Addendum No 1 Main LS and FM Improvements 21-03-19
Addendum No 1 Main LS and FM Improvements 21-03-19
ADDENDUM NO. 1
March 19, 2021
You are hereby notified of the following additions to the Plans, Specifications, and other documents
comprising the Contract Documents for the City of Stanwood (City) Main Lift Station and Forcemain
Improvements project.
General Information
The non-mandatory prebid meeting had the following attendees:
Bill, Haskell Corporation, [email protected], 360-483-8188
Brandon, Trenchless Construction Services, LLC, [email protected], (360) 474-0123
Dana, Interwest Construction Inc., [email protected], (360) 757-7574
Derek, Tiger Construction, [email protected], 360-966-7252
Ethan, Northwest Regional Organizing Coalition, [email protected], (206) 256-1591
Garrett, Dahl Electric, [email protected], (360) 755-1145 x18
Jon, McClure and Sons, Inc., [email protected], (425) 316-6999
Jon, Reece Construction Company, [email protected], (425) 508-7406
Mark, Strider Construction Co., Inc., [email protected], (360) 380-1234
Mike, Pellco Construction Inc., [email protected], (425) 265-7215
Vern, Clackamas Construction Inc., [email protected], (503) 663-1144
Adjacent and south of the Main Lift Station is Sequoia Preschool. The Contractor shall protect the public
including school children with site security to not be an attractive nuisance. In addition, the contractor shall
notify the school in advance of any road revisions at least 1 week prior to work start. The contractor shall
work with school staff to minimize access conflict with the school. Road work for forcemain install shall be
completed in the July to September timeframe.
Plans
DWG No’s P01, P02 and P03, Pages 2 through 4 of 32
General Notes, Add the following to the end of Note C:
IF CONTRACTOR GOES BEYOND MAXIMUM PAY LIMIT FOR THEIR OWN MEANS AND
METHODS, NO ADDITIONAL PAYMENT SHALL BE GRANTED. BID ITEMS 5A AND 5B
ARE FOR OWNER DIRECTED WORK.
Page 1 of 8
\\corp.rh2.com\dfs\Projects\Data\STA\419-173\30 SDB\Addendum 1\Addendum No 1 Main LS and FM Improvements 21_03-10.doc (3/19/21-15:31)
Addendum No. 1 – City of Stanwood
Main Lift Station and Forcemain Improvements
CONTRACTOR SHALL SEAL OFF WWTP TROUGH FROM THE NEW FORCEMAIN AS
NECESSARY TO COMPLETE CORING, PIPE INSTALLATION AND PERFORM PIPE
INSPECTION AND TESTING.
Technical Specifications
Page 8-1
Delete Division 8 in its entirety. No doors or door hardware will be replaced as part of this project.
Page 11-7
Replace 11.10.3 section with the following:
Part 2 – Products
Brand:
Gorman Rupp, Prime assisted centrifugal pump model PA6D60-4045T FT4-ESP with Auto-Start
Control, or pre-approved equal.
Six-inch priming assisted pump driven by a liquid-cooled diesel engine. Pump shall be capable of
handling raw sewage with high content of solids and running dry continuously without damage.
Pump:
Pump to have a 6-inch suction and discharge flanges with adaptors to fit 6-inch and 4-inch
camlock connections. The casing is to be made of No. 30 gray iron. Open type two-vane impeller
made of ductile iron no. 65-45-12 and capable of handling 3-inch diameter spherical solids. Impeller
shaft is to be made of 17-4 PH stainless steel. Pump to have a replaceable wear plate made of carbon
steel 1015.
The seal shall be mechanical oil-lubricated with double floating, self-aligning silicon carbide rotating and
stationary faces. It shall have a stainless steel 316 stationary seat and DuPont viton or equivalent
elastomers. Cage and spring shall be stainless steel no. 18-8. Bearings shall be oil lubricated.
The priming chamber housing is to be gray iron No. 30 with stainless steel float and linkage that will
insure automatic prime and re-prime. Once pump is primed the valve will close and will not allow any
of the product being pumped to be bypassed onto the ground or into the atmosphere. Pump must also
be capable of operating under a flooded suction condition without allowing product being pumped in
to be bypassed onto the ground or into the atmosphere.
The pump shall have a clean-out port and spring-loaded discharge check valve that operates
automatically. The pump shall be manufactured in the U.S.A. by an ISO 9001 approved company.
Companies without ISO 9001 certification will not be allowed.
Pump Performance:
At an engine speed of 1950 rpm, the pump shall be capable of reaching a maximum head of 158 feet,
and a maximum flow rate of 2,300 GPM. Pump shall be capable of the following condition points:
Duty Point #1 – 5’ static suction lift – 2,240 GPM @ 84’ TDH
Duty Point #2 – 15’ static suction lift – 1,700 GPM @ 104’ TDH
Duty Point #3 – 25’ static suction lift – 900 GPM @ 132’ TDH
Compressor:
The compressor is to be gear-driven directly off the engine with a model Bindex 34 CFM air
compressor including air intake plumbing, water-cooler plumbing, lube system plumbing. The priming
system shall not incorporate a vacuum pump, belt-driven air compressor or diaphragm priming system.
Compressor shall create a vacuum on suction side of pump by forcing air through a venturi with is
mounted in a protected area of the pump frame.
Enclosure:
The entire pump unit shall be enclosed by a soundproof lightweight aluminum, modular
enclosure to reduce operating noise to an average 74 dbA level at 23 feet while pumping under
full load. The entire enclosure shall be removable for maintenance of pump or engine. It will be
equipped with padlock-able access panels with an opening to facilitate pump and engine servicing and
incorporate a removable panel to allow access to the pump clean-out cover plate. The enclosure shall
have a lockable access panel for the engine control and level control system. Integral drain ports will be
included along with a weather tight positive engagement 4-pin socket for float switch connection. It
shall be secured to an environmentally safe, spill containment type, combination skid base with integral
fuel tank.
Engine:
The pump shall be coupled directly to the engine flywheel. The pump cannot be driven by a belt drive.
The engine shall be four-cylinder, turbo-charged, liquid cooled diesel of not less than 276 cubic inch
displacement having a manufacturer’s continuous brake horsepower rating of 74 BHP at 2,400 rpm.
Engine shall be complete with an 88-gallon fuel tank that will allow unit to operate for 23.5 hours under
full load. Fuel tank to be an integral base design type. Engine shall have an instrument panel with
temperature gauge, oil pressure gauge, ammeter, hour-meter, and tachometer. Engine shall be
equipped with safety shut down switches for low oil pressure and high coolant temperature.
Trailer:
Dual axle road ready trailer with lights and hitch meeting DOT requirements. License plate
and exempt status ready for City use. Provide 2-5/16-inch tow ball with jack and dolly wheel.
Controller:
Controller shall include a dual float system. Start float with tether controls to turn pump on and stop
float set to shut down pump. Range shall be 3-foot vertical, minimum. Provide float with adjustable
pipe which anchors to the base of a manhole and stays in place by temporary anchorage to sidewall of
manhole or other means.
Part 3 – Execution
Deliver to City WWTP in new condition. Provide one day of training including connecting pump to a
manhole on 94th and connecting hose to bypass port and run the pump for a minimum of 30 minutes
with float controls in operation. Schedule training with at least 2 calendar weeks’ notice to Owner staff.
Provide fuel for startup, testing and Owner training. After delivery and completion of testing, startup
and training, fill fuel tank full.
Page 14-5
Replace 14.41.23 Part 2 – Products section and add Part 3 – Execution as follows:
Part 2 - Products
Manufacturers
Monorail package systems shall be provided by Washington Crane and Hoist (Ted Schmidt,
253 863-6661) and designed by Coplita Engineering (Kerry Coplita, 206 300-7117) or approved
equal.
Materials
Components Material
Monorail beams Steel, ASTM A36 or A992 hot dipped galvanized.
Trolley Steel, ASTM A36
Wheels Steel
Hooks Forged Steel
Components
The Contractor shall supply monorail support brackets which shall be supported by their own supports
and anchorage. System shall not conflict with mechanical or electrical items on site or items installed by
this project.
Trolley and Lift
Lift shall be electric chain type with motorized trolley to fit standard “S” beams, wide flange “W”
beams, or fabricated boxes.
Trolley shall be inverter controlled for ramped acceleration and deceleration and variable speeds.
A four-step upper and lower limit switch shall be provided. Limit switch shall provide upper and lower
limit stopping, hoist slow down prior to reaching upper limit and phase reversal protection at upper
limit.
Lift motor shall be totally enclosed with NEMA 4 rating and Class F insulation at a minimum.
Lift brake shall be DC type with adequate torque to stop and hold over 125 percent of the lift-rated
load.
Lift control panel shall have NEMA 4 rating at a minimum.
Safety latch shall be provided on hook.
Lift shall have a duty rating suitable for the load class and cycles of the application.
End Trucks
End trucks shall be designed in accordance with CMAA specifications.
End trucks shall be bolted to monorail.
Controls
The following controls shall be used as applicable:
Pushbutton pendant suspended from hoist.
Controls shall be magnetic reversing type, or variable frequency, as required above.
Electrical enclosures shall be NEMA 4. Pushbutton enclosure shall be NEMA 4.
Labeling
Hoist shall be labeled with load rating per WAC.
Finishes
Lift and trolley shall be factory painted per manufacturer’s standards or per Division 9. Safety yellow.
Supports shall be coated per Division 9. Owner shall select color.
Monorail shall be hot dipped galvanized steel.
The following items shall not be painted.: Hoist chain
Part 3 – Execution
Install supports and monorails and lifts in conformance with manufacturer’s requirements. Adjust
and/or relocate existing components such as lighting, conduits, panels, railings and proposed
components such as the monorail, supports, heaters and conduits to fit and provide a fully functioning
system without conflict. Lighting and panel doors shall be accessible for maintenance.
*****
Addendum No. 1 is hereby made a part of the Contract Documents and its terms and conditions are fully
binding. Bidders shall acknowledge receipt of this addendum by identifying the addendum number in
the space provided for this purpose on the bid proposal form. Failure to do so may result in the bid
being declared non-responsive.
We appreciate your interest in this project and our continued work to keep infectious disease out of our
environment.
City of Stanwood