49
ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA, GEORGIA H&A FILE NO. 8050-020-01 HOFSTADTER AND ASSOCIATES, INC. CIVIL/ENVIRONMENTAL CONSULTING ENGINEERS 7/25/19 ITEM NO. 1 Remove and replace the c-410 bid form. ITEM NO. 2 Remove and replace Section 01150 Measurement and Payment. ITEM NO. 3 Remove and replace Section 15521 Automatic Strainer. Please see below for more questions and answers. No more questions shall be reviewed or answered. All Air relief valves on the 18” force main shall be updated to 3”. All valves in the effluent pump station manifold shall be 250 PSI rated. One (1) automatic strainer shall be included as shown in the effluent pump station and shall be a part of the Division I contract. Please use the revised Specification Section 15521 – Automatic Strainer Concrete supports are not shown on the plans but will be required to support the weight of the strainer Reference spec section 2.03 – the specs require a “Control Panel” (with motor starter) for the strainer – but, per Add#1, the MCC will house the motor starter. Is either of these options for the locations for the motor starter acceptable? Please advise. Yes, but if the control panel contains the motor starter, the MCC will need to have a 15 AMP/ 3 POLE circuit breaker added at no cost to the project. The MCC Starter is a spare already in contract. The Contractor shall also provide interlocking to the four pumps.

ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

ADDENDUM NO. 1

WWTP (1.25 MGD)

UNADILLA, GEORGIA

H&A FILE NO. 8050-020-01

HOFSTADTER AND ASSOCIATES, INC.

CIVIL/ENVIRONMENTAL CONSULTING ENGINEERS

7/25/19

ITEM NO. 1 Remove and replace the c-410 bid form. ITEM NO. 2 Remove and replace Section 01150 Measurement and Payment. ITEM NO. 3 Remove and replace Section 15521 Automatic Strainer. Please see below for more questions and answers. No more questions shall be reviewed or answered. All Air relief valves on the 18” force main shall be updated to 3”. All valves in the effluent pump station manifold shall be 250 PSI rated. One (1) automatic strainer shall be included as shown in the effluent pump station and shall be a part of the Division I contract. Please use the revised Specification Section 15521 – Automatic Strainer Concrete supports are not shown on the plans but will be required to support the weight of the strainer Reference spec section 2.03 – the specs require a “Control Panel” (with motor starter) for the strainer – but, per Add#1, the MCC will house the motor starter. Is either of these options for the locations for the motor starter acceptable? Please advise. Yes, but if the control panel contains the motor starter, the MCC will need to have a 15 AMP/ 3 POLE circuit breaker added at no cost to the project. The MCC Starter is a spare already in contract. The Contractor shall also provide interlocking to the four pumps.

Page 2: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

Please confirm the 4” deep well building shown on drawing E1.5 is not part of Division I. Confirmed. No deep well included in the contract. Existing water service from the City system is on site. Plug valves (ISPV1 & ISPV2) are listed as 12” on the valve schedule but sheet M1.1 shows them as 8”. What size valve will be required? Valves shall be 8”. The isometric view is to be updated to show the 12” influent line Referencing 01150 Item 18, Please advise to the proper number of barbed wire strands spec 02451 notes 2.Three strands of barbed wire Are the ductile iron fittings that are used in the spray fields paid for under the Ductile Iron Fittings pay item? YES Are the 4” PVC feeder lines to the drip irrigation paid for under 4” PVC Pipe or are they to be included in the lump sum for the drip irrigation sites? Place in drip irrigation bid item Can you create a pay item for 1-1/2” PVC pipe? YES Confirmed that four (4) Vertical turbine pumps NOT TWO shall be installed in the effluent pump station. Manufacturers named on the bid form or in the individual specifications are approved. If the company is not named on the bid form but is approved in the specs, you may write their name in the substitute fields Specification Section 15322 may be removed from the contract documents. Specification section 16913 is applicable. An alternatives section has been added to the Bid Proposal, Section 6000 Drip Irrigation. This section may or may not be used in the contract amount. It is at the sole discretion of the owner and engineer to select or not select any bid items inside Section 6000. A contractor is allowed to only bid this section and can be provided a separate contract. The tubing size has been updated to 0.6 GPH. Contractor shall have 5 (five) years experience installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA

Page 3: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

Please see update plans sheets

Page 4: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

BID FORM

Unadilla, Georgia

Wastewater Treatment Plant (1.25 MGD)

NOTE(S) TO USER:

1. Refer to Article 1 of the General Conditions for definition of the term “Project.” If applicable, also indicate designated portion of Project for which Bid is submitted.

2. Contract identification, including title, number, and date, that appears in the other Bidding Documents is to be included in above identification.

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page i

Page 5: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

TABLE OF CONTENTS

Page

Article 1 – Bid Recipient ................................................................................................................................ 1

Article 2 – Bidder’s Acknowledgements ....................................................................................................... 1

Article 3 – Bidder’s Representations ............................................................................................................. 1

Article 4 – Bidder’s Certification ................................................................................................................... 2

Article 5 – Basis of Bid ................................................................................................................................... 3

Article 6 – Time of Completion ................................................................................................................... 11

Article 7 – Attachments to this Bid ............................................................................................................. 11

Article 8 – Defined Terms............................................................................................................................ 12

Article 9 – Bid Submittal.............................................................................................................................. 13

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page ii

Page 6: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

ARTICLE 1 – BID RECIPIENT

1.01 This Bid is submitted to:

Honorable Myron Mixon

Mayor, City of Unadilla

563 West Railroad Street

Unadilla, GA 31091

1.02 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 this 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 Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

.

ARTICLE 3 – BIDDER’S REPRESENTATIONS

3.01 In submitting this Bid, Bidder represents that:

A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:

Addendum No. Addendum, Date

B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 1

Page 7: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.

E. Bidder has considered the information known to Bidder itself; 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 any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such 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; and (3) Bidder’s safety precautions and programs.

F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.

I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.

J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.

ARTICLE 4 – BIDDER’S CERTIFICATION

4.01 Bidder certifies that:

A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive 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 any thing 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

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 2

Page 8: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

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

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 e 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):

Division I - WWTP Upgrade

Sections 1000-2000

Section 1000 - Erosion Control

Item QTY Unit Description Unit Price Total Price

1005 4750 LF Silt Fence $ $

1010 1 EA Construction Exits $ $

1015 39519 SY Temporary Grassing $ $

1020 8.17 AC Permanent Grassing $ $

Section 1000 Subtotal: $

Section 2000 - WWTP Items

2005 1 LS Site Preparation/ Demo/Grading Complete $ $

2010 1 LS Influent Drum Screen Structure $ $

2015 1 LS 3 Cell Aeration Lagoon (w/ Aerators) $ $

2020 1 LS Proposed Settling Pond $ $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 3

Page 9: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

2022 1 LS Dredge Existing

Aeration/Proposed Settling Pond, Dry

$ $

2025 1 LS Effluent Structure $ $

2030 1 LS Storage Pond 1 $ $

2032 1 LS Dredge Storage Pond 1, Dry $ $

2035 1 LS Storage Pond 2 $ $

2040 1 LS Effluent Intake Screen $ $

2045 1 LS Effluent Irrigation Pump Station and Building $ $

2046 1 EA Automatic Strainer $ $

2050 1 LS Control Building $ $

2055 1 LS Yard and Misc Piping $ $

2060 3850 LF 6' Chain Link Fence with 3 Strands of Barbed Wire $ $

2065 1 LS Independent Testing $ $

2070 0 EA Replace Existing Sprinkler Heads Type A $ $

2075 0 EA Replace Existing Sprinkler Heads Type B $ $

2080 1 LS Back Up Generator $ $

2085 1 LS Entrance Road and Parking Lot $ $

2090 1 LS Entrance Sign $ $

2095 1 LS Site Lighting $ $

2100 1 LS SCADA System $ $

2105 100 CY Gravel for Trench Stabilization $ $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 4

Page 10: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

2110 1 LS Temporary items to ensure treatment during construction $ $

Section 2000 Subtotal: $

Total Construction Cost - Division I - WWTP - Sections 1000-2000 $

Division II - Force Mains and

LAS - Section 3000-4000

Section 3000 - LAS Erosion

Control

Item QTY Unit Description Unit Price Total Price

3005 12448 LF Silt Fence $ $

3010 5 EA Construction Exits $ $

3015 39519 SY Temporary Grassing $ $

3020 8.17 AC Permanent Grassing $ $

Section 3000 Subtotal: $

Section 4000 - Force Main and LAS

4005 23167 LF 18" PVC C905 DR 18 Pipe $ $

4010 2138 LF 12" PVC C900 DR 18 Pipe $ $

4015 1296 LF 10" PVC C900 DR 18 Pipe $ $

4020 4568 LF 8" PVC C900 DR 18 Pipe $ $

4025 1199 LF 6" PVC C900 DR 18 Pipe $ $

4030 1938 LF 4" PVC C900 DR 18 Pipe $ $

4035 623 LF 3" PVC Pipe $ $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 5

Page 11: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

4040 638 LF 2" PVC Pipe $ $

4041 1484 LS 1.5" PVC Pipe $ $

4045 1345 LF 18" Horizontal Directional Drill (HDD) $ $

4050 595 LF 10" Horizontal Directional Drill (HDD) $ $

4055 9250 LBS DI Fittings $ $

4060 4 EA 2" Air Valves $ $

4062 10 EA 3" Combination Air Valves

4065 1 LS Clearing and Grubbing, where necessary $ $

4070 1 LS Smooth Grading $ $

4075 1 LS Coastal Bermuda $ $

4080 12 EA Water Monitoring Wells $ $

4081 28 EA Sprinkler Assembly, Type 1 $ $

4082 14 EA Sprinkler Assembly, Type 2 $ $

4083 2 EA Sprinkler Assembly, Type 3 $ $

4084 8 EA Sprinkler Assembly, Type 4 $ $

4085 3 EA Sprinkler Assembly, Type 5 $ $

4086 5 EA Sprinkler Assembly, Type 6 $ $

4087 1 LS Site 1 Center Pivot 1 $ $

4090 1 LS Site 1 Center Pivot 2 $ $

4095 1 LS Site 3 Center Pivot 1 $ $

4100 1 LS Site 3 Center Pivot 2 $ $

4105 1 LS Site 4 Center Pivot 1 $ $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 6

Page 12: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

4110 1 LS Site 4 Center Pivot 2 $ $

4115 12 EA Electric Gate Valves with Actuators $ $

4116 8 EA Flow Control Valves $ $

4120 1 LS Independent Soil Testing $ $

4135 6 EA Typical Drain $ $

4140 200 CY Gravel for Trench Stabilization $ $

4145 2345 SY Rock driveway from Posey Road to Site 3. 4" of GABC $ $

4150 20,000 CY Suitable Fill, as needed in sprayfields $ $

Section 4000 Subtotal: $

Total Construction Cost - Division II - LAS - Sections 3000-4000 $

Division III - Inflow and Infiltration (I/I) - Section 5000

Section 5000 - Inflow and Infiltration Evaluation and Repair

5005 115114 LF Sewer Cleaning, ccTV Video, and Report $ $

5010 4500 LF Cured In Place Sewer Repair $ $

5015 150 LF Pipe Bursting $ $

5020 150 LF Trench Cut 8" PVC, 3-6' Cut $ $

5021 150 LF Trench Cut 8" PVC, 6-9' Cut $ $

5022 150 LF Trench Cut 8" PVC, 9-12' Cut $ $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 7

Page 13: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

5023 150 LF Trench Cut 8" PVC, 12-15' Cut $ $

5025 750 SY Pavement Removal and Replace $ $

5030 30 EA Spot Sewer Repair $ $

5032 100 LF Additional Footage, Sewer Point Repair $ $

5035 35 VF Manhole Rehab $ $

5040 10 EA Reconstruction of Existing Invert $ $

5045 35 VF 4' Pre-Cast Manhole $ $

5050 35 EA Adjust Manhole to Grade $ $

5055 35 EA Manhole Ring & Cover $ $

5060 85 EA Service Connection $ $

5065 7500 LF 4" PVC Sewer Service Lateral $ $

5075 2500 LF Silt Fence $ $

5080 2000 SY Temporary Grassing $ $

5085 0.9 AC Turf Establishment $ $

5090 1 LS As-Built Drawings/I&I Report $ $

Section 5000 Subtotal: $

Total Construction Cost - Division III - I/I - Section 5000 $

TOTAL CONSTRUCTION COSTS

TOTAL CONSTRUCTION COST DIVISION I $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 8

Page 14: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

TOTAL CONSTRUCTION COST DIVISION II $

TOTAL CONSTRUCTION COST DIVISION III $

TOTAL CONSTRUCTION COST $

Division II - LAS Alternatives

Section 6000

Section 6000 - LAS Drip

Irrigation Item QTY Unit Description Unit Price Total Price

6005 1 LS Subsurface Drip Irrigation Site 1 $ $

6010 1 LS Subsurface Drip Irrigation Site 3 $ $

Section 6000 Subtotal: $

NOTE: Bidder shall indicate equipment manufacturer(s)

upon which the bid is based. Failure to indicate equipment manufacturer(s) may be considered a non-

responsive bid.

NOTE: Refer to "Instructions to Bidders" (Article 11) and to "General Conditions" (Paragraphs 7.04 & 7.05).

Item No. Equipment

Project Specification

Base Bid or

Substitute Manufacturer and Model Add / Deduct Cost

for Substitute

1 Drum Screen and Compacter

15221 & 15222

Base Bid

(A) CleanTek

(B) WesTech (C) Parkson (D) Vulcan (E) JWC

Substitute (F) $

(G) $

2 Aerators and Mixers

15321 & 15327

Base Bid (A)

Aqua Aerobic Systems

(B) Evoqua (C)

Substitute (D) $

(E) $

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 9

Page 15: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

3 Pasive Intake Screen 15402

Base Bid (A) Johnson Screens

(B) Cook Legacy

Substitute (C) $

(E) $

4 Irrigation Pumps 15511

Base Bid (A) Tencarva

(B) Peerless | Grundfos

Substitute (C) $

(D) $

5 Aeration System Controls 16913

Base Bid (A) Continental (w/ N.E.

Controls)

(B) Hoffman & Lamson

(w/ controls)

Substitute (C) $

(D) $

6 Electro-magnetic Flow Meter 15368

Base Bid

(A) ABB

(B) Endress - Hausen (C) Rosemount (D) Krohne (E) Siemens

Substitute (F) $ (G) $

7 Check Valves 15120 Base Bid

(A) GA Industries

(B) Apco (C) CCNE / Pratt (D) Crispin (E) Cla-Val

Substitute (F) $ (G) $

8 Plug & Gate Valves 15120

Base Bid

(A) DeZurik

(B) Pratt / Milliken (C) GA Industries (D) Clow

Substitute (E) $ (F) $

9 Air Release / Vacuum Valves 15120

Base Bid

(A) GA Industries

(B) Apco (C) Crispin (D) Cla-Val

Substitute (E) $ (F) $

10 Motor Control Center 16480 Base Bid

(A) Cutler-Hammer / Westinghouse

(B) Square D (C) Allen-Bradley (D) Furnas

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 10

Page 16: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

(E) Siemens (F) General Electric

Substitute (G) $ (H) $

11 Automatic Transfer Switch 16495

Base Bid (A) Cummings / Onan

(B) Caterpillar (C) Detroit Diesel

Substitute (D) $ (E) $

12 Packaged

Engine Generator

16622 Base Bid

(A) Cummings / Onan

(B) Caterpillar (C) Detroit Diesel

Substitute (D) $ (E) $

13 SCADA / Instrumentation 16994

Base Bid

(A) Southern Flow

(B) MR Systems

(C) New Technologies

(EMICC)

(D) JK Duren

Substitute (E) $

(F) $

ARTICLE 6 – TIME OF COMPLETION

6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 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 damages.

ARTICLE 7 – ATTACHMENTS TO THIS BID

7.01 The following documents are submitted with and made a condition of this Bid:

A. Required Bid security;

B. List of Proposed Subcontractors;

C. List of Proposed Suppliers;

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 11

Page 17: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

D. List of Project References;

E. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time 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. Required Bidder Qualification Statement with supporting data; and

H. If Bid amount exceeds $25,000, signed Compliance Statement (RD 400-6). Refer to specific equal opportunity requirements set forth in the Supplemental General Conditions.

I. If Bid amount exceeds $25,000 signed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction (AD – 1048).

J. If Bid amount exceeds $100,000 signed RD Instruction 1948-Q, Exhibit A-1, Certification for Contracts, Grants and Loans.

ARTICLE 8 – DEFINED TERMS

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 12

Page 18: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

ARTICLE 9 – BID SUBMITTAL

BIDDER: [Indicate correct name of bidding entity]

By: [Signature]

[Printed name] (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)

Attest: [Signature]

[Printed name]

Title:

Submittal Date:

Address for giving notices:

Telephone Number:

Fax Number:

Contact Name and e-mail address:

Bidder’s License No.:

(where applicable)

NOTE TO USER: Use in those states or other jurisdictions where applicable or required.

EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,

and American Society of Civil Engineers. All rights reserved. Page 13

Page 19: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE:

Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES:

All estimated quantities for unit price items, stipulated in the BID PROPOSAL, or other Contract Documents, are approximate and are to be used as a basis for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under unit price items may differ from the estimated quantities. The basis of payment for work and materials will be the actual amount of work done and materials furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually furnished and the estimated amounts included in the BID PROPOSAL. The Contractor will not be paid for any work which exceeds the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. ITEM NO. 1005, 3005 and 5075 – SILT FENCE: a) Measurement

Measurement of the silt fence will be on the basis of linear footage installed as determined by the Engineer. This item will only be paid for when the Engineer directs its use and is approved in writing before this work occurs.

b) Payment

Payment for the silt fence will be on the basis of the unit price in the BID PROPOSAL and shall include silt fence, posts, haybales, labor and incidentals required to properly install, maintain, and remove the silt fence. 4. ITEM NO. 1010 AND 3010 – CONSTRUCTION EXITS:

a) Measurement. Measurement for construction exits will be on the basis of each completely

installed and removed.

b) Payment. Payment for construction exits will be on the basis of the unit price in the BID

PROPOSAL and shall include all labor, rock aggregate, underliner, maintenance, and any other appurtenances necessary to properly construct and maintain and remove the construction exits.

5. ITEM NO. 1015, 3015 and 5080 – TEMPORARY GRASSING:

a) Measurement.

01150-1 3032-290-01/10.13

Page 20: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

Measurement for temporary grassing will be on the basis of the square yardage. Temporary grassing will only be paid for when the Engineer directs the use of temporary grassing and is approved in writing before the work occurs.

b) Payment. Payment for the temporary grassing will be on the basis of the unit price in the

BID PROPOSAL and shall include all grass seed, mulch, labor and incidentals required to install and maintain temporary grassing. 6. ITEM NO. 1020, 3020 and 5085 – PERMANENT GRASSING/TURF

ESTABLISHMENT: a) Measurement.

Measurement of permanent grassing will be on the basis of the acreage grassed at the existing WWTP site and the proposed WWTP site.

b) Payment. Payment for permanent grassing will be on the unit price in the BID

PROPOSAL and shall include grass seed, hay and all materials and labor required to achieve a stand of grass within the site. 7. ITEM NO. 2005 – SITE PREPARATION/GRADING COMPLETE:

a) Measurement. Measurement for the grading complete shall be on the lump sum basis.

b) Payment. Payment shall include all labor, equipment, removal of unsuitable material,

hauling, placing and property compacting suitable fill, shaping slopes, dewatering, and materials necessary to prepare the site for concrete pours, liner installation, and all other construction. 8. ITEM NO. 2010 – INFLUENT BAR SCREEN STRUCTURE:

a) Measurement. Measurement of the influent bar screen structure will be on the lump sum

basis.

b) Payment. Payment for the influent bar screen structure shall be on the basis of the lump

sum price in the BID PROPOSAL and shall include forming and pouring concrete structure; walkway grating; handrails; steps; miscellaneous concrete pads; furnishing and installation of equipment (screen; press compactor; control panels; manual screen; gates; etc.); connection to influent and effluent piping; purchase and installation of engineer-approved flow switch with non-contacting sensor on influent force main pipe; grading; and all incidentals.

01150-2 3032-290-01/10.13

Page 21: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

9. ITEM NO. 2015 - THREE CELL COMPLETE MIX AERATION POND SYSTEM:

a) Measurement. Measurement for the Three Cell Complete Mix Aeration Pond System shall

be on the lump sum basis. b) Payment. Payment for the Three Cell Complete Mix Aeration Pond System will be paid

on the basis of the lump sum price in the BID PROPOSAL and shall include but not be limited to furnishing and installing one system including synthetic liner (synthetic liner shall include vents and maintain necessary buoyancy per manufacturer recommendations), ten (10) aerators, aerator mooring system with eye hooks, concrete anchors for mooring posts, synthetic baffle walls, electrical, piping, valves, clearing and grubbing, embankment, grading, rock removal, dewatering, rip rap, compaction and all associated work for a complete job.

10a. ITEM NO. 2020 - SETTLING POND PROPOSED:

a) Measurement. Measurement for the settling pond shall be on the lump sum basis. b) Payment. Payment for the converting existing aeration pond to proposed settling pond

will be paid on the basis of the lump sum price in the BID PROPOSAL and shall include but not be limited to furnishing and installing one system including synthetic liner (synthetic liner shall include vents and maintain necessary buoyancy per manufacturer recommendations), (2) mixers, mixer mooring system with eye hooks, concrete anchors for mooring posts, synthetic baffle walls, electrical, piping, valves, clearing and grubbing, embankment, grading, rock removal, dewatering, rip rap, compaction and all associated work for a complete job.

10b. ITEM NO. 2022 and 2032 – DREDGING OPERATIONS EXISTING PONDS, DRY

a) Measurement. Measurement for the dredging of each pond shall be on the lump sum basis as

further described in specification section 02247. b) Payment. Payment for the dredging of the proposed settling pond will be paid on the

basis of the lump sum price in the BID PROPOSAL and shall include but not be limited to all associated work for the removal offsite and disposal of the sludge. Further details can be found in Specification Section 02247. 11. ITEM NO. 2025 – EFFLUENT STRUCTURE:

a) Measurement. Measurement of the flow measurement structure will be on the lump sum

01150-3 3032-290-01/10.13

Page 22: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

basis.

b) Payment. Payment for the flow measurement structure will be on the basis of the lump

sum price in the BID PROPOSAL and shall include forming and pouring concrete structure; weir plate; installation of valves; equipment (Ultrasonic transducer); connection to effluent piping; grading; and all incidentals as shown on the plans. 12. ITEM NO. 2030 –STORAGE POND 1:

a) Measurement. Measurement for work and lining of Storage Pond shall be on the lump sum

basis. b) Payment. Payment will be on the basis of the contract lump sum price in the BID

PROPOSAL and shall include, but not be limited to furnishing all dredging, grading, embankment, rock removal, dewatering, compacted clay and synthetic liner with vents, rip-rap, piping, valves, compaction and all associated work for a complete job. 13. ITEM NO. 2035 – STORAGE POND #2:

c) Measurement. Measurement for Storage Pond shall be on the lump sum basis. d) Payment. Payment for Storage Pond will be on the basis of the contract lump sum price

in the BID PROPOSAL and shall include, but not be limited to furnishing all dredging, grading, embankment, rock removal, dewatering, compacted clay and synthetic liner with vents, rip-rap, piping, valves, compaction and all associated work for a complete job.

14. ITEM NO. 2040 – EFFLUENT INTAKE SCREEN STRUCTURE:

a) Measurement. Measurement of the flow measurement structure will be on the lump sum

basis.

b) Payment. Payment for the flow measurement structure will be on the basis of the lump

sum price in the BID PROPOSAL and shall include forming and pouring concrete structure; weir plate; installation of valves; equipment (Intake Screen); connection to effluent piping; grading; and all incidentals as shown on the plans.

15a. ITEM NO. 2045 – EFFLUENT LIFT STATION AND BUILDING:

a) Measurement Measurement of effluent structure will be on the lump sum basis.

01150-4 3032-290-01/10.13

Page 23: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

b) Payment

Payment for the effluent structure will be on the basis of the lump sum price in the BID PROPOSAL and shall include the construction of building, forming and pouring concrete structure; connection to influent and effluent piping; furnishing and installation of equipment, effluent pumps and control panel, valves, flow meter, control gates, flow measurement weir, sump pump; and all incidentals as shown on the plans. 15b. ITEM NO. 2046 – AUTOMATIC STRAINER:

a) Measurement Measurement of automatic strainer will be on each unit installed.

b) Payment

Payment for the strainer will be on the basis of the unit in the BID PROPOSAL and shall include the construction of concrete pedestals, forming and pouring concrete structure; connections to piping; furnishing and installation of equipment, electrical connections, labor, and all incidentals as shown on the plans. 16. ITEM NO. 2050 – CONTROL BUILDING:

a) Measurement Measurement of the control building will be on the lump sum basis.

b) Payment

Payment for the control building will be on the basis of the lump sum price in the BID PROPOSAL and shall include subgrade preparation; forming and pouring concrete foundation; constructing the building, including walls, roof, windows, doors, lighting, and ventilation; miscellaneous concrete pads (perimeter ramp and pads); installation of equipment, dewatering, and hydroburst air backwash system; plaque; and all incidentals as shown on the plans.

17. ITEM NO. 2055 – MISCELLANEOUS PIPING (PIPING, VALVES, MANHOLES):

a) Measurement Measurement of the site piping, all valves (including air relief valves, gate

valves, and others), manholes and gates will be on the lump sum basis.

b) Payment Payment for the site piping, valves, manholes and gates will be on the basis of

the lump sum price in the BID PROPOSAL and shall include all pipe, valves, manholes, fittings, control/weir gates, etc., for all lines (gravity lines, sanitary sewer main, force main, etc.), and structures shown on plans. 18. ITEM NO. 2060 – FENCING:

01150-5 3032-290-01/10.13

Page 24: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

a) Measurement. Measurement of the fencing will be on the basis of the number of linear feet

of fence in the BID PROPOSAL. b) Payment Payment for the fencing will be on the basis of the unit price per linear foot in

the BID PROPOSAL and shall include but not be limited to furnishing and installing 6' high chain link fence with three (3) strands of barb wire, gates, posts, hardware, padlocks at each gate, concrete excavation, labor and all appurtenances.

19. ITEM NO. 2065 – INDEPENDENT TESTING: a) Measurement Measurement for the independent testing will be on the lump sum basis. b) Payment Payment for the independent testing will be made at the contract lump sum price and shall include all costs associated with a complete testing program as performed by a 3rd party, including collection, transportation, laboratory effort, reports, determination, and all appurtenances. The Contractor will employ the testing lab directly upon submittal of qualification to the Owner/Engineer and approval by them. The Contractor may mark-up the lab’s proposal for the bid item.

20. ITEM NO. 2070 THRU 2075, 4081 THRU 4086 – SPRINKLER ASSEMBLY:

a) Measurement. Measurement for the sprinkler assembly will be on the basis of each sprinkler

assembly installed.

b) Payment. Payment for furnishing and installing the sprinkler assembly will be on the

basis of the unit price in the BID PROPOSAL and shall include sprinkler nozzle, PVC pipe, valve, steel pole, fittings and all work required for clearing, grubbing, excavation, shoring, testing, pressure relief (blow-off) valves on the lowest sprinkler in each field, dewatering, bedding, rock removal, landscaping to original condition and all other items necessary to properly install the sprinkler assembly.

21. ITEM NO. 2080 – BACK-UP GENERATOR:

a) Measurement. Measurement of the back-up generator will be on the basis of each generator

installed.

b) Payment. Payment for the back-up generator will be on the basis of the unit price in the

01150-6 3032-290-01/10.13

Page 25: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

BID PROPOSAL and shall include forming, concrete, reinforcing steel, the generator and components, electrical connections and all appurtenances.

22. ITEM NO. 2085 – ENTRANCE ROAD AND PARKING LOT:

a) Measurement Measurement of driveway construction will be on the lump basis of the

number of square yards of driveway constructed.

b) Payment Payment for driveway construction will be on the basis of the unit price in the

BID PROPOSAL and shall include grading; subgrade, base, and pavement preparation; and all incidentals. The road shall be 6” of graded aggregate base course.

23. ITEM NO. 2090 – ENTRANCE SIGN:

a) Measurement Measurement of the Entrance Sign will be on the basis of each sign

constructed.

b) Payment Payment for the Entrance Sign will be on the basis of the unit price in the

BID PROPOSAL and shall include all brick, mortar, lettering, materials, labor, equipment, supervision and incidentals.

24. ITEM NO. 2095 – SITE LIGHTING:

a) Measurement Measurement of site lighting will be on the lump sum basis.

b) Payment

Payment for site lighting will be on the basis of the lump sum price in the BID PROPOSAL and shall include poles; wiring and conduit; light fixtures; and all incidentals.

25. ITEM NO. 2100 – SCADA:

a) Measurement. Measurement for the SCADA system shall be on the lump sum basis.

b) Payment. Payment for the SCADA system shall include all labor, materials, testing, equipment, software, wiring, devices, training, and all appurtenances to install and remotely operate to SCADA system. 27. ITEM NO. 2110 – TEMPORARY ITEMS FOR CONSTRUCTION

01150-7 3032-290-01/10.13

Page 26: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

a) Measurement. Measurement for this line item shall include all necessary items to ensure

WWTP operation during construction. This includes labor, equipment and all other items.

b) Payment. Payment shall include all labor, equipment, materials, pumps, piping, fuel,

and appurtenances to maintain continuous WWTP operation.

28. ITEM NO. 4005 - 4041 – PVC FORCE MAIN: a) Measurement

Measurement of the force main will be on the basis of the centerline length of the various sizes of force main pipe, including the length occupied by pipe, fittings and valves, furnished and installed.

b) Payment

Payment for furnishing and installing force main will be on the basis of the unit price for each size in the BID PROPOSAL and shall include all materials and work required for grassing and seeding, excavation, rock removal, dewatering, shoring, backfilling, DI fittings, tracer wire, and tape including any replacement material to provide adequate pipe support and bedding necessary to properly install the pipe.

29. ITEM NO. 4045-4050 – DIRECTIONAL BORE:

a) Measurement. Measurement of directional bore and jack and bore will be on the basis of the

linear feet of casing installed as shown on the plans.

b) Payment. Payment for jack and bore and directional bore will be on the basis of the unit

price per foot in the BID PROPOSAL and shall include the furnishing of all labor, material, equipment and supervision and installation of the steel casing by jacking and boring methods, including dewatering, jacking, boring, excavation and shoring, backfilling, concrete pipes cradles, pipe strapping, bracing, grouting, railroad inspection/insurance costs, and appurtenant work. The ductile iron carrier pipe will be paid for under a separate item for force main pipe. 30. ITEM NO. 4055 - DUCTILE IRON FITTINGS WITH CONCRETE THRUST BLOCKING:

a) Measurement. Measurement of pipe fittings will be on the basis of the book weight from

ANSI/AWWA C110 for each fitting furnished and installed. The book weight will be based on ductile iron fittings and will not include the weight of accessories of mechanical joint fittings and concrete thrust block.

b) Payment.

01150-8 3032-290-01/10.13

Page 27: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

Payment for fittings will be on the basis of the unit price per pound in the BID PROPOSAL and shall include the furnishing of all labor, material, equipment, and supervision necessary to install all fittings, accessories and concrete thrust blocks.

31. ITEM NO. 4060 - AIR VALVES:

a) Measurement Measurement of the air relief valve will be on the basis of each valve installed

shown on the plans.

b) Payment Payment for furnishing and installing the air relief valve will be on the basis

of unit price in the BID PROPOSAL and shall include the air relief valve, vacuum relief valve, structure (eccentric cone), frame and cover, gravel and all other items and associated work to properly install the air relief valve and vacuum relief valve. 32. ITEM NO. 4065 – CLEARING AND GRUBBING:

a) Measurement. Measurement of clearing and grubbing the sprayfield site as shown on the

plans will be on the lump sum basis.

b) Payment. Payment for clearing and grubbing as shown on the plans shall be on the basis

of the lump sum price in the BID PROPOSAL and shall include clearing and grubbing; disposal of items; and all incidentals. 33. ITEM NO. 4070 – SMOOTH GRADING:

a) Measurement. Measurement of the smooth grading will be on the acreage within the

proposed spray zones. b) Payment. Payment for the smooth grading shall be on the basis of the unit price in the

BID PROPOSAL and shall include achieving final grades; and all incidentals. 34. ITEM NO. 4075 – COASTAL BERMUDA:

a) Measurement. Measurement of coastal Bermuda grass will be on the basis of the number of

acres in the BID RPOPOSAL.

b) Payment. Payment for the coastal Bermuda grass will be on the basis of the unit price in

the BID PROPOSAL and shall include coastal Bermuda grass sprigging required to properly establish a stand of coastal Bermuda grass in the sprayfields suitable soil areas. This also

01150-9 3032-290-01/10.13

Page 28: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

includes overseeding with Rye grass. 35.. ITEM NO. 4080 – WATER MONITORING WELL:

a) Measurement. Measurement of the water monitoring well will be on the basis of each

installed, including drilling, lining, documentation, surveying and all items necessary for a complete well.

b) Payment. Payment shall be on the unit price basis for each well. Payment shall include

drilling the well and installing all items shown on the plans.

36. ITEM NO. 4087 THRU 4110 – CENTER PIVOT:

a) Measurement. Measurement for the Center Pivot will be on the basis of each center pivot

installed.

b) Payment. Payment for furnishing and installing the center pivots will be on the basis of

the unit price in the BID PROPOSAL and shall include sprinkler nozzles, PVC pipes, valves, steel pole, GPS equipment, SCADA, monitoring equipment, control panels, fittings and all work required for clearing, grubbing, excavation, shoring, testing, pressure testing, dewatering, bedding, rock removal, landscaping to original condition and all other items necessary to properly install the sprinkler assembly.

37 ITEM NO. 4115 AND 4116 – VALVES

a) Measurement. Measurement of each valve shall be on the each basis as installed.

b) Payment. Payment shall include all labor, materials, testing, calibration, and other items

for operational valves. 38a. ITEM NO. 4120 – INDEPENDENT SOIL TESTING: a) Measurement Measurement for the independent testing will be on the lump sum basis. b) Payment Payment for the independent testing will be made at the contract lump sum price and shall include all costs associated with a complete testing program as performed by a 3rd party, including collection, transportation, laboratory effort, reports, determination, and

01150-10 1503-100-02/3.18

Page 29: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

all appurtenances. The Contractor will employ the testing lab directly upon submittal of qualification to the Owner/Engineer and approval by them. The Contractor may mark-up the lab’s proposal for the bid item. 38b. ITEM NO. 4150 – SUITABLE FILL AS DIRECTED BY ENGINEER: a) Measurement Measurement for the independent testing will be on the CY basis. b) Payment Payment for the suitable fill dirt will be made at the contract CY price and shall include all costs associated with hauling, labor, equipment, materials, and placement of the suitable fill. This item is meant to fill any low areas or valleys in the LAS sprayfield as directed by the engineer. The material cannot be obtained from the site and must be hauled from offsite source. 39. ITEM NO. 6005 THRU 6010 – DRIPPERLINE:

a) Measurement. Measurement of the dripperline will be on the basis of lump sum.

b) Payment.

Payment for the dripperline will be on the basis of the unit price in the BID PROPOSAL and shall include furnishing and installing the various dripperlines identified, all clearing/grubbing, excavating, testing, backfilling, grassing, valves, supply lines, flushing lines, header piping necessary for flushing, controls, and all other items necessary to properly install the dripperline system. Payment also includes manufacturer start up visit to ensure proper installation. 40. ITEM NO. 4135 – TYPICAL DRAIN:

a) Measurement. Measurement of the typical drain will be on the basis of each drain installed.

b) Payment. Payment for each typical drain shall be on the basis of the unit price in the

BID PROPOSAL and shall include all material, excavations, installation, gravel, labor, supervision and appurtenances required to properly install each typical drain.

ITEM NO. 4145 – ENTRANCE ROAD - POSEY ROAD TO LAS SITE 3:

a) Measurement Measurement of compacted driveway construction will be on the lump basis

of the number of square yards of driveway constructed.

b) Payment Payment for driveway construction will be on the basis of the unit price in the

01150-11 1503-100-02/3.18

Page 30: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

BID PROPOSAL and shall include grading; subgrade, base, and pavement preparation; and all incidentals. The road shall be 4” of graded aggregate base course. Road shall be 14’ wide and 4” in depth. 41. ITEM NO. 5005 – CLEANING AND TVING GRAVITY SEWER (ALL SIZES AND DEPTHS): a) Measurement Measurement of cleaning and TVing inspection sanitary sewer mains by either normal cleaning equipment or mechanical cleaning equipment is on a linear foot basis. b) Payment Payment for cleaning and TVing inspection sanitary sewer mains by either normal cleaning equipment or mechanical cleaning equipment will be on the basis of the unit price per linear foot in the BID PROPOSAL and shall include but not limited to furnishing all equipment and labor, legal disposal of liquid wastes, soils, sands, and other debris discharged from the sewer lines and manholes. Payment shall also include pressure washing manholes, locating and opening manholes to be cleaned, reconstruction of manholes dismantled for cleaning equipment access, repair of damage caused by dismantling or cleaning equipment to connect to City fire hydrant for cleaning water which will include a backflow preventor approved by the Engineer. Payment shall also include Pre-Installation Television Inspection and Post-Installation Television Installation all equipment, camera, and appurtenances necessary to provide quality compact discs (CD’s) before and after installation.

42. ITEM NO. 5010 – CURED IN PLACE PIPE: a) Measurement Measurement of Cured-In-Place Pipe will be on the basis of the length of pipe of various pipe sized and depth zone classifications and measured from center of manhole. b) Payment Payment for furnishing and installing Cured-In-Place Pipe shall be on the basis of the unit price per linear foot in the BID PROPOSAL for each pipe size and each depth zone and shall include but not limited to sealing the liner in manholes, reworking inverts and benches in manholes, all materials and equipment necessary to properly install liner pipe by the Cured-In-Place Pipe Method.

43. ITEM NO. 5015 – PIPE BURSTING: a) Measurement The inserted pipe shall be paid for per linear foot of the size pipe specified and shall include all pipe bedding, needed asphalt or concrete removal and replacement, backfill materials, annulus sealing material and launching pits. Locating and reconstruction of services and all reconnections of services shall be paid for per each connection made, including fittings and pipe. This shall include all shoring, dewatering, rock excavation, and all items necessary for a complete job.

01150-12 1503-100-02/3.18

Page 31: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

b) Payment The work performed as prescribed by this item will be paid at the unit price per linear foot of sanitary sewer by pipe bursting/replacement for the specified pipe diameter and location, per each for “Located, reconstruct and reconnect” for the specified pipe diameter, which price shall be full compensation for the installation of the new pipe, needed asphalt or concrete removal and replacement, placing of all materials, labor, tools, equipment, cleaning, and preparation of the existing pipe to receive the new liner, and any other necessary to complete the project. Video inspection of final installed pipe shall be paid based on the cost per linear feet to TV the entire length of new pope. The cost of any necessary by-pass pumping shall be included in the cost of pipe installation and shall not be a separate pay item.

44. ITEM NO. 5020 THRU 5023 – GRAVITY SEWER MAIN: a) Measurement Measurement of the sanitary sewer pipe will be on the basis of the length in feet of pipe of various pipe sized measured from center of manhole to center manhole. (Note: 0-3’ cut shall be DIP Class 350 only). b) Payment Payment for installing sanitary sewer will be on the basis of the unit price per linear foot in the BID PROPOSAL and shall include all work required for clearing, grubbing excavation. Shoring, testing, dewatering, bedding, backfilling, landscaping to the original condition, grassing and seeding, and all other items necessary to properly install the pipe.

45. ITEM NO. 5025 – PAVEMENT REMOVAL AND REPLACEMENT:

a) Measurement. Measurement of the removal and replacement of asphalt pavement and

concrete replacement will be on the basis of the number of square yards of asphalt pavement removed and replaced or concrete replaced as necessary for line construction. Necessary removal will be considered to be pavement over the trench with the trench width allowed for payment consideration being no greater than twice the depth to the invert of the pipe and the width centered on the center line of the pipe. All other pavement removed and replaced shall be at the Contractor’s expense.

b) Payment. Payment for removing and replacing asphalt pavement and concrete pavement

shall be on the basis of the unit price in the BID PROPOSAL. Payment shall include base, smooth saw cuts, rolling and protection of concrete as necessary to provide a finished surface.

46. ITEM NO. 5030 – SEWER POINT REPAIR: a) Measurement Measurement for sewer point repair shall be on the unit price basis of each

01150-13 1503-100-02/3.18

Page 32: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

repair performed. b) Payment Payment for the sewer point repair shall be on the unit price basis for each repair which shall include by not limited to, piping, fittings, equipment, labor, supervision, dewatering, excavation, rock removal, recompaction, rebedding pipe, obstruction removal and any other item necessary for a complete repair. (See Specification Section 2850 for minimum and maximum length of point repairs.

47. ITEM NO. 5032 – ADDITIONAL FOOTAGE, SEWER POINT REPAIR: a) Measurement Measurement of pipe replacement will be on the linear foot basis as stated in the BID PROPOSAL. b) Payment Payment for the additional footage sewer point repair shall be on the linear foot basis for each repair which shall include but not limited to, piping, fittings, equipment, labor, supervision, dewatering, excavation, rock removal, recompaction, rebidding pipe, obstruction removal and any other item necessary for a complete repair. (See Specification Section 2850 for minimum and maximum lengths of point repairs). 48. ITEM NO. 5035 – REHABILITATION OF EXISTING MANHOLE: a) Measurement Measurement rehabilitation shall be measured on the baisi of vertical feet from the bottom of the invert to tope of mahole. b) Payment Payment for manhole rehabilitation shall include but not limited to furnishing all equipment, materials, and labor necessary to rehabilitate the existing manhole including manhole inverts, liner material and construction methodology must be approved by the Engineer. (Please see specification 02735). 49. ITEM NO. 5040 – RECONSTRUCT EXISTING MANHOLE INVERT: a) Measurement Measurement of the reconstruction existing manhole invert shall be on the unit price for each reconstruction of existing manhole invert performed. b) Payment Payment of the reconstruction existing manhole invert shall be on the unit price basis for each reconstruction of existing manhole invert which shall include all demolition of existing invert; remove of existing invert from the site, labor, equipment, supervision, mortar, concrete, bricks, and all items necessary to properly complete the reconstruction of the existing inverts.

50. ITEM NO. 5045 – STANDARD, DOGHOUSE AND DROP MANHOLES:

01150-14 1503-100-02/3.18

Page 33: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

a) Measurement Manhole depth shall be measured from invert of sewer pipe to top of manhole casting. b) Payment Payment for furnishing and installing pre-cast seer manholes will be on the basis of the unit price per vertical foot. Payment shall include furnishing and installing base, barrels, transition pieces for change of diameter, eccentric cone, manhole steps, pipe connections, invert construction, grouting, excavation, rove removal, soil testing, bedding, rock removal, dewatering, and backfilling necessary to install the manhole. Drop manhole shall also include drop pipe, concrete encasement, tee and any special work required for drop manhole.

51. ITEM NO. 5050 – ADJUST EXISTING MANHOLE RING AND COVER: a) Measurement Measurement of the adjust existing manhole ring and cover shall be on the unit price of each adjustment preformed. b) Payment Payment of the adjust existing manhole ring and cover shall be on the unit price basis for each adjustment which shall include by not be limited to all equipment, labor, supervision, mortar, bricks, backfilling, compaction, asphalt, concrete, and all items necessary to properly complete the adjustment of the existing manhole ring and covers as directed by the Engineer.

52. ITEM NO. 5055 – MANHOLE RING AND COVER: a) Measurement Manhole rings and covers shall be measured on the basis of each ring and cover installed. b) Payment Payment for furnishing and installing manhole ring and cover will be on the basis of the BID PROPOSAL. Payment shall include furnishing and installing each ring and cover, including grouting as necessary for proper installation.

53. ITEM NO. 5060 – SEWER SERVICE CONNECTION: a) Measurement Measurement of the sewer service connection will be on the basis of each installed. b) Payment Payment for furnishing and installing the sewer service WYE or TEE will be on the basis of the unit price of each in the BID PROPOSAL and shall include furnishing and installing the wye, saddle, or TEE and connecting it to the 4” sewer service pipe, concrete

01150-15 1503-100-02/3.18

Page 34: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

and asphalt removal and replacement, the patch shall include 4” of concrete with a black admixture, excavation, rock removal, dewatering, shoring, backfill, grassing, seeding and any additional work or material necessary to properly install the WYE in service. (Contractor shall install a sewer service lateral at every house or lot as directed by the Engineer.)

54. ITEM NO. 5065 – 4” PVC SERVICE LATERALS: a) Measurement Measurement of 4” sewer service pipe will be on the basis of linear feet measured along the center line of the pipe from the connection of the 8”-12” sewer service connection to the resident’s existing plumbing at a grade not less than 1.00%, including all materials, labor, excavation, rock removal, dewatering, asphalt and concrete removal and replacement, shoring, jack and bore for long side services, backfilling, greasing seeding and any additional work required to install the 4” service pipe. b) Payment Payment of 4” sewer service pipe will be on the basis of the linear feet in the BID PRPOSAL and shall include pipe, necessary grouting, and work required for clearing, grubbing, excavation, dewatering, asphalt or concrete removal and replacement, rock removal, free bores under pavement, or pavement cuts, landscaping to original condition, grassing seeding and all other items necessary to properly install the pipe. 55. ITEM NO. 5090 - AS-BUILT DRAWINGS/I & I REPORT:

a) Measurement. Measurement will be on the lump sum basis.

b) Payment. Payment shall include standard I/I report with videos, size and material of gravity line, line reports showing deficiencies (cracks, roots, grease balls, etc.) As-Built shall include a CAD file and drawing showing sub-inch GPS coordinates of manhole rim and invert elevation that are shot and stamped by a Licensed Registered Land Surveyor in the State of Georgia. Surveyor must be pre-qualified and approved by the Engineer. 56. SUMMARY OF ITEM TOTALS: The bidder shall fill in the appropriate total which shall be used as the basis for comparison of bids. The Owner reserves the right to award the contract in the best interest of the Owner. The total contract amounts will be determined upon completion of the project using the quantities actually incorporated into the project corresponding to the unit prices and lump sum amounts shown in the BID PROPOSAL. Payment shall be considered to cover the cost of all labor, supervision, material, equipment and performing all operations necessary to complete the work in place. The items listed in the proposal shall be considered as sufficient to complete the work in accordance with the plans and specifications; incidental items of work not listed in the bid form shall be included in the cost of the unit shown on the bid form. The unit of measurement shall be the unit

01150-16 1503-100-02/3.18

Page 35: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

shown in the proposal. The unit of measurement shall be the unit shown in the proposal. Payment will be made based upon the actual quantity multiplied by the unit price.

Page 36: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

Page Intentionally Left Blank

Page 37: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

SECTION 15521 AUTOMATIC STRAINERS

PART 1 - GENERAL 1.01 SCOPE OF WORK The contractor shall install one (1) complete strainer assemblies with all the necessary

piping, valves, controls and appurtenances as shown on the plans, as specified herein, and as necessary to bring the pump station and Land Application System (LAS) to sound working operation. The vertical turbine pump assembly provider shall have single source responsibility for the automatic strainers and vertical turbine pump assemblies to ensure compatibility.

1.02 REFERENCES A. Hydraulic Institute (HI)

B. American Standards for Testing Materials (ASTM)

C. American National Standards Institute (ANSI) D. Underwriters Laboratory (UL) - Electrical Assemblies - UL 508

E. Institute of Electrical and Electronics Engineers (IEEE) - Testing F. Anti-Friction Bearing Manufacturers Association (AFBMA)

G. National Electrical Manufacturers Association (NEMA) - MG-1 H. National Electrical Code (NEC) - NFPA 70 1.03 SUBMITTALS Submittals shall be in accordance with the requirements of the general specifications,

submit six (6) copies to the engineer for approval, the following: A. Complete shop drawings, complete wiring diagrams, certified capacity charts,

complete operation and maintenance instructions, and parts list. B. Complete motor performance data as published by the manufacturer. C. A complete, easily readable functional description of the proposed equipment.

D. Upon completion of installation, the results of the field and acceptance tests as specified under this section of the specification shall be submitted to the engineer.

15521-1

Page 38: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

E. Furnish written certification from the manufacturer’s representative of the proper

installation of the system. F. Provide Certificate of Compliance for the Engineer’s specifications.

G. Submit complete operations and maintenance information for this specific equipment. These manuals shall be reviewed by the engineer for completeness. Manuals shall include manufacturer’s name, address and telephone number, the local representative’s name, address and telephone number, the model number and serial numbers of the installed units.

PART 2 - PRODUCTS 2.01 AUTOMATIC STRAINERS

A. General: The strainers shall be of motorized self-cleaning design and shall be cast iron construction. The strainer body shall be cast iron with a cast iron rotating drum attached to a carbon steel shaft, ceramic coated at the packing area. Assembly to be supported with combination radial/thrust bearings, free from any contact with the liquid being strained. The openings shall be six (8) inch 150# ANSI flanges with suction and discharge connections located on opposite sides of the lower casing, allowing removal of the rotating element without disturbing the system piping connections. The strainer shall be capable of handling 1500 GPM of water at a maximum clean pressure drop of 2.45 PSIG.

B. The strainers shall meet the following operating characteristics:

1. Design Point Flow: 1500 GPM 2. Design Point Pressure: 150 feet H2O 2. Minimum Working Pressure: 20 PSIG 3. Minimum Drum Rotation Speed: 12 RPM 4. Motor Horsepower: 3/4 HP 5. Maximum Element Size: 120 mesh 6. Maximum Clean Element Differential Pressure at Design Point: 2.45 PSIG 7. Maximum backwash percentage (24 hour average): One (1) % 8. Minimum Suction Nozzle: 8-inch 9. Minimum Discharge Nozzle: 8-inch

C. The strainers shall be 8” S. P. Kinney model “A”, as provided by GPM

Environmental, Inc., Amiad Water Systems, or engineer pre-approved equal.

D. Body: The strainer body shall be ASTM A48 cast iron with a maximum working pressure rating of 150 PSIG. Flanges shall be 150# ANSI flat face on both suction and discharge. The strainer feet shall also be cast as an integral part of the

15521-2

Page 39: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

body. The strainer body shall be fitted with the following fittings at a minimum: clean side drain port, dirty side drain port, two (2) inch FNPT backwash port, inlet pressure tap, outlet pressure tap and inspection window. The inspection window shall allow visual observation of the straining media and facilitate media element removal and replacement without disturbing piping, or removal of the entire drum assembly. The strainer body shall incorporate a backwash slot with sharp edges to provide positive shearing action of any large debris in the backwash effluent to a maximum size of one (1) inch. No rubber or synthetic materials are acceptable for use in the backwash section. Any scraper mechanism, backwash rotor or wand arrangement or other devices subject to wear or placed in the non-strained liquid are not acceptable.

E. Drum: The strainer drum shall be ASTM A48 cast iron. The drum shall

constantly rotate while in service to permit an even distribution of suspended particles on the straining elements. A stationary drum, wheel or cage is not acceptable. The drum shall be sealed between the “clean” or outlet side and the “dirty” or inlet side by a Neoprene seal ring.

F. Strainer Media: The strainer media shall be wire mesh cones (30 x 150) to meet

the maximum particle size requirement of 120 mesh or 0.0049 inches. G. Strainer Media Retainers: The strainer media shall be retained in the drum by

Delrin threaded retainers. Design shall be such that each element can be installed or removed via the inspection port without requiring the removal of the entire drum assembly.

H. Strainer Shaft: The strainer shaft shall be carbon steel with ceramic coating in the

packing area. I. Packing: The strainer shall be sealed with graphite packing, a steel gland and

stainless steel gland retainers. J. Drum Assembly Bearings: The rotating drum assembly shall be supported with

grease lubricated combination radial/thrust bearings. The upper bearing shall be single shielded and the lower bearing protected by a lip seal. The strainer bonnet shall have a removable cover to allow for adjustment of the drum clearance.

K. Gear Drive: The rotating drum assembly shall be driven by a right angle helical

worm gear drive having a 128.44:1 reduction ratio for an output speed of 13.6 RPM. The gear drive shall be permanently lubricated with synthetic oil and sealed for life.

L. A non-witnessed factory hydrostatic test shall be performed on each strainer to

150% of working pressure. Test results shall be forwarded to the Engineer and incorporated into the Installation, Operation and Maintenance Manual.

15521-3

Page 40: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

2.02 STRAINER MOTORS A. Motor manufacturer shall be an active member of NEMA. B. Motor manufacturer shall have experience in the design and manufacture of

similar products for a minimum of 10 years. Buy-outs or private labeled motors are not acceptable.

C. Service Conditions: 1. Suitable for service outdoors in a clean environment. 2. Ambient temperature not greater than 40 degrees C. 3. Voltage variation of +/- 10% 4. Frequency variation of +/- 5% 5. Combination of C.3 and C.4 above, not to exceed 10% D. Motors shall be NEMA frame horizontal footless units rated 3/4 horsepower,

1800 RPM (four pole) with Totally Enclosed Fan Cooled (TEFC) enclosure and 1.15 service factor at sine wave power.

E. Unless otherwise specified, power supply shall be 460/3/60 (for nominal 480 volt

system). F. Insulation shall be rated minimum Class F (155 degrees C.) 1. Magnet wire shall be copper and rated Class F. 2. Varnish shall be 100% solids polyester. Water borne varnish is not

acceptable. G. Rotor bar construction shall be cast aluminum. H. Maximum temperature rise at rated HP shall not exceed Class B limits (80

degrees C) on sine wave power. I. Maximum temperature rise at 1.15 Service Factor shall not exceed Class F limits

(155 degrees C.) J. The driven machine shall not overload the motor rating at any operating point. K. Bearings:

15521-4

Page 41: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

1. Bearings shall be rated for a 5-year minimum L-10 life at operating condition.

2. Bearings shall be anti friction type, ball or roller as required.

L. Lubrication: 1. Grease lubricated bearings shall be designed for electric motor use. Grease

shall be capable of higher temperatures associated with electric motors and shall be equal to Exxon Polyrex EMTM.

M. Grounding provisions shall be in the main terminal box. 2.03 STRAINER CONTROLS A. General: The strainer controls shall consist of a single NEMA 4X FRP enclosure

incorporating the activation of the rotating drum motor and the motorized backwash ball valve. Modes of operation shall be manual for backwash activation regardless of operating time or differential pressure and automatic for backwash cycle activation based on operating time with a differential pressure switch providing a back-up to activate the backwash cycle anytime differential pressure increases three (3) PSID over the clean differential pressure.

B. Control Enclosure: The control enclosure shall be of FRP construction and rated

NEMA 4X for outdoor installation. C. Rotating Drum Motor Control: The strainer controls shall start and stop the

rotating drum motor via an interlock signal from the vertical turbine pump controls. A suitably sized NEMA rated combination starter with overloads shall be provided.

D. Control Power Transformer: The strainer control panel shall be equipped with a

control power transformer sized to provide the required 115/1/60 control power for operation of the strainer controls and backwash valve operation. The transformer shall be fused on the primary and secondary sides.

E. Strainer Differential Pressure Switch: The strainer backwash cycle shall be

activated by a differential pressure switch with a field adjustable set point initially set at three (3) PSID above normal “clean” condition differential pressure . The differential pressure switch shall activate the backwash control ball valve on reaching the setpoint and deactivate the control valve once differential pressure returns to normal indicating a clean strainer. The differential pressure switch shall be fitted with a NEMA 4X housing with contacts rated for the 115/1/60 power required to activate the control valve.

15521-5

Page 42: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

F. Backwash Timer: The backwash timer shall be field adjustable with a range of 0-

100 hours. The timer shall activate the backwash valve control valve with an initial cycle setting of thirty (3) minutes with an activation time of two (2) minutes.

G. Backwash Valve: The backwash control valve shall consist of a two (2) inch

actuated ball valve with brass body, 316 stainless steel ball and stem and PTFE body seal. The valve actuator shall be housed in a NEMA 4X rated PVC composite enclosure and shall be rated for 600 in/lb.

H. Main Disconnect: The automatic strainer control panel shall be provided with a

main disconnect with lockable thru-door operator and fused output. I. Selector Switches: The automatic strainer control panel shall have an

Automatic/Manual/Off selector switch to select the mode of operaton and an Open/Closed selector switch to control activation of the backwash valve when in the manual mode of operation.

J. Pilot Lights: 22 mm pilot lights shall be mounted on the enclosure exterior for

“Strainer Running” (Red lens), “Backwash Valve Open “(Red lens) and “Backwash Valve Closed” (Green lens).

K. Push Buttons: Pushbuttons shall be provided for “Strainer Start” with a black

operator and “Strainer Stop” with a red operator. PART 3 - EXECUTION 3.01 INSTALLATION Equipment shall be installed in strict accordance with written instructions of manufacturer. 3.02 FACTORY START-UP SERVICES A. A factory trained service representative shall be made available for start-up

service, inspection and necessary adjustments. Start-up service technician shall be a regular employee of the equipment provider normally tasked to perform such duties. Sales representatives shall not perform start-up services.

B. One (1) full day at job site for installation certification, start-up and training. C. Start-up service to include four (4) bound O&M manuals.

15521-6

Page 43: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

D. Start-up service report attested to by start-up technician and representative of OWNER and ENGINEER shall be provided upon completion of the start-up.

3.03 SPARES None. 3.04 WARRANTY A. Warranty shall be provided in written form for inclusion with both the submittal

covering the specified equipment and the O&M manuals provided with that equipment.

Strainer manufacturer’s warranty shall at a minimum cover: 1. A period of one (1) year commencing upon successful start-up.

15521-7

Page 44: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

CITY OF UNADILLA, GEORGIAHOFSTADTER & ASSOCIATES, INC.CIVIL/ENVIRONMENTAL/TRANSPORTATION

CONSULTING ENGINEERS

AutoCAD SHX Text
POND BOTTOM
AutoCAD SHX Text
359.45
AutoCAD SHX Text
STAKE IN GROUND
AutoCAD SHX Text
CONTROL POINT
AutoCAD SHX Text
ELEV: 366.77
AutoCAD SHX Text
366
AutoCAD SHX Text
368
AutoCAD SHX Text
370
AutoCAD SHX Text
372
AutoCAD SHX Text
372
AutoCAD SHX Text
370
AutoCAD SHX Text
368
AutoCAD SHX Text
366
AutoCAD SHX Text
364
AutoCAD SHX Text
362
AutoCAD SHX Text
360
AutoCAD SHX Text
366
AutoCAD SHX Text
364
AutoCAD SHX Text
PROPOSED STORAGE POND
AutoCAD SHX Text
PUMP STATION
AutoCAD SHX Text
PROPOSED EFFLUENT
AutoCAD SHX Text
EXISTING FIRE HYDRANT
AutoCAD SHX Text
EXISTING STORAGE POND
AutoCAD SHX Text
PROPOSED SCREEN
AutoCAD SHX Text
PROPOSED CONTROL
AutoCAD SHX Text
BUILDING
AutoCAD SHX Text
STRUCTURE
AutoCAD SHX Text
EXISTING ENTRANCE ROAD
AutoCAD SHX Text
PROPOSED FENCE
AutoCAD SHX Text
PROPOSED 12' WIDE GRAVEL DRIVE
AutoCAD SHX Text
PROPOSED ASPHALT PARKING AREA
AutoCAD SHX Text
370
AutoCAD SHX Text
370
AutoCAD SHX Text
372
AutoCAD SHX Text
368
AutoCAD SHX Text
372
AutoCAD SHX Text
368
AutoCAD SHX Text
366
AutoCAD SHX Text
366
AutoCAD SHX Text
364
AutoCAD SHX Text
362
AutoCAD SHX Text
360
AutoCAD SHX Text
259
AutoCAD SHX Text
PROPOSED ENTRANCE SIGN
AutoCAD SHX Text
HANDICAP PARKING SPACE
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
DATE
AutoCAD SHX Text
8050-020-01
AutoCAD SHX Text
SHEET NO:
AutoCAD SHX Text
CADD NO:
AutoCAD SHX Text
ADD1620C111
AutoCAD SHX Text
JOB NO:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
C3D 2018
AutoCAD SHX Text
G. PARKER
AutoCAD SHX Text
DWG. NO:
AutoCAD SHX Text
C11.1
AutoCAD SHX Text
1 of 2
AutoCAD SHX Text
THESE DOCUMENTS, AS INSTRUMENTS OF SERVICE, REMAIN THE PROPERTY OF THE ENGINEER AND NO PART THEREOF MAY BE USED OR REPRODUCED IN ANY FORM WITHOUT WRITTEN PERMISSION.
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
MARCH 2018
AutoCAD SHX Text
4571 ARKWRIGHT ROAD
AutoCAD SHX Text
ADDENDUM NO. 2 - GRADING - CONTROL BUILDING AREA
AutoCAD SHX Text
MACON, GEORGIA 31210
AutoCAD SHX Text
(478) 471-1646 (FAX)
AutoCAD SHX Text
(478) 757-1169
AutoCAD SHX Text
WWW.HOFSTADTER.COM
AutoCAD SHX Text
1" = 10'
AutoCAD SHX Text
R
AutoCAD SHX Text
No.
AutoCAD SHX Text
13517
AutoCAD SHX Text
PROFESSIONAL
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
I
AutoCAD SHX Text
E.
AutoCAD SHX Text
G
AutoCAD SHX Text
H
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
T
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
O
AutoCAD SHX Text
G
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
21405
AutoCAD SHX Text
PROFESSIONAL
AutoCAD SHX Text
R
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
No.
AutoCAD SHX Text
K
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
V
AutoCAD SHX Text
N
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
S.
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
G
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
S
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
G
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
V
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
SANITARY SEWER SYSTEM IMPROVEMENTS
AutoCAD SHX Text
1.25 MGD WASTEWATER TREATMENT PLANT AND
AutoCAD SHX Text
LAND APPLICATION SYSTEM EXPANSION
AutoCAD SHX Text
R
AutoCAD SHX Text
No.
AutoCAD SHX Text
37092
AutoCAD SHX Text
PROFESSIONAL
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
I
AutoCAD SHX Text
E.
AutoCAD SHX Text
G
AutoCAD SHX Text
H
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
T
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
O
AutoCAD SHX Text
G
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
R.
AutoCAD SHX Text
J
AutoCAD SHX Text
PROPOSED FLAG POLE
AutoCAD SHX Text
PROPOSED 12' WIDE GRAVEL DRIVE
AutoCAD SHX Text
PROPOSED 12' WIDE DOUBLE GATE
AutoCAD SHX Text
362
AutoCAD SHX Text
362
AutoCAD SHX Text
364
AutoCAD SHX Text
366
AutoCAD SHX Text
370
AutoCAD SHX Text
372
AutoCAD SHX Text
368
AutoCAD SHX Text
TO SPRAY FIELDS
AutoCAD SHX Text
PROPOSED EFFLUENT FORCE MAIN
AutoCAD SHX Text
DIVISON I
AutoCAD SHX Text
DIVISON II
AutoCAD SHX Text
DROP INLET
AutoCAD SHX Text
INV. ELEV: 363.50
AutoCAD SHX Text
373
AutoCAD SHX Text
373
AutoCAD SHX Text
373
AutoCAD SHX Text
373
AutoCAD SHX Text
ADDED GRAVEL DRIVE DETAIL
AutoCAD SHX Text
7/24/19
AutoCAD SHX Text
6" COMPACTED STONE BASE SHALL BE CUT INTO EXISTING GRADE
AutoCAD SHX Text
EXISTING GRADE
AutoCAD SHX Text
%%U DETAIL GRAVEL SERVICE ROAD
AutoCAD SHX Text
1
AutoCAD SHX Text
C11.1
AutoCAD SHX Text
1
AutoCAD SHX Text
C11.1
Page 45: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

2

M 1.3

1

M-1.2

3

M 1.4

4

M 1.5

PLAN - INFLUENT STRUCTURE

1

CITY OF UNADILLA, GEORGIAHOFSTADTER & ASSOCIATES, INC.CIVIL/ENVIRONMENTAL/TRANSPORTATION

CONSULTING ENGINEERS

AutoCAD SHX Text
1-8" ID MJ DI 90° BENDW/ CONC THRUST BLOCK
AutoCAD SHX Text
DRESSER COUPLING
AutoCAD SHX Text
8" FLANGED PLUG VALVE WITH WORM GEAR ACTUATOR
AutoCAD SHX Text
1-8" ID MJ DI 90° BENDW/ CONC THRUST BLOCK
AutoCAD SHX Text
1-8" ID FLG DI 90° BEND
AutoCAD SHX Text
1 - 12" x 8" x 8" ID MJ TEE W/ CONC THRUST BLOCK
AutoCAD SHX Text
8" FLANGED PLUG VALVE WITH WORM GEAR ACTUATOR
AutoCAD SHX Text
4" FORCE MAIN FROM SCREEN STRUCTURE
AutoCAD SHX Text
ROTOSIEVE LIQUID DISCHARGE RETURN
AutoCAD SHX Text
ROTOSIEVE
AutoCAD SHX Text
MANUAL BAR SCREEN AND COLLECTIONS TROUGH
AutoCAD SHX Text
12" INFLUENT FORCE MAIN
AutoCAD SHX Text
CONCRETE STEPS
AutoCAD SHX Text
1-8" ID FLG DI 90° BEND
AutoCAD SHX Text
BACKFILLED CHAMBER FOR WALK WAY
AutoCAD SHX Text
CONCRETE STEPS
AutoCAD SHX Text
MANUAL BAR SCREEN AND COLLECTIONS TROUGH SEE SHEET M1.6 FOR DETAIL
AutoCAD SHX Text
12" DIP TO AERATION BASIN
AutoCAD SHX Text
1-1/2" DIP FORCE MAIN NO. 1 FROM GRINDER PUMP STATION
AutoCAD SHX Text
NOTE: CONTRACTOR MAY USE DRESSER COUPLINGS AS NEEDED ON 8" D.I. PIPING
AutoCAD SHX Text
8" D.I. FLG PIPE LENGTH AS NEEDED
AutoCAD SHX Text
REVISIONS
AutoCAD SHX Text
SYMBOL
AutoCAD SHX Text
DATE
AutoCAD SHX Text
8050-020-01
AutoCAD SHX Text
SHEET NO:
AutoCAD SHX Text
CADD NO:
AutoCAD SHX Text
ADD1620M11
AutoCAD SHX Text
JOB NO:
AutoCAD SHX Text
DRAWN BY:
AutoCAD SHX Text
C3D 2018
AutoCAD SHX Text
G. PARKER
AutoCAD SHX Text
DWG. NO:
AutoCAD SHX Text
M1.1
AutoCAD SHX Text
2 of 2
AutoCAD SHX Text
THESE DOCUMENTS, AS INSTRUMENTS OF SERVICE, REMAIN THE PROPERTY OF THE ENGINEER AND NO PART THEREOF MAY BE USED OR REPRODUCED IN ANY FORM WITHOUT WRITTEN PERMISSION.
AutoCAD SHX Text
SCALE:
AutoCAD SHX Text
DATE:
AutoCAD SHX Text
MARCH 2018
AutoCAD SHX Text
4571 ARKWRIGHT ROAD
AutoCAD SHX Text
ADDENDUM NO. 2 - PLAN - INFLUENT SCREEN
AutoCAD SHX Text
MACON, GEORGIA 31210
AutoCAD SHX Text
(478) 471-1646 (FAX)
AutoCAD SHX Text
(478) 757-1169
AutoCAD SHX Text
WWW.HOFSTADTER.COM
AutoCAD SHX Text
AS SHOWN
AutoCAD SHX Text
R
AutoCAD SHX Text
No.
AutoCAD SHX Text
13517
AutoCAD SHX Text
PROFESSIONAL
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
I
AutoCAD SHX Text
E.
AutoCAD SHX Text
G
AutoCAD SHX Text
H
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
T
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
O
AutoCAD SHX Text
G
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
21405
AutoCAD SHX Text
PROFESSIONAL
AutoCAD SHX Text
R
AutoCAD SHX Text
N
AutoCAD SHX Text
S
AutoCAD SHX Text
No.
AutoCAD SHX Text
K
AutoCAD SHX Text
E
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
V
AutoCAD SHX Text
N
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
S.
AutoCAD SHX Text
L
AutoCAD SHX Text
O
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
G
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
S
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
G
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
S
AutoCAD SHX Text
V
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
D
AutoCAD SHX Text
A
AutoCAD SHX Text
SANITARY SEWER SYSTEM IMPROVEMENTS
AutoCAD SHX Text
1.25 MGD WASTEWATER TREATMENT PLANT
AutoCAD SHX Text
R
AutoCAD SHX Text
No.
AutoCAD SHX Text
37092
AutoCAD SHX Text
PROFESSIONAL
AutoCAD SHX Text
O
AutoCAD SHX Text
N
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
L
AutoCAD SHX Text
I
AutoCAD SHX Text
E.
AutoCAD SHX Text
G
AutoCAD SHX Text
H
AutoCAD SHX Text
C
AutoCAD SHX Text
A
AutoCAD SHX Text
E
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
T
AutoCAD SHX Text
N
AutoCAD SHX Text
F
AutoCAD SHX Text
S
AutoCAD SHX Text
T
AutoCAD SHX Text
A
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
O
AutoCAD SHX Text
G
AutoCAD SHX Text
S
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
G
AutoCAD SHX Text
I
AutoCAD SHX Text
I
AutoCAD SHX Text
G
AutoCAD SHX Text
D
AutoCAD SHX Text
T
AutoCAD SHX Text
E
AutoCAD SHX Text
R
AutoCAD SHX Text
E
AutoCAD SHX Text
A
AutoCAD SHX Text
R.
AutoCAD SHX Text
J
AutoCAD SHX Text
DIVISION I
AutoCAD SHX Text
GENERAL
AutoCAD SHX Text
7/24/19
Page 46: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

FIV

E PO

INTS

RO

AD

OFSTADTER&

SSOCIATES

CITY OF UNADILLA

N

Feet

160

80

0

chad
Callout
ELECTRIC VALVE W ACTUATOR, EV1
chad
Callout
ELECTRIC GATE VALVE W ACTUATOR, EV4
chad
Typewritten Text
UPDATED TO SHOW ELECTRIC VALVES
chad
Typewritten Text
7/25/19
chad
Callout
ELECTRIC VALVE W ACTUATOR, EV2
chad
Callout
ELECTRIC VALVE W ACTUATOR, EV3
Page 47: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

OFSTADTER&

SSOCIATES

CITY OF UNADILLA

N

Feet

200

100

0

chad
Typewritten Text
chad
Callout
ELECTRIC GATE VALVE W ACTUATOR, EV6
chad
Callout
ELECTRIC GATE VAVLE W ACTUATOR, EV5
chad
Callout
ELECTRIC GATE VALVE W ACTUATOR, EV 7
chad
Callout
ELECTRIC GATE VALVE W ACTUATOR, EV8
chad
Typewritten Text
chad
Typewritten Text
UPDATED TO SHOW ELECTRIC VALVES
chad
Typewritten Text
7/25/2019
Page 48: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

OFSTADTER&

SSOCIATES

CITY OF UNADILLA

N

Feet

200

100

0

chad
Callout
ELECTRIC VALVE W ACTUATOR, EV9
chad
Typewritten Text
UPDATED TO SHOW ELECTRIC VALVES
chad
Typewritten Text
7/25/2019
Page 49: ADDENDUM NO. 1 WWTP (1.25 MGD) UNADILLA ......installing subsurface drip irrigation. An approved vendor for the subsurface drip system is Water Water Systems, Inc Ellijay GA Please

0-8%Bonneau

0-8%Blanton

0-8%Wagram

0-8%Lakeland

Area=1.57 Ac

Area=2.60Ac

Area=6.76 Ac

Area=1.32 Ac

OFSTADTER&

SSOCIATES

CITY OF UNADILLA

N

Feet

200

100

0

chad
Callout
ELECTRIC VALVE W ACTUATOR, EV10
chad
Polygonal Line
chad
Callout
ELECTRIC VALVE W ACTUATOR, EV11
chad
Callout
8" PVC BYPASS INCLUDING BENDS/FITTINGS
chad
Typewritten Text
UPDATED TO SHOW ELECTRIC VALVES
chad
Typewritten Text
7/25/2019