Loading...
WA9302A-CS 951214+imek~ J~tcobs & Finklea To: CIty of Coppell at: Engineering Dept. Fax: 361-0204 Voice: 361-7900 Page 1 of 11 Saturday. December 16. 1995 3:39:22 AI~ CITY OF COPPELL VILLAGE PARKWAY PUMP STATION ADDITIONS ADDENDUM NO. 1 December 14, 1995 The plans and specifications for the construction of the City of Coppell, Texas, Village Parkway Pump Station Additions Project, for which bids are to be received until 2:00 p.m., December 21, 1995, are hereby modified as follows: 1. Refer to construction plan C6 - Elevation of Ammonia/Chlorine Package System. Revise the notes for the Chlorine and Ammonia System to read: The Package Chlorine/Scrubber and Ammonia/Scrubber Systems shall be as manufactured by RJ Environmental, EST Corporation, or Pewell Fabrication & Manufacturing, Inc. 2. Refer to construction plan sheet C7 - Fence Details. a) The 2" square tubular steel welded to the bottom to the gates applies only to the two pedestrian gates. b) All tubular steel fencing, pedestrian gates and vehicle gates are to be raised 2-feet as shown. 3. Refer to construction plan C10 - Chlorine Analyzer Front Elevation. The Analyzer at the elevated storage tank site shall be Wallace and Tiernan Micro/2000 Residual Analyzer, cabinet mounted, utilizing liquid reagents, or approved equal. 4. Refer to construction plan sheet S 1. a) The dimensional control for the air vents shown on the Foundation Plan shall be revised to 6'-0". The dimension between the vents is revised to 8'-1", and the dimensions from the outside face of the CMU walls to the vents is revised to 2'-0". b) The Ceiling Framing Plan is hereby modified by the attached Sheet No. SKI to include a 3' x 3' opening for the proposed Exhaust Duct. c) The Foundation plan is hereby modified by the attached Sheet No. SK2 to include a 3 '-0" opening for the emergency generator panel. 5. Refer to construction plan sheet S5 - Typical Pier Detail. Add the following note to this detail: "No separate pay item shall be provided for the standard depth 1 g-inch diameter piers of 26-feet as shown. All cost for labor, materials and equipment for standard depth piers are to be included in the lump sum unit price for the Village Parkway Pump Station. For 18-inch diameter concrete piers which differ from the standard depth pier, payment shall be made or deducted based on the contract unit price per vertical foot of extra depth 1 g-inch diameter concrete pier as provided in the proposal and bid schedule. Payment for extra depth shall not be made without prior approval of the owner." 6. Refer to construction plan E3. Add note 4 as follows: 4. Furnish and install one feeder unit in space 5D for new pump room lighting panel. 7. Refer to construction plan E4. Change reference '~VICC-480" to '~MCC-LD" on Control Schematic No. 1 and No. 2. Change '?v[PR" to "MPU" on line 39 of Control Schematic No. 2. Also add note "Furnish two spare 120 vac control relays mounted in starter." to Control Schematic No. 2. g. Refer to construction plan ES. In the plan view add note 10 as follows: Page No. 1 Addendure No. I ~d?.le~L J9cob~ ~ Finklea TO: C~ty of Coppell at: Engineering Dept. Fax: 361-0204 Voice: 361-7900 Page 2 of 11 Saturday. December 16. 1995 3:40:44 At, 10. Fumish and install a main service disconnect location nameplate at each of the three building service mains (two at the 4160V swgr and the other at the new MCC-LD). Each nameplate shall state where the other service mains are located. Submit nameplate to Engineer for review. 9. Refer to drawing E7, Detail 1. Add the following notes to the detail: 1. Heat trace all exposed piping below the valve control panel. Ref. sheet C6. Insulation shall be 1" Thermazip series 100 or equal with Thermazip form fitting elbow covers. Heat trace shall be 5 watts per foot. Furnish heat trace connection box and at least two end-of-line indicator lights. Heat trace, connection boxes, and indicator lights shall be per specifications. 2. Furnish a 20 amp GFCI receptacle in a cast FS box below the valve control panel. Receptacle shall have a RedDot #CKMGV weatherproof cover. 3. Run 2#12, #12 G, 3/4" C to control panel on chlorine skid to pick up power. 10. Refer to construction plan E7: a) Detail 6. Change the conduit and wire from the new instrument terminal j-box to the new instrument/scada panel to read "30 #16, 12-2C/S #16, 2" C". b) Detail 6. Change the conduit and wire from the new instrumenUscada panel to the existing instrument panel to read "20 #16, 8-2C/S #16, 2" C". c) Detail 7. Change the gain on the antenna to 9 DB. 11. Refer to construction plan E9. Add to legend of both schematics "FT -Fused Terminal". 12. Refer to construction drawing El0. Change all pilot lights to push- to-test type. 13. Refer to construction plan E 12. a) Add a 'current to Clipper voltage converter' on input I8 on '~TU VP2" and the words ,~rp GSR No. 2 Level". Connect into current loop of LIR-2 in main instrument panel for signal. b) Add two relay interface units to outputs 04 and 05 on '~TU VP3" and note as "HSP No. 5 Run" and "HSP No. 6 Run". Ihese outputs shall control pumps 5 and 6. c) Add an input to I7 of RTU VP4 for the annunciator output for the "GSR LLCO" alarm. Ref. Sheet E 11. d) Add the following note: Connect Annunciator alarm outputs from pumps 5 and 6 to input no. I1 of RTU VP# 1. Wire contacts in parallel to give contact closure to RTU when any pump fails. 14. Refer to the Proposal and Bid Schedule. a) Replace pages 1-16 through 1-17 with the attached Proposal and Bid Schedule Pages 1-16 through 1-19, marked "Addendure No. 1" in the lower right hand corner. These pages have been modified to include Bid Item No. 8 "Extra Depth Concrete Piers" and to add the Bidder's Questionnaire identifying both certain pieces of equipment and sub-contractors expected to be utilized on this project. b) Delete page 1-18, Bidder Qualification as shown in the original Proposal and Bid Schedule. The Bidders Qualifications will be determined as provided in SC.07 and SC.08 of the Special Conditions of the Specifications. 15. Refer to Page 1-21, Affidavit of Safety Record. Strike all references to five (5) years on this affidavit. Page No. 2 Addendure No. 1 ~imek, Jacol}5 & ~-inkiea To: CIty ot Coppell at: Engineering Dept. Fa~: 361-0204 Voice: 361-1900 Page 3 of 11 Saturday. December 16. 1995 3:41:46 AI~ 16. Refer to Section 4 - Description of Pay Items, Page 4-2 of the Specifications, second paragraph in Item 2.1. Strike the amount $40,000 and replace with $53,000. 17. Refer to SC.35-Horizontal Split Case Centrifugal Pumps and Motors a) Paragraph C. 1) Pumping Conditions. Modify the last line in the pumping conditions tabulation to read "Minimum Size Pump Shaft -Inches 2-1/2". b) Paragraph C.2)b) Impeller. Revise the 1st sentence to read: "The impellet shall be bronze, and of one piece casting...." c) Paragraph C.2)c) Shaft and Shaft Sleeves. Add the following: "The shaft shall be shall with bronze sleeves." d) Paragraph C.2)d) Wearing Rings. Modify the tirst sentence to read: "Renewable bronze wear rings...." e) Paragraph C.2)e) Stuffing Boxes. Modify the first sentence to read: "Each stuffing box shall contain a John Crane BP2CI, or equal mechanical seal .... " f) Paragraph C.3)b)iv) Noise Level. Modify the first sentence to read: "...shall not exceed 83 decibets as measured on the A-weighted scale..." g) Paragraph G. Balance. Revise the 10th line of this section to read: "...not exceed 4.0 mils.." h) Paragraph H. Shop Acceptance Tests - Pumps. Delete the last sentence in this section in its entirety. 18. Refer to SC.36 Package Chlorination & Emergency Scrubber System for 150 LB Cylinder Applications a) Item 1.2- D. Specified Manufacturer: Add the following manufacturers to this list: i) ScrubHouse 250 by EST Corporation, Quakertown, Pa ii) Pewell Fabrication and Manufacturing, Inc., St. Louis, MI b) Item 1.3 Quality Assurance - Paragraph A. Revise the first sentence in this paragraph to read: "...must be submitted with the bid:" c) Item 2.1 -B. Modify the second sentence to read: "Chlorine concentration in the discharge shall not exceed 5ppm at any time." d) Item 2.2- C. Caustic Recirculation Pump: Revise all references to "pumps" to "pump". e) Item 2.2 - 1.2) Chlorination Equipment: Capital Controls shall be added as an approved equal for equipment listed in this section. f) Item 3.3 - Warranty: Delete this paragraph in its entirety and replace with the following: Manufacturer shall grantee the while system, both in material and workmanship for a period of two years from the day of final acceptance on the project. This revision to the warranty shall also apply to the appropriate item in SC.37. 19. Refer to SC.37 Package Ammoniation & Emergency Scrubber System for 150 LB Cylinder Applications a) Item 1.2- D. Specified Manufacturer: Add the following manufacturers to this list: i) ScrubHouse 250 by EST Corporation, Quakertog Pa ii) Pewell Fabrication and Manufacturing, Inc., St. Louis, MI b) Item 1.3 Quality Assurance - Paragraph A. Revise the first sentence in this paragraph to read: "...must be submitted with the bid:" Page No. 3 Addendure No. 1 ~i~.ek. iacobs & Pinklea TO: City of Coppell at: Engineering Dept Fax: 361-0204 Voice: 361-1900 Page 4 of 11 Sa~rday. December 15. 1995 3:42:47 c) Item 2.1 -B. Modify the second sentence to read: "Ammonia concentration in the discharge shall not exceed 1/2 the IDLH at any time." d) Item 2.2- C. Caustic Recirculation Pump: Revise all references to "pumps" to "pump". e) Item 2.2 - G.2) Ammoniation Equipment: i) Modify the Wallace & Tiernan V-100 to Wallace & Timan V-10k ii) Capital Controls shall be an approved equal for equipment listed in this section. iii) Delete paragraphs h), i) and j) in their entirety. 20. Refer to SC.36, part 2.4. Add the following paragraph to the section: Control panel shall have two single pole 20 amp circuit breakers for powering external 120 vac circuits. These circuits will be used for powering the valve control panel and the heat trace for the valve piping. Circuit breakers shall be derived offof the 208 volt, 3 phase, 4 wire power supply to the skid unit. 21. Refer to SC. 37, part 2.2, section E. Delete the first sentence and replace with the following: "Provide local control panel with motor starter for fan. The control power shall be 120 volts and shall be derived offof the 208 volt, 3 phase, 4 wire power." 22. Refer to SC.41, section D. Change "non-ventilated" to '~,entilated" in the first paragraph, and delete the second sentence in the first paragraph. Delete the last paragraph and replace with "Furnish Westinghouse type DT-3 or General Electric type QL." 23. Refer to SC.42: a) Section K. Add the following sentence to the second paragraph: '~nsect screen frames shall be mounted to inside wall and there shall be 6" separation from the screen to the louver." b) Section L. Add the following sentence to the second paragraph: "The ductwork shall be inside lined with 1/2" insulation." c) Add the following paragraph to the section: GENERATOR CONNECTION ASSEMBLY Furnish and install generator connection assembly as shown on the drawings and as specified herein. The 400 amp plugs and the 400 amp receptacle assembly shall be manufactured by Crouse-Hinds. The enclosure shall be as manufactured by HolTman or equal. The enclosure shall be painted with 5 mils of enamel after fabrication. Exposed inside color and exposed outside color shall be as selected by the Owner. The generator connection assembly shall be assembled and tested by Electric Control & Switch Company, Inc. of Carrollton, Texas. 24. Refer to SC.46, section D: a) Add the following sentence to the second paragraph after the Refer to the 17" color monitor. "The monitor shall have a .28 mm dot pitch, and shall be a Magnavox '?vlagna Scan 17" or equal. b) Add the following to the third paragraph: "Furnish to the Owner one spare Solidyne Clipper RTU." c) Delete the last two paragraphs and replace with the following two paragraphs: "The existing Solidyne system configuration shall be loaded on the new computer and installed under the above specified new operating system. The Solidyne system's existing configuration shall be modified to accept the addition of inputs and outputs as indicated on sheet El2. The new pumps shall be configured in a "pump up" scheme to the elevated tank. Setpoints will be provided by the Owner. Pump control scheme shall include time Page No. 4 Addendure No. 1 ~imek, Jacc,bs & Finidea To: CIty of Coppell at: Engineering Dept. Fa~: 361-0204 Voice: 361-7900 Page 5 of 11 Saturday. December 16. 1995 3:43:54 Ak alternation on a daily basis. Pump control of new pumps shall be coordinated with the three existing pumps as directed by the Owner. The chlorine and ammonia injection and sample points shall be selectable through the Soildyne system by the Owner's remote computer through the dial-up line. Alarm points shall be as directed by the Owner. Final configuration shall be approved by the Owner. SCADA system modifications, software configuration changes, and computer system shall be supplied and installed by S&S Telemetry or approved equal. S&S telemetry is located in Sangor, Texas. Contact Mr. Mark Sons at 817-458-5774." 25. Refer to SC.46, section E: a) Change the Yaggi antenna model number from a Decibel Products '~2)B493" (6 dB gain) to a "DB498-K" (9 dB gain). b) Add the following paragraphs: Antenna support and mounting bracket for the elevated tank antenna shall be fabricated, furnished, and installed by the contractor. The mount bracket shall provide a vertically oriented pipe mast between 11/4 and 2 inch o.d. and the grounded mast shall extend at least 18 inches above the antenna for lightning protection. The bracket shall be grounded. The bracket shall be fabricated from steel and shall be hot-dip galvanized. The connectors shall be pre-installed on the antenna cable. Furnish all type N to SMA adapters as required. The coaxial cable shall be routed from the radio to the antenna without splices. It shall be supported or installed in conduit over its entire length. The cable to antenna connection shall be sealed and secured. This shall be done by wrapping with rubber tape and then over wrapping with an ultra-violet resistant tape. The cable shall be secured to the antenna and mounting bracket in such a way as to permanently relieve strain on the cable and prevent its motion in the wind. The cable should not be bent on a radius less than manufacturers recommendations. It shall be secured at intervals of 5 ft. maximum. Test antenna cables after installation for continuity. Measure VSWR (voltage standing wave ratio) and submit to Engineer for review. Each radio shall be tested and placed into service per the manufacturer's recommendations. Engineer shall witness test. Provide 5 days notice. Test signal strength at both sites and submit test results to Engineer for review. Furnish all equipment for test. 26. Refer to SC.46, section G: a) Add the following paragraphs to the section: "The relay for the current loop switch SS-75 shall have gold-flashed contacts. The current isolator (FT-75) shall be four wire type, 24 vdc powered and shall have 4-20 mA input and 4-20 mA output. Furnish Moore Industries model ECT or equal. The current switch (FC-4) shall have a digital indicator, a 4-20 mA input and a dual contact output. Furnish Moore Industries model DDA or equal. Set contact to open at 10% and below flow signal to interrupt the flow of water to the injectors." b) In the last sentence of the second paragraph, change the reference "E9.06" to "F". 27. Refer to SC.46, section I. a) Add the following sentence to the end of the first paragraph: "The solenoid valve for the 1" line shall be ASCO model 8210B54." b) Change the last sentence of the second paragraph to read: "Furnish 1" Worcester type CL44 valves with series 75 electric AC actuators." 28. Bidders shall acknowledge receipt of Addendure No. 1 in the space provided in the Proposal and o_p_n the outer envelope of their bid. Page No. 5 Addendure No. I ~lmek, Jacobs & FinIdea To: C~ty of Coppell at: Engineering Dept. FEe<: 361-0204 Voice: 361-1900 Page 6 of 11 Saturday. December 16. 1995 3:45:04 Ak Item Estimated Price in Extended No. Quantity unit Description and Price in Words Figures Amount 4 25 C.Y. For Furnishing and Placing Extra Class"A" Reinforced Concrete Not called for on the Plans, and ordered in writing by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. 5 25 C.Y. For Furnishing and Placing Extra Class "C" Concrete Backfill Not called for on the Plans and ordered in writing by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. 6 25 C.Y. For Furnishing and Placing Extra Crushed Stone Not called for on the Plans and ordered in writing by the Owner, complete in place, the sum of Dollars and Cents per Cubic Yard. 7 1 L.S. For Designing, Furnishing, Installing, Maintaining and Removing Trench Safety Devices in accordance with OSHA Safety Standards, complete in place, the lump sum amount of Dollars and Cents per Lump Sum. Page No. 1-16 Addendurn No. 1 ~lmek, J~cobs & Finidea To: CRy of Coppell at: Engineering Dept. Fax: 361-0204 Voice: 361-1900 Page 7 of 11 Saturday. December 16. 1995 3:45:36 AI~ Item Estimated Price in Extended No. Quantity unit Description and Price in Words Figures Amount 8 40 V.F. For Furnishing and Installing Extra Depth or Deduct for 18-inch Diameter Concrete Pier in Excess or Short of the Standard Depth Pier of 26-feet. Addendure No. 1 Dollars and Cents per Vertical Foot. TOTAL AMOUNT BID: (Items 1 through 8) ] $ The undersigned hereby proposes and agrees to perform all work of whatever nature required in strict conformance with the plans and specifications, and to furnish and construct the Village Parkway Pump Station Addition, complete in place, together with all necessary appurtenances, and to complete all item of work within ( ) consecutive calendar days after issuance of the work order. Page No. 1-17 Addendum No. 1 ~imeK. Jacobs & Finidea To: City of Coppell at: Engineering Dept, Fax: 361-0204 Voice: 361-7900 Page 8 of 11 Saturday. December 16. 1995 3:46:07 Ah ~ 4P~h BID SUMMARY TOTAL PRICE BID CALENDAR DAYS BID TOTAL BID (Items 1 Through 8): $ Total Price Bid In Words: Total Calendar Days Bid In Words: 6. BIDDER agrees that all Work awarded will be completed within Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Commtmieations concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (See Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED on ., 19 Page No. 1-18 Addendum No. 1 '~imek~ Jacobs & Pinklea To: City Gf Coppell at: Engineering Dept. Fax: 361-0Z04 Voice: 361-7900 Page 9 ot 11 Saturday. December 16. 1995 3:46:44 Ak QUESTIONNAIRE Each Bidder shall write in the name, where indicated, of the manufacturers of equipment which Bidder proposes to furnish and the subcontractors the Bidder plans to utilize. Not more than one manufacturer's or subcontractor's name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment or subcontractor does not meet the requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the requirements of the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the requirements of the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the Contract Documents. Failure to furnish all information required may be came for rejection of the Bid. Equipment Manufacturer Motor Control Equipment Oil Filled Transformers Radio RTU's Ventilation Equipment Pump Control valves Tapping Valves Package Scrubber Units Disinfection Equipment Discipline Subcontractor Electrical Ventilation Instrumentation Excavation Structural Concrete Masonry Painter Page No. 1-19 Addendurn No. 1 -dnlek, jacobs & Finidea To: City of Coppell at: Engineering Dept. Fmc 361-0204 Voice: 361-1900 Page 10 of 11 Saturday. December 15. 1995 3:47:24 AI~ HII~I ~, / NIl~l 'R1TI N H I I / i 'J" / - 2x6 Slacking f 13'-2 314" ~ ~ 0J I --,-----Existing Building  PARTIAL CEILING FRAMtNC PLAN ~,mm~mT ~mm.~ mm~m~m~m~mm ~ ~mmmmmm m~'~,m mm~m. mmmmm m mm CITY OF COPPrLLo TEXAS YIL.J, AG(~ PARKWAY PUMP STAllOH , Sht'L'rm. SK1 REVISIONS TO CEILING FRAMING PLAN