Page 1 of 7 ADDENDUM NO. 2 TO THE CONTRACT PROVISIONS AND CONTRACT PLANS FOR CITY OF SOUTH BEND WATER TREATMENT PLAN UPGRADE AND EXPANSION G&O #15286 ISSUED THIS DATE: FRIDAY, SEPTEMBER 18, 2020 BID OPENING: 11:00 AM (LOCAL TIME) ON WEDNESDAY SEPTEMBER 23, 2020 CITY OF SOUTH BEND 1102 WEST 1 st STREET SOUTH BEND, WASHINGTON, 98586 Bidder shall acknowledge receipt of this Addendum on Page 1 of the Bid Form. TO PROSPECTIVE BIDDERS: The attention of all prospective bidders on the above project is directed to the following additions and modifications to the Contract Provisions and Contract Plans. I. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE CALL FOR BIDS ITEM 1: Page CB-1, CALL FOR BIDS REVISE the Engineer’s Estimate as follows (added text is italicized, deleted text is shown as strike out): “ENGINEER’S ESTIMATE $1,500,000 $1,800,000” II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE TECHNICAL SPECIFICATIONS ITEM 1: Page iii, Technical Specifications Table of Contents Under Division 16, Electrical, ADD the following: “16910 PLC Hardware and Software Procurement .............. 16910-1 16940 Control Panels ........................................................ 16940-1”
53
Embed
ADDENDUM NO. 2 TO THE CONTRACT PROVISIONS ......Provide a “washdown filter” fan set, capable of eliminating sprayed water entry, stainless steel, 120 VAC, 310 CFM, 3.8 Amps max.,
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1 of 7
ADDENDUM NO. 2 TO THE CONTRACT PROVISIONS AND CONTRACT PLANS
FOR
CITY OF SOUTH BEND WATER TREATMENT PLAN UPGRADE AND EXPANSION
G&O #15286
ISSUED THIS DATE: FRIDAY, SEPTEMBER 18, 2020 BID OPENING: 11:00 AM (LOCAL TIME) ON WEDNESDAY SEPTEMBER 23, 2020 CITY OF SOUTH BEND 1102 WEST 1st STREET SOUTH BEND, WASHINGTON, 98586 Bidder shall acknowledge receipt of this Addendum on Page 1 of the Bid Form.
TO PROSPECTIVE BIDDERS: The attention of all prospective bidders on the above project is directed to the following additions and modifications to the Contract Provisions and Contract Plans. I. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE CALL
FOR BIDS
ITEM 1: Page CB-1, CALL FOR BIDS REVISE the Engineer’s Estimate as follows (added text is italicized, deleted text is shown as strike out):
“ENGINEER’S ESTIMATE $1,500,000 $1,800,000”
II. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE TECHNICAL SPECIFICATIONS
ITEM 1:
Page iii, Technical Specifications Table of Contents Under Division 16, Electrical, ADD the following:
“16910 PLC Hardware and Software Procurement .............. 16910-1 16940 Control Panels ........................................................ 16940-1”
Page 2 of 7
ITEM 2: Page 01110-4, Specification Section 01110-1.5 A., TEMPORARY CHLORINE FEED SYSTEM REVISE the section as follows (added text is italicized):
“The installation of a temporary 12.5 percent sodium hypochlorite feed
system capable of meeting the both finished water and CIP requirements
as noted in the design criteria on the plan sheets. The temporary system
must be completed before the demolition of the existing chlorine room and
equipment can take place. This temporary system must remain functional
until the sodium hypochlorite generation and feed systems are installed
and functional.” ITEM 3: Page 11240-2, Specification Section 11240-1.6, WARRANTY DELETE the paragraph in its entirety and REPLACE it with the following:
“In addition to the warranty required in the General Conditions, the equipment manufacturer shall provide a warranty covering defects in materials and workmanship for 2 years following the date of substantial completion. The warranty shall be in printed form, shall apply to all similar units, and shall include parts and labor.”
ITEM 4: Page 11241-1, Specification Section 11241-1.3, EQUIPMENT LIST REVISE the list of equipment as shown below (added text is italicized):
Equipment “Item Quantity Number Sodium Hydroxide Neutralization Pump 1 1 PMP-861 Sodium Hydroxide Corrosion Control Pump 2 1 PMP-862 Corrosion Control Storage Tank 1 CHT-870 Sodium Hydroxide Spare Pump 1 N/A”
ITEM 5: Page 11241-1, Specification Section 11241-1.4, PERFORMANCE REQUIREMENTS REVISE the second paragraph as shown below (added text is italicized):
“The Sodium Hydroxide Neutralization Pump and the Spare Sodium Hydroxide Pump shall be capable of pumping from 1 to 20.47 gph of sodium hydroxide solution (25 percent) solution at a pressure of 29 psi.”
Page 3 of 7
ITEM 6: Page 11241-5, Specification Section 11241-2.2 E., APPROVED MANUFACTURER REVISE the first paragraph as shown below (added text is italicized):
“The sodium hydroxide neutralization feed pump and the Spare Sodium Hydroxide Pump shall be a Prominent GXLa 0280 or Engineer approved equal.”
ITEM 7: Page 11242-1, Specification Section 11242-1.3, PERFORMANCE REQUIREMENTS REVISE the first paragraph as shown below (added text is italicized, deleted text is shown as strike out):
“The Sodium Bisulfite pump shall be capable of pumping from 1 to 50 gph of sodium bisulfite solution (5038 percent) solution at a pressure of 100 psi.”
ITEM 8: Page 11243-1, Specification Section 11243-1.3, PERFORMANCE REQUIREMENTS REVISE the first sentence of the first paragraph as shown below (added text is italicized, deleted text is shown as strike out):
“The citric acid pump shall be capable of pumping from 1 to 50 gph of citric acid solution (7550 percent) solution at a pressure of 100 psi.”
ITEM 9: Page 13451-1, Specification Section 13451-1.1, SCOPE ADD the following line to the end of the paragraph.
“All PLC programming shall be by Evoqua (the filter manufacturer).” ITEM 10: ADD Specification Section 15110 in its entirety.
Page 4 of 7
ITEM 11:
Page 15210-1, Specification Section 15210-1.3, EQUIPMENT LIST REVISE the list of equipment as shown below (added text is italicized):
Equipment “Item Number Air Compressor 1 (by Evoqua) ACU 651 Air Compressor 2 (by Evoqua) ACU 652 Air Receiver Tank (by Evoqua) ARR-65G Air Regulation Valve Assembly (by Evoqua) Note, this equipment is provided by Evoqua, and installed by the Contractor.”
ITEM 12:
Page 16230-5, Specification Section 16230-1.5. A, REPLACE the generator sequence table shown on pages Page 16230-5, 16230-6, and 16230-6 with the following:
01 VF 01 Motor H 1.5 2.4 FVNR 01 VF 02 Motor H 1 1.7 FVNR
01 XFMR 01 Transformer,
Step Down --- ----- 36.0 -----
TR-LPA
Transformer,
Step Down
Panelboard
LPA
--- ----- 36.0 -----
Step 2
01 ACU 651
Air
Compressor,
Motor No.1
H 10 11.2 FVNR
01 MTR 113 Motor, Raw
Water H 25 27.1 VFD 6PLS
01 MTR 712 Motor, Finished
Water H 75 76.5 VFD 6PLS
Step 3
01 ACU 652
Air
Compressor,
Motor No.2
H 10 11.2 FVNR
ITEM 13: ADD Specification Section 16910 in its entirety. ITEM 14:
ADD Specification Section 16940 in its entirety.
Page 6 of 7
III. ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE CONTRACT PLANS
ITEM 1: SHEET M1-5, UPPER LEVEL IMPROVEMENTS AND UPGRADES ADD the following note:
“NOTE:
1. CONTRACTOR TO DESIGN AND INSTALL A MOUNTING SYSTEM FOR TURBIDIMETERS AEA-613, 614, AND 615. EACH UNIT WILL BE ATTACHED TO ITS RESPECTIVE FILTER SKID AT THE NORTHWESTERLY CORNER OF THE SKID SUPPORT USING FRP UNISTRUT AND STAINLESS STEEL MOUNTING HARDWARE. THE UNITS SHALL BE MOUNTED WITHIN THE EXISTING OPEN SPACE OF THE SKID FRAMEWORK TO MINIMIZE INTRUSION OF THE UNIT INTO THE WALKWAY NEXT TO THE SKID AND ALLOW PERSONNEL ACCESS BETWEEN THE SKID AND THE OVERHEAD DOORS ON THE OPPOSITE WALL. THE CONTRACTOR SHALL ALSO PROVIDE FLEXIBLE TUBING ON EACH TURBIDIMETER PER THE MANUFACTURER’S RECOMMENDATION FROM THE EXISTING SAMPLE TAP ON THE SKID TO THE UNIT AND DRAIN TUBING FROM THE UNIT TO THE FLOOR TRENCH DRAIN LOCATED ALONG THE SOUTHERLY EDGE OF THE FILTER UNITS.”
ITEM 2: SHEET M1-13, UPPER LEVEL IMPROVEMENTS AND UPGRADES DETAILS
ADD the following note to the Sheet:
“NOTE:
1. ALL CHEMICAL FEED PUMP SUCTION LINES SHALL BE TERMINATED WITH A MINIMUM OF 60″ OF FLEXIBLE TUBING AT EACH CHEMICAL FEED DRUM. THE FLEXIBLE TUBING SHALL BE COMPATIBLE WITH THE CHEMICALS USED AS RECOMMENDED BY THE MANUFACTURER. THE FLEXIBLE TUBING SHALL BE ROUTED DOWN THRU THE DRUM OPENING AND SHALL TERMINATE WITH A POLYPROPYLENE FOOT VALVE.
2. A POLYPROPYLENE HOOK SHALL BE MOUNTED ON THE
WALL ABOVE EACH IN USE CHEMICAL DRUM. THE HOOK SHALL BE FIELD POSITIONED TO ALLOW THE FLEXIBLE TUBING TO BE SUPPORTED WHILE EMPTY DRUMS ARE REPLACED WITH FULL DRUMS.”
Page 7 of 7
ITEM 3: SHEET M1-15, LOWER LEVEL SMALL PIPPING DETAILS, DETAIL 1 ADD the following note to the Sheet:
“NOTE:
1. THE COMPRESSED AIR RECEIVING TANK, THE AIR REGULATION VALVE ASSEMBLY, AND THE TWO (2) COMPRESSORS ARE PROVIDED BY EVOQUA UNDER A SEPARATE CONTRACT. THE AIR REGULATION VALVE ASSEMBLY IS FROM FLANGE TO FLANGE AS SHOWN ON EITHER SIDE OF EACH 3x2 REDUCER. ALL WORK SHOWN SHALL BE INSTALLED BY CONTRACTOR.”
ITEM 4: SHEET A2-1, ROOF DEMO PLAN REVISE the callout on the Floor Plan as shown below (added text is italicized, deleted text is shown as strike out):
“OLD LAB ROOM SHALL BE CONVERTED INTO STORAGE ROOM. DEMO TILE FLOORING AND PAINT WALLS (SEE PHOTO NEXT SHEET)”
ITEM 5: SHEET A2-2, BUILDING DEMOLITION ELEVATIONS DELETE the following callout in its entirety:
“WIRE WHEEL CLEAN EXISTING WALLS AND PAINT WHITE” ITEM 6: SHEET S1-1, EAST WATER TREATMENT PLANT STRUCTURAL DETAILS DELETE Sheet S1-1 in its entirety and REPLACE with the attached revised Sheet S1-1. ITEM 7: SHEET E-11B, MOTOR STARTER ELEMENTARY WIRING DIAGRAM DELETE Sheet SE-11B in its entirety and REPLACE with the attached revised Sheet E-11B.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 15110-1R
SECTION 15110
VALVE OPERATORS AND OPERATOR APPURTENANCES
PART 1 GENERAL
1.1 SCOPE
The work specified in this Section includes furnishing and installing valve and
slide gate operators and related valve and slide gate operator appurtenances as
required to completely interconnect all equipment with piping for a complete
operable system as shown on the Plans and as specified herein.
1.2 RELATED WORK SPECIFIED ELSEWHERE
Section Item
01300 Submittals
1.3 EQUIPMENT LIST
Equipment numbers for pneumatic motor operators are as follows:
Item Equipment Number Control Type
Pneumatic valve actuator NDV-964 Open/Close
Pneumatic valve actuator NDV-965 Open/Close
1.4 OPERATING REQUIRENTS
The operator shall be able to operate the valve with the following conditions
without overload.
Equipment Number Valve Type/Size
Cycles
/Minute
NDV-964 12” Butterfly Continuous
NDV-965 12” Butterfly Continuous
1.5 SUBMITTALS
Submit Catalog cuts and shop drawings in accordance with Section 01300 to
demonstrate that the valve operator s conform to the Specifications requirements.
The Contractor shall furnish manufacturer’s installation and operation manuals,
bulletins, and spare parts lists for all operators.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 15110-2R
1.6 QUALITY ASSURANCE
All valve operators on this project shall be furnished and installed in accordance
with the applicable AWWA Standards except as otherwise noted herein.
PART 2 PRODUCTS
2.1 APPROVED MANUFACTURERS
The pneumatic actuator shall be a Keystone F89U-032 DA quarter turn actuator
by Emerson, or approved equal.
The structural, mechanical and electrical designs shown on the Plans are based on
the equipment manufactured by Emer. Any modifications to the mechanical,
structural, electrical, instrumentation and control and other portions of work that
may be required to adapt the general layout and details shown on the Plans to the
equipment actually furnished shall be at no additional cost to the Owner. All
necessary revisions shall be made at Contractor’s sole expense. All redesign
information prepared by the contractor shall be submitted for review prior to
incorporating the redesign into the work.
2.2 VALVE OPERATORS
A. PNEUMATIC ON/OFF CONTROL VALVE OPERATORS
The pneumatic valve operators (actuators), where shown on the Plans,
shall be a double acting actuator.
Air supply shall be at a max dynamic pressure of 120 psi and max static
pressure of 145 psi.
Total actuator cycling time shall be 0.7 seconds for opening and 0.6
seconds for closing when operated with an air pressure of 80 psi.
The actuator body and end caps shall be anodized aluminum with
electrostatic powder coating (ESPC).
The actuators shall be suitable for mounting on the existing valves, which
they are to operate. Actuators shall be suitable for operation for
temperatures -4 degrees to 176 degrees F. Externally adjustable
mechanical stops shall be provided with a setting of 80 degrees to
100 degrees of output movement.
All valve levers shall be installed in the same relative orientation for ease
of operation.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 15110-3R
PART 3 EXECUTION
3.1 INSTALLATION
The actuators shall be installed as shown on the Plans and in strict accordance
with the manufacturer’s instructions and recommendations.
The Contractor shall coordinate the equipment installation with all other
associated equipment to insure a complete and workable installation.
All valve operators and accessories shall be installed in a manner and location as
shown on the Plans or as required for the application and in accordance with
manufacturer’s recommendations.
3.2 MANUFACTURER’S SERVICES
The services of a factory-trained representative of the actuators manufacturer shall
be provided. Services shall include 2 days (two visits) onsite for the supervision
of equipment startup, testing and instruction of the Owner’s personnel in the
operation and maintenance of the equipment, as well as two follow-up visits. One
trip (1 day) shall be for installation inspection, certification and testing; and one
trip (2 days) shall be for startup, training and performance testing. Instruction and
training of the Owner’s personnel shall not take place until startup is completed
and the system is fully operational and shall be at a time and location agreed to by
the Owner. The cost of these services shall be included in the bid price.
*** END OF SECTION ***
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16910-1R
SECTION 16910
PLC HARDWARE AND SOFTWARE PROCUREMENT
PART 1 GENERAL
1.1 SCOPE
The work specified in this Section consists of hardware and software procurement
of Programmable Logic Controllers (PLCs) and Operator Interface Units (OIUs)
for control panel [01 CP 02].
For programming requirements, reference specification 13451.
1.2 RELATED WORKS SPECIFIED ELSEWHERE
Section Item
01300 Submittals
13451 PLC Programming
16050 Basic Electrical Materials and Methods
1.3 REFERENCES
Reference Title
NEMA National Electrical Manufacturers Association
ICS-1 General Standards for Industrial Control and Systems
ICS-1.1 Safety Guidelines for the Application, Installation and
Maintenance of Solid State Control
ICS-4 Terminal Blocks for Industrial Use
ICS-6 Enclosures for Industrial Controls and Systems
Publication NO 250 Enclosures for Electrical Equipment (1000 V maximum)
NFPA National Fire Protection Association
NEC National Electric Code
1.4 SYSTEM DESCRIPTION
A. HARDWARE AND SOFTWARE REQUIREMENTS
1. The system includes racks, central processing units (CPUs),
input/output (I/O) modules, communication modules, power
supplies, OIUs, and associated accessory items to provide a
complete and functional process control system for the facility.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16910-2R
2. The system includes development and application software
required by the PLC and OIU hardware to provide complete
operation functionality for the facility.
B. PERFORMANCE REQUIREMENTS
Reference Specification Section 13451 for PLC Programming and Process
Control Description.
1. The installed system is capable of performing the functional and
operational algorithms required for control of the process.
1.5 DEFINITIONS
Reference specification 16050.
1.6 SUBMITTALS
A. Submit under the provisions of Specification Section 01300.
B. PRODUCT DATA
1. Submit an electronic version of the manufacturer’s data sheets for
hardware components including specific model numbers for each
device and size of memory provided in each CPU.
2. Submit an electronic version of the manufacturer’s installation and
user’s manuals.
3. If required by the software manufacturer provide a “runtime”
license of the software to the Owner and provide copies of the
license agreement to the Owner.
C. OPERATION AND MAINTENANCE MANUALS
1. Provide specific information including:
a. An electronic version of the manufacturer’s published
operation and maintenance manual, user’s manual, and
troubleshooting guide.
b. Information for obtaining assistance and troubleshooting,
parts ordering information, and field service personnel
requests.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16910-3R
1.7 QUALITY ASSURANCE
A. QUALIFICATIONS
Programmer must have testing hardware and sufficient programming
experience to demonstrate operational functionality per Section 2 herein.
1.8 EXTRA MATERIALS
Reference Specification Section 16050 for spare parts.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Subject to compliance with the requirements, provide products by the
following manufacturers:
1. Allen Bradley Company.
B. Procure and provide to the owner a PLC development-level software
package. The PLC and OIU programming software must be the latest
version and must be of the same Manufacturer as the PLC and OIU
hardware.
2.2 EQUIPMENT
A. Conform to NEMA ICS 1.1 for installation and application of the PLC
system.
2.3 COMPONENTS
The PLC CPU, I/O, OIU, and communication cards shall be provided with the
latest version of firmware.
A. CENTRAL PROCESSOR UNIT (CPU)
Allen Bradley: P/N L1769-L24ER, no exceptions.
B. ANALOG INPUT/OUTPUT (I/O) MODULES
Provide modules as defined in the PLC I/O tables in the Plans.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16910-4R
1. Analog Input Cards
Allen Bradley P/N 1769-IF8:
Channels: 8
Input Type: 4-20 mA
Resolution: 16 bit or +/-15 bit
Differential? Yes
Isolated? No
2. Analog Output Cards
Type 1:
Allen Bradley P/N 1769-OF4CI:
Channels: 4
Input Type: 4-20 mA
Resolution: 16 bit
Differential? Yes
Isolated? Yes
C. DIGITAL INPUT/OUTPUT (I/O) MODULES
Provide modules as defined in the PLC I/O tables in the Plans.
1. Digital Input Cards
Type 1:
Allen Bradley P/N 1769-IQ16, no exceptions:
Input Channels: 16
Input Voltage: 24 VDC
Signal Polarity: Sinking/Sourcing (configure card for
sourcing; +24VDC = true)
2. Digital Output Cards
Type 1:
Allen Bradley P/N 1769-OB16, no exceptions:
Output Channels: 16
Output Voltage: 24 VDC
Signal Polarity: Sourcing
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16910-5R
D. POWER SUPPLY UNITS
1. For racks using separate power supplies, use the largest power
supply available for that specific rack.
Allen Bradley P/N 1769-PB4, no exceptions:
Input Voltage: 24 VDC
5 VDC Ampacity: 4 Amps
24 VDC Ampacity: 2 Amps
E. OPERATOR INTERFACE UNIT
1. Provide Operator Interface Units suitable for installation through
the control panel door. Every operator interface unit shall meet the
following requirements.
a. Shall be from the same Manufacturer as the PLC.
b. Shall not degrade the environmental rating of the enclosure
to which it is installed. For outdoor applications, the OIU
shall be provided with a permanently mounted
weatherproof cover viewable with the cover closed.
c. Shall have a display screen that is 6.5 inch minimum
(measured diagonally).
d. Shall have 18-bit color graphics
e. Shall have a minimum of one 10/100 MB ethernet port and
one USB port.
f. Shall have a minimum of 512 MB of RAM and 512 MB of
storage.
g. Shall be provided with a power supply if required to
operate from the same power source as the PLC.
2.4 ACCESSORIES
Provide all accessories required, whether indicated or not, for a complete PLC
control system to accomplish the requirements of the Plans and Specifications.
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16910-6R
2.5 SOURCE QUALITY CONTROL
A. SHOP TEST
1. Submit a shop test plan indicating how the test will be conducted,
and how equipment operation will be verified.
2. Provide a shop test after factory assembly of the PLC control panel
and prior to shipment including the following:
a. Conduct a burn-in period (minimum of 2 days) where the
system is powered continuously and checked for proper
operation and operating temperature.
b. Provide sufficient PLC programming to demonstrate PLC
I/O testing. Include a PC with sufficient software tools to
allow visual demonstration of each digital/analog input
status/value and be capable of forcing digital and analog
outputs. Coordinate effort with PLC programmer if
required (reference Specification Section 13451).
c. Utilize dummy I/Os to verify proper operation.
d. Demonstrate that all PLC hardware is fully functional.
e. Allow for Owner and/or Engineer representatives to
witness the shop test. Provide a minimum of 15 days
notice prior to test.
f. Do not ship the system prior to successful completion of
this testing.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install PLC control system in accordance with manufacturer’s written
instructions.
B. Test, verify and demonstrate access to and functionality of PLC system.
*** END OF SECTION ***
ADDENDUM 2
City of South Bend
Water Treatment Plant Upgrade and Expansion
G&O #15286 16940-1R
SECTION 16940
CONTROL PANELS
PART 1 GENERAL
1.1 SCOPE
The work specified in this Section includes control panels [01 CP 02].