Addendum brown and williams WTP improvements 2

121

Transcript of Addendum brown and williams WTP improvements 2

Addendum No. 1

Page 2 of 2

IN THE SPECIFICATIONS

SECTION 00 11 16

1. Delete Section 00 11 16 in its entirety and replace with the attached Section 00 11 16.

SECTION 00 21 15

1. On page 00 21 15-5, paragraph 1.6, delete paragraphs A and B without replacement.

SECTION 00900

1. Insert Addendum 1A, 1B, and 1C.

SECTION 01025

1. On page 01025-2, paragraph 3.01, A, 4, line 3, after the words “permitted landfill” add the statement

“, or other permitted off-site disposal,”.

2. On page 01025-2, paragraph 3.01, A, 4, line 7, after the words “landfill disposal” add the statement “,

or other permitted off-site disposal,”.

SECTION 11302

1. On page 11302-10, paragraph 2.08, add “G. See Section 16150 for additional details.”

2. On page 11302-10, paragraph 2.09, A, replace “NEMA Type 4X stainless steel” with “NEMA Type

4X 316 stainless steel”.

3. On page 11302-10, paragraph 2.09, C, delete “Breakers shall be Cutler Hammer EHD series.”

4. On page 11302-10, paragraph 2.09, D, add “Combination” before “Magnetic across-the-line

starters…..”

5. On page 11302-10, paragraph 2.09, D, replace “Starters shall be Cutler Hammer S801 series.” with

“Starters shall be Eaton/Cutler-Hammer, Square D, or Allen-Bradley.”

6. On page 11302-10, paragraph 2.09, D, delete “single phase auxiliary” in the third sentence.

7. On page 11302-11, paragraph 2.09, delete paragraph E in its entirety and replace with:

a. “E. The NEMA 4X station control panel shall consist of two enclosures, one each for

motor controls and component controls. Both enclosures shall be factory located adjacent to

each other on the pump skid. See Section 16191, Paragraph 2.02 for additional control panel

construction requirements.”

ATTACHMENTS

1. Section 00 11 16 – Invitation to Bid

2. Addendum 1A

3. Addendum 1B

4. Addendum 1C

END OF ADDENDUM 1

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 1

DOCUMENT 00 11 16

INVITATION TO BID Project: Brown WTP and Williams WTP Residuals Improvements Owner: City of Durham 101 City Hall Plaza Durham, North Carolina 27701 Issuing Office: Attention: Mr. Robert Gasper, P.E. City of Durham Department of Water Management Utility Engineering Division 1600 Mist Lake Drive Durham, North Carolina 27704 (919) 560-4381 Engineer: Attention: Mr. James Butcher, P.E. CDM Smith, Inc. 5400 Glenwood Avenue, Suite 400 Raleigh, North Carolina 27612 (919) 325-3500 The City of Durham will open sealed formal Bids submitted by Bidders at 2:00 P.M., July 21, 2016, Project: Brown WTP and Williams WTP Residuals Improvements in the Department of Water Management Conference Room, 1600 Mist Lake Drive, Durham, North Carolina. The Project involves the furnishing of all materials, labor, equipment, tools, etc. unless otherwise specified, for the complete installation of

• Demolish existing Sludge Drying Beds at Brown WTP and Williams WTP

• Construct new Backwash Equalization Tanks at Brown WTP and Williams WTP

• Construct new Settled Solids Equalization Tanks at Brown WTP and Williams WTP

• Construct new Backwash EQ/ Settled Solids EQ Pump Station at Brown WTP and Williams WTP

• Construct new Backwash Clarifiers, Gravity Thickeners, and Flow Splitter Boxes at Brown WTP and Williams WTP

• Construct new Thickened Solids Holding Tanks at Brown WTP

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 2

• Construct new Thickened Solids Pump Station at Brown WTP

• Construct new Dewatering Building, including belt filter presses, polymer system, and algaecide storage and feed system at Brown WTP

• Construct new Dewatered Cake Storage area at Brown WTP

• Construct new Filtrate Equalization Tank at Brown WTP

• Construct new Sewer Lift Station at Brown WTP

• Construct new Solids Building, including recycle wet well, recycle pumps, backwash clarifier pumps, and thickened solids pumps at Williams WTP

• Rehabilitate Sludge Storage Tanks at Williams WTP

• Demolish Decant Tanks and Settled Solids Building at Williams WTP

• Demolish Recovered Alum Storage Tank at Williams WTP

• Demolish Maintenance Shed at Williams WTP

• Install yard piping, roadway paving, curb and gutter, and stormwater improvements as shown on the Drawings

• Install electrical system as shown on the Drawings

• Instrumentation and Controls modifications.

• Testing, start-up, training, and miscellaneous work as shown on the Drawings and as specified herein.

• Installation, maintenance and removal of all erosion, sediment and other environmental protection measures, including all permits and approvals required.

• Site clean-up and restoration. The Project Manual including Bidding Documents, Contract Documents, and Technical Specifications, including Drawings, will be on file at the following locations: City of Durham Department of Water Management 1600 Mist Lake Drive Durham, North Carolina 27704 CDM Smith 5400 Glenwood Avenue, Suite 400 Raleigh, North Carolina 27612 Associated General Contractors Raleigh, Charlotte, North Carolina McGraw Hill Dodge Room Raleigh, Charlotte, North Carolina NC Institute of Minority Economic Development 114 W. Parrish Street Durham, NC 27701 Raleigh-Durham Minority Business Development Center 800 North Mangum Street Durham, North Carolina 27701

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 3

Copies of the Bidding Documents, Contract Documents, and Technical Specifications, including Drawings, may be purchased for $450.00 (non-refundable) for each set from CDM Smith. Each Bidder must be licensed under Chapter 87 of the North Carolina General Statutes. The City Council of the City of Durham reserves the right to reject any or all of the Bids. All Bids must include a non-collusion affidavit. To ensure that all Bidders using the Purchasing Division’s web site are kept up to date on any Addenda, changes, or information notices, please send an e-mail to [email protected] indicating your intention to prepare a Bid for the Project. Failure to complete this step may render your Bid as non-responsive. Each Bidder is advised that the Work may be observed by an Engineer or firm under the direction of the City of Durham. The Engineer or firm may also be involved in the identification of specific repair areas and the proposed method of repairs for the Site Work. Project: Brown WTP and Williams WTP Residuals Improvements Sites: Brown Water Treatment Plant, 1615 Infinity Road, Durham, NC Williams Water Treatment Plant, 1405 Hillandale Road, Durham, NC The City of Durham requires the Project to be completed in 760 calendar days from date of Notice to Proceed. No Bid shall be considered or accepted unless at the time of its filing the same shall be accompanied by a deposit of cash or a certified or cashier's check drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation (FDIC), in an amount equal to five percent (5%) of the amount of the Bid. The check shall be made payable to the City of Durham. Said deposit shall guarantee that the Contract will be entered into by the successful Bidder if the award is made. Such deposit of cash or certified or cashier's check may be held by the City until the successful Bidder has executed and delivered the Contract Documents, including performance and payment bond, to the City of Durham and returned or kept in accordance with North Carolina General Statute 143-129. Refer to other Bidding requirements described in Document 00 21 15 and Document 00 31 00. In lieu of the cash deposit or certified or cashier’s check mentioned above, the Bidder may file a Bid bond in the same amount executed by a corporate surety authorized to execute such bonds in North Carolina and conditioned as provided by North Carolina General Statute 143-129 and in the form attached to the Bidding Documents (see Appendix F) or on file with the Engineer. Bid bond forms enclosed as part of the Bidding Documents must be properly executed at the time Bids are submitted before Bid will be considered. Properly executed Power of Attorney of the corporate surety's agent shall accompany such bond and be attached to the page provided therefore in the Bidding Documents.

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 4

Bids shall be submitted under a condition of irrevocability, except as required by law, for a period of one hundred twenty (120) days after Bid opening. Bids may be held after 120 days if acceptable by Bidder. The City of Durham reserves the right to accept or reject any or all Bids.

END OF DOCUMENT

Re­issued: July 14, 2015

1A

Addendum No. 1A

Addendum No. 1

Page 2 of 10

IN THE SPECIFICATIONS

SECTION 00 11 16

1. Delete Section 00 11 16 in its entirety and replace with the attached Section 00 11 16.

SECTION 00450

1. On page 00450-2, Add item “D. IPM Systems.”

SECTION 00 21 15

1. On page 00 21 15-5, paragraph 1.6. A: delete the first sentence “A mandatory pre-Bid conference will

be held at 10:00 AM June 23, 2016 in the Department of Water Management, 1600 Mist Lake Drive,

Durham, North Carolina.”and replace with “A mandatory pre-Bid conference will be held at 10:00

AM June 23, 2016 in the Williams Water Treatment Plant Hill Hall Conference Room, 1405

Hillandale Road, Durham, North Carolina.”

SECTION 08331

1. On page 08331-4, paragraph 2.01 A.1: delete “0.028” and replace with “0.0313”.

2. On page 08331-4, paragraph 2.01 A.4: delete paragraph in its entirety and renumber subsequent

paragraphs accordingly.

3. On page 08331-6, paragraph 2.06 F.1: delete “Manufacturer’s Standard” and replace with “NEMA

4X”.

4. On page 08331-6, paragraph 2.06 F.2: delete paragraph in its entirety.

5. On page 08331-7, paragraph 2.06 K: delete paragraph in its entirety and renumber subsequent

paragraphs accordingly.

6. On page 08331-8, paragraph 2.07 G: delete the last sentence in its entirety.

7. On page 08331-8, paragraph 2.09 A: delete paragraph in its entirety and replace with “Powder-Coat

Finish: Manufacturer's standard factory applied finish consisting of prime coat and thermosetting

topcoat. Comply with coating manufacturer's written instructions for cleaning, pretreatment,

application, and minimum dry film thickness.”

SECTION 11285

1. On page 11285-2, paragraph 2.03 A:

a. Replace “AWWA C501” with “AWWA C560”.

b. Replace “Type 304” with “Type 316L”

c. Delete “Sluice gates shall have wedging systems. Sluice gates without wedging systems shall

not be allowed” and replace with “Sluice gates of cast iron construction shall have wedge

block closure. Heavy duty stainless steel gates shall have UHMWPE guides with self-

adjusting compression cord seal.”

2. On page 11285-2, paragraph 2.03 B.1:

a. In the first sentence, replace “fabricated steel” with “fabricated stainless steel”

b. Replace sentence “Brackets shall be furnished in cast iron or welded steel construction ….”

with “Brackets shall be furnished in cast iron or welded 304 stainless steel construction….”

3. On page 11282-5, paragraph 2.05 A:

Addendum No. 1A

Addendum No. 1

Page 3 of 10

b. Replace “Floor stands shall be ASTM A36 steel or stainless steel.” with “Floor stands shall

be 304 stainless steel.”

c. Replace “Sluice gates shall be mounted to an embedded wall thimble and…..” with “Sluice

gates shall be mounted to a 304L stainless steel embedded wall thimble and…”

d. In the last sentence, replace “…..AWWA C501 for cast iron sluice gates” with “…..AWWA

C561 fabricated stainless steel slide gates.”

4. On page 11285-5, paragraph 2.05 C: after sentence 1, insert, “Frames shall be of the flange back type.

Flat back frames shall not be acceptable.”

5. On page 11285-5, paragraph 2.05 D:

a. In the first sentence, insert “minimum 1/4th inch thickness” after “The disc or sliding

member”

b. Replace “1/1000” with “1/720”.

c. Replace “….shall be held in place with stainless steel retainers.” with “……shall be

mechanically fastened with stainless steel retainers.”

d. Replace last sentence with “Top and bottom frame shall be fitted with UHMWPE and nitrile

neoprene compression cords. Neoprene J bulb or P seals are unacceptable.”

SECTION 11302

1. On page 11302-11, paragraph 2.10: add item “C. Provide Intrinsic Safety Barriers for the five float

switches. Refer to Specification 13340 paragraph 2.16 for specification.”

SECTION 13340

1. On page 13340-10, paragraph 2.03: delete item F in its entirety and replace with the following:

“F. Instrument Schedule (Units to be supplied by the PCSS):

1. LSHH-13000-1: Backwash Equalization Tank No. 1 High-High Level (Brown WTP)

a. Set Point: Elevation 344.00

b. Drawing Reference: I-7

2. LSLL-13000-1: Backwash Equalization Tank No. 1 Low-Low Level (Brown WTP)

a. Set Point: Elevation 328.00

b. Drawing Reference: I-7

3. LSHH-13000-2: Backwash Equalization Tank No. 2 High-High Level (Brown WTP)

a. Set Point: Elevation 344.00

b. Drawing Reference: I-7

4. LSLL-13000-2: Backwash Equalization Tank No. 2 Low-Low Level (Brown WTP)

a. Set Point: Elevation 328.00

b. Drawing Reference: I-7

5. LSHH-15000-1: Settled Solids Equalization Tank No. 1 High-High Level (Brown WTP)

a. Set Point: Elevation 344.00

b. Drawing Reference: I-5

6. LSLL-15000-1: Settled Solids Equalization Tank No. 1 Low-Low Level (Brown WTP)

a. Set Point: Elevation 327.00

b. Drawing Reference: I-5

Addendum No. 1A

Addendum No. 1

Page 4 of 10

a. Set Point: Elevation 327.00

b. Drawing Reference: I-5

7. LSHH-15000-2: Settled Solids Equalization Tank No. 2 High-High Level (Brown WTP)

a. Set Point: Elevation 344.00

b. Drawing Reference: I-5

8. LSLL-15000-2: Settled Solids Equalization Tank No. 2 Low-Low Level (Brown WTP)

a. Set Point: Elevation 327.00

b. Drawing Reference: I-5

9. LSHH-17010-1: Thickened Solids Holding Tank No. 1 High-High Level (Brown WTP)

a. Set Point: Elevation 372.00

b. Drawing Reference: I-9

10. LSLL-17010-1: Thickened Solids Holding Tank No. 1 Low-Low Level (Brown WTP)

a. Set Point: Elevation 358.00

b. Drawing Reference: I-9

11. LSHH-17010-2: Thickened Solids Holding Tank No. 2 High-High Level (Brown WTP)

a. Set Point: Elevation 372.00

b. Drawing Reference: I-9

12. LSLL-17010-2: Thickened Solids Holding Tank No. 2 Low-Low Level (Brown WTP)

a. Set Point: Elevation 358.00

b. Drawing Reference: I-9

13. LSHH-18100-1: Filtrate Equalization Tank No. 1 High-High Level (Brown WTP)

a. Set Point: Elevation 362.00

b. Drawing Reference: I-12

14. LSLL-18100-1: Filtrate Equalization Tank No. 1 Low-Low Level (Brown WTP)

a. Set Point: Elevation 346.00

b. Drawing Reference: I-12

15. LSHH-18100-2: Filtrate Equalization Tank No. 2 High-High Level (Brown WTP)

a. Set Point: Elevation 362.00

b. Drawing Reference: I-12

16. LSLL-18100-2: Filtrate Equalization Tank No. 2 Low-Low Level (Brown WTP)

a. Set Point: Elevation 346.00

b. Drawing Reference: I-12

17. LSHH-13100-1: Backwash Equalization Tank No. 1 High-High Level (Williams WTP)

a. Set Point: Elevation 372.00

b. Drawing Reference: I-18

18. LSLL-13100-1: Backwash Equalization Tank No. 1 Low-Low Level (Williams WTP)

a. Set Point: Elevation 362.00

b. Drawing Reference: I-18

Addendum No. 1A

Addendum No. 1

Page 5 of 10

19. LSHH-13100-2: Backwash Equalization Tank No. 2 High-High Level (Williams WTP)

a. Set Point: Elevation 372.00

b. Drawing Reference: I-18

20. LSLL-13100-2: Backwash Equalization Tank No. 2 Low-Low Level (Williams WTP)

a. Set Point: Elevation 362.00

b. Drawing Reference: I-18

21. LSHH-14140: Backwash Recycle Wet Well High-High Level (Williams WTP)

a. Set Point: Elevation 379.50

b. Drawing Reference: I-19

22. LSLL-14140: Backwash Recycle Wet Well Low-Low Level (Williams WTP)

a. Set Point: Elevation 370.10

b. Drawing Reference: I-19

23. LSHH-15100-1: Settled Solids Equalization Tank No. 1 High-High Level (Williams WTP)

a. Set Point: Elevation 384.00

b. Drawing Reference: I-16

24. LSLL-15100-1: Settled Solids Equalization Tank No. 1 Low-Low Level (Williams WTP)

a. Set Point: Elevation 365.00

b. Drawing Reference: I-16

25. LSHH-15100-2: Settled Solids Equalization Tank No. 2 High-High Level (Williams WTP)

a. Set Point: Elevation 384.00

b. Drawing Reference: I-16

26. LSLL-15100-2: Settled Solids Equalization Tank No. 2 Low-Low Level (Williams WTP)

a. Set Point: Elevation 365.00

b. Drawing Reference: I-16

27. LSHH-18000-1: Thickened Solids Holding Tank No. 1 High-High Level (Williams WTP)

a. Set Point: Elevation 397.00

b. Drawing Reference: I-20

28. LSLL-18000-1: Thickened Solids Holding Tank No. 1 Low-Low Level (Williams WTP)

a. Set Point: Elevation 388.00

b. Drawing Reference: I-20

29. LSHH-18000-2: Thickened Solids Holding Tank No. 2 High-High Level (Williams WTP)

a. Set Point: Elevation 397.00

b. Drawing Reference: I-20

30. LSLL-18000-2: Thickened Solids Holding Tank No. 2 Low-Low Level (Williams WTP)

a. Set Point: Elevation 388.00

b. Drawing Reference: I-20

31. LSHH-80000-1: Algaecide Storage Tank No.1 High Level (Brown WTP)

a. Set Point: Elevation 363.50

Addendum No. 1A

Addendum No. 1

Page 6 of 10

b. Drawing Reference: I-15

32. LSHH-80000-2: Algaecide Storage Tank No.2 High Level (Brown WTP)

a. Set Point: Elevation 363.50

b. Drawing Reference: I-15

33. LSHH-89510-1: Polymer Storage Tank No.1 High-High Level (Brown WTP)

a. Set Point: Elevation 363.50

b. Drawing Reference: I-14

34. LSHH-89510-2: Polymer Storage Tank No.2 High-High Level (Brown WTP)

a. Set Point: Elevation 363.50

b. Drawing Reference: I-14

G. Instrument Schedule (Units to be supplied by the Filtrate Pump Station Supplier):

35. LSHH-18120: Filtrate Wet Well High-High Level (Brown WTP)

a. Set Point: Elevation 320.50

b. Drawing Reference: I-12

36. LSH-18120: Filtrate Wet Well High Level (Brown WTP)

a. Set Point: Elevation 320.00

b. Drawing Reference: I-12

37. LSM-18120: Filtrate Wet Well Mid-Level (Brown WTP)

a. Set Point: Elevation 319.50

b. Drawing Reference: I-12

38. LSL-18120: Filtrate Wet Well Low Level (Brown WTP)

a. Set Point: Elevation 319.00

b. Drawing Reference: I-12

39. LSLL-18120: Filtrate Wet Well Low-Low Level (Brown WTP)

a. Set Point: Elevation 317.00

b. Drawing Reference: I-12”

ON THE DRAWINGS

DRAWING G-1

1. Add Sheet G-2 titled “INDEX OF DRAWINGS (2 OF 2)”

DRAWING C-7

1. Add the following note:

“6. CONTRACTOR SHALL NOTE THAT NEW ROADWAYS ARE BEING INSTALLED AS

PART OF CONTRACT II (SEE SHEET C-2). ANY DAMAGED CAUSED TO ROADWAYS BY

THE CONTRACTOR SHALL BE REPAIRED AT NO ADDITIONAL COST TO OWNER.”

Addendum No. 1A

Addendum No. 1

Page 7 of 10

DRAWING C-32

1. At location D/3.5 on the drawing, delete the following callout: “4” DIA. MH-3, INV = 343.13” and

replace with “MH-3, INV = 343.13”.

2. At location C/4 on the drawing, add the following to the callout for MH-4: “6” INV OUT = 342.60”.

3. At location C/4.5 on the drawing, add the following to the callout for MH-A: “8” INV IN = 343.50”

and “2” INV IN = 343.80”.

DRAWING C-33

1. For the Description of Point 94, delete “8x45degree BEND” and replace it with “8” WYE W/ MJ

CAP”.

DRAWING C-36

1. Add the following note:

“1. WHERE PIPES ARE CROSSING WITH LESS THAN 2 FOOT OF CLEARANCE, INSTALL

CONCRETE CRADLE PER E/CD-1.”

DRAWING C-37

1. Add the following note:

“1. WHERE PIPES ARE CROSSING WITH LESS THAN 2 FOOT OF CLEARANCE, INSTALL

CONCRETE CRADLE PER E/CD-1.”

DRAWING CD-7

1. In Detail B, in the callout regarding the enclosure, add “480 V” before the word HEATER.

DRAWING AD-1

1. Under Door Types, Roll-Up delete designation “C” and replace with “D”

DRAWING M-1

1. Add the following to the list of General Abbreviations

ARV AIR RELEASE VALVE

CU COPPER

HFAC HINGED FLANGED ADAPTER COUPLING

RFCV REVERSE FLOW CHECK VALVE

WHS WASH HOSE STATION

Addendum No. 1A

Addendum No. 1

Page 8 of 10

DRAWING M-4

1. In Section 1, in the callout for Vertical Shaft Mixer MX-15000-2, delete the reference to B/MD-6.

2. In Section 1, for the callout for 2” Outdoor Washdown Assembly, add a reference to B/MD-6.

DRAWING M-7

1. For 6” CS line coming out of west side of Clarifier No. 2, delete callout for “6” PLUG” to replace

with callout for “6” CO” with a reference to B/CD-1.

DRAWING M-10

1. In Section 1, delete callout for “3:12 SLOPE”, and replace with callout “SLOPE PER MFGR, SEE

NOTE 7”.

2. Add the following Note:

“7. CONTRACTOR SHALL VERIFY GEOMETRY OF FLOOR SLOPE AND CENTER WELL

SUMP PIPES WITH EQUIPMENT MANUFACTURER.”

DRAWING M-11

1. Change the call outs for “AE-16030-1” and “AE-16030-2” to read “AIT/AE-16030-1” and “AIT/AE-

16030-2”, respectively.

DRAWING M-12

1. In Section 2, Change the callout for “AE-16030-2” to read “AIT/AE-16030-2”.

DRAWING M-14

1. For all references to E/MD-5, change the note to “NOTE 2”.

DRAWING M-15

1. For the Algaecide Storage Tanks, change the callout for “T-8000-1” to “T-80000-1” and the callout

for “T-8000-2” to “T-80000-2”.

DRAWING M-17

1. In Section 1, in the call out for the Belt Press Feed Pump No. 1 discharge pipe/ fittings, append

“TSH-17020-1 TO 4”.

2. In Section 2, change the reference for the seal water supply from “A/M-39” to “A/M-12”.

3. In Section 2, change the reference for the 1” flushing connection from “A/MD-6” to “D/MD-6”.

4. In Section 2, at the call out for the equipment pad:

Addendum No. 1A

Addendum No. 1

Page 9 of 10

a. Change “SEE NOTE 2” to read “SEE NOTE 1”.

b. Replace reference A/SD-2 with B/SD-2.

DRAWING M-18

1. In Section 2, change the callout for “T-8000-1” to “T-80000-1” and the callout for “T-8000-2” to “T-

80000-2”.

DRAWING M-19

1. Replace Note 4 with “COORDINATE SIZE OF HFAC ON PUMP SUCTION AND DISCHARGE

WITH PUMP (TYP).”

DRAWING M-20

1. In Section 3, move the callout for “EL 344.75” from the bottom of the base slab to the top of the base

slab.

DRAWING M-24

1. In Lower Level Plan view, on the callout for the 6” SSD-DI from the Settled Solids Equalization

Tanks, change “SEE M-21” to read “SEE M-22”.

DRAWING M-28

1. In Section 1, delete callout for “3:12 SLOPE”, and replace with callout “SLOPE PER MFGR, SEE

NOTE 7”.

2. Add the following Note:

“7. CONTRACTOR SHALL VERIFY GEOMETRY OF FLOOR SLOPE AND CENTER WELL

SUMP PIPES WITH EQUIPMENT MANUFACTURER.”

3. On Plan, delete label “ALUMINUM GRATING” and replace with “GRATING”.

DRAWING M-35

1. Add the following Note:

“9. SEE S-54 FOR THE NEW TRUCK ACCESS ASSEMBLY.”

DRAWING MD-2

1. For Detail P, remove the following call-out:

“RESILIENT CONNECTOR PER ASTM C-923 AS MANUFACTURED BY CHARDON

RUBBER COMPANY FLEXIBLE PIPE SLEEVE.”

Addendum No. 1A

Addendum No. 1

Page 10 of 10

And replace with:

“RESILIENT CONNECTOR PER ASTM C-923”.

DRAWINGS MD-5

1. On Detail F, at the end of the label “AFTER FIXING THE BEARING DEVICE THIS AREA MUST

BE FILLED WITH CONCRETE C25/30 BY” and add at the end the word “CONTRACTOR”.

DRAWING E-12

1. On the One Line Power Diagram for Power Panel PP-2, delete the 3/4"C., 3#12, 1#12G feeder from

the 20A/3P circuit breaker to the 30A/3P Disconnect Switch, delete the 30A/3P Disconnect Switch,

and delete the 1 HP motor for Roll-Up Door No. 2. Identify the 20A/3P circuit breaker as “SPARE”.

DRAWING E-42

1. On the One Line Power Diagram for Power Panel PP-2, add a 20A/3p circuit breaker with a 3/4"C.,

3#12, 1#12G feeder from the 20A/3P circuit breaker to a 30A/3P Disconnect Switch and a 1 HP

motor. Identify the motor as “Roll-Up Door No.1”.

DRAWING E-51

1. In the northeast corner of the building, at the roll-up door, inside left side, add a motor symbol and

disconnect switch symbol. Identify the motor as “MOTORIZED ROLL-UP DOOR NO. 1”.

DRAWING I-10

1. On the Belt Filter Press before the Belt Washwater Booster Pump (P-17060-1), delete the motorized

gate valve and add a new drip tray for the Belt Filter Press with a level sensing pressure transducer

hardwired to the Belt Filter Press Control Panel.

ATTACHMENTS

1. Section 00 11 16 – Invitation to Bid

2. Drawing I-10, Figure 1

END OF ADDENDUM 1

Addendum No. 1A

1A

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 1

DOCUMENT 00 11 16

INVITATION TO BID Project: Brown WTP and Williams WTP Residuals Improvements Owner: City of Durham 101 City Hall Plaza Durham, North Carolina 27701 Issuing Office: Attention: Mr. Robert Gasper, P.E. City of Durham Department of Water Management Utility Engineering Division 1600 Mist Lake Drive Durham, North Carolina 27704 (919) 560-4381 Engineer: Attention: Mr. James Butcher, P.E. CDM Smith, Inc. 5400 Glenwood Avenue, Suite 400 Raleigh, North Carolina 27612 (919) 325-3500 The City of Durham will open sealed formal Bids submitted by Bidders at 2:00 P.M., July 12, 2016, Project: Brown WTP and Williams WTP Residuals Improvements in the Department of Water Management Conference Room, 1600 Mist Lake Drive, Durham, North Carolina. The Project involves the furnishing of all materials, labor, equipment, tools, etc. unless otherwise specified, for the complete installation of

• Demolish existing Sludge Drying Beds at Brown WTP and Williams WTP

• Construct new Backwash Equalization Tanks at Brown WTP and Williams WTP

• Construct new Settled Solids Equalization Tanks at Brown WTP and Williams WTP

• Construct new Backwash EQ/ Settled Solids EQ Pump Station at Brown WTP and Williams WTP

• Construct new Backwash Clarifiers, Gravity Thickeners, and Flow Splitter Boxes at Brown WTP and Williams WTP

• Construct new Thickened Solids Holding Tanks at Brown WTP

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 2

• Construct new Thickened Solids Pump Station at Brown WTP

• Construct new Dewatering Building, including belt filter presses, polymer system, and algaecide storage and feed system at Brown WTP

• Construct new Dewatered Cake Storage area at Brown WTP

• Construct new Filtrate Equalization Tank at Brown WTP

• Construct new Sewer Lift Station at Brown WTP

• Construct new Solids Building, including recycle wet well, recycle pumps, backwash clarifier pumps, and thickened solids pumps at Williams WTP

• Rehabilitate Sludge Storage Tanks at Williams WTP

• Demolish Decant Tanks and Settled Solids Building at Williams WTP

• Demolish Recovered Alum Storage Tank at Williams WTP

• Demolish Maintenance Shed at Williams WTP

• Install yard piping, roadway paving, curb and gutter, and stormwater improvements as shown on the Drawings

• Install electrical system as shown on the Drawings

• Instrumentation and Controls modifications.

• Testing, start-up, training, and miscellaneous work as shown on the Drawings and as specified herein.

• Installation, maintenance and removal of all erosion, sediment and other environmental protection measures, including all permits and approvals required.

• Site clean-up and restoration. The Project Manual including Bidding Documents, Contract Documents, and Technical Specifications, including Drawings, will be on file at the following locations: City of Durham Department of Water Management 1600 Mist Lake Drive Durham, North Carolina 27704 CDM Smith 5400 Glenwood Avenue, Suite 400 Raleigh, North Carolina 27612 Associated General Contractors Raleigh, Charlotte, North Carolina McGraw Hill Dodge Room Raleigh, Charlotte, North Carolina NC Institute of Minority Economic Development 114 W. Parrish Street Durham, NC 27701 Raleigh-Durham Minority Business Development Center 800 North Mangum Street Durham, North Carolina 27701

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 3

Copies of the Bidding Documents, Contract Documents, and Technical Specifications, including Drawings, may be purchased for $450.00 (non-refundable) for each set from CDM Smith. Bidders are required to attend a mandatory pre-Bid conference at 10 AM, June 23, 2016 in the Williams Water Treatment Plant Hill Hall Conference Room, 1405 Hillandale Road, Durham, NC. Each Bidder must be licensed under Chapter 87 of the North Carolina General Statutes. The City Council of the City of Durham reserves the right to reject any or all of the Bids. All Bids must include a non-collusion affidavit. To ensure that all Bidders using the Purchasing Division’s web site are kept up to date on any Addenda, changes, or information notices, please send an e-mail to [email protected] indicating your intention to prepare a Bid for the Project. Failure to complete this step may render your Bid as non-responsive. Each Bidder is advised that the Work may be observed by an Engineer or firm under the direction of the City of Durham. The Engineer or firm may also be involved in the identification of specific repair areas and the proposed method of repairs for the Site Work. Project: Brown WTP and Williams WTP Residuals Improvements Sites: Brown Water Treatment Plant, 1615 Infinity Road, Durham, NC Williams Water Treatment Plant, 1405 Hillandale Road, Durham, NC The City of Durham requires the Project to be completed in 760 calendar days from date of Notice to Proceed. No Bid shall be considered or accepted unless at the time of its filing the same shall be accompanied by a deposit of cash or a certified or cashier's check drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation (FDIC), in an amount equal to five percent (5%) of the amount of the Bid. The check shall be made payable to the City of Durham. Said deposit shall guarantee that the Contract will be entered into by the successful Bidder if the award is made. Such deposit of cash or certified or cashier's check may be held by the City until the successful Bidder has executed and delivered the Contract Documents, including performance and payment bond, to the City of Durham and returned or kept in accordance with North Carolina General Statute 143-129. Refer to other Bidding requirements described in Document 00 21 15 and Document 00 31 00. In lieu of the cash deposit or certified or cashier’s check mentioned above, the Bidder may file a Bid bond in the same amount executed by a corporate surety authorized to execute such bonds in North Carolina and conditioned as provided by North Carolina General Statute 143-129 and in the form attached to the Bidding Documents (see Appendix F) or on file with the Engineer. Bid bond forms enclosed as part of the Bidding Documents must be properly executed at the time Bids are submitted before Bid will be considered. Properly executed Power of Attorney of the corporate surety's agent shall accompany such bond and be attached to the page provided therefore in the Bidding Documents.

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: April 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 11 16 - Invitation To Bid PAGE: 4

Bids shall be submitted under a condition of irrevocability, except as required by law, for a period of one hundred twenty (120) days after Bid opening. Bids may be held after 120 days if acceptable by Bidder. The City of Durham reserves the right to accept or reject any or all Bids.

END OF DOCUMENT

RESPONSES TO QUESTIONS RECEIVED DURING BID PHASE

Q. Please confirm location of the mandatory pre-Bid conference. A. Williams Water Treatment Plant, see Addendum #1.

Q. I have seen conflicting values from the plan rooms for this project. Is it valued near $40 million? A. The engineer’s estimate of probable construction value is $36 million - $40 million.

Q. Regarding Spec. Section 08331, 2.01 A.4 gasket material. This is not available on coiling doors due to the way the door moves.

A. Not required, see Addendum #1. Q. Regarding Spec. Section 08331, 2.03 Locks. Are these required as the door is motor operated?

A. Yes. Q. Regarding Spec. Section 08331, 2.06K Horn /strobe. Is this required to be NEMA 4X?

A. Audible and Visual Signals not required, see Addendum No. 1. Q. Regarding Spec. Section 08331, 2.06F Obstruction devices. Are these required to be NEMA 4X?

A. Yes, see Addendum No. 1. Q. Regarding Spec. Section 08331, 2.07C STC rating. Our standard door has an STC of 21. Is this

Acceptable? A. Provide STC as specified. Q. Regarding Spec. Section 08331, 2.07G Wear strips. These are not available on wind loaded

doors. Please clarify if door is to be wind rating or have wear strips.

A. Not required, see Addendum No. 1. Q. Is the door at the Williams Solid Building to be motor operated? I do not see a circuit for it on the

drawings. A. Yes, see Addendum No. 1.

Re­issued: July 14, 2015

1B

Addendum No. 1B

Addendum No. 2

Page 2 of 23

IN THE SPECIFICATIONS

SECTION 00 21 15

1. On page 00 21 15-11, paragraph 1.16. E.8: insert “i. ______ Safety Record Information” and

“j. _____ Questionnaire”.

SECTION 00 41 13

1. Delete Section 00 41 13 in its entirety and replace with the attached Section 00 41 13.

SECTION 02616

1. On page 02616-6, paragraph 2.03 A: at the end of the second sentence, delete the words “Paragraph

C” and replace with Paragraph B or D”.

2. On page 02616-6, paragraph 2.03 B: delete “LOK-FAST or LOCK-RING” and replace with “FLEX-

RING”.

SECTION 3600

1. On page 03600-4, paragraph 2.02: add the following at the end of 2.02:

“E. Latex Bonding Agent

1. A latex liquid admixture used as an integral adhesive for cement bond coats to bind plastic

concrete to hardened concrete and complying with the requirements of ASTM C1059, Type

II.

2. Latex bonding admixture shall be mixed as a bond coat to a ratio of 3 gal latex bonding

admixture, 94 lb. ASTM C150 Type II Portland cement and 5 gal water, unless otherwise

recommended by the manufacturer.

3. Latex bonding admixture shall be SBR Latex by the Euclid Chemical Company, Cleveland,

OH; or approved equal.”

2. On page 03600-6, paragraph 3.04 A, B, and C: delete and replace with the following:

“A. Inspect slabs finished under Section 03350 and scheduled to receive concrete grout. Scarify

existing slab surfaces to receive concrete grout to 1/8” minimum surface profile, or otherwise

recommended by the manufacturer and in accordance with ICRI Guideline 310.2R. Protect

and keep the surface clean until placement of concrete grout.

B. Pressure wash the surface to remove all bond inhibiting contaminants. Remove debris and

clean the surface by sweeping and vacuuming of all dirt and other foreign materials. Do not

flush debris into tank drain lines.

Addendum No. 1B

Addendum No. 2

Page 3 of 23

C. Saturate the concrete surface for at least 24 hours prior to placement of the concrete grout by

use of saturated burlap bags, soaker hoses or ponding. Remove excess water just prior to

placement of the concrete grout. Mix and place latex bond coat with stiff bristle broom at the

coverage rate recommended by the manufacturer immediately ahead of the concrete grout so

that the bond coat is moist when the grout is placed. Work the bond coat over the surface with

the broom until it is coated with approximately 1/16 to 1/8-in thick paste. The concrete grout

shall be placed over the bond coat before the bond coat is allowed to dry.”

SECTION 04200

1. On page 04200-14, paragraph 2.10 E.1: delete paragraph and replace with the following:

“E. Sheets or strips full depth of cavity and installed to full height of cavity.”

2. On page 04200-24, paragraph 3.13 F: delete paragraph and replace with the following:

“F. Place cavity drainage material in cavities to comply with configuration requirements for cavity

drainage material included in paragraph 2.01 E.”

SECTION 08220

1. On page 08220-2, paragraph 2.01 A: delete “Model SL-17” and replace with “Model AF-217”.

2. On page 08220-2, paragraph 2.02 A.1: delete paragraph in its entirety and replace with “Face Sheet -

Exterior Grade UV resistant FRP, 0.120-inch thickness, finish color throughout.”

3. On page 08220-2, paragraph 2.02 B.1: delete paragraph in its entirety and replace with “FRP door

frames shall be by Special-Lite, Inc. Model AF-250 or equal - 5-3/4-in wide by 2-in depth with door

stop.”

4. On page 08220-2, paragraph 2.02 B: add paragraph 2.02 B.3 as follows:

“3. Corner Construction: Mitered with 2” x 2” x 3/8” pultruded FRP angle reinforcement with

interlocking pultruded FRP brackets.”

5. On page 08820-3, paragraphs 2.03 A, 2.03 B and 2.03 C: delete paragraphs and replace with the

following:

“A. Fire Rated FRP door shall be FR Series Fire-Rated Flush Doors by Special-Lite, Inc. Model FR-

90P or equal.

B. Construction:

1. Door Thickness: 1-3/4 inches.

2. Construction: Doors shall be FRP with mineral core.

3. Reinforcement: High density mineral.

4. Stile Edge: FRP.

5. Top Rail: 6” High density mineral

Addendum No. 1B

Addendum No. 2

Page 4 of 23

6. Bottom Rail: High density mineral.

C. Fire Rated FRP door frames shall be by Special-Lite, Inc. FR Series or equal - 5-3/4-in wide by

2-in depth with door stop.”

1. Reinforcement - Solid polymer according to templates provided by the hardware supplier,

Section 08710.

2. Corner Construction: Mitered with 2” x 2” x 3/8” pultruded FRP angle reinforcement

with interlocking pultruded FRP brackets.”

SECTION 08331

1. On page 08331-8, paragraph 2.07 G: delete “Galvanized steel with exposed finish matching curtain

slats.” and replace with “Steel with factory applied baked-on powder coat, finish as indicated in

2.09.”

2. On page 08331-8, paragraph 2.07 H: delete “Square” and replace with “Manufacturer’s Standard”

SECTION 11223

1. On page 11223-1, paragraph 1.1: renumber the current paragraph D to E. Add the following

paragraph:

“D. Contractor to furnish all labor, materials, equipment and incidentals required and design,

fabricate and install mixer supports and access walkways including handrail, guardrail,

kickplates, grating and structural support system as shown on the Drawings and as specified

herein.”

2. On page 11223-3, paragraph 1.3: delete “ B. Design Data” and replace with “C. Design Data”.

Renumber subsequent paragraphs accordingly.

3. On page 11223-9, delete paragraph 2.07 and replace with the following:

“2.07 MIXER SUPPORT AND ACCESS WALKWAYS

A. General Requirements

1. Contractor is responsible for providing mixer access walkways and support platforms for each

tank as shown in the structural drawings.

2. Access walkways shall be capable of adequately supporting the mixer loads and other design

loads as listed on Drawing S-1.

3. If the proposed mixer requires less support than what is shown in the structural drawings, it is

acceptable for the mixer manufacturer to provide an alternate platform design as long as it

meets the walkway and platform access dimensions and design criteria. If proposing an

alternate platform design, the mixer manufacturer must submit shop drawings and design

calculations as outlined in Paragraph 1.03.

Addendum No. 1B

Addendum No. 2

Page 5 of 23

4. Access walkways shall be the width shown on the Structural Drawings and provide access

across the entire tank width as shown in the Structural Drawings.

5. The access walkways shall consist of aluminum grating and aluminum railing. The walkway

beams and horizontal bracing shall be aluminum, epoxy coated steel, or Type 316L stainless

steel structural shape framing. Any support frames that will support the access walkways and

that will be partially submerged (i.e., posts, bracing) shall be Type 316L stainless steel.

6. All bolts and anchors shall be Type 316 stainless steel

7. Design, fabrication and construction of all components of the mixer supports, the access

walkways, and their structural frames, including structural shapes, grating, handrail, guardrail,

kickplates, and appurtenances shall conform to the requirements of the specifications, IBC and

OSHA. In the event of conflict, the more stringent requirement shall govern.

B. Structural Design Criteria

1. The mixer supports, the access walkways, and their structural frames shall be designed for all

applicable loads and combinations of these loads as required by the North Carolina State

Building Code (NCBC) and OSHA. At a minimum, in addition to self-weight, basic design

loads shall be as follows (refer to NCBC):

a. Superimposed Dead Load:

1) Walkways: 10 psf

b. Live Load:

1) Walkways: Uniform Live Load of 200 psf

2) Concentrated Load of 1000 lb. vertical downward applied at center of the span

c. Snow Load:

1) Flat Snow Load (Pf): 16.5 psf

2) Importance Factor (I): 1.1

d. Wind Loads

1) Basic Wind Speed: 90 mph

2) Exposure Category: C

3) Importance Factor (I): 1.15

e. Seismic Loads

1) Seismic Design Category: B

2) Site Class: C

3) Importance Factor: 1.25

4) Spectral Response Coefficients (Brown WTP):

a) SDS 0.155

b) SD1 0.086

5) Spectral Response Coefficients (Williams WTP):

a) SDS 0.158

b) SD1 0.088

2. Deflection of grating shall be less than 1/4-in or 1/300 of the span, whichever is smaller.

Deflection of framing members shall be less than 1/360 of the member span.

3. Design for impact and other dynamic forces exerted by the mixer, including thrusts, upward

forces, rocking moments and torque.

Addendum No. 1B

Addendum No. 2

Page 6 of 23

C. Fabrication

1. Size members as required by design calculations and job conditions.

2. Construct mixer support, access walkways, and structural framing to conform to sizes and

arrangement indicated. Provide complete assemblies including framing, hangers, posts, struts,

clips, brackets, bearing plates and other components necessary for the support of the mixers

and walkways and as required to anchor the framing to the supporting structure.

3. Fabricate and join so that fasteners do not appear on top surfaces.

4. Weld where required in accordance with recommendations of AWS. Grind all exposed welds

to match and blend with adjoining surfaces.

5. In addition to meeting the requirements of this Section, the guardrail and handrail systems shall

conform to the requirements specified in Section 05500.

6. Clean anodize aluminum railing components as specified in Section 05500 and as approved.

7. Coordinate the layout of grating panels with work of other Sections to provide openings for

approved mechanical equipment and other items which require penetrations or openings in the

grating. Grating panels shall be further subdivided and supported to provide maximum panel

weight of 110-lb.”

4. On page 11223-9, delete paragraph 2.08 and renumber subsequent paragraphs accordingly.

SECTION 11232

1. On page 11232-1, paragraph 1.01 D: add the words “Contractor to” at the beginning of the first

sentence.

2. On page 11232-13, delete paragraph 2.05 and replace with the following:

“2.05 TANK BAFFLES

A. Contractor is responsible for the baffles as shown on the Drawings.”

SECTION 11282

1. On page 11282-4, paragraph 2.01 M: delete “2. Rodney Hunt/Fontaine USA (Valve and Gate Group),

Orange, MA.” and replace with “2. Hydrogate Corporation, Longmont, CO.”

2. On page 11282-4, paragraph 2.01 M: delete “4. Or as approved.” and replace with “4. Waterman

Industries, Exeter, CA.”

Addendum No. 1B

Addendum No. 2

Page 7 of 23

SECTION 11285

1. On page 11285-4, paragraph 2.03 B.4: delete “Rodney Hunt, Orange, MA” and replace with

“Whipps, Inc., Athol, MA; Aquanox Water Control Gates, Magog, Canada;”.

SECTION 11311

1. On page 11311-1, paragraph 1.01 C: in the first sentence delete the words “type spacer”.

2. On page 11311-1, paragraph 1.01 E: delete the words “Section 01171” and replace with “Division

16”.

3. On page 11311-1, paragraph 1.01 F: delete the words “Section 01174” and replace with “Section

16482”.

4. On page 11311-2, paragraph 1.03 C.1: delete the words “Section 01171” and replace with “Section

16150”.

5. On 11311-3, paragraph 1.05 A: delete the first sentence in its entirety and replace with “To assure

unit of responsibility, the motors and supporting base shall be furnished and coordinated by the pump

manufacturer.”

6. On page 11311-5, paragraph 1.08 C: delete the first sentence and replace with “Furnish the following

spare parts for each set of pumps.”

7. On page 11311-6, paragraph 2.02 A.1: replace “Model B5414S” with “Model B5424S”.

8. On page 11311-7, paragraph 2.02 A.2: replace “Model B5413K” with “Model “B5423K”.

9. On page 11311-7, paragraph 2.02 A.3: replace “Model B5413” with “Model B5423”.

10. On page 11311-7, paragraph 2.02 A.6: replace “Model 5413” with “Model 5423”.

11. On page 11311-9, paragraph 2.04 A: in the second sentence, delete the words “Section 01171” and

replace with “Section 16150”.

12. On page 11311-9, paragraph 2.04 B: delete the words “spacer type”.

13. On page 11311-9, paragraph 2.04 C.2: delete the words “shall be supplied by the pump supplier and”.

14. On page 11311-11, paragraph 2.08 C: delete the words “Section 01171” and replace with “Section

16150”.

Addendum No. 1B

Addendum No. 2

Page 8 of 23

SECTION 11361

1. On page 11361-9, paragraph 1.08 A.1: delete third sentence and replace with the following “One full

inventory of spare parts shall be furnished.”

SECTION 11362

2. On page 11362-7, paragraph 2.02 A.1: after the third sentence, delete table and replace with the

following:

“ Brown WTP Williams WTP

Maximum continuous output torque 26,400 FT-LBS 12,700 FT-LBS

Alarm Torque 26,400 FT-LBS 12,700 FT-LBS

Motor Cut-off torque 33,000 FT-LBS 15,900 FT-LBS

Momentary peak torque 52,800 FT-LBS 25,400 FT-LBS

Motor HP (minimum) 1.0 HP 0.5 HP”

3. On page 11362-7, paragraph 2.02 A.1, sentence 2, delete “service factor of 1.0” and replace with

“service factor of 1.25”.

SECTION 11364

1. On page 11364-6, paragraph 1.06.E: the beginning of the third sentence states “Four scrapers attached

to the arms…”. Replace the word “Four” with “Floor”.

2. On page 11364-14, paragraph 2.09: delete and replace with the following:

“2.09 SURFACE PREPARATION AND SHOP PRIME PAINTING

A. Surface preparation and shop prime painting shall be part of the work of this section and

shall be as specified in Section 09901.

B. The clarifier equipment shall be shipped to the site with the required shop prime painting.

During construction at the site, all metals to receive paint will be cleaned and field/finish painted

in accordance with Section 09902.

C. Galvanized, aluminum and stainless steel surfaces shall not require painting.”

SECTION 12240

1. On page 12240-2: delete paragraph 1.05 in its entirety and renumber subsequent paragraphs

accordingly.

SECTION 13300

1. On page 13300-5, insert paragraph 1.02 as follows and re-number all subsequent sections

accordingly:

Addendum No. 1B

Addendum No. 2

Page 9 of 23

“1.02 BID ALLOWANCE

A. As part of the Bid, the Contractor shall include lump-sum allowances for the purchase of the

hardware, software and services listed below. Allowance amounts and their descriptions are

set forth in the Bid Form:

1. Computer Hardware allowance as defined within the “Computer System Hardware”

specification section 13310.

2. Software Allowance for PLC Programming Software as defined within the “PLC

Hardware and Software” specification section 13311 and HMI/SCADA Software as

defined “HMI System Software” specification section 13315.

B. It is anticipated that the allowance will cover the costs of all above-named items provided

under the specified sections. The Owner reserves the right to make final quantity and item

selections, including peripherals and accessories.

C. The PCSS shall develop a bill of materials, including purchase cost, of items covered under

the allowance for the Owner’s review and approval. The PCSS shall procure in accordance

with the General Conditions and the Supplementary Conditions and incorporate the items into

the Plant Control System. The PCSS shall be required to submit price quotations, invoices,

and other documentation necessary to substantiate the cost of items purchased under the

allowance. No shop drawing submittals will be required for items purchased under the

allowance; however, Operation & Maintenance (O&M) documentation for allowance items

shall be required and shall be submitted with other O&M Manual documentation being

provided by the PCSS. Warranty for items purchased under the allowance shall be provided

to the Owner. The PCSS shall include all Work required to provide, install, configure,

document and train on the hardware and software provided within the allowance as if it were

equipment specified herein and not part of the allowance unless specifically stated

otherwise.”

SECTION 13310

1. On page 13310-1, insert paragraph 1.02 as follows and re-number all subsequent sections

accordingly:

“1.02 BID ALLOWANCE

A. The majority of the computer hardware shall be purchased under the allowance described

herein and in Section 13300.

B. As part of the bid, the Contractor shall include lump-sum allowances for the purchase of the

following hardware, software and services. Allowance amounts and their descriptions are set

forth in the Bid Form:

1. (2) Thin Client Workstations as indicated in the Equipment Schedule below

2. (1) Panel Mounted Industrial Workstation as indicated in the Equipment Schedule below

3. Tablet PC equipment for use in the Brown WTP Dewatering Facility

Addendum No. 1B

Addendum No. 2

Page 10 of 23

C. The following software shall be purchased and installed on the computer hardware as part of

the hardware allowance.

1. Operating System Software

2. Microsoft Office Software

3. Virus Protection Software

D. It is anticipated that the allowance will cover the costs of all above-named items provided

under this section. The Owner reserves the right to make final quantity and item selections,

including peripherals and accessories.”

SECTION 13311

1. On page 13311-1, insert paragraph 1.02 as follows and re-number all subsequent sections

accordingly:

“1.02 BID ALLOWANCE

A. The PLC programming software shall be purchased under the allowance described herein and

in Section 13300.

B. As part of the bid, the Contractor shall include lump-sum allowances for the purchase of the

following software and services. Allowance amounts and their descriptions are set forth in

the Bid Form:

1. PLC Programming Software as described herein, installed on OWS-DEWTR at Brown

WTP

2. PLC Programming Software as described herein, installed on OWS-SOLIDS at Williams

WTP

C. It is anticipated that the allowance will cover the costs of all above-named items provided

under this section. The Owner reserves the right to make final quantity and item selections,

including peripherals and accessories.”

SECTION 13315

1. On page 13315-1, insert paragraph 1.02 as follows and re-number all subsequent sections

accordingly:

“1.02 BID ALLOWANCE

A. The HMI/SCADA software shall be purchased under the allowance described herein and in

Section 13300.

Addendum No. 1B

Addendum No. 2

Page 11 of 23

B. As part of the bid, the Contractor shall include lump-sum allowances for the purchase of the

following software and services. Allowance amounts and their descriptions are set forth in

the Bid Form:

1. HMI/SCADA Software as indicated in the Software Installation Schedule below,

installed on OWS-DEWTR and OWS-BWEQPS at Brown WTP

2. HMI/SCADA Software as indicated in the Software Installation Schedule below,

installed on OWS-SOLIDS at Williams WTP

3. HMI/SCADA Software as required on the Tablet PC hardware, installed for use in the

Brown WTP Dewatering Facility

C. It is anticipated that the allowance will cover the costs of all above-named items provided

under this section. The Owner reserves the right to make final quantity and item selections,

including peripherals and accessories.”

SECTION 14555

1. On page 14555-5, paragraph 1.08, A: delete items 2 and 3 and replace with “2. One complete spare

spiral (approximately 6 feet in length) for each conveyor.” Renumber Item 4 accordingly.

SECTION 14900

1. On page 14900-2, paragraph 1.06 A.4: delete Item c.

2. On page 14900-3, paragraph 1.06 B: edit Item 1 to read “1. Free standing jib crane w/ 10’ span and

12’ hub by Gorbel, or equal. Service Classification – Class C”

3. On page 14900-3, paragraph 1.06 B.2: delete Item c.

SECTION 15051

1. On page 15051-3, paragraph 2.01 B.2: change “Type 304 stainless steel” to “carbon steel (304

stainless steel for stainless steel piping)”.

ON THE DRAWINGS

DRAWING G-9

1. Delete the following water surface elevations in the effluent launder of the backwash clarifiers:

“ Scenario A WLE = 353.53

Scenario B WLE = 354.03”

Replace with the following:

“ Scenario A WLE = 353.28

Scenario B WLE = 353.78”

Addendum No. 1B

Addendum No. 2

Page 12 of 23

DRAWING C-3

1. At drawing location F-1, delete callout “DEMOLISH EXISTING 18” BACKWASH LINE (SEE

NOTE 5)” and replace with “DEMOLISH EXISTING 20” BACKWASH LINE (SEE NOTE 5)”.

DRAWING C-5

1. Remove duplicate shaded splitter box adjacent to Future Backwash Clarifier, see attached Sheet C-32.

DRAWING C-7

1. Remove duplicate shaded splitter box adjacent to Future Backwash Clarifier, see attached Sheet C-32.

DRAWING C-20

1. Edit roadway profile sections 19+00, 19+50, and 20+00 to reflect the concrete pavement turning area

shown on C-7.

DRAWING C-21

1. Edit roadway profile sections 20+50 to reflect the concrete pavement turning area shown on C-7.

DRAWING C-29

1. On table, change pipe size between CB 3_7 and CB 3_4 from 18” to 15”.

2. On table, change pipe size between CB 3_3 and CB 3_4 from 18” to 15”.

3. At drawing location A-3, delete callout “Phase 1, 2, & 3, Skimmer Basin 30’x65’” and replace with

“Phase 1, 2, & 3 Skimmer Basin 30’x90’”.

DRAWING C-33

1. In POINT TABLE, under Point No. 1 Description, add the words “SEE DETAIL F/CD-1”.

2. In POINT TABLE, under Point No. 171, change the Northing and Easting to “852637.04” and

“2038095.15” respectively.

3. In POINT TABLE, under Point No. 179, change the Northing and Easting to “852753.25” and

“2038427.56” respectively and change the Description to “3” TEE”.

Addendum No. 1B

Addendum No. 2

Page 13 of 23

DRAWING C-36

1. On 12” BWD-DI shown at STA. 9+30, change invert elevation from “333.43” to “328.05”.

2. On 20” SS shown at STA 10+23, change invert elevation from “329.87” to “328.50”.

3. Delete callout for fitting “16” DI” at STA. 5+50 and replace with “30” x22.5° MJ DI BEND”.

4. Add two “30” x22.5° MJ DI BEND” at STA 10+30 to match what is shown as Point 188 on Sheet C-

32.

DRAWING C-40

1. At drawing location B-1.5, delete the callout “DEMOLISH MAINTENANCE SHED AND

CONCRETE SLAB ON GRADE (SEE NOTE 6)” and replace with “DEMOLISH 160’X60’

MAINTENANCE SHED AND CONCRETE SLAB ON GRADE (SEE NOTE 8)”

DRAWING C-41

1. At drawing location D-1, change callout from “4” DOGHOUSE MANHOLE” to “4’ DOGHOUSE

MANHOLE”.

2. At drawing location B-2, change callout from “4” DOGHOUSE MANHOLE” to “4’ DOGHOUSE

MANHOLE”.

3. At drawing location E-2, change callout from “12” RCP” to “15” RCP (1.8% SLOPE)”.

4. At drawing location E-2.5, change callout from “16” RCP” to “15” RCP (3.8% SLOPE)”.

DRAWING C-44

1. At the southwest corner of the drawing near location B-4, add an 8-inch DIP extending south from

most southern existing manhole and extending to the Matchline. At the manhole add the callout

“PROVIDE 16-INCH AIR GAP USING THREE 8-INCH 90 DEGREE BENDS AND DI PIPE.

EXTEND DI PIPE TO 2-FT ABOVE TOP OF MANHOLE. SUPPORT PIPE AS NECESSARY.

REMOVE TOP OF EXISTING 4 FOOT DIAMETER MANHOLE AND INSTALL ADDITIONAL

OPEN RISER(S) TO RAISE THE RIM OF THE MANHOLE 42” ABOVE THE EXISTING

FINISHED GRADE. INSTALL ALUMINUM GRATING INSIDE THE EXISTING MANHOLE

APPROXIMATELY 4 FEET BELOW TOP OF THE NEW MANHOLE RISER. GRATING

SUPPORT ANGLES TO BE ALUMINUM WITH BITUMASTIC COATING ON THE BACK OF

THE ANGLE. ALL FASTENERS TO BE STAINLESS STEEL.”

2. On POINT TABLE, Point No. 1, change description to “12”x90° ELL”.

3. On POINT TABLE, Point No. 2, change description to “12” TEE”.

4. On POINT TABLE, Point No. 3, change description to “12”x90° ELL”.

Addendum No. 1B

Addendum No. 2

Page 14 of 23

5. At drawing location E-2, delete callout “3” TAP-CPVC” and replace with “3” TAP-CPVC (EXISING

6” DI PIPE)”.

DRAWING C-45

1. Delete the 10” X 45 degree bend near drawing location G-3 and replace with 10” DI wye and 10” X

8” reducer.

2. Extend 8” DI piping north to the drawing Matchline. Add callout “PROVIDE FITTINGS AS

NEEDED TO EXTEND 8” DI TO MANHOLE. SEE SHEET C-44 FOR CONTINUATION”.

3. Add one 10” gate valve on the 10” DI pipe on the south side of the wye fitting and one 8” gate valve

on the 8” DI pipe north of the wye fitting to isolate flow to either the manhole or the reservoir.

DRAWING CD-7

1. In Detail C, delete callout “ROLLER COMPACTED CONCRETE” and replace with “8” THICK

ROLLER COMPACTED CONCRETE”.

DRAWING A-2

1. On Ground Level Floor Plan, delete grating shown at jib crane area and replace with hatch to match

hatch shown on Drawing S-49.

2. On Ground Level Floor Plan, delete note “GRATING SEE “S” DWGS, WHEN GRATING

REMOVED PROVIDE TEMPORARY GUARDRAIL, TYP” and replace with “HATCH, SEE “S”

AND “M”.

DRAWING A-3

1. In SECTION 1 INTERIOR STAIR, add vertical supports from underside of intermediate stair landing

to the floor.

DRAWING A-7

1. In SECTION 2 BUILDING, add vertical supports from underside of intermediate stair landing to the

floor.

DRAWING A-17

1. Under ROOF PLAN, delete “3/8” = 1’-0”” and replace with “3/16” = 1’-0”.”

Addendum No. 1B

Addendum No. 2

Page 15 of 23

DRAWING S-3

1. On TOP PLAN and Detail C & D, install (2) C12x20.7, one to W14x26 and one to W12x14.

DRAWING S-5

1. On Detail C, delete “3/4” BOLT WITH 2-3/4” GAUGE ON EITHER SIDE OF W12 FLANGE” and

replace with “(2)-5/8” f BOLTS ON 2-1/4” GAUGE.”

2. On Detail C, append Detail B callout to “(SIM OF 2, 2” FROM EA END)”

3. On Detail C, append callout “W8x24” to “W8x24x 4’-0”.”

4. On Detail C, delete callout “(2)-1/8” SS PLATES TOP PLATE 2” WIDER CENTERED OVER

BOTTOM PLATE” and replace with “PL 1/4”x4”x0’-6-1/2” SS”.

5. On Detail D, delete callout “3/4” BOLT WITH 13/16”x1-7/8” LONG-SLOTTED HOLE

PARALLEL TO W12 LENGTH ON W12 BOTTOM FLANGE 2-3/4” GAUGE ON EITHER SIDE

OF W12 FLANGE” and replace with “(2)-5/8” f BOLTS IN 13/16”x1’-7/8” LONG-SLOTTED

HOLE IN W12 BOT FLG ON 2-1/4” GAUGE. CONTRACTOR TO INSTALL LOWER NUT TO

FINGER TIGHT CONDITION AND BACK OFF ¼ TURN AND THEN INSTALL UPPER LOCK

NUT”.

6. On Detail D, delete callout “(2)-1/8” SS PLATES TOP PLATE 2” WIDER CENTERED OVER

BOTTOM PLATE” and replace with “PL 1/8”x4”x0’-8” SS TACK WELDED TO W12 BOT FLG

CTRD OVER PL 1/8”x4-1/2”x0’-6-1/2” SS TACK WELDED TO W8 TOP FLG. TACK WELD

AND INSTALL SS PLATES SIM TO DETAIL A/-”.

7. On TOP PLAN and Detail C & D, install (2) C12x20.7, one to W21x57 and one to W12x14.

DRAWING S-6

1. On FOUNDATION PLAN, move 6” wide trench 2” from inside face of north wall.

2. On GROUND FLOOR PLAN, append callout “*AL STAIRS NOT SHOWN SHALL BE TYPE T-

2/SD-8. SEE ARCH DWGS.”

DRAWING S-7

1. On Detail B, delete callout “L8X4 (LLV) (TYP)” and replace with “L7X4x3/8 LLV SEE DETAIL

D/SD-10.”

DRAWING S-8

1. Delete Drawing S-8 and replace with S-8 included in Addendum # 2.

Addendum No. 1B

Addendum No. 2

Page 16 of 23

DRAWING S-16

1. On FOUNDATION PLAN, move 6” wide trench 2” from inside face of east wall.

DRAWING S-18

1. On Section 3, move 6” wide trench 2” from inside face of wall. Horizontal dimension string shall

read “2” – 6” – 1’-0”.”

DRAWING S-21

1. On Detail C, delete “3/4” BOLT WITH 2-3/4” GAUGE ON EITHER SIDE OF W12x14 FLANGE”

and replace with “(2)-5/8” f BOLTS ON 2-1/4” GAUGE.”

2. On Detail C, append Detail B callout “(SIM OF 2, 2” FROM EA END)”

3. On Detail C, append callout “W12x26 x 4’-0”.”

4. On Detail C, delete “(2)-1/8” SS PLATES TOP PLATE 2” WIDER CENTERED OVER BOTTOM

PLATE” and replace with “PL 1/4”x4”x0’-6-1/2” SS”

5. On Detail D, delete “3/4” BOLT WITH 13/16”x1-7/8” LONG-SLOTTED HOLE PARALLEL TO

W12 LENGTH ON W12 BOTTOM FLANGE 2-3/4” GAUGE ON EITHER SIDE OF W12

FLANGE” and replace with “(2)-5/8” f BOLTS IN 13/16”x1’-7/8” LONG-SLOTTED HOLE IN

W12X14 BOT FLG ON 2-1/4” GAUGE. CONTRACTOR TO INSTALL LOWER NUT TO

FINGER TIGHT CONDITION AND BACK OFF ¼ TURN AND THEN INSTALL UPPER LOCK

NUT.”

6. On Detail D, delete “(2)-1/8” SS PLATES TOP PLATE 2” WIDER CENTERED OVER BOTTOM

PLATE” and replace with “PL 1/8”x4”x0’-8” SS TACK WELDED TO W12x14 BOT FLG CTRD

OVER PL 1/8”x4-1/2”x0’-6-1/2” SS TACK WELDED TO W12x26 TOP FLG. TACK WELD AND

INSTALL SS PLATES SIM TO DETAIL A/-”

7. On TOP PLAN and Detail C & D, install (2) C12x20.7, one to W24x55 and one to W12x14.

DRAWING S-27

1. On Sections 1 and 2, at all construction joints in the chemical containment pits show waterstop.

DRAWING S-28

1. On Sections 3 and 4, at all construction joints in the chemical containment pits show waterstop.

DRAWING S-34

Addendum No. 1B

Addendum No. 2

Page 17 of 23

1. On FOUNDATION PLAN, revise North Arrow to match North Arrow shown on C-5.

2. On FOUNDATION PLAN, the sump for Filtrate EQ Tank #2 shall be moved to the south corner, and

the slab slope shall be changed to slope from the north corner to the south corner at the corner of the

sump.

3. On FOUNDATION PLAN, move Section 2/S-35 callout to south end of the tank, cut through sump.

DRAWING S-35

1. On TOP PLAN, revise North Arrow to match North Arrow shown on C-5.

DRAWING S-36

1. FOUNDATION PLAN, move 6” wide trench 2” from inside face of north wall.

DRAWING S-38

1. On AT EL. 387.00’ PLAN, revise “CJ SLAB ONLY” to “PCJ SLAB ONLY”.

2. On AT EL. 387.00’ PLAN, move “PCJ SLAB ONLY” to opposite side of west walkway slab.

3. On AT EL. 387.00’ PLAN, add diagonal reinforcing to east corner of east walkway slab and callout

“(2)-#4x4’-0” T&B”.

DRAWING S-40

1. On Sections 5 and 6, move 6” wide trench 2” from inside face of wall.

DRAWING S-42

1. On Section 1, delete callout “W14x12”.

DRAWING S-43

1. On Section 2, delete callout “2” FRP GRATING w/ 2”x2” MESH” and replace with “SS GRATING

SEE “M” DWGS.”

DRAWING S-46

1. On Section 2, delete callout “2” FRP GRATING w/ 2”x2” MESH” and replace with “SS GRATING

SEE “M” DWGS.”

Addendum No. 1B

Addendum No. 2

Page 18 of 23

DRAWING S-48

1. On PLAN, move 6” wide trenches 2” from inside face of north, east and west walls.

DRAWING S-49

1. On PLAN, add callout “1-TON JIB CRANE SEE NOTE 5”.

2. Under NOTES, add “5. 1-TON FREE STANDING JIB CRANE W/ 10’ SPAN AND 12’ HUB BY

GORBEL, OR EQUAL. CAST-IN (6) 1” f F1554 ANCHOR BOLTS W/ 8” MIN EMBEDMENT

INTO SUPPORTING CONCRETE SLAB UNLESS OTHERWISE REQUIRED BY THE JIB

CRANE MANUFACTURER.”

DRAWING S-51

1. On Section 1, add callout “APPLY CRYSTALLINE WATERPROOFING TO WALLS PER

SPECIFICATION SECTION 03350” to the below grade concrete walls.

2. On Section 2, move 6” wide trench 2” from inside face of wall.

3. On Section 2, add callout “APPLY CRYSTALLINE WATERPROOFING TO WALLS PER

SPECIFICATION SECTION 03350” to the below grade concrete walls.

4. On Sections 1 and 2 add callout for “12” NCDOT #57 STONE AND 8 OZ. NON-WOVEN

GEOTEXTILE FABRIC” underneath the concrete foundation slab.

DRAWING S-52

1. On Section 3, move 6” wide trench 2” from inside face of wall.

2. On Section 3, add callout “APPLY CRYSTALLINE WATERPROOFING TO WALLS PER

3. SPECIFICATION SECTION 03350” to the below grade concrete walls in the occupied space only.

4. On Section 4, move 6” wide trenches 2” from inside face of walls.

5. On Section 4, add callout “APPLY CRYSTALLINE WATERPROOFING TO WALLS PER

SPECIFICATION SECTION 03350” to the below grade concrete walls.

6. Under NOTES, add “6. IT IS NOT INTENDED TO APPLY CRYSTALLINE WATERPROOFING

TO THE INTERIOR WALLS OF THE WET WELL.”

7. On Sections 3, 4, and 5 add callout for “12” NCDOT #57 STONE AND 8 OZ. NON-WOVEN

GEOTEXTILE FABRIC” underneath the concrete foundation slab.

Addendum No. 1B

Addendum No. 2

Page 19 of 23

DRAWING S-56

1. On PLAN add 24” thick concrete slab in the 2’-3” x 4’-2” notch near the bottom landing for the north

stairs.

2. On Section 1 delete callout “ROUGHEN TOP OF EXISTING FOOTING” and add “NOTES 1.

COMPACT EXISTING EARTH FILL ABOVE EXISTING FOOTING IN ACCORDANCE WITH

SPECIFICATION 02200. 2. UNSUITABLE SOIL SHALL BE REMOVED AND REPLACED

WITH STRUCUTRAL FILL OR #57 STONE WRAPPED IN GEOTEXTILE FABRIC.”

3. On Section 2 add callout “12” NCDOT #57 STONE and 8oz NON-WOVEN GEOTEXTILE

FABRIC” underneath the concrete foundation slab.

4. On Section 2 add waterstop to the wall construction joint.

5. On Section 2 add callout “RETROFIT WATERSTOP No. 581 BY GREENSTREAK, OR

APPROVED EQUAL” and callout “SEALANT” for the exposed joint. Add “NOTES 1. INSTALL

RETROFIT WATERSTOP TO CONCRETE SLAB AND CONTAINMENT WALLS TO WITHIN

6” OF THE TOP OF THE WALL. 2. RETROFIT WATERSTOP SHALL BE INSTALLED TO

EXISTING CONCRETE SLAB AND WALLS WITH EPOXY ANCHORS ONLY. EXPANSION

ANCHORS SHALL NOT BE USED”.

DRAWING S-57

1. Delete Drawing S-57 and replace with S-57 included in Addendum No. 2.

DRAWING S-58

1. Revise the second “SECTION 1” to “SECTION 6”.

DRAWING SD-3

1. On Detail J1/J2, delete detail callout “J2” and revise detail callout “J1” to J”.

2. To SECTION A-A on Detail J/SD-3, add detail callout “PL 3/8” SS” in reference to baffle plate.

3. On Detail J/SD-3, Note 1, delete “ELEVATIONS AND”.

4. On Detail J/SD-3, Note 3, at the beginning of the note add the words “MOUNTING PLATES AND”.

5. On Detail J/SD-3, add Notes 4 and 5 as follows:

“4. DIMENSIONS SHOWN ARE PRELIMINARY. BAFFLE PLATE DIMENSIONS AND

ELEVATIONS SHALL BE PROVIDED BY THE MIXER MANUFACTURER.

REVISIONS TO THE BAFFLE PLATES, IF REQUIRED, SHALL BE MADE AT NO

ADDITIONAL COST TO THE OWNER.

Addendum No. 1B

Addendum No. 2

Page 20 of 23

5. ANGLE BRACE MOUNTING PLATES SHALL BE FABRICATED TAKING INTO

CONSIDERATION THE CIRCULAR SHAPE OF THE TANKS.”

DRAWING M-1

1. For abbreviation “HFAC” delete the words “HINGED FLANGED ADAPTER COUPLING” and

replace with “HARNESSED FLANGED ADAPTOR COUPLING OR HARNESSED FLANGED

COUPLING ADAPTER”.

DRAWING M-5

1. Lower Level Plan, revise Section Cut 2 to match Section 2 on Sheet M-6.

2. Delete the 2” PW exiting the southwest side of the building including the tee and valves.

DRAWING M-6

1. Section 1, on the Backwash EQ Pump No. 2 suction pipe, edit the callout “12”x10” 90 degree

BEND” to read “12” 90 degree BEND 12”x10” ECC REDUCER”.

2. Section 1, on the Backwash EQ Pump No. 2 discharge pipe, edit the callout “12”x8” 90 degree

BEND” to read “12” 90 degree BEND 12”X8” ECC REDUCER”.

3. Section 2, on the Backwash EQ Pump No. 1 suction pipe, edit the callout “12”x10” 90 degree

BEND” to read “12” 90 degree BEND”.

4. Section 2, on the Backwash EQ Pump No. 1 discharge pipe, edit the callout “12”x8” 90 degree

BEND” to read “12” BW-DI 12”x8” RED TEE”.

DRAWING M-11

1. Delete the 2” PW exiting the southwest side of the building including the tee and valves.

DRAWING M-16

1. Add the following Note: “3. PW PIPING WITHIN 10 FEET OF BELT FILTER PRESS IS NOT

REQUIRED TO BE INSULATED”.

DRAWING M-20

1. Delete all baffle dimension callouts.

2. In the PLAN view, delete callout “BAFFLE (SEE NOTE 3) (TYP 4 PER TANK)” and replace with

“BAFFLE (TYP 4 PER TANK) SEE NOTE 1”.

Addendum No. 1B

Addendum No. 2

Page 21 of 23

3. In Section 2, append “SEE NOTE 1” to callout “BAFFLE (TYP 4 PER TANK)”.

4. Delete Note 1 and replace with “1. SEE DETAIL J/SD-3.”

5. Delete Note 2 and replace with “VERTICAL SHAFT HYPERBOLIC MIXERS (SECTION 11232)

ARE BEING ALLOWED AS A BID ALTERNATE TO THE VERTICAL SHAFT MIXERS

(SECTION 11223). SEE DETAIL E/MD-5 FOR INSTALLATION DETAILS.”

6. Delete Note 3 in its entirety.

DRAWING M-20

1. On PLAN, Revise North Arrow to match North Arrow shown on C-5.

2. On PLAN, extend 8” FILT-DI to southern end of tank to match relocated sump as shown on S-34 of

Addendum #2.

DRAWING M-22

1. Delete the two pipes shown between drawing location C-3.5 and the bottom edge of the sheet.

DRAWING M-27

1. At drawing location D-3, add cleanout to 6” TS-DI coming out of Solids Building to match what is

shown on C-44.

DRAWING M-30

1. Delete all callouts referencing “8” OVF-FRP” or “8” OVF-DI” and replace with “8” OVF-SCH80

PVC”.

DRAWING MD-8

1. On Detail A, TIE ROD SCHEDULE FOR HARNESSED JOINTS, delete pipe diameter of “6”” and

replace with “3”-6””.

DRAWING P-3

1. On Sheet P-3, delete the 2” protected water line exiting the southwest side of the building, including

the tee and valves. This applies to both the plan view and Water Riser Diagram.

DRAWING P-4

Addendum No. 1B

Addendum No. 2

Page 22 of 23

1. Delete the 2” protected water lines exiting the southeast side of the building and the northwest corner

of the building including the tee and valves. This applies to both the Plan View and Water Riser

Diagram.

DRAWING P-5

1. Change the 2” protected water loop to 4” protected water, including the tap from the 6” protected

water line and all valves.

2. Change the 2” protected water pipe exiting the building in the north east corner of the building to 3”

protected water, including all valves.

3. Change the 2” protected water pipe exiting the building on the south side of the building (near the

stair enclosure) to 3” protected water including all valves.

DRAWING P-11

1. Change the 2” protected water loop to 4” protected water including the tap from the 6” protected

water line, and all valves.

2. Change the 2” protected water pipe exiting the building in the north east corner of the building to 3”

protected water including all valves.

3. Change the 2” protected water pipe exiting the building on the south side of the building (near the

stair enclosure) to 3” protected water including all valves.

DRAWING E-51

1. On the west wall of the Electrical Room, add Panelboard PP-1 adjacent and approximately 3” south

of Panelboard LP-1. Add Panelboard PP-1 adjacent and approximately 3” south of Panelboard PP-2.

DRAWING I-23

1. On Detail “G”, change the name of the detail from “TURBIDITY SENSOR” to

“TURBIDITY/SUSPENDED SOLIDS SENSOR”.

2. On Detail “G” in Note 4, change “ATTACHED TO THE PIPE” to “ATTACHED TO THE

STAINLESS STEEL SPOOL PIECE”.

3. On Detail G, add the following notes:

“Note 5. FOR THE IN-LINE TURBIDITY SENSOR, PROVIDE A STAINLESS STEEL G2 2-

INCH X 110MM LONG MALE NIPPLE AND WELD TO THE STAINLESS STEEL SPOOL

PIECE. THE NIPPLE SHALL BE INSTALLED 90 DEGREES FROM THE TOP OF THE PIPE

AND SET AT A 45 DEGREE ANGLE FROM THE SIDEWALL OF THE PIPE SO THE END OF

THE SENSOR IS POINTING UPSTREAM FOR MEASUREMENT.

Addendum No. 1B

Addendum No. 2

Page 23 of 23

Note 6. FOR THE IN-LINE SUSPENDED SOLIDS SENSOR, PROVIDE A STAINLESS STEEL

DN65 MATING FLANGE AND WELD-IN NIPPLE AND WELD TO THE STAINLESS STEEL

SPOOL PIECE. THE NIPPLE SHALL BE INSTALLED 90 DEGREES FROM THE TOP OF THE

PIPE AND SET AT AN 80 DEGREE ANGLE FROM THE SIDEWALL OF THE PIPE SO THE

END OF THE SENSOR IS POINTING UPSTREAM FOR MEASUREMENT.

Note 7. MINIMUM OF 20 INCHES OF STRAIGHT RUN OF PIPE IS REQUIRED UPSTREAM

OF THE TURBIDITY SENSOR. MINIMUM OF 60 INCHES OF STRAIGHT RUN PIPE IS

REQUIRED UPSTEAM OF THE SUSPENDED SOLIDS SENSOR.”

ATTACHMENTS

1. Section 00 41 13 - Bid Form (including Attachment 1 CITI Scope Proposal)

2. Pre-Bid Meeting Minutes and Pre-Bid Sign-in Sheet

3. Responses to Questions Received During Bid Phase (July 5, 2016)

4. Figure 1 Brown WTP Existing and Proposed Contours and Topo

5. Drawing C-32 - Brown WTP Area 1 Yard Piping

6. Drawing S-8 - Brown WTP Backwash Equalization and Settled Solids Pump Station Sections

7. Drawing S-57 - Williams WTP Thickened Solids Holding Tank Platform Plan and Sections

8. Hazardous Materials Identification Regarding Asbestos Containing Materials, Williams Water

Treatment Plant, Durham, NC April 2015

END OF ADDENDUM 2

Addendum No. 1B

1B

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 1

DOCUMENT 00 41 13

BID FORM – STPULATED PRICE (SINGLE-PRIME CONTRACT) To: The City of Durham, North Carolina c/o The City Manager 101 City Hall Plaza Durham, North Carolina 27701 Date: .................. Project: Brown WTP and Williams WTP Residuals Improvements Sites: Brown Water Treatment Plant, 1615 Infinity Road, Durham, North Carolina Williams Water Treatment Plant, 1405 Hillandale Road, Durham, North Carolina Name of Bidder: ..................................................... Address of Bidder: ..................................................... ..................................................... ..................................................... Phone Number of Bidder: ..................................................... Contact Person for Bidder: ..................................................... Phone Number of Contact: ..................................................... Bidder’s North Carolina General Contractor’s License Number: ..................................................... 1. OFFER

The undersigned Bidder hereby declares that the names of all persons interested in this Bid as principals appear in the blank spaces hereinafter provided for such purpose, that this Bid is in all respects fair and without collusion, that the Bidder has examined the locations of the proposed Work, the Advertisement, the Instructions to Bidders, the Technical Specifications, SDBE requirements of the Department of EO/EA of the City of Durham, the Contract Documents and bond forms, and the Drawings therein referred to and fully understands the same and agrees and accepts the terms and conditions thereof, that it is understood that the estimated quantities are approximate only and are given for the purpose of comparing Bids upon a uniform basis, and that said estimate shall in no way affect the unit prices for the Work. The undersigned Bidder hereby agrees to furnish at the Bidder’s cost the expense of all the necessary labor, tools, apparatus, machinery, equipment, transportation, and all other things which may be required to fully and properly perform all the terms, covenants, provisions, and agreements of the annexed Contract.

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 2

The undersigned hereby agrees to do said Work and furnish said materials as prescribed in the Contract Documents and Technical Specifications, and, according to the Drawings and requirements of the Engineer under said Contract Documents and Technical Specifications, in a first-class manner and to the best of the undersigned’s ability at the following unit prices. Having examined the Site of the Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by the Engineer for the Project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the unit prices listed in this Bid form in lawful money of the United States of America.

We have included the Bid security as required by the Instruction to Bidders.

All applicable federal taxes are included and State of North Carolina taxes are excluded from the unit prices.

2. ACCEPTANCE

This offer shall be open to acceptance and is irrevocable, except as required by law, for one hundred twenty (120) days from the Bid opening date. Bids may be held after 120 days if acceptable by Bidder.

If this Bid is accepted by the City of Durham within the time period stated above, we will:

-Execute the Agreement within fifteen (15) days of receipt of Notice of Award.

-Furnish the required bonds within fifteen (15) days of receipt of Notice of Award.

-Commence Work within ten (10) days after written Notice to Proceed.

If this Bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required bonds, the Bid security shall be forfeited as damages to the City of Durham by reason of our failure, limited in amount to the lesser of the face value of the security deposit or the difference between this Bid and the Bid upon which a Contract is signed.

In the event our Bid is not accepted within the time stated above, the required security deposit will be returned to the undersigned, in accordance with the provisions of the Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time.

3. CONTRACT TIME

If this Bid is accepted, we will:

- Substantially complete all Work associated with the Brown WTP and Williams WTP Residuals Improvements within 730 calendar days from Notice to Proceed. Complete all Work associated within the Brown WTP and Williams WTP Residuals Improvements with 760 calendar days from Notice to Proceed.

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 3

- Substantially complete work at Brown WTP, of the following, by October 1, 2017: Backwash equalization tanks, settled solids equalization tanks, backwash pump station, thickened solids pump station, clarifiers, thickeners, temporary power, any other facilities or appurtenances required to treat or convey liquid plant residuals, and commissioning of same.

- Substantially complete all Work associated with Williams WTP within 610 calendar days from Notice to Proceed.

4. BID PRICES

Project: Brown WTP and Williams WTP Residuals Improvements Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by CDM Smith, Inc. for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Prices of: BASE BID

1. All work at the Brown WTP and Williams WTP project sites under the Bidding Documents, complete as indicated on the Drawings and as specified, except for Base Bid Items 2 through 10 listed below.

Lump Sum Bid Price _____________________________________________________

(use words) $______________________

(numerals)

2. Disc-Flo Pumps : For furnishing and installation all equipment, labor and materials required for completion of disc pump system manufactured by Disc-Flo as shown on the drawings and specified in Section 11317. Lump Sum Bid Price ____________________________ $__________________

(use words) (numerals)

3. Removal and Disposal of Rock as defined in Section 02213 Unit Bid Price: 4,700 CY @ $___________ /CY $__________________ (numerals)

4. Dredging, Dewatering and Disposal of lagoon solids

Unit Bid Price: 400 dry tons @ $_________ /dry ton $_________________ (numerals)

5. Pigging of existing 6-inch Brown WTP lift station pipeline Allowance: Twenty Five thousand and no/100 dollars $ 25,000.00

6. SCADA Process Control Integrator Supply and Services as specified

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 4

in Section 13300 – Section 13340: (See Attachment 1): Lump Sum Bid Price ____________________________ $__________________

(use words) (numerals)

7. Owner’s Construction Contingency Allowance. Allowance: Two hundred thousand and no/100 dollars $200,000.00

8. SCADA Computer Hardware Allowance Allowance: Fifteen thousand and no/100 dollars $15,000.00

9. SCADA Software Allowance

Allowance: Forty thousand and no/100 dollars $40,000.00

10. SCADA Software Programming Contingency Allowance

Allowance: Twenty Five thousand and no/100 dollars $25,000.00

Grand Total Base Bid Price (Total of Items 1 through 10)

$___________________________________

(numerals) In words, ________________________________________________________________________

________________________________________________________________________ BID ALTERNATES

Bidder must complete all Alternate Bid Items, including Deductive Bid Alternates. The Owner will determine which, if any, Alternative Bid Items will be selected. Contractor is responsible for tracing all impact of these alternates through the drawings and specifications and factoring in those costs in the amount for the costs provided below. The Owner reserves to itself the right to reject all bids. Unless all bids are rejected, award shall be made to the low, responsive, responsible bidder with the lowest Grand Total of base bid plus any combination of alternatives selected by the Owner. The Owner is in no way obligated to accept any Alternate Bid Items (s). Acceptance of any, some, or all Alternative Bid Item(s) shall not result in any changes to the Contract Time indicated in Article 6 of this Form.

1. Vertical Mixers if Invent Technologies is not included in Base Bid Item No. 1:

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 5

Adjustment to Base Bid Item No. 1, for the Vertical Mixers (Section 11232) to be provided by Invent Technologies. Adjustment to Bid Item No. 1 (add/subtract) _____________________________ $____________ (use words) (numerals)

2. Belt Filter Presses if BDP Industries is not included in Base Bid Item No. 1:

Adjustment to Base Bid Item No. 1, for the Belt Filter Presses (Section 11361) to be provided by BDP Industries. Adjustment to Bid Item No. 1 (add/subtract) _____________________________ $____________ (use words) (numerals)

3. Variable Frequency Drive if Yaskawa is not included in Base Bid Item No. 1: Adjustment to Base Bid Item No. 1, for the Variable Frequency Drives (Section 16482) to be provided by Yaskawa America, Inc. Adjustment to Bid Item No. 1 (add/subtract) _____________________________ $____________ (use words) (numerals)

4. Temporary Generator at Brown WTP: Adjustment to Bid Item No. 1, to Supply, install, operate and maintain 150 kVa generator at Brown WTP. Adjustment to Bid Item No. 1 (add) ____________________________________ $_____________

We agree to diligently perform the Work in accordance with all Contract Documents, to complete such Work within the period as outlined in the Contract, and to begin Work within ten (10) days after receipt of the Notice to Proceed from the Engineer.

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 6

PRICE QUOTATION FOR PLANT SCADA SYSTEM WHICH SHALL BE INCLUDED IN THIS LUMP SUM BID

Plant SCADA System Modifications The Contractor shall be required to furnish Plant SCADA System, Hardware, and Integration by CITI, LLC. For these modifications, no other system integrator will be considered. The Owner has received a not-to-exceed price quote in the amount of $1,036,685.00 per attached proposal labeled Attachment No. 1. The price quote above shall be included in the Contractor’s Lump Sum Base Bid Price. The price quote above does not include North Carolina State Sales Taxes, unless specifically indicated on the quotation. The Owner shall not pay any additional costs due to failure of the Contractor to enter into a purchase or intent-to-purchase agreement within the time stipulated in the manufacturers/vendor quote. The Contractor shall be responsible for all costs, fees or taxes not included in the quote. It is understood that the City reserves the right to reject any or all bids and to award the contract in the best interest of the City. The undersigned hereby agrees to enter into a contract to furnish all materials, labor and equipment necessary to complete the contract in accordance with the plans and specifications and the requirements of the City under them and within ten days of acceptance of this proposal, will furnish such good and acceptable bond as is required. In default of the performance of any of these conditions on our part to be performed, the certified check or bid bond attached hereto shall at the option of the City Council become the property of the City of Durham, N.C., as ascertained and liquidated damages for such defaults; otherwise the said certified check or bid bond is to be returned to the undersigned.

COMPANY: _____________________________ LICENSE NO: ____________________________ SIGNED BY: _____________________________ TITLE: __________________________________

ATTEST: ________________________________________________ SEAL ADDRESS: _____________________________________________ (company seal must be affixed) ______________________________________________

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 7

4. ADDENDA

The following Addenda have been received. The modifications to the Bidding Documents noted below have been considered and all costs are included in the Bid.

Addendum No.: .............., Dated: ................. Addendum No.: .............., Dated: .................

Addendum No.: .............., Dated: ................. Addendum No.: .............., Dated: ................. Addendum No.: .............., Dated: ................. Addendum No.: .............., Dated: .................

5. APPENDICES

The following Documents will be submitted to the Issuing Office within five (5) days after the Bid opening:

1. SDBE Form, E-102, and E-105 (see Appendix A for blank form and instructions) 2. Non-Collusion Affidavits of all Subcontractors (see Appendix E for blank affidavits)

The following information is included with Bid submission:

1. Bid Form 2. SDBE Forms E-101 and E-104 (see Appendix A for blank form and instructions) 3. Non-Collusion Affidavit of Bidder (see Appendix E for blank affidavits) 4. Bid Security (see Appendix F for blank Bid bond forms) 5. List of Contractor Equipment and Personnel 6. Schedule of Suppliers 7. Bidders Affidavit 8. Authority to Execute Contract 9. Safety Record Information Form 10. Questionnaire

6. CONTRACTOR EXPERIENCE

The undersigned Contractor has regularly engaged in contract work of this class for ……….. years, and has executed the following work as principal(s): ………………………………………………………………………………………………………… ………………………………………………………………………………………………………… ………………………………………………………………………………………………………… ………………………………………………………………………………………………………… …………………………………………………………………………………………………………

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 8

List of Contractor’s personnel experienced to do this Work including and designating the Superintendent to be in charge of this Work showing the length of their varied experience with this particular Work. The list shall not include Subcontractor personnel. Name Experience Name Experience ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… ………………………… ………… List of Contractor’s equipment in good condition and suitable for completion of this Contract. Contractor must be able to demonstrate ownership of all equipment necessary to complete all portions of the Contract. The list shall not include Subcontractor equipment. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. …………………………………………. ………………………………………….

Please attach additional sheets as necessary to complete the items above.

7. BID FORM SIGNATURES

Refer to Document 00 21 15 for specific Bid form signature requirements for corporations, partnerships, limited liability companies, individuals, or sole proprietorships.

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 9

CORPORATION The Corporate Seal of

........................................................... (Bidder - print the full corporate name of firm)

........................................................... (President/Vice President/Authorized Corporate Officer)

(Seal) was hereunto affixed in the presence of:

........................................................... (Secretary/Assistant Secretary)

(Seal)

Corporate Address:

........................................................... ........................................................... ........................................................... ...........................................................

(State of Incorporation)

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 10

LIMITED LIABILITY COMPANY

........................................................... (Bidder - print the full name of firm)

........................................................... (Authorized Firm Member)

(Seal) was hereunto affixed in the presence of:

........................................................... (Witness)

(Seal)

Firm Address:

........................................................... ........................................................... ........................................................... ...........................................................

(State of Formation)

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 11

INDIVIDUAL OR SOLE PROPRIETORSHIP

........................................................... (Bidder - print the full name of individual or sole proprietorship)

(Seal)

Individual or Sole Proprietorship Address:

........................................................... ........................................................... ...........................................................

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 12

PARTNERSHIP

........................................................... (Bidder - print the full corporate name of partnership)

........................................................... ........................................................... (Partner and Title) (Partner and Title)

(Seal) (Seal) ........................................................... ........................................................... (Partner and Title) (Partner and Title)

(Seal) (Seal) ........................................................... ........................................................... (Partner and Title) (Partner and Title)

(Seal) (Seal) ........................................................... ........................................................... (Partner and Title) (Partner and Title)

(Seal) (Seal) ........................................................... ........................................................... (Partner and Title) (Partner and Title)

(Seal) (Seal) (All Partners shall sign, additional signatures with titles and seals may be added below.) was hereunto affixed in the presence of:

........................................................... (Witness)

(Seal)

Partnership Address:

........................................................... ........................................................... ...........................................................

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 13

JOINT VENTURE

If the Bid is a joint venture, add additional forms of execution for each member of the joint venture in the appropriate manner using the forms from above.

END OF DOCUMENT

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 14

This Page Intentionally Left Blank

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 15

Proposal

Attachment 1

Plant SCADA System Integrator

Subcontractor Quote

PROJECT: Brown WTP and Williams WTP Residuals Improvements DEPARTMENT OF WATER MANAGEMENT DATE: June 2016 CITY OF DURHAM, NORTH CAROLINA

SECTION: 00 41 13 - Bid Form - (Single-Prime Contract) PAGE: 16

This Page Intentionally Left Blank

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

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

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

P a g e 1 o f 1 2

SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

CITI SCOPE PROPOSAL C16076R1

Date: June 17, 2016

To: City of Durham and Bidding Contractors

Project: City of Durham, NC Brown and Williams WTP

Residuals Improvements

Reference: Process Control System Supplier/Application Engineering System Supplier Scope Division 13 Specification Sections 13300-13340 Instrumentation and Controls

CITI, LLC, an equipment supplier, offers to furnish the following described materials and services as our scope as the Process Control System Supplier(PCSS) and the Application Engineering System Supplier(AESS) under Division 13, in accordance with the attached “Conditions of Sale” and other provisions that are referenced herein. This proposal shall remain in effect for 180 days.

Please note that CITI, LLC is a N.C. Dept. of Administration HUB certified Hispanic owned business.

CITI Scope Summary

Materials

Qty Description

1

Brown existing PLC-CPS2 Control Panel (Finished Water Pump Station No. 2) modifications per specification sections 13300, 13311, and 13330 as applicable

1

Brown RIO-DEWTR Control Panel (Dewatering Building) per specification sections 13300, 13311, 13320, 13330 and 13335 as applicable

1

Brown PLC-BWEQPS Control Panel (Backwash EQ Pump Station) per specification sections 13300, 13311, 13320, 13330 and 13335 as applicable

7

Brown WTP wall mounted panels per specification section 13321 and 13330 as applicable including:

FOTC – BWEQPS Fiber Optic Termination Cabinet

FOTC - DEWTR Fiber Optic Termination Cabinet

LCP-17000 - Truck Unloading Control Panel (Dewatering Building)

LCS-80000 – Algaecide Truck Unloading Control Station (Dewatering Building)

LCP-89510 – Polymer Truck Unloading Control Station (Dewatering Building)

Existing FOTC-FLT1 modifications

Existing FOTP-FLT2 modifications

1

Williams PLC-SOLIDS Control Panel ( Solids Building) per specification sections 13300, 13311, 13320, 13330 and 13335 as applicable

3

Williams WTP wall mounted panels per specification section 13321 and 13330 as applicable including:

Fiber Optic Termination Cabinet

LCP-18010 – Truck Loading Control Panel (Solids Building)

Existing FOTC-IT modifications

1 Williams WTP LCP-18010 Pendant Station per specification 13330 with start/stop push buttons, run indicator light, NEMA 4X polycarbonate enclosure, sprain relief connector, 20 ft flexible cable and 316SS junction box for interface to field wiring from LCP-18010 per drawing E-55

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 2 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

1 Spare surge protector parts per specification section 13300-2.03.B

1 Test equipment per specification section 13300-2.04.C

1 Spare PLC parts per specification section 13311-2.03.B

1

Ethernet cabling per specification section 13320-2.04 for the following runs: Brown WTP

PLC-BFP1 Control Panel to RIO-DEWTR Control Panel

PLC-BFP2 to RIO-DEWTR Control Panel

PLC-BFP3 to RIO-DEWTR Control Panel

RIO-DEWATERING Control Panel to first floor Wireless Access Point No. 1

RIO-DEWATERING Control Panel to second floor Wireless Access Point No. 2

1 Wireless access point equipment per specification section 13320-2.05 including wall/surface mountable router/access point and integral antenna for the following applications:

Wireless Access Point No. 1 – 1st Floor of Brown Dewatering Building

Wireless Access Point No. 2 – 2st Floor of Brown Dewatering Building

1 Spare network equipment per specification section 13320-2.06.B

1

Fiber optic network cabling per specification section 13321-2.10 for the following runs: Brown WTP

12-ct fiber between FOTC-BWEQPS (Backwash EQ Pump Station) and FOTC-DEWTR (Dewatering Building) for RIO

24-ct fiber between FOTC-BWEQPS (Backwash EQ Pump Station) and FOTC-DEWTR (Dewatering Building) for PLC and SCADA

24-ct fiber between FOTC-DEWTR (Dewatering Building) and existing FOTC-FLT1 for PLC and SCADA

24-ct fiber between FOTC-DEWTR (Dewatering Building) and existing FOTP-FLT2 for PLC and SCADA

Williams WTP

24-ct fiber between FOTC-SOLIDS and existing termination cabinet FOTC-IT for PLC and SCADA

1

Spare fiber optic spares and test equipment per specification section 13321-1.08 and 13321-2.09.B.3

1 Control panel spare parts per specification section 13330-2.19.B

10

Magnetic flow meter per specification section 13340-2.01 each including flanged end flow tube, grounding rings, remote rack/wall mount transmitter, interconnect cable and electromechanical electrode cleaning and/or accidental submergence options as applicable, and for the following applications: Brown WTP

Tag Loop Service Description Flow Tube Size

FE/FIT 13010 Backwash EQ Pumps Flow 8-in

FE/FIT 15010 Settled Solids EQ Pumps Flow 6-in

FE/FIT 17000 Thickened Solids Unloading Pumps Flow 6-in

FE/FIT 17040-1 Belt Filter Press No. 1 Feed Flow 4-in

FE/FIT 17040-2 Belt Filter Press No. 2 Feed Flow 4-in

FE/FIT 17040-3 Belt Filter Press No. 3 Feed Flow 4-in

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 3 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

(magnetic flow meter listing continued) Williams WTP Tag Loop Service Description Flow Tube Size

FE/FIT 13110 Backwash EQ Pumps Flow 6-in

FE/FIT 14160 Backwash Clarifier Recycle Flow 8-in

FE/FIT 15110 Settled Solids Pumps Flow 4-in

FE/FIT 18020 Thickened Solids Loading Pumps Flow 6-in

25

Ultrasonic level meter per specification section 13340-2.02, each including level sensor with a 1-inch MNPT mounting connection with wall mount support bracket(WMSB) or plate mount adjustable aiming bracket(AAB), or a 4-inch flange connection, interconnect cable, and a remote wall/rack mount transmitter for the following applications: Brown WTP Tag Loop Service Description Mounting

LE/LIT 13000-1 Backwash Equalization Tank No. 1 Level WMSB

LE/LIT 13000-2 Backwash Equalization Tank No. 2 Level WMSB

LE/LIT 15000-1 Settled Solids Equalization Tank No. 1 Level WMSB

LE/LIT 15000-2 Settled Solids Equalization Tank No. 2 Level WMSB

LE/LIT 17010-1 Thickened Solids Holding Tank No. 1 Level WMSB

LE/LIT 17010-2 Thickened Solids Holding Tank No. 2 Level WMSB

LE/LIT 17070-1 Cake Hopper Level AAB

LE/LIT 17070-2 Cake Hopper Level AAB

LE/LIT 17170-1 Truck Loading Slide Gate No. 1 Truck Bed Level AAB

LE/LIT 17170-2 Truck Loading Slide Gate No. 2 Truck Bed Level AAB

LE/LIT 17170-3 Truck Loading Slide Gate No. 3 Truck Bed Level AAB

LE/LIT 17170-4 Truck Loading Slide Gate No. 4 Truck Bed Level AAB

LE/LIT 18100-1 Filtrate Equalization Tank No. I Level WMSB

LE/LIT 18100-2 Filtrate Equalization Tank No. I Level WMSB

LE/LIT 89510-1 Polymer Storage Tank No. 1 Level Flange

LE/LIT 89510-2 Polymer Storage Tank No. 2 Level Flange

LE/LIT 80000-1 Algaecide Storage Tank No.1 Level Flange

LE/LIT 80000-2 Algaecide Storage Tank No. 2 Level Flange

Williams WTP Tag Loop Service Description Mounting

LE/LIT 13100-1 Backwash Equalization Tank No. 1 Level WMSB

LE/LIT 13100-2 Backwash Equalization Tank No. 2 Level WMSB

LE/LIT 14140 Backwash Recycle Wet Well Level WMSB

LE/LIT 15100-1 Settled Solids Equalization Tank No. 1 Level WMSB

LE/LIT 15100-2 Settled Solids Equalization Tank No. 2 Level WMSB

LE/LIT 18000-1 Thickened Solids Holding Tank No. 1 Level Flange

LE/LIT 18000-2 Thickened Solids Holding Tank No. 2 Level Flange

1

Ultrasonic level open channel meter per specification section 13340-2.02, including level sensor with a 1-inch MNPT mounting connection and interconnect cable, a temperature sensor with 3/4-inch MNPT mounting connection and interconnect cable and a remote wall/rack mount transmitter for the following application: Brown WTP Tag Loop Service Description

LE/FIT 14030 Backwash Clarifier Recycle Flow

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 4 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

34

Suspended type float type level switch per specification section 13340-2.03, each including ball type pole mount float switch with integral cable, and a stainless steel mounting bracket/suspension wire/anchor kit and junction box as applicable for the following applications: Brown WTP

Tag Loop Service Description

LSHH 13000-1 Backwash Equalization Tank No. 1 High-High Level

LSLL 13000-1 Backwash Equalization Tank No. 1 Low-Low Level

LSHH 13000-2 Backwash Equalization Tank No. 2 High-High Level

LSLL 13000-2 Backwash Equalization Tank No. 2 Low-Low Level

LSHH 15000-1 Settled Solids Equalization Tank No. 1 High-High Level

LSLL 15000-1 Settled Solids Equalization Tank No. 1 Low-Low Level

LSHH 15000-2 Settled Solids Equalization Tank No. 2 High-High Level

LSLL 15000-2 Settled Solids Equalization Tank No. 2 Low-Low Level

LSHH 17010-1 Thickened Solids Holding Tank No. 1 High-High Level

LSLL 17010-1 Thickened Solids Holding Tank No. 1 Low-Low Level

LSHH 17010-2 Thickened Solids Holding Tank No. 2 High-High Level

LSLL 17010-2 Thickened Solids Holding Tank No. 2 Low-Low Level

LSHH 18100-1 Filtrate Equalization Tank No. 1 High-High Level

LSLL 18100-1 Filtrate Equalization Tank No.1 Low-Low Level

LSHH 18100-2 Filtrate Equalization Tank No. 2 High-High Level

LSLL 18100-2 Filtrate Equalization Tank No.2 Low-Low Level

LSHH 80000-1 Algaecide Storage Tank No.1 High-High Level

LSHH 80000-2 Algaecide Storage Tank No.2 High-High Level

LSHH 89510-1 Polymer Storage Tank No.1 High-High Level

LSHH 89510-2 Polymer Storage Tank No.2 High-High Level

Williams WTP

Tag Loop Service Description

LSHH 13100-1 Backwash Equalization Tank No. 1 High-High Level

LSLL 13100-1 Backwash Equalization Tank No. 1 Low-Low Level

LSHH 13100-2 Backwash Equalization Tank No. 2 High-High Level

LSLL 13100-2 Backwash Equalization Tank No. 2 Low-Low Level

LSHH 14140 Backwash Recycle Wet Well High-High Level

LSLL 14140 Backwash Recycle Wet Well Low-Low Level

LSHH 15100-1 Settled Solids Equalization Tank No. 1 High-High Level

LSLL 15100-1 Settled Solids Equalization Tank No. 1 Low-Low Level

LSHH 15100-2 Settled Solids Equalization Tank No. 2 High-High Level

LSLL 15100-2 Settled Solids Equalization Tank No. 2 Low-Low Level

LSHH 18000-1 Thickened Solids Holding Tank No. 1 High-High Level

LSLL 18000-1 Thickened Solids Holding Tank No. 1 Low-Low Level

LSHH 18000-2 Thickened Solids Holding Tank No. 2 High-High Level

LSLL 18000-2 Thickened Solids Holding Tank No. 2 Low-Low Level

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 5 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

6

Stem mounted float switch per specification section 13340-2.04, each including a float sensor with 24-inch lead wires shop mounted to a 1/2-inch x 12 long schedule 80 PVC support pipe, stainless steel wall mounting bracket and junction box for the following applications: Brown WTP

Tag Loop Service Description

LSHH 15050 Backwash EQ/Settled Solids Pump Station Flood Alarm

LSHH 16050 Thickened Solids Pump Station Flood Alarm

LSHH 89525 Polymer Storage Containment Flood Alarm

LSHH 80050 Algaecide Storage Containment Flood Alarm

Williams WTP

Tag Loop Service Description

LSHH 15150 Backwash EQ/Settled Solids Pump Station Flood Alarm

LSHH 16150 Thickened Solids Pump Station Flood Alarm

48

Annular diaphragm seal assembly per specification sections 13340-2.0 and 2.06, each including a snubber, pressure gauge, and pressure switch as applicable, shop mounted with ¼-inch stainless steel fittings to the annular isolating diaphragm seal that has Buna-N liner, carbon steel body, ANSI C150 flange pattern stainless steel end plates, and silicone fill, for the following applications: Brown WTP

Tag Loop Service Description Seal Size

PI 13010-1A Backwash EQ Pump No. 1 Suction Pressure 8-in

PI/PSH 13010-1B/1 Backwash EQ Pump No. 1 Discharge Pressure 8-in

PI 13010-2A Backwash EQ Pump No. 2 Suction Pressure 8-in

PI/PSH 13010-2B/2 Backwash EQ Pump No. 2 Discharge Pressure 8-in

PI 15010-1A Settled Solids Pump No. 1 Suction Pressure 4-in

PI/PSH 15010-1B/1 Settled Solids Pump No. 1 Discharge Pressure 6-in

PI 15010-2A Settled Solids Pump No. 2 Suction Pressure 4-in

PI/PSH 15010-2B/2 Settled Solids Pump No. 2 Discharge Pressure 6-in

PI 16030-1A Thickened Solids Pump No. 1 Suction Pressure 6-in

PI/PSH 16030-1B/1 Thickened Solids Pump No. 1 Discharge P 4-in

PI 16030-2A Thickened Solids Pump No. 2 Suction Pressure 6-in

PI/PSH 16030-2B/2 Thickened Solids Pump No. 2 Discharge P 4-in

PI/PSH 17000-1 Thickened Solids Unloading Pump No. 1 Disch P 6-in

PI/PSH 17000-2 Thickened Solids Unloading Pump No. 2 Disch P 6-in

PI 17020-1A Belt Filter Press Feed Pump No. 1 Suction P 4-in

PI/PSH 17020-1B/1 Belt Filter Press Feed Pump No. 1 Discharge P 4-in

PI 17020-2A Belt Filter Press Feed Pump No. 2 Suction P 4-in

PI/PSH 17020-2B/2 Belt Filter Press Feed Pump No. 2 Discharge P 4-in

PI 17020-3A Belt Filter Press Feed Pump No. 3 Suction P 4-in

PI/PSH 17020-3B/3 Belt Filter Press Feed Pump No. 3 Discharge P 4-in

PI 17020-4A Belt Filter Press Feed Pump No. 4 Suction P 4-in

PI/PSH 17020-4B/4 Belt Filter Press Feed Pump No. 4 Discharge P 4-in

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 6 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

(annular diaphragm seal assembly listing continued) Williams WTP

Tag Loop Service Description Seal Size

PI 13110-1A Backwash EQ Pump No. 1 Suction Pressure 6-in

PI/PSH 13110-1B/1 Backwash EQ Pump No. 1 Discharge Pressure 6-in

PI 13110-2A Backwash EQ Pump No. 2 Suction Pressure 6-in

PI/PSH 13110-2B/2 Backwash EQ Pump No. 2 Discharge Pressure 6-in

PI 14130-1A Backwash Solids Pump No. 1 Suction Pressure 3-in

PI/PSH 14130-1B/1 Backwash Solids Pump No. 1 Discharge P 4-in

PI 14130-2A Backwash Solids Pump No. 2 Suction Pressure 3-in

PI/PSH 14130-2B/2 Backwash Solids Pump No. 2 Discharge P 4-in

PI 14150-1A Backwash Recycle Pump No. 1 Suction P 6-in

PI/PSH 14150-1B/1 Backwash Recycle Pump No. 1 Discharge P 6-in

PI 14150-2A Backwash Recycle Pump No. 2 Suction P 6-in

PI/PSH 14150-2B/2 Backwash Recycle Pump No. 2 Discharge P 6-in

PI 15110-1A Settled Solids Pump No. 1 Suction Pressure 3-in

PS/PSH 15110-1B/1 Settled Solids Pump No. 1 Discharge Pressure 3-in

PI 15110-2A Settled Solids Pump No. 2 Suction Pressure 3-in

PS/PSH 15110-2B/2 Settled Solids Pump No. 2 Discharge Pressure 3-in

PI 16130-1A Thickened Solids Pump No. 1 Suction Pressure 4-in

PI/PSH 16130-1B/1 Thickened Solids Pump No.1 Discharge P 6-in

PI 16130-2A Thickened Solids Pump No. 2 Suction Pressure 4-in

PI/PSH 16130-2B/2 Thickened Solids Pump No. 2 Discharge P 6-in

PI 18010-1A Thickened Solids Loading Pump No. 1 Suction P 6-in

PI/PSH 18010-1B/1 Thickened Solids Loading Pump No.1 Disch P 6-in

PI 18010-2A Thickened Solids Loading Pump No. 2 Suction P 6-in

PI/PSH 18010-2B/2 Thickened Solids Loading Pump No.2 Disch P 6-in

PI/PSH 80010-1 Algaecide Feed Pump No. 1 Discharge Pressure 1-in

PI/PSH 80010-2 Algaecide Feed Pump No. 2 Discharge Pressure 1-in

3

Pressure gauge assembly per specification section 13340, each including a block and bleed valve, snubber and pressure gauge with ½-inch MNPT process connection for the following applications: Brown WTP

Tag Loop Service Description Scale

PI 18120-1 Filtrate Pump No. 1 Discharge Pressure 0-100 psi

PI 18120-2 Filtrate Pump No. 2 Discharge Pressure 0-100 psi

PI 89505 Belt Filter Press Polymer NPW Supply Pressure 0-100 psi

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 7 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

2

Turbidity analyzer system per specification sections 13340-2.08 and 2.09, each including a single parameter wall/rack mount controller, an open basin immersion probe with 7 meter signal cable to interconnect to the controller, a 2 meter long probe support drop pipe with fixed mount wall support bracket for probe immersion into an open basin, for the following applications: Brown WTP

Tag Loop Service Description

AIT/AE 14020-1 Backwash Clarifier No. 1 Recycle Turbidity

AIT/AE 14020-1 Backwash Clarifier No. 2 Recycle Turbidity

1

Turbidity analyzer system per specification sections 13340-2.08 and 2.09, including a single parameter wall/rack mount controller, a pipe insertion probe with 7 meter signal cable to interconnect to the controller, and an insertion/extraction ball valve kit with G2 2-inch female threaded mounting process connection, and a weld-in G2 2-inch nipple (refer to clarification no. 4 regarding process pipe interface requirements) for the following application: Williams WTP

Tag Loop Service Description

AIT/AE 14170 Backwash Clarifier Recycle Turbidity

4

Total suspended solids analyzer system per specification sections 13340-2.08 and 2.10, including a single parameter wall/rack mount controller, a pipe insertion probe with 10 meter signal cable to interconnect to the controller, and an insertion/extraction ball valve kit with DN 65 flanged process connection, and a weld-in DN 65 nipple and welding flange (refer to clarification no. 5 regarding process pipe interface requirements) for the following applications: Brown WTP

Tag Loop Service Description

AIT/AE 16030-1 Gravity Thickener No. 1 Total Suspended Solids

AIT/AE 16030-2 Gravity Thickener No. 2 Total Suspended Solids

Williams WTP

Tag Loop Service Description

AIT/AE 16130-1 Gravity Thickener No. 1 Total Suspended Solids

AIT/AE 16130-2 Gravity Thickener No. 2 Total Suspended Solids

5

Weigh scale system per specification sections 13340-2.11, including a 48”x 48”x3.5”H weigh platform, remote wall/rack mount controller and signal cable to interconnect the platform to the transmitter for the following applications: Brown WTP

Tag Loop Service Description

WIT/WE 89000-1 Liquid Polymer System No. 1 Polymer Drum Weight

WIT/WE 89000-2 Liquid Polymer System No. 2 Polymer Drum Weight

WIT/WE 89515 Polymer Day Tank Weight

Williams WTP

Tag Loop Service Description

WIT/WE 89100-1 Liquid Polymer System No. 1 Polymer Drum Weight

WIT/WE 89100-2 Liquid Polymer System No. 2 Polymer Drum Weight

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 8 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

26

Rotameter per specification section 13340-2.12 with polysulfone tube, Teflon float, 5-inch long scale, and FNPT PVC inlet/outlet vertical connections, for the following applications: Brown WTP

Tag Loop Service Description

FE 13010-1 Backwash Equalization Pump No. 1 Seal Water Flow

FE 13010-2 Backwash Equalization Pump No. 2 Seal Water Flow

FE 15010-1 Settled Solids Pump No. 1 Seal Water Flow

FE 15010-2 Settled Solids Pump No. 2 Seal Water Flow

FE 16010-1 Thickened Solids Pump No. 1 Seal Water Flow

FE 16010-2 Thickened Solids Pump No. 2 Seal Water Flow

FE 17000-1 Thickened Solids Unloading Pump No. 1 Seal Water Flow

FE 17000-2 Thickened Solids Unloading Pump No. 2 Seal Water Flow

FE 17020-1 Belt Filter Press Feed Pump No. 1 Seal Water Flow

FE 17020-2 Belt Filter Press Feed Pump No. 2 Seal Water Flow

FE 17020-3 Belt Filter Press Feed Pump No. 3 Seal Water Flow

FE 17020-4 Belt Filter Press Feed Pump No. 4 Seal Water Flow

FE 89050-1 Backwash Clarifiers Liquid Polymer Flow

FE 89050-2 Gravity Thickeners Liquid Polymer Flow

Williams WTP

Tag Loop Service Description

FE 13110-1 Backwash Equalization Pump No. 1 Seal Water Flow

FE 13110-2 Backwash Equalization Pump No. 2 Seal Water Flow

FE 14130-1 Backwash Solids Pump No. 1 Seal Water Flow

FE 14130-2 Backwash Solids Pump No. 2 Seal Water Flow

FE 15110-1 Settled Solids Pump No. 1 Seal Water Flow

FE 15110-2 Settled Solids Pump No. 2 Seal Water Flow

FE 16110-1 Thickened Solids Pump No. 1 Seal Water Flow

FE 16110-2 Thickened Solids Pump No. 2 Seal Water Flow

FE 18010-1 Thickened Solids Loading Pump No. 1 Seal Water Flow

FE 18010-2 Thickened Solids Loading Pump No. 2 Seal Water Flow

FE 89150-1 Backwash Clarifiers Liquid Polymer Flow

FE 89150-2 Gravity Thickeners Liquid Polymer Flow

1

Combustible gas detector per specification section 13340-2.14 including IR sensor with wall mount housing, remote controller/display with wall mount housing and interconnect cable for the following application: Brown WTP

Tag Loop Service Description

AE/AIT 18120 Filtrate Wetwell Combustible Gas Detector

1 Gas calibration equipment per specification paragraph 13340-2.14 including:

One-Hand held controller

One-Calibration kit with gas regulator, fittings, cal gas, and zero gas

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016

Page 9 of 12 SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Materials

Qty Description

1

Instrumentation spare parts per specification section 13340-2.15 including:

One-flow controller for each type of flow element

One-level controller for each type of level element

One-float type level switch for each type provided

One-turbidity sensor for each type provided

One-total suspended solids sensor for each type provided

One-year supply of expendables for equipment provided

49

Field instrument 120VAC power /analog dual surge arrestor with ½-inch FMPT mounting connection and 10-inch lead wires for the powered instruments in this scope

241 Stainless steel nameplates for instruments in this scope

1 O&M Manuals per specification section 13300-1.03 for equipment in this scope

Services

Qty Description

1 Instrumentation and Control submittals per specification section 13300-1.03

Project Plan

Field instrumentation

Combined submittal for I/O list, control panel drawings, control panel hardware, and network hardware

Spares, expendables, and test equipment

HMI software submittal

Final documentation for PLC and SCADA programming applications in electronic file format

1 Coordination meetings attendance per 13300-1.04 and 13306-1.06

1 Testing submittal per specification section 13302-1.03

1 Factory testing for new panels and application software per specification section 13302-3.02, 3.03

1 Training submittals per specification section 13303-1.03

1

PLC application development per specification sections 13300-1.01, 13303-3.02, and control loops described in specification section 13305

1

HMI application, historian, and reports development per specification sections 13300-1.01, 13306-3.03, 3.04, 3.05, 3.06, 3.07, 3.08 for control loops described in specification section 13305

1

Setup of new HMI software licenses for new client operator work stations and deployment of new HMI application on existing SCADA servers

1

Instrumentation and network cabling installation coordination meetings with contractor’s onsite personnel

1 Communications network cabling terminations and testing, and network configuration per specification section 13300 and 13321 for all cabling in this scope

1 Setup and configuration of wireless access points and tablet PC for Brown Dewatering Facility

1 Setup and configuration of temporary panel mount PC OWS and HMI application software at Williams PLC-SOLIDS Control Panel to allow monitoring and control of residual facilities until the WTP new SCADA system and network connection to the PLC-SOLIDS are operational

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016 Page 10 of 12

SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

Services

Qty Description

1

Field Testing-Operational Readiness Test per specification section 13302-3.04

Instrument configuration and startup

Loop testing of new I/O

Control strategy testing

1

Field Testing-Functional Demonstration Test assistance per specification section 13302-3.05

1 Field Testing-Site Acceptance Test assistance per specification section 13302-3.06

1 Instrumentation and Control training sessions per specification section 13303-3.02 and 13306-3.09

CITI Price Summary

Total Price for CITI Scope of Materials and Services = $ 1,036,685 excluding taxes

CITI Clarifications:

1. The scope of this proposal excludes all of the following regardless of the specification responsibility statements: Equipment mounting racks and stands, sensor support brackets, support anchors and

hardware, flange fitting accessory kits, pipe taps, isolation valves, etc. as may be required or shown on the contract drawings, unless specifically listed in our materials scope;

Field instruments not listed in Section 13340 instrument schedules unless they are specifically listed in our materials scope;

Field instrument sunshades for outdoor mounted applications as shown on Detail F on contract drawing I-23; there are at least 20 field instrument transmitters mounted outdoors that will need sunshades;

Filtrate wetwell float switches and related intrinsically safe barriers shown on I-12 as being part of the lift station vendor’s scope;

Field wiring materials, power disconnect switches, conduits, junction boxes, and pull boxes; Power and analog circuit surge protection for field components and instruments supplied by

others; Fiber optic cabling for CCTV cameras; Device nametags for field components and instruments supplied by others: Materials not specifically listed in our scope; Building or work permits; Demolition or relocation of existing instrumentation and panels; Onsite supervision of equipment installation; Installation of panels and field process components/instruments, and field wiring; Field wiring terminations of power and control wiring at panels, field instruments, and process

components; Installation of fiber optic and Ethernet network cabling; PLC programming and OIT programming of vendor supplied belt filter press panels and

others; Component inspections and startup for field process components/instruments and panels

supplied belt filter press system vendor and others;

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016 Page 11 of 12

SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

2. The allowances for SCADA computer hardware, SCADA software, SCADA software programming contingency are not included in the scope of this proposal. These allowances are listed separately in base bid items of the Bid Form. All computer system hardware per specification section 13310 and all HMI system software per specification section 13315 will be acquired under these allowances. The tablet PC equipment for the Brown Dewatering Facility and the computer hardware and its software licensing for the temporary PC at the Williams PLC-SOLIDS will also be acquired under these allowances.

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

4. The in-line turbidity sensor insertion assembly requires a G2 2-inch threaded nipple on the process pipe. A stainless steel weld-in G2 2-inch x 110mm long male nipple is included with the assembly. For a horizontal process line, the nipple should be 90 degrees from the top of the pipe and set at a 45 degree angle from the sidewall of the pipe so that the end of the sensor is facing upstream. There should be at least 20 inches of straight pipe run upstream of the sensor.

5. The in-line total suspended sensor insertion assembly requires a DN 65 mating flange on the process pipe. A stainless steel DN 65 welding flange and weld-in nipple are included with the assembly. For a horizontal process line, the connection should be 90 degrees from the top of the pipe and set at an 80 degree angle from the sidewall of the pipe so that the end of the sensor is facing upstream. There should be at least 5 feet of straight pipe run upstream of the sensor.

6. CITI, LLC staff will perform any required “manufacturer’s field services” for startup of instruments in this scope, except for the turbidity and total suspended solids analyzers. We will provide field services by the manufacturers’ service representatives for these analyzers.

7. Materials will be released for manufacture and shipment to the job site upon receipt of the approved submittal and your authorization. After your authorization to release, you must accept deliveries when equipment is available. You must assume custody upon delivery and provide suitable facilities in accordance with the specifications for on-site storage until materials are installed and powered. Our hardware submittals will be available within 12 weeks after receipt of an executed order. Materials can be fully delivered in accordance with an agreed upon schedule within 24 weeks after approval of the submittal.

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

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

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

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

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

CITI Scope Proposal C16076R1 City of Durham, NC

Brown and Williams WTP Residuals Improvements

Division 13-Instrumentation and Control Systems June 17, 2016 Page 12 of 12

SYSTEMS INTEGRATOR WWW.CITI -LLC.COM

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

13. We will accept retainage being withheld from the progress payments due to us if it is applied the same as the Owner applies retainage against the contract covering our scope of supply. Retainage withheld from us must be paid in full within 60 days after we complete our scope of supply regardless of the retainage status against the contract with the Owner. Changes to retainage against us must occur within seven days after the Owner changes the applicable contract retainage.

14. If you request for us to start work prior to receipt of an executed purchase order, it must be understood that you accept this proposal with its clarifications and conditions of sale, and negotiation of a purchase order with different terms and conditions will not be considered.

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

If you have any questions about our scope of supply please call me or Leo Jurado. Thank you for your consideration.

CITI, LLC

Steve Scearce, P.E. Vice President

Attachment: CITI, LLC Conditions of Sale

CITI, LLC CONDITIONS OF SALE

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

exclusive and in lieu of all other warranties of any kind, including any implied warranty of merchantability or fitness for a particular purpose. Any products repaired or replaced under this warranty will be warranted for the remainder of the original warranty period. CITI shall have no responsibility for the condition of primed or finish painted surfaces after the Products leave their point of manufacture. Field touch-up of shop primed or painted surfaces is normal and shall be at Purchaser's expense. Any touch-up or repainting required to shop primed or painted surfaces, for reasons other than improper or incorrect application in the shop, shall be Purchaser's responsibility. Purchaser shall be responsible for unpacking and inspecting all shipped Products and noting any damage on the shipper's bill of lading. Any damage must be reported to CITI within 48 hours of receipt of shipment by Purchaser. 9. PAYMENT TERMS. CITI's payment terms are Net 30 days from date of CITI invoice. If Purchaser is late in paying the Purchase Price or any partial payment due under this Contract, or otherwise breaches this Contract, CITI shall be entitled to interest at 1½% per month on the overdue amount, and on its damages, calculated from the date of default in payment or other breach, plus court costs, reasonable attorneys' fees and other expenses incurred in any effort to collect. No retainage on the equipment, products, services, or any part thereof, is allowed unless prior approval by CITI. Retainage must be released upon acceptance by the Purchaser, beneficial usage or within 180 days after delivery, whichever occurs first. 10. BACKCHARGES: CITI shall not be liable for any charges incurred by Purchaser for work, repairs, replacements or alterations to the Products, without CITI's prior written authorization, and any adverse consequences resulting from such unauthorized work shall be Purchaser's full responsibility. 11. LIMITATION OF LIABILITY: CITI shall not be liable to purchaser for any special, indirect, incidental or consequential damages arising from CITI's obligations under this contract, whether such damages are based upon breach of contract, breach of warranty, tort, strict liability or otherwise. In any event, CITI's liability to purchaser shall not exceed the purchase price of the products or parts of the products on which such liability is based. 12. CANCELLATION BY PURCHASER: If Purchaser cancels this Contract or refuses to accept delivery of the Products, Purchaser shall be liable to CITI for reasonable cancellation charges, including loss of anticipated profits, administrative costs, commissions to sales representatives, costs incurred by CITI for all work performed or in process up to the time of cancellation or refusal to accept delivery, cancellation charges from CITI's suppliers or subcontractors, and any other expenses incurred by CITI in connection with Purchaser's cancellation or refusal to accept delivery. 13. DEFAULT BY PURCHASER: Without incurring any liability or waiving any claim for damages CITI may have against Purchaser, CITI may refuse to make or delay making delivery, and/or withhold any service, and/or ship C.O.D., and/or apply payments to open balances at CITI discretion, if: (a) Purchaser breaches this or any contract with CITI, or; (b) CITI fails to receive payment within 30 days from date of invoice, or; (c) CITI becomes aware of facts which, in its judgment, render Purchaser's financial condition unsatisfactory or cast doubt on Purchaser's willingness or ability to pay for the Products and/or services, or; (d) Purchaser engages in or consents to liquidation, commission of any act of insolvency, appointment of a receiver of assets or assignment for the benefit of creditors, or if Purchaser becomes the subject of any bankruptcy or insolvency proceeding. Rev 4/26/13

CITY OF DURHAM

WTP RESIDUALS IMPROVEMENTS PROJECT

PRE-BID MEETING NOTES

June 23, 2016

10:00 A.M.

1. INTRODUCTIONS

Bob Gasper – City of Durham, Project Manager

Tom Lucas – City of Durham, Brown WTP Superintendent

Bobby Whisnant – City of Durham, Williams WTP Superintendent

Kevin Irby – CDM Smith, Client Service Leader

Jim Butcher – CDM Smith, Project Manager

John Carr – CDM Smith, Resident Project Representative

Jonathan Treadway – CDM Smith, Project Engineer

2. PURPOSE This meeting was conducted to introduce the project to prospective bidders and field questions

regarding the project. The questions discussed will be clarified by addenda. Nothing during this

meeting, as far as clarifications and/or answers is to be taken as an official answer. Bids shall be

based solely on the bid documents plus any addenda.

3. PROJECT INFORMATION

CDM Smith provided a summary of major work elements, as follows:

• Demolish existing Sludge Drying Beds at Brown WTP (Phase 1) and Williams WTP

• Construct new Backwash Equalization Tanks at Brown WTP (Phase 1) and Williams WTP

• Construct new Settled Solids Equalization Tanks at Brown WTP (Phase 1) and Williams WTP

• Construct new Backwash EQ/ Settled Solids EQ Pump Station at Brown WTP (Phase 1) and

Williams WTP

• Construct new Backwash Clarifiers, Gravity Thickeners, and Flow Splitter Boxes at Brown WTP

(Phase 1) and Williams WTP

• Construct new Thickened Solids Holding Tanks at Brown WTP

• Construct new Thickened Solids Pump Station at Brown WTP (Phase 1)

• Construct new Dewatering Building, including belt filter presses, polymer system, and algaecide

storage and feed system at Brown WTP

• Construct new Dewatered Cake Storage area at Brown WTP

• Construct new Filtrate Equalization Tank at Brown WTP

• Construct new Sewer Lift Station at Brown WTP

• Construct new Solids Building, including recycle wet well, recycle pumps, backwash clarifier

pumps, and thickened solids pumps at Williams WTP

• Convert Existing Building for use as Thickened Solids Loading Pump Station and Rehabilitate

Sludge Storage Tanks at Williams WTP

2

• Demolish Decant Tanks and Settled Solids Building at Williams WTP

• Demolish Recovered Alum Storage Tank at Williams WTP

• Demolish Maintenance Shed at Williams WTP

• Install yard piping, roadway paving, curb and gutter, and stormwater improvements as shown on

the Drawings

• Install electrical system as shown on the Drawings

• Instrumentation and Controls modifications.

• Testing, start-up, training, and miscellaneous work as shown on the Drawings and as specified

herein.

• Installation, maintenance and removal of all erosion, sediment and other environmental protection

measures, including all permits and approvals required.

• Site clean-up and restoration.

4. CONSTRUCTION SEQUENCE (MOPO)

Refer to specification Section 01014 for construction constraints.

5. CONSTRUCTION TRAFFIC

Access will be through the main gates at each plant and shared with other construction contractors.

No back entrances will be provided. Access at the Brown WTP will be through the Expansion

project work area. Note that new roadways are being installed as part of the Expansion project and

any damage caused will be repaired by or paid by the Residuals Contractor at no additional cost to

the Owner. Contractor shall maintain plant staff access to all operations at all times.

6. COORDINATION WITH OTHER CONTRACTS Other construction contracts will be active during this project.

Bob Gasper noted the superintendent of the awarded general contractor for the WTP Residuals

Improvements Project will be expected to attend the monthly progress meeting with the WTP

Expansion and Upgrades Project for the duration of the contract. The requirement is intended to

facilitate coordination of the contract work.

7. GEOTECHNICAL REPORT

A geotechnical report was performed at each site. The reports are available to the Contractors.

8. CONTRACT TIME

Section 00 52 15 allows for 730 calendar days for Substantial Completion and 760 calendar days

for Final Completion. Project Work at Williams WTP shall be completed within 610 calendar days.

A portion of the work at Brown as specified shall be completed no later than October 1, 2017.

Liquidated Damages are specified for exceeding any of these durations.

9. PRE-SELECTED ITEMS Durham has pre-selected and pre-approved for sole source the following, with price quotes

included in the bid documents:

3

• Belt Press Feed Pumps – DiscFlo

• Plant SCADA Systems Integrator – CITI, LLC

10. BID FORM

• Belt Press Feed Pumps - DiscFlo

• Rock Removal and Disposal

• Lagoon Solids Removal, Dewatering and Disposal

• Pigging (Allowance)

• SCADA Integrator – CITI

• Owner’s Contingency (Allowance)

• SCADA Hardware (Allowance)

• SCADA Software (Allowance)

• SCADA Programming Contingency (Allowance)

• Everything else

• Bid Alternate – Invent Vertical Mixers

• Bid Alternate – BDP Belt Filter Press

• Bid Alternate – Yaskawa Variable Frequency Drives

• Bid Alternate – Brown WTP Temporary Generator

The following documents must be included with the Bid (underlined items are changes from the original

bid documents):

• Bid Form (00 41 13)

• UBE Forms E-101 and E-104 (Appendix A)

• Non-Collusion Affidavit (Appendix E)

• Bid Security/Bid Bond (Appendix F)

• Contractor Safety Record Information (Appendix L)

• List of Contractor Equipment and Personnel (00 41 13)

• Questionnaire (00430)

• Schedule of Suppliers (00450)

• Bidders Affidavit (00420)

• Authority to Execute Contract (00485)

Low Bidder will be expected to provide all supplementary UBE documentation within 2 to 5 days

after bid opening (as specified in Appendix A).

4

11. SUBCONTRACTORS

Durham has adopted goals for underutilized business enterprises (UBE) participation as follows:

• Minority UBE – 11%

• Women-owned UBE – 7%

The City of Durham uses the North Carolina Department of Administrations Historically

Underutilized Business (HUB) vendor listing. The North Carolina Department of Transportation

listing for Disadvantaged Business Enterprise may also be consulted.

CITI is a HUB certified minority owned business enterprise.

Questions concerning UBE participation goals, vendor listing, and ‘good faith effort’

documentation requirements should be directed to Vincent Wingate.

[email protected]

(919) 560-4180, ext 17241

12. ADDENDA

Addendum No. 1 has been previously issued. CDM Smith noted that a second addendum is

expected to be issued in early July.

13. GENERAL DISCUSSION AND QUESTIONS

Any future questions should be addressed to Jim Butcher at [email protected]. Questions

submitted less than one week (7 calendar days) prior to bid opening may not be addressed.

Questions and responses discussed at the pre-bid meeting are included with the questions and

clarifications section of Addendum 2. Bob Gasper noted that the City is currently anticipating

issuing the notice to proceed letter in the September 2016 tiemframe.

14. BIDS

Sealed bids will be opened at 2:00 P.M. on Tuesday, July 12, 2016. Envelopes shall be addressed

to:

Mr. Robert Gasper, P.E.

City of Durham, Department of Water Management

1600 Mist Lake Drive

Durham, NC 27704

15. SITE WALKTHROUGH

Walkthrough tours were conducted at the Brown WTP and Williams WTP following the meeting.

CITY OF DURHAM

Water Treatment Plant Residuals Improvements

PRE-BID MEETING

June 23, 2016

• Brown WTP – Construction Traffic

• Brown WTP – Coordination with Dewatering

Contractor work area

• Coordination with other Construction Contracts

Topics

Brown WTP – Construction Phase Traffic

Option I

Contractor

Contractor & Synagro

Synagro

11% grade

Brown WTP – Construction Phase Traffic

Option II (after Stormwater Improvements)

New Cake

Storage Area

Roadway

Contractor

Contractor & Synagro

Synagro

9.5% grade

Brown WTP – Coordination with Dewatering

Contractor

Residuals

Improvements

Contract Work Area

Residuals

Improvements

Contractor Staging

Dewatering

Contractor Work

Area

Coordination with Construction Contracts

• Brown WTP

– Upgrade and Expansion Project

• Williams WTP

– Upgrade and Expansion Project

– Generator and High Service Pump Upgrade Project

– Reservoir Apron Rehabilitation Project

Page 1 of 12

RESPONSES TO QUESTIONS RECEIVED DURING BID PHASE (JULY 5, 2016)

Q. Section 00 41 13 Bid Form, Part 4 Bid Prices, Item 6 is for the Lump Sum SCADA supply and services price which references Attachment 1. Attachment 1, Page 9 includes the Total Price of

$1,093,980 and the allowance items are listed below with a note indicating that the allowance amounts are included in the Total Price. Page 6 of the Bid Form indicates that this price should be included in the Contractor’s base bid price. If this total price is included in the Base Bid and

the allowances for computer hardware, software and programming contingency are carried separately, then these allowance amounts will be included twice in the Grand Total amount.

Please clarify the price that should be included for Bid Item 6 “SCADA Process Control Integrator Supply and Services”.

A. The pricing has been revised and the allowances were removed in Attachment 1. See Addendum

#2.

Q. Please clarify whether the Questionnaire (Section 00430) is required to be submitted with the

bid. It is not included in the list of items (on Page 7 of the Bid Form) that should be included with the bid.

A. The Questionnaire should be included with the bid. See Addendum #2.

Q. Appendix “A” SDBE Requirements, “Questions and Answers” on Page 3, Item 3 indicates that

Form E-104 Employee Breakdown should be submitted with the bid. This form is not included in the list of items (on Page 7 of the Bid Form) that should be included with the bid. Please clarify when Form E-104 should be submitted.

A. Form E-104 should be included with the bid. See Addendum #2.

Q. Appendix “L” includes safety forms with instructions directed at the “bidder”. This form is not included in the list of items (on Page 7 of the Bid Form) that should be included with the bid. Please clarify whether the Contractor Safety Record Information included in Appendix “L”

should be included with the bid.

A. The safety form should be included with the bid. See Addendum #2.

Q. Section 08331 paragraph 2.01A1 specifies a zinc-coated finish for the curtain slats. Paragraph 2.07G calls for the curtain jamb guides to be hot-dip galvanized with exposed finish to match

curtain slats. An additional finish typically will not adhere to a hot-dip galvanized surfaced. Please confirm the finish required for the jamb guides.

A. Jamb guides shall be powdercoat finish to match curtain slats. See Addendum #2.

Q. Section 08331 paragraph 2.07H calls for a square hood. Will the manufacturer's standard round

hood also be acceptable?

Page 2 of 12

A. Manufacturer’s Standard is acceptable. See Addendum #2.

Q. Section 08331 paragraph 2.09A calls for a baked enamel or powdercoat finish. Please clarify

whether a standard baked enamel finish available in a color range of gray or tan will be acceptable, or will a powdercoat finish available in a wider range of color choices be required?

A. Finish shall be a powdercoat finish. See Addendum # 1.

Q. Section 12240 Roller Window Shades, Article 1.05A refers to a Window-Covering Allowance. Please clarify the allowance amount that should be included in the bid.

A. No allowance for the window shades. See Addendum #2.

Q. Please let me know whether CITI is listed as an official minority owned business enterprise on the NC DOT HUB database. We are trying to determine whether the your work will qualify towards Durham’s underutilized business (UBE) goal percentage for the bidders. I would

appreciate your response by Tuesday so we can include clarification in our final addendum.

A. CITI, LLC is listed as a HUB certified minority owned business enterprise on the NC DOT HUB

database and therefore should qualify towards Durham’s underutilized business (UBE) goal

percentage. Bidders are encouraged to contact the City’s HUB representative, Vincent Wingate

([email protected]) to confirm.

Q. Dwg M-4; What is the fitting shown on the 18” SSOF line in section 1 & 2, above the base 90? Also, is the base 90 flanged or MJ?

A. Please disregard the fitting halfway up the vertical section of the 18” SSOF line in Sections 1 &

2, this was a drafting anomaly. The base 90 should be flanged.

Q. Can you provide grading plans that include proposed grades and existing contours on the same sheet?

A. Attached Figure 1 topo drawing is being provided to Bidders for estimating purposes and is Not

For Construction. Figure 1 will not be added to the Contract Drawings.

Q. Do you have the original as builts for the drying beds at Brown and Williams? Also is there an asbestos report?

A. Yes. See details on CD-7 and CD-9 for information on the existing drying beds. If bidders would

like copies of the as-built drawings on which the details are based, they may be purchased from

the Engineer on CD as described in Section 00 31 00. An asbestos report is available. See

Addendum #2.

Page 3 of 12

Q. Regarding Spec. Section 11311, Sections 1.01C and 2.04B Spacer couplings. Are these required on all pumps?

A. These are not required. See Addendum #2.

Q. Regarding Spec. Section 11311, Sections 1.01F, 1.05A, and 2.04C, Variable Frequency Drives (VFDs). Are these supplied by pump supplier or manufacturer ? 1.05A and 2.04C2 state VFD is supplied by pump supplier but 1.01F states only coordination is required.

A. VFDs shall be supplied under Division 16. See Addendum #2.

Q. Regarding Spec. Section 11311, Section 1.08C, Spare parts. Are the spare parts listed per set of

pumps or per each pump?

A. The spare parts listed are per set of pumps. See Addendum #2.

Q. Regarding Spec. Section 11311, Section 2.03E, Split seal. Would AES be an acceptable seal in

lieu of Chesterton?

A. No, AES is not acceptable in lieu of Chesterton.

Q. Questions regarding the Backwash Equalization Tanks at Brown WTP:

a. Refer to Drawing S-2, Section 1. What grade of stainless steel (304L, 316L) is required for the mixer platforms?

b. Different High Water Levels are indicated on Drawings M-3 and G-9 for the Backwash EQ Tanks. Please clarify the correct elevation.

A. Stainless steel plates, sheets and structural shapes shall be ASTM A240, Type 316 (316L where

welded) in accordance with Specification 05500, Paragraph 2.02, A.11. Drawing G-9 has been

updated per Addendum #2.

Q. Can you provide the following information regarding the anti-vortex baffles (Detail J1/J2 on SD-3) for each of the equalization tanks:

a. The M-Drawings only reference Detail “J” for the baffles, but two are listed in the schedule—J1 and J2. Please clarify which baffle should be installed in each equalization tank?

b. What is the thickness of the baffle plate? c. What is the distance between the mounting plates shown in Section B?

d. Detail J1/J2 indicates that the top of the baffle is to be 12” below the operating water level and Note 1 says to refer to the Mechanical Drawings for elevations. Elevations for the baffles are not provided in the M-Drawings. Please specify the elevation for the top

of the baffles.

A. See Addendum #2 for clarification. Baffle plate thickness shall be 3/8”. Mounting plates are

spaced 5’-0” per the detail and Note 3.

Page 4 of 12

Q. Drawing S-6 includes a 6” wide trench drain installed on the north wall of the Backwash EQ and Settled Solids Pump Station. Drawing S-16 shows a similar trench along the east wall of the

Thickened Solids Pump Station. a. Can you confirm aluminum grating is required at the Backwash EQ and Settled Solids

Pump Station? b. Detail C on Drawing SD-7 includes an L3x3x3/8 installed along the wall side of the

trench. If this angle is used to support grating for a 6” wide trench then the effective

opening would only be +/- 3” wide. Please confirm the trench width and grating support required at both pump stations.

A. Aluminum grating is required at the Brown WTP Backwash EQ and Settled Solids PS (S-6) as

well as at the Brown WTP Thickened Solids PS (S-16) and Williams WTP Backwash EQ and

Settled Solids PS (S-36) and Williams WTP Solids Building (S-48). Trench width shall be 6” as

detailed. Trenches at all locations shall be moved off of the wall 2” to permit the installation of

an embedded angle frame for the 1-1/4” aluminum grating. See Addendum #2.

Q. Drawing S-7, Detail B shows an L8x4 supporting the composite roof decking while Detail D on

Drawing SD-10 specifies an L7x4x3/8. Please clarify the angle size required including the

thickness.

A. L7x4x3/8” is correct. See Addendum #2.

Q. Drawing A-3 includes stairs at the Backwash EQ and Settled Solids P.S. with references to the Structural Drawings. The intermediate landing appears to be attached to the wall as no supports

from the floor are shown. Can you provide a connection detail for the landing?

A. The intermediate landing will be supported by supports to the floor. See Addendum #2.

Q. Drawing S-7, Note 2.b.i specifies normal weight concrete for the composite roof deck at the Brown WTP Backwash EQ and Settled Solids P.S. while the section views on Drawing A-6 call for lightweight concrete. Please clarify the type of concrete required.

A. Lightweight concrete referenced on the “A” drawings is for lightweight insulating concrete and

shall be installed in addition to the normal weight concrete structural composite roof.

Q. Section 04200 Unit Masonry, Article 3.13F specifies installation of pea gravel for masonry cavity wall construction while the wall section views in the Drawings (i.e. Section 3/A-8) call for a 1”

mortar mat. Would it be acceptable to install a more commonly used masonry drainage mat, such as CavClear, in lieu of pea gravel or the mortar mat?

A. Pea Gravel is not required. The mortar mat depicted and called out on the wall sections shall be a

full height cavity drainage material as specified in 04200 Paragraph 2.10 E. See Addendum #2.

Q. Can you confirm the scale on Drawing A-17 should be 3/16” = 1’-0”?

A. Yes, the scale of the drawing is 3/16” = 1’-0”. See Addendum #2.

Page 5 of 12

Q. Section 14900 Hoist Systems, Article 1.06B specifies a 1 ton jib crane for the Solids Handling Building at the Williams Plant. Drawing M-22 specifies a Thern Commander 1000 series crane.

a. Please clarify which crane should be installed? b. If the 1 ton crane per Section 14900 is required, please specify the required span.

A. See Addendum #2 for clarification.

Q. Drawing S-39, Section 1 specifies crystalline waterproofing for the interior concrete walls and

ceiling at the Williams WTP Backwash EQ and Settled Solids Pump Station while the finish

schedule on Drawing AD-1 calls for painting. Can you confirm the intent is to apply paint over the crystalline waterproofing?

A. Crystalline waterproofing shall be painted per AD-1 and the Specifications, and in accordance

with the manufacturer’s recommendations including curing periods prior to application of the

paint.

Q. Drawing S-42 indicates that the platform framing should be “SIM” to stair T-2. Note 9 on

Drawing SD-8 indicates that C12x8.64 framing should be used for aluminum platform framing but Section 1 on S-43 calls for a W14x12 beam at the platform between the two tanks. Please clarify the framing member sizes for the platform.

A. Callout for W14x12 deleted in Addendum #2.

Q. Drawing S-43 specifies FRP grating for the effluent box at the Williams WTP Backwash

Clarifiers while Drawings M-25 and M-26 specify stainless steel. Please clarify the material required for the grating.

A. Material is stainless steel. See Addendum #2.

Q. Drawing S-46 specifies FRP grating for the effluent box at the Williams WTP Gravity Thickeners

while Drawings M-27 and M-28 specify stainless steel. Please clarify the material required for the grating.

A. Material is stainless steel. See Addendum #2.

Q. Drawing E-42 indicates that panels PP-1 and PP-2 are “located at Solids Building.” These

panels are not shown on the plan view of the Solids Building on Drawing E-51. Please confirm the location of these panels?

A. See Addendum #2 for clarification.

Page 6 of 12

Q. Drawing A-29 shows grating at the floor opening for jib crane access at the Williams WTP Solids Building with a note referring to the Structural Drawings. Drawings S-49 and M-32 both show a

hatch at this opening. Please clarify the type of covering required for this opening.

A. The opening shall be covered with a hatch as shown on S-49 and M-32. See Addendum No. 2.

Q. Drawing A-29 includes a jib crane with a reference to the Structural Drawings. Drawing S-49 shows what appears to be a base for the jib crane. Can you provide additional information for

the crane base?

A. Additional information for jib crane is provided in Addendum #. 2.

Q. Section 04200 does not specify a manufacturer or color range for the face brick. The cost of the brick could vary greatly depending on which color is selected. Can you specify a brick allowance

to establish a basis of bid?

A. Brick Allowance will not be provided. See Addendum #2 for clarification of brick color range

intent.

Q. Please clarify whether the Contractor is responsible for the cost of any Durham County

stormwater and/or land disturbance plan review fees and/or permit fees.

A. The Contractor is not responsible for City/County stormwater or land disturbance plan review

fees, because the Owner has obtained City/County Site Plan Approval and NC DEQ Sediment

and Erosion Control Plan approval and is in the process of obtaining City Construction Drawing

approval. However, the Contractor is responsible for obtaining the City Building Permits,

including paying any permit fees associated with the Building Permits.

Q. Do you have a detail or supplier for your “Hinged Flanged Adapter Coupling”?

A. This should be Harnessed Flanged Adapter Coupling. See Addendum #2.

Q. Dwg C-29; RC pipe size between points 3.4 & 3.7 and 3.3 & 3.4 differ between the drawing and the table. Which is correct?

A. See Addendum #2 for clarification.

Q. What is the low flow condition for clarifiers and thickeners?

A. Periodically, the flow to the clarifiers and thickeners will be turned off. When the pumps are

operating the low flow condition is shown in tables on G-10 and G-12.

Q. Please confirm the fitting on sheet C-36 at station 5+50.00 is a 30” 22.5 bend.

A. This fitting is a 22.5 deg bend. See Addendum #2 for clarification.

Page 7 of 12

Q. Sheet C-36 between 10+00 and 11+00 does not show the two 30” 22.5 bends that are indicated

on sheet C-32 as item 188. Please confirm if these bends are required.

A. These bends are required. See Addendum #2 for clarification.

Q. Yard piping point #1 on sheet C-32 indicates a “connection.” Please give a detail of this

“connection.”

A. See Addendum #2 for clarification.

Q. Sheet C-32 has the clarifier splitter box in the wrong location. There is also a note for a 6” x 4”

reducer with cleanout at this location that we can’t locate. Please clarify this area.

A. See Addendum #2 for clarification.

Q. Sheet M-13 has a fitting that appears to be a dismantling joint in section 1. Is this your intention?

If so, please provide a specification for a dismantling joint.

A. Yes, this was the intention. See Section 15120, Paragraph 2.14.B or Paragraph 2.14.C

Q. Sheet CD-7, the pig launching station has two items drawn to the left of the full port plug valve.

What are these two items?

A. Between 6”x4” tee and 6” full port plug valve are a coupling adaptor and ½” drain and ball valve.

Q. What is the required piping material for the 2” PW line from the Dewatering building to the

gravity thickeners and backwash clarifiers?

A. The piping material is PVC. See Addendum #2.

Q. Sheet C-32 shows the PW line to the Backwash EQ Tanks, Settled Solids Tank, and throughout

the yard piping as 2”, but sheet M-2 has this as 3”. Please clarify.

A. The pipe should be 3”. See Addendum #2.

Q. Lower plan on sheet M-5 doesn’t match the sections on sheet M-6. One sheet shows reducing 90

bends and the other doesn’t show them. Please update with correct notations.

Page 8 of 12

A. See Addendum #2.

Q. Sheet M-22 has the SSOF line as 12”, but C-44 has it as 8”. Please clarify.

A. The correct diameter is 12”. See Addendum #2.

Q. There are two extra lines on sheet M-22 that appear to be in the wrong location. It seems to be a

CAD error. Please confirm this error.

A. This appears to be a drafting error. The two pipes out of the Backwash EQ/Settled Solids Pump

Station that aren’t connected to anything should be deleted.

Q. Sheet C-44 indicates a cleanout on the TS line from the solids building to the sludge holding

tanks just outside the solids building and at each tank, however sheet M-27 doesn’t show this

cleanout. Is it required?

A. Yes, see Addendum #2 for clarification.

Q. What size is the main we are tapping with the 3” water line on sheet C-44?

A. See Addendum #2 for clarification.

Q. The OF line at the thickened solids holding tank on sheet M-30 is labeled as FRP in several

locations and as DI in other locations. Which is it?

A. The overflow pipe should be Schedule 80 PVC.

Q. Does the OF line at the thickened solids holding tank on sheet M-30 connect to an existing pipe

penetration or is there a new penetration for this pipe?

A. The overflow pipe connects to an existing pipe penetration.

Q. Throughout the drawings there is a label HFAC. Please confirm this is actually the harnessed

flange coupling adapter (HFCA).

A. The abbreviations HFAC and HFCA can be used interchangeably.

Page 9 of 12

Q. The HFCA detail on sheet MD-8 starts at 6”, but there are multiple locations throughout the

drawings showing 3”, 4”, and 5” couplings. Please update the detail to include these sizes.

A. See Addendum #2 for clarification.

Q. The Contract Time listed for the work at the Brown WTP related to backwash and settled solids

treatment in Section 00 41 13, Page 3 is 455 calendar days after NTP. In Section 00 52 15.1.4.B.2, the same scope of Work has a substantial Completion date listed as October 1, 2017. Please verify which is correct.

A. See Addendum #2 for clarification.

Q. The CITI, LLC Proposal included in Attachment 1, states on Page 1 "This proposal shall remain in effect for 180 days." The proposal is dated April 8, 2016, which means it expires on October 5, 2016. With the Bid Date of July 12, 2016 and a 120 Calendar Day Bid Hold, the CITI

proposal could expire before the Notice of Award.

A. An updated proposal is included in Addendum #2.

Q. Section 02616, 2.05 calls for P401 lining on wastewater and residuals filtrate process liquid.

Please clarify which systems shall be P401 lined.

A. Protecto 401 should be used on DI line beginning at MH-3 west of the Dewatering Building and

continuing on for piping to MH-4 and on to the Filtrate Pump Station.

Q. Section 15051, 2.01 calls for 304 SSTL flange bolt kits with cloth inserted rubber gaskets.

Section 15072, 2.01 calls for carbon steel flange bolt kits with SBR gaskets. Please confirm that Section 15072 is the correct spec to be using for all flange bolt kits.

A. See Addendum #2 for clarification.

Q. Specification 15051, 2.01 B. 2. Requires flange bolts and nuts to be type 304 stainless steel. Specification 15075, 2.01. B. 3. Requires flange bolts and nuts to be square headed carbon steel

machine bolts. Which is required?

A. See Addendum #2 for clarification.

Q. What type of pipe material is required for the 3” and 4” potable water piping for the dewatering building on drawing M-16? Is insulation required?

A. Refer to 15410 for information on pipe material for protected, potable, and emergency water

systems. Note, that “PW” designation represents “Protected Water” – refer to M-1. See

Addendum #2 for clarification on insulation requirements for M-16.

Page 10 of 12

Q. Please provide an allowance for the building permit cost.

A. Building Permit Allowance will not be provided.

Q. Will the owner or Synagro remove all sludge and residual material from the sludge drying beds and thickening basins? Will they pressure wash the surface?

A. All sludge will be removed from the sludge drying beds and thickening basins by the Owner.

Surfaces will not be pressure washed by Owner.

Q. Can wall starters with waterstops (detail C/SD-1) be revised to less than the full width of the wall (i.e. up turned keyways)?

A. Up-turned keyways may be utilized for walls 16” and greater in thickness. The up-turned keyway

shall be formed by placing a 2x4 on the inside edges of the vertical wall reinforcing. Walls less

than 16” in thickness shall have a full width starter wall as detailed in Detail C/SD-1.

Q. Are wall starters (e.g. footers on S-27) required where there is not a waterstop?

A. Starter walls per Detail C/SD-1 are only required for walls with waterstop. This will include all

liquid-containing structures and building structures with below grade basements or chemical

containment.

Q. Can the structural slab elevation of the circular tanks be flat and the slope to sumps achieved

with grout?

A. The slabs for sloping bottom circular tanks may be poured flat. The elevation for the top of slab

shall be lowered 1” below the minimum elevation shown on the drawings to provide 1” minimum

concrete grout at the low-point of the slope. The high-point of the slope shall be at the same

elevation as the high-point of the slab as shown on the drawings. The grout used to overlay the

bottom slab shall be fiber-reinforced concrete grout per Specification 03600. The concrete grout

overlay shall be bonded to the cured and roughened, previously placed concrete slab with a bond

coat per Specification 03600. See specification revisions in Addendum #2.

Q. Can excess excavated material be stockpiled and left on site? If a large stockpile is not desired,

can the grades on C-6 be uniformly raised to accommodate excess excavated material?

A. Excavated material can be stockpiled on site in accordance with sediment and erosion control and

other contract requirements. Raising grades on C-6 can be evaluated as an option to off-site

disposal of excess excavated material during the construction phase.

Q. Reference Spec Section 02616 Paragraph 2.03.A. Should the last part of the 2nd sentence read “…in paragraph B.”?

A. See Addendum #2.

Page 11 of 12

Q. Reference Spec Section 02616 Paragraph 2.03.D. This seems to conflict with paragraph B. Are

MJ fittings with Megalugs allowed? If so, is this type of restraint allowed on all fitting diameters and pressure classes?

A. Mega-lugs are allowed within the restrictions listed in Section 02616 paragraph 2.03.D.

Q. Reference Spec Section 02616 Paragraph 2.05. B. Since this is a water plant we assume all

process flow, scum, sludge and backwash lines are considered “other than those noted in paragraph 2.05C”?

A. Correct.

Q. Reference Spec Section 02616 Paragraph 2.05.C. Please confirm the ductile lining for the

filtrate piping including the filtrate drain lines (noted on yard piping as sanitary) are Protecto 401.

A. This question has been addressed above.

Q. Reference drawing C-40. Does the duct bank get removed from the utility pole to the settled solids decant pump station?

A. Yes.

Q. Reference M-30, note 5. After the sand blasting of the thicken sludge storage, there is a

requirement to inspect for structural integrity. Is this done by the owner testing agency? If not, does the contractor need to carry the cost associated with structural inspection?

A. Inspection for structural integrity is at the Owner and Engineer’s discretion. If deemed necessary,

special inspections will be completed by the Owner’s testing agency.

Q. Is there an elevated platform around the belt filter presses? If so, please provide a design since the press manufacture will not include?

A. There is no elevated platform around the belt filter presses.

Q. Reference S-52. Does this structure require 12” of gravel and filter fabric like the other

structures?

A. Yes, see Addendum #2 for clarification.

Q. 11223-2.07 Confirm contractor is responsible for mixer platforms.

A. Contractor is responsible for mixer support platform and access walkway. See Addendum #2.

Page 12 of 12

Q. 11223-2.08.A Confirm contractor is responsible for 316 SS baffles in tanks.

A. Yes, the contractor is responsible for the baffles.

Q. Is the 12” pipe only located in the center of the beds and runs across to connect the beds together?

A. There is only one 12” running under the beds.

Q. 11361-1.03.A.2.m-7 and 8/ 11361-2.04.B.2-b/ and 11361-2.04.G.6- Please confirm if the design

calculations are to be completed at 40 lbs./inch ; 50 lbs./inch : or 70 lbs./inch. The BDP model 3DP machine specified is designed for 70 lbs./inch.

A. Calculations are to be provided for 40 lbs/in, or greater. Calculations for bearing life are to be

completed at 50 lbs/inch as noted in the specification. BDP should provide 70 lb/inch in

calculations for the bid alternate.

Q. 11361-1.08.A.1 – Please clarify is the BFP manufactures are to supply (1) complete set of spare

parts for all 3 units or if we are to supply (1) complete set of spare parts per each unit?

A. See Addendum #2 for clarification

Q. 11361-2.02.B.2 and 11361-2.04.B.10 Please confirm if the belt press fames are to be epoxy painted over the HDG coating.

A. Confirmed. Provide epoxy coating over hot-dipped galvanized frame.

Q. 11361-25.06 Please clarify if the BFP manufacturer are to have all the selector switches and start/stop pushbuttons located on the OIT or are separate pushbuttons and selector switches to be

mounted on the door as redundancy to the OIT.

A. Provide selector switches and start/stop pushbuttons at the individual local control panels (refer to

I-10 for requirements).

Fig 1

BROWN WTP

EXISTING AND PROPOSED

CONTOURS AND TOPO

CITY OF DURHAM, NORTH CAROLINA

BROWN WTP AND WILLIAMS WTP

RESIDUALS IMPROVEMENTS

© 2016

NC F-1255

Camp Dresser McKee & Smith

5400 Glenwood Avenue, Suite 400

Raleigh, NC 27612 | Tel: (919) 787-5620

N

NOT FOR CONSTRUCTION

C-32

BROWN WTP

AREA 1

YARD PIPING

N

Addendum No. 1C

Re­issued: July 14, 2015

1C

Addendum No. 3

Page 2 of 2

IN THE SPECIFICATIONS

Section 15051

1. In paragraph 15051, 1.02, C, change “Section 15250” to “Section 15410”

ON THE DRAWINGS

DRAWING C-4

1. Remove demolition hatching pattern on Drying Bed No 8. Drying Bed No. 8 is to remain.

DRAWING M-15

1. Add Note “6. Parallel resistance self-limiting heat tracing cable shall be used for piping freeze

protection of exposed water piping system by maintaining 50 degrees F. The tape shall be rated 5

watts per foot at 50 degrees F.”

DRAWING M-30

1. Add Note “9. Parallel resistance self-limiting heat tracing cable shall be used for piping freeze

protection system by maintaining 50 degrees F. The tape shall be rated 5 watts per foot at 50 degrees

F.”

ATTACHMENTS

1. Responses to Questions Received During Bid Phase (July 7, 2016)

END OF ADDENDUM 3

Addendum No. 1C

1C

Page 1 of 2

RESPONSES TO QUESTIONS RECEIVED DURING BID PHASE (JULY 7, 2016)

Q 11361-1.03.A.2.m-7 and 8/ 11361-2.04.B.2-b/ and 11361-2.04.G.6- Please confirm if the design

calculations are to be completed at 40 lbs./inch ; 50 lbs./inch : or 70 lbs./inch. The BDP model

3DP machine specified is designed for 70 lbs./inch.

A This is a revised response to question addressed previously. Calculations are to be provided for

40 lbs/in, or greater. Calculations for bearing life are to be completed at 50 lbs/inch as noted in

the specification.

Q 11361-25.06 Please clarify if the BFP manufacturer are to have all the selector switches and

start/stop pushbuttons located on the OIT or are separate pushbuttons and selector switches to be

mounted on the door as redundancy to the OIT.

A This is a revised response to question addressed previously. Selector switches and start/stop

pushbuttons should be integral to the OIT. Indicators with push-to-test pilot lights should be

mounted on the door.

Q Drawing C-4 indicates that all eight (8) drying beds are to be removed. Drawings C-6 and C-30

both seem to indicate that Drying Bed #8 is to remain. Please clarify whether Drying Bed #8 at

Brown WTP should be demolished.

A See Addendum 3 for clarification. Drying Bed # 8 is to remain.

Q Drawing C-41 specifies a temporary excavation support system for the Backwash EQ

Basins. Will the City of Durham grant permission to install (and abandon at completion)

underground tie-backs beyond the Williams WTP property limits and into the adjacent Hillandale

Golf Course?

A Tie-backs would be considered if contained within the property lines and not interfering with any

existing foundations. However, the contractor will be responsible for the support system so the

design would need to be reviewed and approved during construction.

Q Please clarify the following relating to residual solids and liquids in existing facilities:

a. With the exception of Lagoons 1 and 2, can you confirm that all sludge/grit/debris

remaining in structures scheduled for demolition will be removed by others prior to

demolition activities by the Contractor?

b. If the Contractor is responsible for removing the contents, can you provide a quantity for

basis of bids?

A Refer to clarification in Addendum 2.

Q Section 01014 Paragraph 1.03D2 requires a 60,000 gallon temporary storage tank. If the new

Dewatering Building is not completed, how should the sludge be processed and disposed? Please

Page 2 of 2

clarify any temporary pipe routing and/or pumping requirements for the temporary storage

system.

A The intent of the temporary storage is to provide a location for the dewatering contractor

(Synagro) to withdraw solids once the Thickening Basin is demolished. Multiple tanks (such as

frac tanks) can be used to provide the storage. Contractor should coordinate with dewatering

contractor for routing of temporary pipe from thickened solids pump station to temporary storage

tanks and to the existing frac tank used by the dewatering contractor. Pumping is expected to be

provided by the Thickened Solids Pumps located in the Thickened Solids Pump Station. If these

pumps are not available, the Contractor should provide a pump capable of transferring 300 gpm

of thickened solids from the gravity thickeners to the frac tank.

Q Section 15140 Paragraph 1.03F2 requires the pipe support design be provided by J. Blanco, Inc

or Waterford Associated, Inc. J. Blanco was uncertain if they would quote the pipe support

design services and Waterford appears to have gone out of business. Please advise if other

engineering firms will be acceptable for pipe support design services.

A Other engineering firms are acceptable.

Q Section 15051-1.02.B references Piping Insulation in Section 15250, however 15250 is not

included in the Specifications. Drawings E-30, E-E31 and E-56 have heat trace circuits. Please

advise on the Piping Heat Trace and Insulation requirements.

A See Addendum 3.