted in yellow in order to make them more identifiable.

9. Clarification that the liquidated damages amounts which will apply for this project can be

found in the Standard Specifications for Public Works Construction – North Central Texas, (Fifth Edition) as prepared by the North Central Texas Council of Governments.

Specifications

10. Section 01 11 00 – Summary of Work

A. Replace Section 01 11 00 in the document with the attached revised Section 01 11 00 specification that removes a duplicate page.

11. Section 4 – Technical Specifications – Table of Contents

A. Replace the technical specifications table of contents in the document with the attached revised table of contents.

0.75 MG Elevated Storage Tank at E. Sam Lee Lane

Town of Northlake

ADDENDUM NO. 1 (Continued)

Page 3 of 4

12. Section 04 22 00 – Hoists and Cranes

A. Remove this specification section from the document.

13. Section 40 22 00 – Hoists and Cranes

A. Add the attached Section 40 22 00 specification to the document.

14. Appendix C – FAA Permit

A. Add the attached Appendix C to the document. This appendix contains the approval from the FAA for the construction of the project.

Construction Drawings

15. Sheet C-2

A. Remove sheet C-2 from the construction drawings and replace it with the attached Title Survey sheet of the property upon which construction of the elevated storage tank will occur.

16. Sheet C-3

A. Add the following note to the General Construction Notes portion of this sheet:

“16. Temporary fencing shall be installed around the perimeter of the construction site and maintained in order to adequately secure the construction site when work is not in progress until the permanent fencing is installed around the perimeter of the property. This temporary fencing shall also secure the adjacent Rinker Hydroconduit property for the duration of construction and until the permanent fencing is installed. This temporary fencing shall be subsidiary to the project mobilization bid item listed in the Offerors Proposal and Schedule. The contractor is responsible for the security of the construction site during the entire duration of construction.”

17. Sheet C-10

A. Remove and replace General Note Number 1 with the following:

“Pedestal Vehicle Door – 10’ wide x 10’ high rolling steel with 20 GA. galvanized slats and manual chain operator. A motor driven electric door opener with both a fixed internal position activator and a remote radio signal activator shall also be installed.”

0.75 MG Elevated Storage Tank at E. Sam Lee Lane Town of Northlake

ADDENDUM NO. 1 (Continued)

Page 4 of 4

This completes Addendum No. 1.

Derek Cheatham, P.E. Neel-Schaffer, Inc. Texas Registered Firm No. F-2697

Town of Northlake PRE-BID CONFERENCE AGENDA

Southeast Water System

0.75 MG Elevated Storage Tank at E. Sam Lee Lane

Pre-bid: Tuesday, July 14, 2020 at 10:00 AM

1. Time and location for Proposals to be submitted: Tuesday, July 28, 2020 at 2:00 PM to Town of Northlake, 1500 Commons Circle, Suite 300, Northlake, Texas, 76226 by the time and date above.

2. The project scope includes, but is not limited to, the following major work items: Construction of a 0.75 MG composite style elevated water storage tank Design of the tank foundation system by the tank contractor Civil site improvements, grading, drainage, paving, parking, lighting, fencing, and

vehicle gate Motor operated valve and stainless steel piping within the tank structure Installation of two (2) Town logos on the tank Installation of approximately 62 LF of 12” water line Installation of approximately 379 LF of 16” water line Installation of approximately 290 LF of 24” RCP storm sewer Installation of approximately 1,451 SY of 6” thick reinforced concrete pavement and

1,557 SY of 8” thick flex base

3. Bid Schedule (Proposal) - Explanation 4. Instructions to Bidders 5. Bonds Required/Bond Ratings - “A” 6. Acknowledge Addenda 7. General Conditions - Brief Explanation

8. Supplementary Conditions

9. Non-TWDB Project, but still Minimum Wage Rates Apply

10. Contract Time

11. Anticipated Contract Award Date – August 13 or 27, 2020

Town of Northlake PRE-BID CONFERENCE AGENDA

12. Power Pole Relocation Currently in Progress at Entrance Drive Location

13. Site Visits 14. Questions

ADDENDUM NO. 1

To: Town of Northlake Bid Opening Date: July 28, 2020

For: (Town File No. ____________)

Item No. Quantity Unit Description and Price (in Words)Unit Cost (in

Figures)Total

Base Bid

1 1 LSProject Traffic Control Plan & Devices for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

2 1 LSProject mobilization for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

3 1 LS

Furnish and Install 0.75 million gallon elevated water storage tank, utilizing a composite design complete with all tank painting, architectural enhancements (2 City logos as shown in the plans), and all site improvements (such as utilities, piping, site work, paving, and drainage) within 10.0 horizontal feet of the tank pedestal, unless paid for with another bid item, and to include all appurtenances, all labor, materials, equipment, supervision, and incidentals for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

4 1 LS

Site preparation (clearing and grubbing) for entire project construction including trees to be removed as shown in the plans for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

5 1 LS

Implementation of a Storm Water Pollution Prevention Plan (SWPPP) (includes the all time, labor and material to implement and maintain the SWPPP) in accordance with the requirements of the Texas Commission on Environmental Quality (TCEQ) for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

6 44 LFRemove and Dispose of Existing Chain Link Fence for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

7 714 LF

Furnish trench safety plan, sealed by a Professional Engineer (P.E.) licensed in the State of Texas & provide trench safety for the project, in accordance with the plans and OSHA requirements for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

Offerors Proposal and Schedule

0.75 Million Gallon Elevated Composite Elevated Storage Tank Facility - at E. Sam Lee Lane

Pursuant to the foregoing “Legal Advertisement”, the undersigned bidder having thoroughly examined the contract documents, including plans, specifications, the site of the project and understanding the amount of work to be done and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment, and material, except as specified to be furnished by the Town, which is necessary to fully complete all of the work as provided in the plans and contract documents and subject to the inspection and approval of the Town of Northlake, Texas, and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond and such other bonds, if any, as may be required by the contract documents for the performing and completing of said work. Contractor proposes to do the work within the time stated and for the following sums:

PROPOSAL SCHEDULE

Bid Proposal and Bid SchedulePage 1 of 4

ADDENDUM NO. 1

Item No. Quantity UnitDescription and Price

(in Words)Unit Cost (in

Figures)Total

Base Bid

8 1 EAFurnish and Install project sign as detailed for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

9 1 EAFurnish and Install overflow & overflow drain vault for: _______________________________ dollars and _______________________________ cents

$______.__ $___________.___

10 3 EA

Furnish and Install 6 - 6” Dia. PVC Conduit sleeves (Schedule 40) and appurtenances for future wireless communications facilities for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

11 1,451 SY

Furnish and Install 6" thick reinforced concrete pavement for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

12 1,557 SY

Furnish and Install 8" flex base TxDOT item 247, flexible base, Grade 1 for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

13 783 LFFurnish and Install 6" Integral Curb for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

14 3 EAFurnish and Install bollards for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

15 242 LF

Furnish and Install parking space delineation striping, 4" white for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

16 288 LF

Furnish and Install 24" Cl III RCP storm drain; including, precast fittings, trenching, embedment and backfill for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

17 1 EAFurnish and Install 30" x 24" Eccentric Reducer for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

18 62 LF

Furnish and Install 12" dia.C-900 PVC in 18" Steel Casing; including connections, fittings, restraints, all bends, & concrete blocking; CTS or flowable fill backfill under proposed pavement areas for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

19 374 LF

Furnish and Install 16" dia.C-900 PVC; including connections, fittings, restraints, all bends, & concrete blocking; CTS or flowable fill backfill under proposed pavement areas for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

Bid Proposal and Bid SchedulePage 2 of 4

ADDENDUM NO. 1

Item No. Quantity UnitDescription and Price

(in Words)Unit Cost (in

Figures)Total

Base Bid

20 1 EAFurnish and Install 12" x 12" Tee and Valve pipe for: __________________________________ dollars and _______________________________ cents

21 2 EAFurnish and Install 16" Gate Valve for: __________________________________ dollars and _______________________________ cents

22 1 EA

Furnish and Install Fire Hydrant Assembly as detailed including the 16" x 6" Tee, 6" gate valve and box, and fire hydrant lead pipe for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

23 1 LS

Furnish and Install electrical improvements as shown in the plans and specifications such as electrical cathodic system, site lighting, wiring, conduit, access keypads, and security improvements for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

24 1 EA

Furnish and Install 30' non-motorized vehicle gate and incidentals for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

25 1,055 LF

Furnish and Install 8' chain link with 3-Strand Barb Wire fence for: __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

26 6,000 SY

Furnish and Install hydro-mulch seeding in all areas disturbed during construction that are not to be sodded _____________________________ dollars and _______________________________ cents

$______.__ $___________.___

27 600 SY

Furnish and Install Bermuda sod behind newly constructed curb and other locations as determined by the City __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

28 1 LSContingency for unforeseen adjustments (requires City authorization) fifty thousand dollars and zero cents

$50,000.00 $50,000.00

29 1 LSSCADA modifications and implementation (by WHECO Controls), sixty five thousand, three hundred forty seven dollars and zero cents

$65,347.00 $65,347.00

30 1 LSUnclassified Excavation & Compacted Embankment for, __________________________________ dollars and _______________________________ cents

$______.__ $___________.___

Bid Proposal and Bid SchedulePage 3 of 4

ADDENDUM NO. 1

Proposal Summary

Total Base Bid (Item Nos. 1-30):

Addendum No. 1 ____________________ (SEAL) if bidder Corporation

Addendum No. 2 ____________________

Addendum No. 3 ____________________

Respectfully submitted

Company: ______________________________________________________

Name: _________________________________________________________

Title: __________________________________________________________

Address: _______________________________________________________

City, State, Zip: __________________________________________________

Phone: ______________________________

Fax: ________________________________

The bidder agrees to begin construction within 10 working days after the issuance of the Notice to Proceed with Construction (Work Order), to substantially complete the contract within 420 calendar days and to totally complete the contract within 450 calendar days after receipt of said notice.

Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the Owner in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby.

The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against.

$____________________

Bid Proposal and Bid SchedulePage 4 of 4

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-39

“The CONTRACTOR shall engage the services of an acceptable testing laboratory company to perform all required testing services. The CONTRACTOR (not the OWNER) shall pay all costs for these services, including any retesting after failure to pass tests. The CONTRACTOR shall obtain OWNER’S acceptance of the testing laboratory before having the services performed.”

Written reports of tests and engineering data furnished by CONTRACTOR for OWNER’S review shall be submitted as specified in Item 105.3, “Shop Drawings, Product Data and Samples” and as modified by the Special Specifications.

21. Item 107.3. Indemnification: Delete Item 107.2. in its entirety and substitute the

following:

"The CONTRACTOR and his sureties shall indemnify, defend and save harmless the OWNER and all of their officers, agents and employees, Engineer and all of its officers and employees from all suits, actions or claims of any character, name and description brought for or on account of any injuries, including death or damages received or sustained by any person, persons or property on account of the operations of the CONTRACTOR, his agents, employees or subcontractors; or on account of any negligent act or fault of the CONTRACTOR, his agents, employees or subcontractors in the execution of said contract; or on account of the failure of the CONTRACTOR to provide the necessary barricades, warning lights or signs; and shall be required to pay any judgment, with cost, which may be obtained against the OWNER or Engineer growing out of such injury, including death or damage."

22. Item 107.4.2. Financial Interest in Any Contract by Owner’s Officers, Employees, or Agents: Replace Item 107.3.2. with the following new paragraph: “Town Charter states that no officer of the Town shall have a financial interest, direct or indirect, in any contract with the Town, nor shall be financially interested, directly or indirectly, in the sale to the Town of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the Town found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the Town shall render the contract voidable by the Town Administrator or the Town Council. The Contractor represents that no employee or officer of the Town has an interest in the Contractor.”

23. Item 107.12. Supervision and Construction Procedures: The CONTRACTOR'S attention is drawn to paragraphs 1 and 4 of this item and paragraphs 1 and 3 of Item 105.6.

24. Item 107.15. State and Local Sales and Use Taxes: Delete Item 107.14 and substitute the following in lieu thereof:

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-41

attributable thereto, CONTRACTOR may make a claim for an extension of time in accordance with Item 108.8. An extension of the Contract Time shall be CONTRACTOR'S exclusive remedy with respect to OWNER, ENGINEER and Consulting Engineer for any delay, disruption, interference or hindrance caused by any separate Contractor.

26. Item 107.24.5. Existing Utilities and Service Lines: Add the following new Item 107.24.5. immediately after Item 107.24.4.: 107.23.5. Existing Utilities and Service Lines: The Contractor shall be responsible for the protection of all existing utilities and service lines crossed or exposed by the construction operations. Where existing utilities and service lines are cut, broken or damaged, the CONTRACTOR shall replace the utilities and service lines with the same type of original construction, or better, at his own cost and expense. If it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the ENGINEER. The right is reserved to the owner of any public utility to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the performance of this contract.

27. Item 107.25. Project Clean-Up: All objectionable surplus and waste material due to construction shall be removed from the site at the CONTRACTOR'S expense.

28. Item 108.1. Progress Schedule: Add the following paragraph:

“The CONTRACTOR shall submit to the OWNER a construction schedule setting out items of construction, road closings, detours, utility interruptions, limits, times and actual dates. If the schedule is acceptable to the OWNER, the OWNER will approve it; if the schedule is unacceptable, it will be returned to the CONTRACTOR for revision and resubmittal. If the CONTRACTOR wants to deviate from the approved schedule, he must submit a revised schedule to the OWNER for consideration. The entire work shall be prosecuted in a continuous manner in accordance with the approved schedule. Proposed stockpile locations must be approved by the OWNER prior to depositing material. The CONTRACTOR shall update this schedule on a monthly basis.”

29. Item 108.3. Other Contractors; Obligation to Cooperate: Delete the last sentence of

the second paragraph and substitute the following in lieu thereof:

"In such event, Contractor shall be entitled to an extension of working time only for unavoidable delays verified by the Engineers, as provided in Item 108.8; however, no increase in the contract price shall be due the Contractor." Insert the following sentence at the end of the second paragraph of Item 108.3:

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-44

replaced shall be in a condition equal to or better than the original condition. The Contractor shall videotape and/or photograph the existing easement or right-of-way prior to construction.

B. Any temporary gravel and/or asphalt pavement necessary to maintain access to all

existing streets, alleys, and driveways shall be subsidiary to this pay item.

C. Contractor shall provide a pavement jointing plan prior to the start of construction subsidiary to this bid item.

D. Contractor shall coordinate location for construction staging areas with the Town of Northlake staff. All disturbed areas in the staging area shall be regraded and seeded upon completion of the project subsidiary to this bid item. Each staging area shall have a perimeter fence and construction entrance/exit. Watering to establish seeding until 85% coverage and to the satisfaction of the Engineer, all labor, material, equipment, and other incidentals necessary for staging area shall be subsidiary to this pay item.

E. Construction entrance/exits shall be installed as required for the Storm Water Pollution Prevention Plan per Town details subsidiary to this bid item.

F. Measurement and payment for this item shall be made by lump sum and shall include all

labor, material, equipment and other incidentals to satisfactorily prepare the project site for the proposed improvements.

Bid Item No. 3 – 0.75 MG Elevated Storage Tank:

A. This item consists of Furnishing and Installing 0.75-million-gallon elevated water storage tank, utilizing a composite design complete with all tank painting, architectural enhancements (2 City logos as shown in the plans), and all site improvements (such as utilities, piping, site work, paving, and drainage) within 10.0 horizontal feet of the tank pedestal. This item also includes TANK MIXING SYSTEM, 500LB JIB-CRANE (AT TOP OF PEDESTAL), THE MOTOR OPERATED CONTROL VALVE, and THE 2’ MOW STRIP.

B. Measurement and payment for this item shall be made by lump sum shall include all

appurtenances, all labor, materials, equipment and incidentals.

Bid Item No. 5 –Storm Water Pollution Prevention Plan: The provisions of Item 201 shall apply except as modified below: A. This item consists of furnishing all labor and materials necessary for the installation and

maintenance of erosion controls and implementation of the Storm Water Pollution Prevention Plan (SWPPP) for the entire project. The CONTRACTOR shall be considered the operator with day to day operational control of the construction site and SWPPP per Texas Pollutant Discharge Elimination System (TPDES) General Permit No.

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-46

F. The CONTRACTOR shall be responsible for the removal of all temporary BMPs, devices and controls used during the construction process to prevent erosion or sedimentation. All temporary BMPs, devices and controls shall be removed, and any disturbed areas stabilized, prior to a notice of termination (NOT) being submitted to the State for the construction project. A copy of the CONTRACTOR’S NOT shall be submitted to the TOWN 48 hours prior to submittal of the NOT to the State.

Bid Item No. 7 – Trench Safety: The provisions of Item 107.19.3 shall apply except as modified below: A. In addition to personnel safety, the Trench Safety Program developed by the Contractor

must provide for sheeting and shoring procedures capable of providing support of the trenches or boring pits, giving due consideration to the proximity of existing structures and other facilities along the proposed storm drain lines.

B. The Contractor will abide by all applicable federal, state and local laws governing

excavation. Trench side slopes shall meet Occupational Safety and Health Administration (OSHA) standards that are in effect at the time of Bid Opening. Sheeting, shoring and bracing will be required when side slope standards are not met. A trench box, meeting OSHA standards, will be acceptable. The low bidder will submit detailed plans and specifications for trench safety systems that meet OSHA standards that are in effect at the time of Bid Opening for all trench excavation regardless of depth. These plans will be sealed by an ENGINEER registered by the State of Texas and submitted to the Town prior to formal execution of the contract.

C. The cost of dewatering, if necessary, shall be incidental to this Bid Item. D. The Contractor shall be paid under this bid item based on the linear foot of storm drain

installed using open-cut trench method only. The Contractor shall be paid only for those installations that exceed a depth of five feet.

Bid Item No. 8 – Project Sign: A. CONTRACTOR shall construct and furnish sign as instructed by Town Public Works

Director.

B. Payment shall be by each sign constructed and installed on project site.

Bid Item No. 9 – Overflow & Drain Aeration Vault:

A. This item is for the construction of the 5’4” x 7’4” concrete overflow vault.

B. The concrete walls shall be 8” thick with 3000 psi concrete; reinforced with #4 bars on 12” C-C all ways, all walls, all floors. Reinforcing bars shall lap around corners 1’-0” min. Maintain 3” cover on bars.

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-47

C. Grout floor of vault to drain towards outlet.

D. Measurement and payment for this item shall be made by each and shall include all

appurtenances, all labor, materials, equipment and incidentals.

Bid Item No. 10 – 6” Diameter PVC Conduit Sleeves:

A. This item is for the furnishing and installation of 6” & 4” Dia. PVC Conduit sleeves (SCHEDULE 40) for future wireless communication facilities.

B. Measurement and payment for this item shall be made by each and shall include all

appurtenances, all labor, materials, equipment and incidentals.

Bid Item No. 11 – 6-inch Thick, 3,600 psi Portland Cement Concrete Pavement: The provisions of Item 303 shall apply except as modified below: A. Concrete for pavements shall have a minimum compressive strength of 3,600 psi at 28

days. B. Concrete pavement shall be constructed in accordance with Standard Specifications,

typical sections and pavement details. C. The cost of all expansion, construction and dummy joints shall be subsidiary to this item.

D. Measurement and payment for 6-inch Thick, 3,600 psi Reinforced Portland Cement

Concrete Pavement shall be by the square yard and shall include reinforcing, steel, jointing, 6-inch curbs and sealing materials.

Bid Item No. 12 – 8-inch Thick Flex Base: The provisions of TxDOT Item 247 shall apply except as modified below: A. 8-inches of Type A, Grade 1 or shall be used. B. Surplus material and material unsuitable for use as fill shall be disposed off-site by the

Contractor at no additional compensation. See Unclassified Excavation Item for determination of suitable fill.

C. Payment shall be only for the lines and grades shown on the plans, typical sections, and

Standard details and there will be no pay for any flex base the Contractor places outside the lines and grades shown on the plans. Additional flex base that the Contractor deems necessary to complete the project is subsidiary to the work.

D. Measurement and payment for 8-inch Flex Base shall be by the square yard and shall be

full compensation for labor, materials, excavation, haul-off, equipment, and incidentals necessary to complete the work in place to the limits as shown on the plans, cross-

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-48

sections, and Standard Details provided with the Bid documents. There shall be no compensation for any quantities in addition to what is provided in the Bid documents unless the lines and grades are changed by the Engineer.

Bid Item No. 13 – 6” Integral Curb: A. 6” Concrete Integral Curbs shall be poured at the same time as the adjacent driveway

pavement.

B. Measurement and payment shall be by the linear foot.

Bid Item No. 16 & 17 – 24” Reinforced Concrete Storm Drain, ASTM C76: The provisions of Item 508.3 shall apply except as modified below: A. All pipe shall be Class III unless noted otherwise. B. All proposed storm sewer connections shall be pre-fabricated. Field connections can be

used for connections to existing lines only. C. Pipe collars shall be installed at all pipe size and grade changes. D. Installation shall be in accordance with the standard storm drain details. The cost of

trench excavation, embedment, and backfill is incidental to this Bid Item.

E. Pipe joints shall be sealed with “Omni-Flex, T & G Joint Seal” or equal, at no extra pay. F. This item shall include plugs, plugging existing lines, tapping, collars, fittings, wyes,

supporting and protecting existing utilities and connections to adjacent structures necessary for complete installation.

G. Measurement and payment shall be made per linear foot of pipe installed of the various

sizes. The unit price for this bid item shall consist of all excavation, embedment, backfill, equipment, labor, tools, and incidentals necessary to complete the work.

Bid Item No. 18 – Furnish and Install 12” Dia. C-900 PVC in 18” Steel Casing:

A. This item shall consist of the work, labor, equipment, and material necessary to

complete the installation of a Bore with 18” inch Dia. Steel Casing Pipe, including but not limited to steel casing pipe, 12-inch dia. carrier water pipe, bore pit trenching, shoring, embedment, pressure grout, and backfill/compaction of bore pit. The steel casing pipe shall be bituminously coated smooth steel with minimum yield strength of 35,000 psi and a minimum wall thickness of 0.500 inches.

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-49

B. Measurement for payment shall be on a linear foot basis.

Bid Item No. 19 – Furnish and Install 16” Dia. C-900 PVC:

A. Water pipe shall be installed at the locations shown on the plans, in accordance with the plan details and City of Mansfield Standard Details. Pipe shall conform to AWWA C-900 Class 150 DR-18 and meet the requirements of NCTCOG Item 501.14 “Polyvinyl Chloride (PVC) Water Pipe”. Pipe shall be installed in accordance with NCTCOG Item 506 “Open Cut – Water Conduit Installation”, the details in the construction plans.

B. Measurement and payment shall be per NCTCOG Item 506.9 and shall include all cost,

materials, embedment, and labor required for placement of the specified backfill and pavement material, as well as the costs associated with disinfection and pressure testing. The bid price shall also include all costs associated with the excavation of any rock encountered during the water line installation.

Bid Item No. 24– Install 30’ Non-Motorized Gate: The provisions of Item 801.5 shall apply except as modified below: A. The Contractor shall install a new gate in the location as shown on the plans. Gate shall

be metal post gate. B. Measurement and payment for this item shall be based on each gate installed and shall

include all labor, materials and incidentals required to install the gate as shown in the plans.

Bid Item Nos. 25 – Install Fence (various types): The provisions of Item 801.5 shall apply except as modified below: A. The Contractor shall install new fences to match the character, style, dimensions, and

color of the existing fence. B. Measurement and payment for this item shall be based on the linear foot of fence

installed and shall include all labor, materials and incidentals required to install the fence as shown in the plans and details.

Bid Item No. 26 – Hydromulch Seeding: The provisions of Item 202.6 shall apply except as modified below: A. Hydromulch seeding shall be placed after the placement of 4 inches of topsoil. B. The CONTRACTOR shall water, mow and protect the seeded areas until acceptance.

Acceptance will not be made until all seeded areas have reached 85% coverage and are to the satisfaction of the TOWN.

C. The cost of topsoil, fertilizer, watering and mowing shall be incidental to the unit cost of

hydromulch seeding.

ADDENDUM NO. 1

STANDARD SPECIFICATIONS 1-50

D. The CONTRACTOR shall be paid by the square yard based on plans quantity of

hydromulch seeding. Bid Item No. 30 – Unclassified Excavation: The provisions of Item 203.4 shall apply except as modified below: A. This item consists of the unclassified street and channel excavation required to grade the

streets, parkways, channels, and adjacent property outside the limits of the right-of-way to the proposed grades including compaction as per Town specifications. Excavation shall be to the lines and grades shown on the plans and in accordance with Northlake and N.C.T.C.O.G. standards for excavation and includes existing gravel roadway section.

B. Excess material suitable for use as fill material or topsoil shall be placed within the areas

where fill material is required for this project. On-site material is suitable for use on the project provided it is free roots, rocks, and debris. Surplus material and material unsuitable for use as fill shall be disposed off-site by the Contractor.

C. Calculation of quantities was conducted using the average end area method with cross-

sections with no adjustment factors for expansion/contraction for street sections. Channel excavation quantities were calculated using a comparison of triangular irregular networks for existing and proposed topography. Payment shall be only for the lines and grades shown on the plans and there will be no pay for any excavation the Contractor conducts outside the lines and grades shown on the plans. Additional excavation or fill that the Contractor deems necessary to complete the project is subsidiary to the work.

D. The Contactor shall be satisfied as to the amount of work involved prior to submitting

the bid. E. Please also refer to Geotechnical Report.

F. When hauling dirt, the contractor shall use truck-approved routes.

G. Measurement and payment for this bid item shall be made on the basis of the price per

cubic yard of unclassified excavation in place to the limits of construction as shown on the plans and the cross-section provided with the Bid documents. There shall be no compensation for any quantities in addition to what is provided in the Bid documents unless the lines and grades are changed by the Engineer.

AVO 33528 December 2019

01 11 00 - 1 Summary of Work 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

SECTION 01 11 00 SUMMARY OF WORK

PART 1 GENERAL

1. 1 SCOPE

A. This Section describes the project in general and provides an overview of the extent of the work

to be performed. Detailed requirements and extent of work is stated in the applicable Specification sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work.

B. Any part or item of the work which is reasonably implied or normally required to make each

installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be included in the applicable lump sum price bid for the work. All miscellaneous appurtenances and other items of work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable lump sum price bid for the work even though these appurtenances and items may not be specifically called for in the Specifications or shown on the Drawings.

C. The work shall not interrupt the Town of Northlake’s ability to maintain continuous operation of

the existing facilities at the site, except where required by Section 01311, or special written permission from the Owner.

1. 2 DESCRIPTION OF PROJECT

A. The work of this project is located inside the Town of Northlake, Texas as shown on the

Construction Drawings. The proposed property is a 1.155-acre elevated storage tank site on E. Sam Lee Lane approximately 1800 ft east of Ashmore Lane and approximately 1700 ft west of Dale Earnhardt Way.

B. The project work is described as follows:

1. Construct new 750,000 Gallon Composite elevated Water Storage Tank complete. 2. Install chain link fences and concrete road and parking lot on proposed tank site as

shown in the contract documents. 3. Install Water lines and connect to exist. 12” water main as shown in the contract

documents. 4. Install RCP storm sewer lines and connect to exist. 30” RCP, as shown in the contract

documents. 5. Complete grading and paving improvements as shown in the contract documents. 6. Install circuit breakers, feeders, and related electrical appurtenances. 7. Install level elements and supervisory control and data acquisition (SCADA) components

identified in the contract documents. Integrate with Town’s existing SCADA system, test and demonstrate complete functionality to the satisfaction of the Town.

8. The equipment shall be tested for complete functionality to the satisfaction of the Town.

AVO 33528 December 2019

01 11 00 - 2 Summary of Work 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

C. Related Requirements:

1. See Exhibits in Appendices to these Contract Documents 2. Geotechnical Report (Appendix A) – The geotechnical report performed for the tank-site is

attached for refence.

1. 3 WORK SEQUENCE

A. The Contractor is required to determine his own method of construction and detailed work sequence, within the general terms and constraints of the contract, and the specific requirements below, so long as the constraints are observed and the overall project completion time is achieved.

1. 4 CONTRACTOR'S RESPONSIBILITIES

A. Execute all work as described on the Drawings and in these Specifications.

B. Arrange for the necessary equipment and materials required for construction and testing.

C. Provide adequate temporary sanitary facilities. The Contractor and his subcontractors will not be

allowed to use existing sanitary facilities at the site.

D. Furnish, install, maintain, and remove all temporary service facilities for construction purposes.

E. Provide and maintain fire protection equipment in working order during the entire construction period.

F. Clean and restore all facilities to their original or better condition as found at the commencement

of work. Refer to Section 700, Part 6.11.

END OF SECTION

AVO33528 December 2019

00 00 00 - 1 Table of Contents 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

SECTION 00 00 00 SECTION 4 – SPECIAL TECHNICAL SPECIFICATIONS

Contents

Seal Sheet Standard Specifications Incorporated by Reference

DIVISION 1 – GENERAL REQUIREMENTS

01 11 00 Summary of Work 01 11 13 Contract Documents 01 20 00 Measurement and Payment 01 25 00 Substitutions 01 29 73 Schedule of Values 01 31 13 Project Coordination 01 31 19 Project Meetings 01 33 00 Submittals 01 33 23 Shop Drawings, Product Data, and Samples 01 43 33 Field Project Representative Services 01 45 29 Testing Laboratory Services 01 52 00 Construction Facilities and Temporary Controls 01 60 00 Material and Equipment 01 65 00 Transportation and Handling 01 66 00 Storage and Protection 01 71 23 Field Engineering 01 75 00 Cleaning and Adjusting 01 75 16 Equipment Start-up Procedures 01 77 00 Contract Closeout Procedures 01 78 23 Operation and Maintenance Data 01 78 36 Warranties and Bonds 01 78 39 Project Record Documents

DIVISION 2 – SITE CONSTRUCTION 02 11 00 Clearing 02 22 20 Structural Excavation, Fill and Backfill 02 22 22 Cement Sand Backfill 02 22 27 Waste Material Disposal 02 80 01 Hydromulch Seeding

DIVISION 3 – CONCRETE

03 10 00 Concrete Formwork 03 10 15 Concrete Construction for Structures 03 16 19 Concrete Joints and Embedded Items 03 20 00 Concrete Reinforcement 03 30 00 Cast-in-Place Concrete 03 60 00 Grouting

AVO33528 December 2019

00 00 00 - 2 Table of Contents 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

DIVISION 5 – METALS 05 00 00 Miscellaneous Metals

DIVISION 8 – DOORS

08 13 19 Steel Doors and Frames 08 33 23 Overhead Coiling Door 08 71 00 Finish Hardware

DIVISION 9 – FINISHES

09 90 00 Coating for Elevated Water Storage Tanks

DIVISION 11 – EQUIPMENT 11 26 80 Hydrodynamic Mixing System

DIVISION 16 – ELECTRICAL 16010 General Requirements 16020 Codes and Standards 16030 Electrical Systems Schedule 16040 Basic Materials and Methods 16111 Conduit and Fittings 16120 Wire and Cable 16130 Boxes 16140 Wiring Devices 16160 Cabinets and Enclosures 16170 Grounding and Bonding Systems 16180 Equipment Wiring Systems 16190 Supporting Devices 16195 Electrical Identification 16280 Surge Protective Device for Service Entrance 16501 Lamps 16502 Lighting Protection System 16550 Elevated Tank Level Transmitter 16680 Arc-Flash and Coordination Study 16900 Freeze Protection 16981 Cathodic Protection

DIVISION 17 – SCADA 17000 Instrumentation General Provisions 17300 Remote Terminal Unit (RTU) Requirements 17320 Cellular Telemetry System 17325 Uninterruptible Power Supply 17400 Instrument Panels 17520 Instruments 17530 Instrumentation Accessories 17540 Instrument Commissioning 17600 System Configuration 17910 Input / Output List

AVO33528 December 2019

00 00 00 - 3 Table of Contents 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

DIVISION 31 – EARTHWORK

31 00 00 Earthwork 31 23 16 Trench Safety System 31 24 00 Embankment

DIVISION 33 – UTILITIES 33 05 19 Ductile Iron Piping 33 16 19 Composite Elevated Water Storage Tank

DIVISION 40 – PROCESS INTERCONNECTIONS

40 05 61 Gate Valves 40 05 62 Butterfly Valves and Actuator 40 05 64 Butterfly Valves 40 05 70 Swing Check valve 40 22 00 Hoists and Cranes 40 23 19 Plant Piping 40 75 21 Chlorine Residual Analyzers

AVO33528 December 2019

40 22 00 - 1 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

SECTION 40 22 00 HOISTS AND CRANES

PART 1 GENERAL 1.1 SECTION INCLUDES

A. Cranes, Hoists and Lifts of the Following Types:

1. Wall cantilever jib cranes. 1.2 RELATED SECTIONS

A. Section 03 30 00 - Cast-in-Place Cocrete.

B. Section 26 00 50 – Basic Electrical materials and Methods

1.3 REFERENCES

A. American Institute of Steel Construction (AISC) - Manual of Steel Construction, Part 5,

Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts.

B. American National Standards Institute (ANSI):ANSI B30.11 - Monorails and Underhung Cranes.

C. ASTM International (ASTM):

1. ASTM A36 - Carbon Structural Steel. 2. ASTM A325 - Structural Bolts, Steel, Heat Treated, 120/150 ksi Minimum Tensile

Strength. 3. ASTM A490 - Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile

Strength. 4. ASTM B221 - Aluminum-Alloy Extruded Bar, Rod, Wire, Shape, and Tube.

D. American Welding Society (AWS) D1.1 - Structural Welding Code.

E. Occupational Safety and Health Administration (OSHA) - Specification 40 22 00 Hoists and

Cranes. 1.4 SUBMITTALS

A. Submit under provisions of Section 01 33 00 Submittals

B. Product Data: Manufacturer's data sheets on each product to be used, including:

1. Describe capacities, performance, operation, and applied forces to foundation. 2. Preparation instructions and recommendations. 3. Storage and handling requirements and recommendations. 4. Installation methods. 5. Structural design sheets of system with calculations to be sealed by a PE registered in

the State of Texas.

C. Shop Drawings: Shop drawings showing configuration, dimensions, service area, and construction and installation details.

AVO33528 December 2019

40 22 00 - 2 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

1.5 QUALITY ASSURANCE

A. Manufacturer Qualifications: Company specializing in designing and manufacturing cranes with 25 years successful experience.

B. Installer Qualifications: Company experienced in assembly and installation of cranes with 5 years

successful experience and acceptable to crane manufacturer. 1. Perform welding by certified operators in accordance with AWS D14.1. 2. Bolted connections shall be in accordance with torque tightening procedures specified

in AISC Manual, Part 5. 3. Clearly label crane with rated load capacity. Place label at height and location easily

read from floor level and loading position. 1.6 DELIVERY, STORAGE, AND HANDLING

A. Store products in manufacturer's unopened packaging until ready for installation.

1.7 PROJECT CONDITIONS

A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits

recommended by manufacturer for optimum results. Do not install productsunder environmental conditions outside manufacturer's recommended limits.

1.8 WARRANTY

A. Manufacturer's Warranty: On manufacturer's standard form, in which manufacturer agrees to

repair or replace assemblies and components that fail in materials and workmanship within warranty period from date of Substantial Completion.

1. 5 years or 10,000 hours warranty for manual push-pull work station crane, jib crane, and gantry crane products to cover defects in materials and workmanship.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturer: Gorbel Inc., whichis located at: 600 Fishers Run; Fishers, NY 14453;

Toll Free Tel: 800-821-0086; Tel: 585-924-6262; Fax: 800-828-1808; Email: request info; Web: http://www.gorbel.com/Solutions/architectsandengineers.aspx

B. Substitutions: to be submitted to and approved by the Engineer.

C. Requests for substitutions will be considered in accordance with provisions of Section 01 25 00

Substitutions.

D. Miscellaneous Requirements 1. Hoist System: the system specified consists of an overhead 1 ton, single-reeved hoist,

with motor driven trolley, supported by a runway framework and the building structure, and meeting the requirements of the referenced specifications. The system shall include

a. Two-speed hoist and trolley control for precise load positioning b. Hook designed for low headroom c. Adjustable trolley

AVO33528 December 2019

40 22 00 - 3 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

d. Electronic limit switches e. Festoon cable system for power and pendant control panel f. Spreader lifting beam with hooks

2. Hoist trolley: Rigid-body trolley designed to ride inside enclosed track of bridge and carry hoist and load. Articulating trolleys are not acceptable. End stops: Molded composite, resilientbumper installed in runway and bridge tracksto prevent end trucks, hoist trolley, and festoon carriers from rolling out of track. Bolt stops without energy absorbing bumper are not acceptable.

a. Construction: Two-piece stamped steel body with two wheels each side and tapered clevis positioning hoist hook at center of trolley so load weight is evenly distributed to all four trolley wheels. Provide removable clevis pin of type and size determined by manufacturer for specified capacity. Trolleys with non-removable clevis pins are not acceptable. Holes provided in body for mechanical connections.

b. Wheels: Removable, self-centering wheels with sealed lifetime lubricated bearings. Vertical wheels shall be tapered 2 degrees to match track profile. Non-removable or non-tapered wheels are not acceptable. Duracomp 4 wheel material as provided by Gorbel Inc. Steel wheels are not acceptable.

c. Drop lugs: Provide on both sides of trolley to limit trolley drop in the event of wheel, axle, or load bar failure.

d. Designed for easy attachment of peripherals. 3. Design requirements:

a. Provide all equipment from the same manufacturer b. System capacity

1. Will life and move 1 on of equipment from existing building floor level to 10’

c. Crane, carrier and hoist equipment shall be designed for class B service d. Hoist shall be suspended from a motor driven trolley and have a minimum

lifting speed of 15 feet per minute. e. Hoist, trolley, and crane shall be controlled by a pushbutton control pendant

suspended 4’-0” above floor f. Overall length of runway shall be approximately 12”.

4. End Stops: molded composite, resilient bumper installe in monorail track to prevent hoist trolley and festoon carriers from rolling out of track. Bolt stops without energy absorbing bumper are not acceptable.

F. Tractor Drive: 1. Provide electric tractor drive for motorized operation of hoist trolley and end truck as

indicated or scheduled; Tractor Drive as manufactured by Gorbel, Inc. a. Type: Variable frequency drive assembly with worm gear reducer, molded

polyurethane tread, and adjustable counter-balance to ensure proper drive wheel alignment.

b. Motor: 1/3 HP, 1800 RPM, 3 phase, 208-460 volt, with thermal overload protection.

c. Controls: 120 volt control package with transformer, terminal strips, fusing, enclosure, and mounting brackets.

G. Festoon Assemblies: 1. Festoon trolleys: Four-wheeled trolleys with pivoting saddle and applicable attachment

to support service run on runway or bridge and allowing festooning as end truck or hoist trolley travels.

AVO33528 December 2019

40 22 00 - 4 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

2. Festoon gliders: T-shaped gliders with adjustable applicable attachment to support service runs on runway or bridge and allowing festooning as end truck or hoist trolley travels.

3. Festoon clamp: Steel clamp assembly attached to track to prevent festoon trolleys and gliders from exiting track.

4. Festoon tow clamp: Steel clamp assembly attached to track to prevent festoon from binding under with end truck or trolley.

2.2 JIB CRANES

A. Performance:

1. Crane shall be designed, fabricated, and installed in accordance with ANSI B30.11 and OSHA 1910-179.

2. Crane shall be designed for minimum effort manual rotation. 3. Boom shall not drift when at rest. 4. Maximum deflection at boom end: 1/150 span based on capacity plus 15 percent for

hoist and trolley weight. 5. Crane shall be designed to withstand the following:

a. Live load capacity equal to net rated hook load: 1 ton (907 kg). 6. Headassembly: Welded steel plate and channel fabrication fitted over mast, bolted 

to boom, and designed to transfer boom load to mast and to rotate. Assembly shall 

allow for installation of head prior to boom attachment and provide maximum hoist 

lift.

a. Top pivot bearing assembly: Designed to connect head assembly to mast and transfer load from boom. Weight bearing channel connecting sides of head assembly shall contain tapered roller bearings allowing easy rotation.

b. Retaining pin: Inserted through mast pivot pin above weight bearing channel to prevent accidentally dislodging head assembly. Cranes without retaining pin are not acceptable.

c. Trunnion roller assembly: Designed to rotate around mast and transmit moment force from boom to mast. Provide trunnion rollers with tapered bearings held in steel channel with 1 inch (25 mm) diameter bolts. Masts less than 18 inches (457 mm) diameter shall have 2 rollers and larger masts shall have 4 rollers. Assembly shall rotate around mast with full roller face contact. Roller surface shall be sufficiently large to prevent cutting into mast. Cranes with small rollers or cams requiring wear band on mast are not acceptable.

B. Wall Bracket Jib Cranes: Crane shall consist of 180 degree rotating steel beam boom covering a semi-circular area and suspended by brackets and tie rod from vertical support structure.

1. Acceptable Manufacturer and Model: a. Model No. WB100-G as manufactured by Gorbel, Inc. or engineer approved

equal. 2. Construction: Fabricate from ASTM A36 steel sections with finished ends and surfaces. 3. Boom: Horizontal, adjustable, wide flange steel beam designed for hoist trolley

traveling on bottom flange. Reinforce with cap channel as required for lateral stability. Equip boom with stops to limit movement of trolley.

4. Top bracket: Designed to absorb tie rod pull force and equipped with pivot assembly to allow boom rotation. Bracketbolted to supporting structure and connected to a single

AVO33528 December 2019

40 22 00 - 5 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

tie rod suspending boom. Brackets with tension welds are not acceptable. Top bracket consists of:

a. Steel channel anchored to supporting structure with double shear bolted connections.

b. Rotating clevis bracket consisting ofsteel tube, bronze bushings, wrap-around channel, grease fitting to be field lubricated, oil-impregnated thrust washer, and double shear pivot bolt assembly.

c. Formed clevis attached to tie rod with adjusting nut and lock washer and retained in clevis bracket with double shear pin.

5. Beam bracket to connect tie rod to boom: Consists of formed clevis to receive tie rod, beam channel to be bolted to top flange of boom, and double shear pivot bolt joining clevis and beam channel. Brackets with tension welds are not acceptable.

6. Bottom bracket to absorb downward and compressive boom forces, allow boom rotation, and resist boom drift: Consists of formed channel bolted to supporting structure, boom connector plate and tube assembly, bronze bushings, oil-impregnated bronze thrust washer, double shear pivot bolt, and field lubricated grease fitting.

7. Tie rod: Single, right-hand threaded at each end, ASTM A36 steel rod. Double tie rods are not acceptable.

C. Festoon Assemblies:

1. a. Provide length of cable and/or air hose to supply lifting device. Supply shall be festooned along boom.

2. Festoon trolleys: Four‐wheeled trolleys withpivoting saddle and applicable 

attachment tosupport service run on boom and allowing festooning as hoist trolley 

travels. 

3. Festoon gliders: T-shaped gliders with adjustable applicable attachment to support service runs on boom and allowing festooning as hoist trolley travels.

4. Festoon clamp: Steel clamp assembly attached to track to prevent festoon trolleys and gliders from exiting track.

2.4 LIFTING DEVICE AND ARTICULATING JIBS

A. Free Standing Easy Arm: Intelligent lifting device and articulating jib in one unit. Processor

controlled servo drive system lifting device for human operator. 1. Height under Hook and Span: 14 feet (168 in) height, 14feet (168 in) span.

2.5 HOIST SYSTEM A. Hoist:

1. Base a. FS Industries b.Yale c.L.K. Goodwin

2. Optional a. American Monorail b.Spanmaster c.R&M Materials Handling, Inc.

3. Other manufacturers desiring approval must comply with section 01 25 00 B. Hoist requirements

1. Minimum lifting capacity: 1 ton 2. Minimum lifting speed: 1.5 feet per minute

C. Trolleys:

AVO33528 December 2019

40 22 00 - 6 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

1. Trolley assemblies shall be articulating type. Attach load bars to yokes in such mannar as to assume that all wheels are in contact with the operating flange at all times

2. Yokes shall be ductile castings and fixture machined. 3. Motor driven trolley with travel speed of minimum 4 feet per minute

D. Festoon system for control cable 1. Standard duty flat cable

a. Yellow PVC jacketed. b. 600 volt AC rated. c. Extra flexible, color coded according to NEMA standards.

2. Standard duty stainless steel C-track. 3. Stainless steel ball bearing wheels.

E. Friction clutch assembly on hoist to prevent overloading.

F. Dual braking system.

G. Upper and lower limit switches.

H. Hook with safety latch. 1. Hook shall be mounted to swivel on thrust bearing.

I. Electrification: 1. Track electrification shall be accomplished by UL approved cable. 2. Comply with the provisions of ANSI/NFPA 70 National Electrical Code,

Article 610, for wiring. 3. All controls shall be housed in a single NEMA 4/12 enclosure. 4. A fused, manual disconnect switch with a lockable handle mounted through the panel door

shall be provided and wired into the incoming power circuit. 5. All motors equipped with magnetic contactors operated with ON-OFF push button station

pendant suspended 4’-0” above the floor, from the hoist trolley unit. 6. All electrical equipment shall meet NEMA 1 requirements. 7. Crane operation: 240 volt, 3 phase, 60 hertz. 8. Controls:

a. Controls shall be a single pendant for each hoist installation. b. Made of cast aluminum or high-impact plastic (Lexan) and suspended from

the festoon with strain relief cable.

c. Pendant shall operate at maximum 24 volts. d. Pendant shall be push button marked as to each function:

1) "Up," "Down," "Forward," and "Reverse."

J. End Trucks: 1. End trucks consisting of structural steel weldments bolted directly to the rail member

forming a rigid and square connection. 2. Safety lugs shall limit drop of end truck to not more than one inch in event of wheel yoke,

axle or load bar failures. Place safety lugs on both sides of the rail so that if failure occurs the rail is centrally loaded about the vertical axis.

K. Brakes: 1. Hoisting Brakes:

a. In accordance with Hoist Manufacturers Institute specifications and ANSI B30.16 Safety Standards for Overhead Hoists (Underhung).

2. Brakes supplied for carrier and crane travel shall conform to ANSI B30.11 Safety Standards.

AVO33528 December 2019

40 22 00 - 7 Hoists and Cranes 0.75 MG Elevated Storage Tank

Town of Northlake ADDENDUM NO. 1

PART 3 EXECUTION 3.1 EXAMINATION

A. Do not begin installation until support structures have been properly prepared.

3.2 INSTALLATION

A. Install units and accessories in accordance with manufacturer's instructions and approved shop

drawings. Do not modify crane components in any manner without advance written approval by crane manufacturer.

B. Clearances for Moving Crane Components:

1. 3 inches (76 mm) minimum vertical clearance from any overhead obstruction. 2. 2 inches (51 mm) minimum horizontal clearance from any lateral obstruction. 3. Prior to applying proper torque to the bolts, ensure runways are:

a. Level to within plus or minus 1/8 inch in 20 feet (3 mm in 6.1 m). b. Parallel with opposite runway to within plus or minus (3 mm in 6.1 m).

3.3 FIELD QUALITY CONTROL

A. Perform field quality control testing as recommended by manufacturer. Move bridge and hoist

trolley through entire travel to ensure crane is clear of obstructions and moves freely and smoothly. Inspect installed crane. Verify all bolts are tight and lock washers fully compressed.

B. Field test crane and accessories for operating functions. Ensure crane movement is smooth and

proper. Adjust as required and correct deficiencies.

C. Clean surfaces. If necessary, touch-up paint damage, scratches, and blemishes with manufacturer provided matching paint. Protect crane from other construction operations.

3.4 DEMONSTRATING AND TRAINING

A. Provide demonstration and training session for Owner's representative covering operation and

maintenance. 3.5 PROTECTION

A. Protect installed products until completion of project.

B. Touch-up, repair or replace damaged products before Substantial Completion.

END OF SECTION

Appendix C