june 19, 2015 addendum no. 3 to contract … · piping within the blower room.” b. ... basis of...
Post on 06-May-2018
216 Views
Preview:
TRANSCRIPT
PWD CIP NO. 21-796 Page 1 of 6 6/19/2015
June 19, 2015
ADDENDUM NO. 3
TO
CONTRACT DRAWINGS AND SPECIFICATIONS
FOR
EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE
PWD CIP NO. 21-796
PORTLAND WATER DISTRICT, PORTLAND, ME
A. GENERAL
1. The attention of all prospective Bidders submitting proposals for the above-
referenced project is called to the following Addendum to the Contract Documents.
The items set forth therein, whether of omission, addition, substitution, or
clarification, are all included in the proposed work.
2. Inclusion of this Addendum must be acknowledged by inserting its number on the
appropriate page(s) of the Bid Forms. Failure to acknowledge any and all Addenda
in the above-specified Bid may be cause for rejection by the District on the grounds
that it is non-responsive.
B. CHANGES TO SPECIFICATIONS
1. Section 00100 – INSTRUCTION TO BIDDERS
a. In Item 6, DELETE the following text:
“700 calendar days”
and REPLACE with the following:
“730 calendar days”
a. In Item 22, DELETE the following text in the second paragraph:
“Error! Reference source not found”
and REPLACE with the following:
“within ten (10) working days”
2. Section 00300 – BID FORM
a. DELETE the following text in Article 3.01.D:
“; and the Site-related reports and drawings identified in the Bidding
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 2 of 6 6/19/2015
Documents”
b. Refer to the revised Specification Section 00300 in Attachment No. 2.
3. Section 08710 – FINISH HARDWARE
a. DELETE Article 1.02.A
b. RENUMBER 1.02.B to 1.02.A
4. Section 11132 – SUBMERSIBLE PROPELLER PUMPS
c. REPLACE Article 2.04.A
“A. Each pump shall be provided with a lifting davit floor pedestal mounted at each
pump location. Davit to be nominal 1200# capacity with minimum 48” horizontal reach
and 96” vertical lift. Davit crane frame material to be painted steel and winch to be worm
gear type. Each davit crane shall be provided with 36 feet of Type 316 stainless steel lifting
cable with one end attached to the pump lifting bail. Davit to include stainless pedestal
base for field anchoring in location as directed by engineer. One drill drive kit shall be
provided with a 1-1/8” hex socket drive. Davit hoist to be Thern 5PA10-M2, or equal.”
5. Section 15100 – VALVE OPERATORS AND ELECTRIC VALVE
ACTUATORS
a. DELETE the following text from Article 2.03.A.1 and Article 2.03.A.2:
“Series 2000”
and REPLACE with the following:
“Series TEC2000”
b. DELETE Article 2.03.O
6. Section 15390 – SCHEDULES
a. DELETE Piping System Schedule Note (2) and REPLACE with:
“PROVIDE INSULATION AS SPECIFIED IN SECTION 15290 ON ALL
PIPING WITHIN THE BLOWER ROOM.”
b. DELETE Piping System Schedule Note (3).
7. Section 26 13 13.10 – MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR
(CIRCUIT BREAKER)
a. REPLACE Article 1.01
“Contractor shall provide labor, tools, equipment and materials necessary to
refurbish the medium voltage feeder compartment as identified in the contract
drawings. The refurbished compartment shall be compatible with GE PowerVAC
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 3 of 6 6/19/2015
15kV Metalclad Switchgear construction.”
b. DELETE Article 1.02.F
c. RENUMBER 1.02.G to 1.02.F
d. RENUMBER 1.02.H to 1.02.G
e. RENUMBER 1.02.I to 1.02.H
f. RENUMBER 1.02.J to 1.02.I
8. Section 26 24 19 – INTELLIGENT MOTOR CONTROL CENTER
a. ADD Article 3.01.D
“D. The Intelligent Motor Control Center shall undergo an Acceptance Testing
at the Vendor location. The Vendor shall make provisions to receive the
PLC control panel and test in conjunction with the Intelligent Motor
Control Center to comply with Portland Water District SCADA Standards
prior to final shipment to the Facility. MCC and PLC Control shall be
powered up, and communications shall be tied together for comprehensive
testing by owner and SCADA integrator.”
9. Section 40 91 00 – INTELLIGENT MOTOR CONTROL CENTER
a. REPLACE Article 1.03C
“C. PLC control panels supplied under this contract shall comply with the
Specifications and the Portland Water District SCADA Standards. PLC
control panels shall undergo Factory Acceptance testing at the panel
manufacturer facility for I/O functionality based on the specifications of the
Portland Water District SCADA standards. Additional Factory Acceptance
testing will be required of the Motor Control Center in conjunction with the
PLC panel onsite at the MCC vendor location. PLC panel will be required
to transport to the MCC vendor for this testing and then delivered to the
client site once testing is complete.”
10. Section 40 91 00
a. ADD Data Sheet 40 91 00 2.06A – Alarm Signaling Light. Refer to Data Sheet
in Attachment No. 2.
C. CHANGES TO DRAWINGS
1. Drawing A01
a. DELETE Notes 5 and Note 6 and REPLACE with:
"5. PROVIDE A 2" THICK ACOUSTIC PANEL AT THE UNDERSIDE OF
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 4 of 6 6/19/2015
PENTHOUSE LOUVER CEILING ON WEST END OF BLOWER
ROOM. SEE SECTION A/A-2. SIZE OF ACOUSTIC PANEL SHALL
MATCH THE SIZE OF PENTHOUSE LOUVER AND SHALL BE
PROVIDED BY LOUVER MFR.
6. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH
MANUFACTURERS SPEFICICATION. OWNER SHALL SELECT
COLOR FROM MANUFACTURERS FULL RANGE OF COLORS.
BASIS OF DESIGN ARE ALPHASORB HIGH IMPACT ACOUSTIC
PANELS AS MANUFACTURED BY ACOUSTICAL SOLUTIONS OR
APPROVED EQUAL."
2. Drawing A02
a. ADD the following to the end of Note1:
"... SURFACE PREPERATION FOR CRYSTALLINE WATERPROOFING
INSTALLATION SHALL BE IN ACCORDANCE WITH MFR WRITTEN
INSTRUCTIONS."
3. Drawing A03
a. Drawing A03 is reissued. Refer to the revised drawing A03 in Attachment No. 1.
4. Drawing R04
a. Drawing R04 is reissued. Refer to the revised drawing R04 in Attachment No. 1.
5. Drawing M05
b. Drawing M05 is reissued. Refer to the revised drawing M05 in Attachment No. 1.
6. Drawing M07
c. Drawing M07 is reissued. Refer to the revised drawing M07 in Attachment No. 1.
7. Drawing E10.01
a. DELETE Keyed Note 1 and REPLACE with:
“1. DISCONNECT AND REMOVE EXISTING MEDIUM VOLTAGE
CIRCUIT BREAKER, CTS, RELAY, DISPLAYS AND DOOR UNIT.
PROVIDE NEW COMPARTMENT WITH CIRCUIT BREAKER, CTS,
NEW DIGITAL PROTECTIVE RELAY UNIT AND DOOR. PROVIDE
ALL NECESSARY ADDITIONAL HARDWARE AND SUPPORTS
FOR INSTALLATION. REFER TO SPECIFICATIONS FOR TRIP
TYPES AND SETTINGS. REFER TO VENDOR DOCUMENTATION
FOR INSTALLATION REQUIREMENTS.”
E. Bidding Questions
The following questions and answers are questions received as of June 17, 2015.
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 5 of 6 6/19/2015
Q1: Does the fill under the slab between sedimentation basin 2 and 3 contain
hazardous soil?
A1: No, the note on C-02 only covers the soil removal shown on the C-01 and C-
02. The fill above the tunnel roof is assumed to be clean.
Q2: What is the weight limitations for construction equipment between the end of the
aeration basins and the sedimentation basins?
A2: Weight limitations for construction equipment are up to the contractor’s means
and methods such that no damage is caused to existing structures and
utilities. Refer to Specification Section 01170 paragraph 1.03.A, and General
Conditions articles 7.01.A and 7.12.A.3. If contractor desires to temporarily place
or move heavy loads on or adjacent to existing structures and utilities that in the
opinion of the Engineer may cause damage to the existing structures and utilities,
the contractor shall submit for approval to the Engineer plans and calculations
signed and sealed by a Professional Engineer licensed in the State of Maine
indicating that the application of the temporary loads will not exceed the load
capacities of the existing structures or utilities. Archive record drawings of the
existing structures and utilities will be available for review after the contract has
been awarded.
Q3: What is the weight limitation for construction equipment between sedimentation
basin 2 and 3 over the tunnel?
A3: Prior to any demolition work or modification of the tunnel roof between
sedimentation basin 2 and 3, and after the completion of all structural
modifications to the tunnel roof as shown on the contract drawings, the tunnel
roof can safely support a uniform load of 250 pounds per square foot over its
entire area in addition to the existing fill material on top of the roof. During the
work, the load that the tunnel roof can safely support depends on the contractor’s
construction sequence and means and methods of performing the work. See the
response to the question above for additional information.
Q4: Please clarify the process insulation and heat trace. Note 2 on sheet 15390-3
appears to be in error. “Provide heat trace insulation as specified on all exterior
exposed piping within the blower room.”
A4: Insulation only is to be provided for all air piping within the blower room.
Specification notes updated.
Q5: Reference drawing C-02. Note 6 indicates soils to be excavated and disposed of as
a special waste. Does this also apply to the soil to be excavated above the
proposed blower room shown on drawing S-10?
A5: No, the note on C-02 only covers the soil removal shown on the C-01 and C-
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 6 of 6 6/19/2015
02. The fill above the tunnel roof is assumed to be clean.
Q6: Ref drawings A-2, S-12 and M-07. Please furnish a detail for the pipe and HVAC
penetrations thru the roof of the tunnel. Will these sleeves need to be flashed or
sealed? Are sleeves for the future blower to be installed and capped?
A6: Pipe penetrations through the roof of the tunnel are detailed in Section D-D on
drawing S12. HVAC penetrations through the roof of the tunnel are detailed in
Sections G-G or H-H on drawing S12, depending on location. The sleeves need
to be sealed with a silicone seal. The sleeves for the future blower shall be
installed and capped.
Q7: Reference drawing A-2. Please clarify the note “Acoustical Panel” on the HVAC
Inlet
A7: See note 5 on A-1.
Q8: Reference drawing A-2, Note 1. Please clarify the surface prep, required for the
crystalline waterproofing to be applied on top of the tunnel roof. Has this surface
been previously coated?
A8: See revision to Note 1 on sheet A-2 in Addendum 3. Record Drawings do not
show any existing coatings above the tunnel between Primary Sedimentation
Tanks 2 and 3.
Q9: Reference drawing A-3, Finish Schedule. Please clarify the note Gyp Bd / Pt for
the walls in the electrical room. Will the north wall of the blower room require
sealer?
A9: See attached revised A-3 drawing.
Q10: Reference drawing S-40 thru S-46. Please indicate the location and quantity of
pipe support types 6, 6A, 6B, 7, 8 and 9 on the plan view drawings.
A10: The Air Pipe Support Schedule on drawing S40 indicates the pipe support type to
be used at each pipe support number. The table of Air Pipe Support Dimensions
on drawing M09 and the mechanical drawings indicate the location of the air pipe
supports. Contractor to coordinate.
Q11: Are the structural steel pipe support frames to be painted or galvanized?
A11: Galvanized, in accordance with note PA-2 on drawing S40.
Q12: Reference drawing S-42. Section F/S-44 is not on drawing S-44.
A12: Section F is on drawing S44, between Sections E and G and above Section S.
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 7 of 6 6/19/2015
Q13: Reference drawings M-01 and M-10. Would it be acceptable for pipe penetrations
thru existing concrete walls be core drilled and linc sealed and the pipe
penetrations thru new concrete walls be made with a D.I. wall pipe, with flanges
drilled and tapped, cast within the wall? Wall pipes that penetrate gang forms are
not advisable.
A13: Yes, pipe penetrations can be core drilled and link-sealed for existing walls and
drilled and tapped flanged wall pipes cast into the wall for new walls. Mechanical
joints shall be utilized for underground piping.
Q14: Please indicate the distance between the 36’’ x 24’’ cross shown on drawing M-
04 and the support number S-005 on the 36’’ header shown on M-05.
A14: The distance between the cross and support number S-005 is 23'-4".
Q15: Reference spec. 15390, page 3. Please clarify which piping is to be heat-traced
and insulated.
A15: Insulation only is to be provided for all air piping within the blower room.
Specification notes updated.
Q16: Please provide a specification for the pipe sleeves between the top of the tunnel
and slab on grade.
A16: Refer to Section 15000 – Basic Mechanical Requirements, Article 2.03 - Sleeves.
Q17: You are looking to remove the MV GE Power-Vac breaker, CT’s, PT’s and relays
and add the necessary new PT’s & CT equipment to satisfy the requirements for
the new transformer protection relays per section 2.05 to be installed and reuse the
existing GE Power-Vac breaker based on the note # 1 on drawing DWG-E10.01.
Is this correct?
A17: Revised keyed note 1 on E10.01 to say the following: “Disconnect and remove
existing medium voltage circuit breaker, CTs, relay, displays and door unit.
Provide new compartment with circuit breaker, CTs, new digital protective relay
unit and door. Provide all necessary additional hardware and supports for
installation. Refer to specifications for trip types and settings. Refer to vendor
documentation for installation requirements.”
Q18: Digital Comm Protocol is listed as HART on the cut sheet for DO
Probe/Analyzer. Is HART required or just 4-20 mA? The part number for the
controller called out is for -20 mA communication.
A18: Just 4-20mA is required, Hart is not.
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 8 of 6 6/19/2015
Q19: Drawing E15.02, keyed note 2 requires relocation of existing conduits to allow
new steel grating installation. Photos of these conduits, enclosures and fittings are
attached. We interpret NFPA 820 (table 5.2) to require raceways, enclosures and
fittings suitable for a classified location. Please advise if you agree with this
interpretation which would require classified materials be used rather than
reinstalling the existing enclosures and fittings.
A19: Area is unclassified because the primary sedimentation tanks are covered.
Q20: In Addendum No. 1, B.3.d says replace with “700 calendar days” in Instruction to
Bidders, but the Invitation to Bid says 730 days. Which is correct?
A20: 730 days.
Q21: In Addendum No. 1, B.3.h says to replace with “within in ten (10) working days”
in Item 20. Should this be in Item 22 2nd Paragraph?
A21: Yes.
Q22: What is the make/model of the existing MV Switchgear?
A22: GE Power-Vac 15kv gear
Q23: What is the maximum temperature for the blower room, (tunnel). This is so we
can properly size our air/oil cooler.
A23: The maximum design temperature in the Blower Room is 104 degrees F.
Q24: Where will the main motor conduit come from for the blowers? Will it come up
through the floor or will it come down from above? We want to know how to
orient the motor conduit box.
A24: The motor conduit will be routed along the south wall and terminate down into
the motor conduit box. The conduit box shall be oriented to accept conduit
termination from the top.
Q25: What side of the blower is the motor conduit box to be located? Looking at
drawing M05, sheet no. 46, is it to be on the north side or the south side?
A25: The motor conduit box shall be located on the south side of the motor.
Q26: On drawings E40.01 and E40.02, there are gas detection strobe lights shown.
Please clarify what is required for the gas detection strobe light.
A26: Specification for strobe light was added.
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 Page 9 of 6 6/19/2015
F. ATTACHMENTS
1. Reissued Drawings.
2. Reissued Specifications.
END OF ADDENDUM NO. 3
*****
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 6/19/2015
PWD CIP NO. 21-796
ADDENDUM NO. 3
ATTACHMENT NO. 1
REISSUED AND NEW DRAWINGS
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 6/19/2015
+ + THIS PAGE LEFT BLANK INTENTIONALLY + +
THE PORTLAND WATER DISTRICT
PWD CIP NO. 21-796 ADDENDUM NO. 3
PWD CIP NO. 21-796 6/19/2015
PWD CIP NO. 21-796
ADDENDUM NO. 3
ATTACHMENT NO. 2
REISSUED SPECIFICATIONS
00300 - 1 05/18/2015
Section 00300
Bid Form
PROJECT IDENTIFICATION: EEWWTF AERATION SYSTEM UPGRADES
500 Marginal Way
Portland, ME 041011
ARTICLE 1 – BID RECIPIENT
BID SUBMITTED TO: Portland Water District
c/o Purchasing Agent1
225 Douglass Street
P.O. Box 3553
Portland ME, 04104-3553
1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with OWNER in the form included in the Bidding Documents to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the times indicated in the Bid and in
accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Advertisement and Instructions to Bidders,
including without limitations those dealing with the dispositions of Bid security.
ARTICLE 3 – BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:
A. Bidder has examined and carefully studied the Bidding Documents, the other related data
identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby
acknowledged.
Addendum No. Addendum Date
____________ _____________
____________ _____________
____________ _____________
____________ _____________
____________ _____________
B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local,
and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and is satisfied as to all Federal, State, and local Laws and Regulations
that may affect cost, progress, and performance of the Work.
D. Bidder has considered the information known to Bidder; information commonly known to
contractors doing business in the locality of the Site; information and observations
obtained from visits to the Site; the Bidding Documents; and the Site-related reports and
drawings identified in the Bidding Documents3, with respect to the effect of such
1 Addendum 1 3 Addendum 3
00300 - 2 05/18/2015
information, observations, and documents on (1) the cost, progress, and performance of
the Work; (2) the means, methods, techniques, sequences, and procedures of construction
to be employed by Bidder, including applying the specific means, methods, techniques,
sequences, and procedures of construction expressly required by the Bidding Documents;
and (3) Bidder’s safety precautions and programs.
E. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder
does not consider that any further examinations, investigations, explorations, tests, studies,
or data are necessary for the determination of this Bid for performance of the Work at the
price(s) bid and within the times and in accordance with the other terms and conditions of
the Bidding Documents.
F. Bidder is aware of the general nature of the Work to be performed by OWNER and others at
the Site that relates to the Work as indicated in the Bidding Documents.
G. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and the written
resolution thereof by Engineer is acceptable to Bidder.
H. The Bidding Documents are generally sufficient to indicate and convey understanding of
all terms and conditions for the performance of the Work for which this Bid is submitted.
I. Bidder will submit written evidence of its authority to do business in the State or other
jurisdiction where the Project is located not later than the date of its execution of the
Agreement.
ARTICLE 4 – BIDDER’S CERTIFICATION
4.01 Bidder further represents that:
A. This Bid is genuine and not made in the interest of or on the behalf of any undisclosed
individual or entity and is not submitted in conformity with any agreement or rules of any
group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false
or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything
of value likely to influence the action of a public official in the bidding process;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices
at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free
and open competition;
3. “collusive practice” means a scheme or arrangement between two or more
Bidders, with or without the knowledge of Owner, a purpose of which is to
establish bid prices at artificial, non-competitive levels; and
00300 - 3 05/18/2015
4. “coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the execution of the Contract.
ARTICLE 5 – BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following
price(s):
A. SCHEDULE OF BID ITEMS:
Item
Description
Unit
Unit Price
(In Words & Figures)
Estimated
Quantity
Price
(In Numbers)
1 Aeration System
Upgrades LS
$
1 $
2
Furnishing of Single-
Stage Integrally
Geared Blowers
LS
One-Million Twelve
Thousand Three Hundred
$1,012,300.00
1 $1,012,300
3 Shrinkage Crack
Repair LF
$
1500 $
4 Waterproof Injection
Grout LF
$
150 $
5 Epoxy Crack Repair
Binder LF
$
50 $
6 Surface Spall Repair
Material SF
$
930 $
7 Formed Spall Repair
Material SF
$
310 $
8 Expansion Joint
Repair LF
$
550 $
9 Control Joint Repair LF
$
1400 $
10
Loading,
Transportation and
Disposal of
Hazardous Soil
TON
$
20 $
00300 - 4 05/18/2015
Item
Description
Unit
Unit Price
(In Words & Figures)
Estimated
Quantity
Price
(In Numbers)
11
Removal, Loading,
Transportation and
Disposal of Aeration
Basin Residuals2
TON
$
125 $
12 Building Permit Fee2 ALLOWANCE
Ninety Thousand
$90,000
1 $90,000
Tota
l-BB
TOTAL BASE BID $
BASE BID PRICE (Includes all items)
In Words:
In Figures: $
B. Unit Prices have been computed in accordance with paragraph 11.03.B of the General
Conditions.
C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the
purpose of comparison of Bids, and final payment for all Unit Price Bid items will be
based on actual quantities provided, determined as provided in the contract Documents.
D. The Owner is exempt from Maine State sales and use taxes on materials and equipment
to be incorporated in the work. Said taxes shall not be included in the Bid.
E. The basis of award will be the lowest qualified bid of the Total Base Bid, Item ‘Total-
BB’.
F. Bids received from all bidders shall remain in effect for a period of 60 (sixty) working
days after the bid opening or until the effective date of the agreement with the low bidder,
whichever occurs first.
ARTICLE 6 – TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in
accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the
number of calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damage.
ARTICLE 7 – ATTACHMENTS TO THIS BID
7.01 The following documents are attached to and made a condition of the Bid:
2 Addendum 2
00300 - 5 05/18/2015
A. Required Bid security in the form of a Bid Bond (EJCDC No. C-430) or Certified Check
(circle type of security provided);
B. List of Proposed Subcontractors;
C. List of Proposed Suppliers;
D. List of Project References;
E. Evidence of authority to do business in the state or jurisdiction of the Project; or a written
covenant to obtain such license within the time frame for acceptance of Bids;
F. Contractor’s License No.: [or] Evidence of Bidder’s ability to
obtain a State Contractor’s License and a covenant by Bidder to obtain said license within
the time for acceptance of Bids;
G. DBE program forms per the Instructions to Bidders and Supplementary Conditions;
ARTICLE 8 – DEFINED TERMS
8.01 The terms used in this Bid with the initial capital letters have the meanings indicated in the
Instructions to Bidder, the General Conditions, and the Supplementary Conditions.
ARTICLE 9 – BID SUBMITTAL
9.01 This Bid is submitted by:
If Bidder is:
An Individual
Name (typed or printed): SEAL,
if required
By: by State
(Individual’s signature)
Doing business as:
A Partnership
Partnership Name SEAL,
if required
By: ______________________________________________ by State
(Signature of general partner -- attach evidence of authority to
sign)
Name (typed or printed):
A Corporation
Corporation Name:
00300 - 6 05/18/2015
State or Jurisdiction of Incorporation:
Type (General Business, Profession, Service, Limited Liability):
By: ______________________________________________
(Signature -- attach evidence of authority to sign)
Name (typed or printed):
(Signature of Corporate Secretary)
Date of Qualification to do business in the State of Maine is ___/___/
A Joint Venture
Name of Joint Venture:
First Joint Venture Name: SEAL, if
required
by State
By:
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
Title:
Second Joint Venture Name: SEAL, if
required
by State
By:
(Signature of joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
Title:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is party to the venture should be in the manner indicated above.)
Bidder’s Business address:
______________________________________
Business Phone No. ( ______ ) ______________
Business FAX No. ( ______ ) _____________
Title:
Attest
CORPORATE
SEAL,
if required by State
00300 - 7 05/18/2015
Business E-Mail Address
State Contractor License No.________________________________________ . (If applicable)
Employer’s Tax ID No. __________________________________________
Phone and FAX Numbers, and Address for receipt of official communications, if different
from Business contact information:
Bid submitted on , 20___.
*** END OF SECTION ***
ALARM SIGNALING LIGHT
TAG NO: Note 1 PAGE: 1 of 1
P&ID #: PRINTED: 6/17/2015
SPEC. NO: 40 91 00 - 2.06A
PROJECT NUMBER: 227790.01 REV REVISION DESCRIPTION BY DATE
DESCRIPTION: Portland Water District - A Draft JGT 6/17/2015
EEWWTP Aeration Upgrades
SERVICE:
GENERAL
Type: Allen-Bradley Connection-Process: ½” NPT Female
Span Range Min/Max: N/A XMTR Body Material: Aluminum
Output Signal: N/A XMTR Element Material:
Accuracy: N/A XMTR Fill Fluid:
Air/Power Supply: 120VAC Power Diaphragm Seal (Y/N):
Max. Press. Rating: Seal Material (Non-Wet):
Area Classification: Dia/Housing (Wet):
Enclosure Rating: Fill Fluid:
Local Indicator/Type: Capillary Length: N/A
Mounting – Elect.: Pipe / Panel Mount Capillary Material: N/A
Mounting – Sensor: Capillary Armor: N/A
CALIBRATION Input (0% / 100%): Scale (0% / 100%):
Output (0% / 100%): Process (0% - 100%):
PROCESS DATA
Proc Fluid / State: Flow (Min/Oper/Max):
Specific Gravity: Flow Units:
Percent Solids: Pressure (Min/Oper/Max):
Conductivity: Pressure Units:
Viscosity: Temperature (Min/Oper/Max):
Line Size / Sched.: Temperature Units:
Line No.:
ACCESSORIES
Vent/Drain: Option-1:
Instrument Tag: Yes – SS Engraved (Note 1) Option-2:
Manifold Valve: Option-3:
MANUFACTURER OR APPROVED EQUAL
Manufacturer 1: Allen Bradley part no. 855BS-N45SL4
Manufacturer 2: Edwards Signaling part no. 125LEDFR120AB
Manufacturer 3:
NOTES
1. Refer to Instrument Index for tag numbers.
2.
3.
4.
5.
6/17/2015 Configuration Results
http://raise.rockwellautomation.com/RAConfig/resultsComponents.asp?CID=5E1E85492BB44B6088943F7BAE5F730C 1/2
Configuration Results
Representative Photo Only (actual product may vary based onconfiguration selections)
Product: 855BSN45SL4Description: Round 90 mm Beacon, 1/2 inch Conduit Mount, Standard,
120/240V AC/DC Full Voltage, LED Single Color SelectableSteady/Flash, Red
Selected Components Short Circuit Current Rating
Selected ComponentsCatalog Number Qty Product Description Supplementary Documents
855BSN45SL4 1 Round 90 mm Beacon, 1/2 inch Conduit Mount,Standard, 120/240V AC/DC Full Voltage, LEDSingle Color Selectable Steady/Flash, Red
Product Details and CertificationsPhoto3D STEP Model (STP)
Contact your Rockwell Automation Distributor or sales representative for local pricing.
top related