addendum no. 01 - cob.org

39
ADDENDUM No. 01 Page 1 of 6 March 23, 2012 Post Point Wastewater Treatment Plant Improvements Owner: City of Bellingham Engineer: Carollo Engineers CM/GC: Mortenson Construction ADDENDUM NO. 01 March 23, 2012 THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID PACKAGE BID FORM This addendum forms a part of the Contract Documents and modifies the original bidding documents only to the extent specifically shown and noted below. All other conditions shall remain the same. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. GENERAL (FOR ALL BID PACKAGES): 1. Carollo Engineers Addendum No 01 is included in this Addendum as an attachment. 2. Pre-Bid Walk agendas and sign-in sheets are included in this Addendum as an attachment. 3. This project will utilize Lean construction principals in planning and implementation of the Work. This will include a milestone schedule, collaboratively created phase schedule, "make-ready" look-ahead plans, weekly work plans, and a method for measuring, recording, and improving planning reliability. Bidders should understand that all trade packages and their appropriate sub tiers shall participate in Pull Planning sessions with each new phase of work with the purpose of creating a collaborative phase schedule and identifying constraints for each activity of work. Individuals who understand how the work will be performed shall be directly involved in he planning process. The schedule developed in these Pull Planning sessions will be used to create the 6-week look ahead schedule. The look-ahead schedule will track whether any constraints (issues that would prevent the work from being performed as planned) exist. It is every contractor's responsibility to actively identify and resolve constraints prior to the Work. Additionally, every contractor shall report variations from the plan for tracking planning reliability and assessing root cause of variations for purposes of continuously improving planning reliability. 4. Exhibit H , referenced in the 00090 Form of Contract, was not provided in the bidders manual. Exhibit H is included in this Addendum as an attachment. 5. The Volume 1 Project Manual references Mortenson's FTP site for Safety Policies and Existing Facility Drawings. In addition, the Geotechnical Report, Hazardous Materials Surveys and Archaeological Report may be found on this site. The following are directions to Mortenson's FTP site: https://pws2.mortenson.com/QuickPlace/11050002/Main.nsf username: bidder, password: bidder Go to "Bidders Page" on the left side of the screen The following information will also be made available to bidders on this FTP site: Supplemental Geotechnical Report dated September 20th, 2011 PEPS Pump and VFD Submittals 90% Stormwater Design Report General Bidder Questions/Responses(all responses italicized): 1. Is there any possibility to get copies of the CAD drawings for takeoffs? CAD files will not be available during the bid period. They will be made available after the Conformed set, post bid.

Upload: others

Post on 18-May-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 01 - cob.org

ADDENDUM No. 01 Page 1 of 6 March 23, 2012

Post Point Wastewater Treatment Plant Improvements

Owner: City of Bellingham Engineer: Carollo Engineers CM/GC: Mortenson Construction

ADDENDUM NO. 01

March 23, 2012

THIS ADDENDUM MUST BE ACKNOWLEDGED ON THE BID PACKAGE BID FORM This addendum forms a part of the Contract Documents and modifies the original bidding documents only to the extent specifically shown and noted below. All other conditions shall remain the same. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. GENERAL (FOR ALL BID PACKAGES):

1. Carollo Engineers Addendum No 01 is included in this Addendum as an attachment. 2. Pre-Bid Walk agendas and sign-in sheets are included in this Addendum as an attachment. 3. This project will utilize Lean construction principals in planning and implementation of the Work. This

will include a milestone schedule, collaboratively created phase schedule, "make-ready" look-ahead plans, weekly work plans, and a method for measuring, recording, and improving planning reliability. Bidders should understand that all trade packages and their appropriate sub tiers shall participate in Pull Planning sessions with each new phase of work with the purpose of creating a collaborative phase schedule and identifying constraints for each activity of work. Individuals who understand how the work will be performed shall be directly involved in he planning process. The schedule developed in these Pull Planning sessions will be used to create the 6-week look ahead schedule. The look-ahead schedule will track whether any constraints (issues that would prevent the work from being performed as planned) exist. It is every contractor's responsibility to actively identify and resolve constraints prior to the Work. Additionally, every contractor shall report variations from the plan for tracking planning reliability and assessing root cause of variations for purposes of continuously improving planning reliability.

4. Exhibit H , referenced in the 00090 Form of Contract, was not provided in the bidders manual. Exhibit H is included in this Addendum as an attachment.

5. The Volume 1 Project Manual references Mortenson's FTP site for Safety Policies and Existing Facility Drawings. In addition, the Geotechnical Report, Hazardous Materials Surveys and Archaeological Report may be found on this site. The following are directions to Mortenson's FTP site: https://pws2.mortenson.com/QuickPlace/11050002/Main.nsf username: bidder, password: bidder Go to "Bidders Page" on the left side of the screen The following information will also be made available to bidders on this FTP site: Supplemental Geotechnical Report dated September 20th, 2011 PEPS Pump and VFD Submittals 90% Stormwater Design Report

General Bidder Questions/Responses(all responses italicized):

1. Is there any possibility to get copies of the CAD drawings for takeoffs? CAD files will not be available during the bid period. They will be made available after the Conformed set, post bid.

Page 2: ADDENDUM NO. 01 - cob.org

ADDENDUM No. 01 Page 2 of 6 March 23, 2012

2. Please provide a shoring plan. The final shoring plan will be created by Bid Package 101 under the following guidelines (from BP 101 Summary of Work):

1) Shoring system at Secondary Clarifier #4 shall be designed to accommodate installation of the new ML line from the Flow Splitter and prevent undermining of Secondary Clarifier #3.

2) Shoring system at Secondary Clarifier #4 shall be designed to support and protect the existing 72" Mixed Liquor pipe adjacent to the clarifier during excavation of the clarifier and during excavation and installation of the new secondary effluent piping installed by BP 114. Furthermore, system shall accommodate BP 114 to bore or ram new piping running below the 72" line. Coordinate design with work activities planned by BP 114.

3) Shoring system at Activated Sludge Basin #4 shall be designed to minimize impact on Wetlands south of ASB#4.

ITEMS SPECIFIC TO BID PACKAGES: BP 101 – EARTHWORK:

1. Scope Coordination Matrix item 03-18 PVC liner at concrete junction boxes (spec section 13217) shall be in BP 106 scope column, not BP 101.

2. BP 101 shall provide excavation and backfill required at the gallery modifications shown on 050-S-101 BP 101 Bidder Questions/Responses:

1. 02260 3.01 B - requires sheet pile shoring to be removed at completion of work. Please clarify if and where sheet pile shoring may be left in place upon completion of work. ASB 4: remove shoring following work completion as required by 02260, 3.01,B. SC 4: Refer to Addendum 1.

2. In the Scope Coordination & Responsibility Matrix, line 02-22, It is indicated that the stabilization fabric, base course and crushed surfacing will be part of BP 103. Is this the case? This is correct as it relates to Asphalt Pavement. BP 103 will provide a complete Asphalt Pavement assembly per B/020-C-118.

3. Relating to the above question, in the Summary of Work for BP 101, section F. Earthwork, in lines 2 and 6, it appears that the crushed rock is not part of BP 101. This is in conflict with the beginning of the Summary of Work where BP 101 includes Divisions 02050 & 02277 Complete. Please clarify. Line 2 does not exclude any work, however, the intent is to have BP 101 provide rough grade and bid packages for Site Concrete, Asphalt Pavement and Gravel Pavement provide their own fabric and crushed rock. BP 101 will still provide all crushed rock as required at structural excavation and backfill. Line 6 shall only exclude crushed surfacing at the retaining wall associated with the concrete sidewalk. BP 101 shall provide crushed surfacing under the retaining wall.

4. Page 20 of the Summary of Work, Section H, there is 1100 SY of crane pads specified to be included. What is the section thickness and materials for this surface? Assume 12" layer of crushed rock over fabric.

5. I noticed that you do not have a unit price for Overexcavation. Is this something that you may want to add to the bid form? Bid form has been revised to include unit price for overexcavation. See attachment.

6. Plan Sheet 040-L-102, general note 3 states “refer to civil plans for access road details and specifications.” What plan sheet can the access road detail be found? The access road referenced shall be provided under BP 111 as required to access the Lagoon Wetland Mitigation work.

7. Plan sheet 010-G-116 under foundation note 1 references a geotech report dated October 6th, 2010 and a supplemental report dated September 20th, 2011. Could you please provide the supplemental report dated September 20th, 2011? Memorandum dated September 28, 2011, prepared by GeoEngineers entitled Post Point WWTP Expansion – Selector/Activated Sludge Basin No. 1 CDF Columns Recommendations issued to Mortenson. Supplemental report shall be made available to bidders on Builder's Exchange and Mortenson's FTP site.

BP 106 – STRUCTURES:

1. Bid Date and Time for Bid Package 106 shall change to April 5, 2012 at 2:00 PM. Location to remain the same.

Page 3: ADDENDUM NO. 01 - cob.org

ADDENDUM No. 01 Page 3 of 6 March 23, 2012

2. Add section 11510 - SAFETY EQUIPMENT, complete, to BP 106 3. Add section 07462 - WOOD SIDING, complete, to BP 106 4. Scope Coordination Matrix item 03-18 PVC liner at concrete junction boxes (spec section 13217) shall

be in BP 106 scope column, not BP 101. 5. BP 106 is responsible for patching, floating and resealing of concrete surfaces associated with

demolition of concrete pads, curbs and pipe supports. BP 106 Bidder Questions/Responses:

1. 03300 2.04 A 4 e3 &f3 - requires reactivity testing per ASTM C 289. Would Carollo accept ASTM C 1260 instead? The C289 often fives results that say the material is potentially deleterious, but gives no exact info or ways to mitigate the expansion like the C 1260 does. The appendix of ASTM C33 contains guidance on the selection of alkali-reactivity testing. This appendix indicates that ASTM C1260 is typically used for testing aggregates that develop deleterious expansions more slowly over longer periods of time. Based on this information, ASTM C1260 may not be appropriate. The guide does indicate that ASTM C1293 is considered to be the most reliable test procedure. The guide also suggest that service records are more reliable than any testing provided that satisfactory results are consistent over an established time period. Therefore, in lieu of ASTM C289 or as an alternative test procedure to ASTM C289, it is acceptable to use test procedures per ASTM C1293, supplemented with available service records that extend back at least 15 years.

2. 305-S-105, 106, 107 - Void spaces within the Activated Sludge Basin call for Class "C" concrete fill. This is 4500 psi concrete. Would it be acceptable to fill void spaces, not contact with wastewater, with Class "F" concrete or sand? See sections P, R-U, & V. Class 2,500 psi Class CE concrete is acceptable.

3. 325-A-101 - Control Room shows 2x6 WD studs. Please confirm 6" metal studs may be used in lieu of wood. Provide wood studs per the drawings and specifications.

4. 11510 Paragraph 2.03 B requires more clarification. Specifically, "provide posts on each side of the covers." Is the intent to have a removable horizontal lifeline on 2 sides of the opening? Can the lifeline be shared between openings on either side, assuming it still meets the performance criteria (ex. At ASB 1 can 1 lifeline be used for openings to the North and South)? Are the posts removable? Are there any working clearances (min/max) required between the openings and lifelines? The intent is to have two separate life lines supported by posts one each side of the cover, so that there can be two people, one on each side of the cover, tied off while removing the cover. The posts are removable. The system is to be designed by Capital Safety, they should provide all information on clearances.

5. Is there a matrix for equipment pad sizes? For bidding purposes, if specific sizes are not called out, scale the concrete pads shown on the drawings. Actual equipment sizes will be coordinated with BP 114 and BP 115.

6. How much larger is the concrete openings for details P300 and P301? Who is responsible for welding rebar to the annular ring? For bidding purposes, assume concrete opening is 6" larger than the annular ring on all sides of the wall thimble. BP 106 shall demo concrete and rebar as required by the details. BP 114 will furnish and install pipe thimble and weld rebar to annular ring. BP 106 will form and place concrete. BP 106 shall also provide and install hydrophilic waterstop as shone in detail S199.

7. Which BP supplies the concrete base support under the 72-PE shown on 220-M-101. Bid Package 106.

8. 310-D-102 Per note 9, BP 114 is to remove the existing gas detector. Which BP should patch the hole with epoxy per the same note. BP 114 shall remove all instruments, piping, and mechanical equipment from the Activated Sludge Basin Deck. BP 106 shall grout and patch ALL holes in the elevated deck as required by the drawings.

9. 310-D-102 Which BP removes the existing manhole covers? Clarify which BP is to perform grouting. BP 106 shall remove the manhole covers and grout the new FRP pipe thimbles (provided by BP 114).

10. Who provides stair treads under section 06611? BP 114 shall provide Weirs and Baffles and BP 106 shall provide grating & stair treads and covered grating

11. 050-D-105 shows demolition of a 30" RAS pipe. Do the concrete pipe saddles get demolished as well? Yes, there are 8 concrete pipe saddles that will be demolished by BP 106 in this area.

Page 4: ADDENDUM NO. 01 - cob.org

ADDENDUM No. 01 Page 4 of 6 March 23, 2012

BP 111 – LAGOON WETLAND MITIGATION:

1. It is the intend of this package to perform its Work with minimal impact to the existing plant life. Therefore, no wheeled equipment or dump trucks will be allowed past the location of the future viewing platform.

2. This bid package shall furnish, install and remove a temporary road as needed to access the Work. The road shall extend to the existing paved road East of Secondary Clarifier #4.

3. All stockpiles made by this trade package shall be covered on a daily basis by this trade contractor. BP 111 Bidder Questions/Responses:

1. Plan Sheet 040-L-102, general note 3 states “refer to civil plans for access road details and specifications.” What plan sheet can the access road detail be found? The access road referenced shall be provided under BP 111 as required to access the Lagoon Wetland Mitigation work.

BP 114 – MECHANICAL SYSTEMS:

1. BP 114 shall provide waterproofing at the stormwater pump stations and precast utilidor as required by the drawings. BP 114 will also be responsible for the 1.5 sack sand/cement slurry backfill required at the utilidor and 30" RAS.

2. All vendor furnished PLCs provided under bid package 114 that are required to comply with 17720 shall be Allen-Bradley as Basis of Bid. The revised BP 114 includes an equipment alternate for providing pricing for alternate PLC manufactures other than "basis of bid."

3. Scope Coordination Matrix item 17-09 (DO Probe Supports) refers to the SST support structure detailed on 28/305-S-115. BP 114 shall provide and install a complete system including post, guide, standoff bracket, reel, cable, and instrument bracket. BP 115 shall supply, install and set elevation of DO probe instrument assembly including PVC piping and manufacturers cabling.

BP 114 Bidder Questions/Responses:

1. 030-Y-101 Note 20 makes reference to asbestos piping. Please provide detailed description of where asbestos piping is expected to be found or revise wording so it is not Contractor's risk. Refer to Article 4.06 of the General Conditions. Refer to Addendum 1.

2. 11245 2.02 A - lists Watson-Marlow and Blue-White Industries as acceptable manufacturers. The named pump is Watson-Marlow 620DuN/RE. Unfortunately there is no equal to the specified Watson-Marlow pump made by Blue-White Industries. With no distinction made between the specific Watson-Marlow 620DuN model called out in the spec and the 'similar model' pump by Blue-White; the low dollar manufacturer will be selected by the mechanical subcontractor. The only option for the Watson-Marlow representative is to bid a 'lesser' model pump in an effort to compete with Blue-White. Would the Watson-Marlow peristaltic pump be considered for basis of bid? Subcontractors shall provide a bid for positive displacement peristaltic tube style pump(s) that meet the characteristics and criteria as listed in Specification 11245.

3. Section C on 50-M-102 and 50-M 104 note pipe support P604. This detail shows a pipe saddle. The elevation as drawn is more in line with P620, support at a pipe elbow. Please confirm which support type should be used. Per Specification Section 15061, the pipe support are designed by the Contractor. The supports shown are suggestions of support types that may be used.

4. Section 13447 on the Valve and Gate Actuator Schedule lists a 3-way plug valve but specification section 15116 does not appear to include 3-way plug valves - only standard plug valves are covered. Can you provide a specification for 3-way plug valves? Issued in Engineer's Addendum 1.

5. In regards to Section 11353A - Circular Secondary Clarifier Equipment; WesTech cannot meet the drive spec as written and has proposed an alternate drive: WesTech would like to bid this project with a deviation from the engineers specification. We will follow the spec by biding a cast iron drive with a replaceable strip liner bearing. Where we will deviate from the spec is we would like to use the Westech standard reducer in lieu of the worm gear specified. 2.3.2 Speed Reducing Unit: The speed reducing unit shall consist of cycloidal speed reducers directly connected to a motor without the use of chains or v belts, and shall be keyed to the pinion. The main ring gear of cycloidal drives shall be made of high carbon chromium bearing steel and be fixed to the drive casing. An eccentric bearing on

Page 5: ADDENDUM NO. 01 - cob.org

ADDENDUM No. 01 Page 5 of 6 March 23, 2012

the high speed shaft shall roll cycloidal discs of the same material around the internal circumference of this main ring gear. The lobes of the cycloid disc shall engage successively with pins in the fixed ring gear. The movement of the cycloid discs shall be transmitted then by pins to the low speed shaft. Speed reducer efficiency shall be a minimum of 92.5% per reduction stage. The speed reducer shall have a minimum service factor of 1.33 based on the output torque rating of the drive. The speed reducer shall be capable of withstanding a 500% shock load. The reducers shall be fitted with radial and thrust bearings of proper size for all mechanism loads and be grease lubricated. As a safety feature, the speed reducer shall be back driveable to release any stored energy as the result of an over torque condition. Please let us know if this will be acceptable. The equipment supplier may request an deviation during the submittal process.

6. How much larger is the concrete openings for details P300 and P301? Who is responsible for welding rebar to the annular ring? For bidding purposes, assume concrete opening is 6" larger than the annular ring on all sides of the wall thimble. BP 106 shall demo concrete and rebar as required by the details. BP 114 will furnish and install pipe thimble and weld rebar to annular ring. BP 106 will form and place concrete. BP 106 shall also provide and install hydrophilic waterstop as shone in detail S199.

7. Which BP supplies the concrete base support under the 72-PE shown on 220-M-101. Bid Package 106.

8. 310-D-102 Per note 9, BP 114 is to remove the existing gas detector. Which BP should patch the hole with epoxy per the same note. BP 114 shall remove all instruments, piping, and mechanical equipment from the Activated Sludge Basin Deck. BP 106 shall grout and patch ALL holes in the elevated deck as required by the drawings.

9. 310-d-102 Which BP removes the existing manhole covers? Clarify which BP is to perform grouting. BP 106 shall remove the manhole covers and grout the new FRP pipe thimbles (provided by BP 114).

10. Who provides stair treads under section 06611? BP 114 shall provide Weirs and Baffles and BP 106 shall provide grating & stair treads and covered grating

11. Equipment Alternate 2, Alternate A listing PEC appears to be in error, 'PEC' is a plug valve model made by Dezurik. PEC was listed in error. Please use the revised BP 114 Bid Form.

12. The Valve and Gate Actuator Schedule list valve EAM-32504 as though the contractor would provide it. This valve is identified on drawing 325-N-101 as the main header blow off valve. Specification section 11371 states that the main header blow off valve and actuator are to be supplied by the blower manufacturer. Please confirm who is to provide this valve. The main header blow off valve shall be supplied by the blower manufacturer as required by 11371 under Scope B and installed by Scope A.

13. The main header blow off valve mentioned above does not have a size listed on drawing 325-M-105. Can you tell me what size the valve is so that the tee off the main line can be sized correctly? The valve shall be sized by the Blower Manufacturer per 11371 2.13 B.

14. The spec section 00080 par 2.03 under Scope A lists 02561 Storm Utility Drainage Facilities and says 'COMPLETE' which appears to contradict the Scope Coordination & Responsibility Matrix under numbers 02-05 and 02-06 for a portion of the storm drain where it shows these two items falling under bid package 101 Earthwork. Is the storm drain listed being provided under bid package 101? The Scope Coordination Matrix is correct. BP 101 will install storm drain culvert under the pedestrian path and will install the perforated drain piping at the rain garden. All other storm drain piping will be installed under BP 114.

15. The extent of piping in Bid Alternate 2a and Bid Alternate 2b is not clear. Bid alternate 2 is the removal of Activated Sludge Basin 4 from the base scope of work. For bidding purposes, under bid alternate 2a stop and the ALP, PD, AS, and W3 piping just prior to where it 90s at the structure. See elevation E/030-Y-108. Under alternate 2a the ML piping would be added around the basin as shown on the yard piping drawings. As for alternate 2b, delete the fine bubble diffuser system in ASB #4.

BP 115 – ELECTRICAL & I/C SYSTEMS:

1. The role of the "System Integrator," as defined in 00080 - Summary of Work, shall be provided under BP 115 by a prequalified I&C contractor. Only the following firms have been prequalified for this role. Portland Engineering, Inc. Quality Control Corporation Technical Systems, Inc.

Page 6: ADDENDUM NO. 01 - cob.org

ADDENDUM No. 01 Page 6 of 6 March 23, 2012

2. The 1500kW standby generator required by 01140 1.10 E 4 b shall not be included in the base bid. It is anticipated that this temporary generator will not be necessary. However, if it is determined to be required during work on LS-4, costs associated with setup and rental will be reimbursed under the temp power allowance included in the base bid.

3. BP 115 shall relocate/reroute electrical services in the gallery necessary to access and install new work associated with the gallery modifications on 050-S-101 and new piping on B&C/050-M-105 and 050-M-106.

4. Scope Coordination Matrix item 17-09 DO Probe Supports refers to the SST support structure detailed on 28/305-S-115. BP 114 shall provide and install a complete system including post, guide, standoff bracket, reel, cable, and instrument bracket. BP 115 shall supply, install and set elevation of DO probe instrument assembly including PVC piping and manufacturers cabling.

5. During the Pre-Bid Walkthrough reference was made to a new "pad" under LS-4. Per 020-E-104 Note 3 this will be a new pad vault per detail EM902 provided by BP 115.

BP 115 Bidder Questions/Responses:

1. No questions at this time ATTACHMENTS:

1. Carollo Engineers Addendum No. 01, Dated March 23, 2012

2. Pre-Bid Walk Agenda & Sign-In Sheets

3. Revised BP 101 Bid Form

4. Revised BP 114 Bid Form

5. Subcontract Agreement Exhibit H

End of Addendum No. 01

Page 7: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 Carollo Project No. 8153A.10

ADDENDUM NO. 1

TO

CONTRACT DOCUMENTS

FOR

CITY OF BELLINGHAM

March 23, 2012 Page 1 of 12

POST POINT WASTEWATER TREATMENT PLANT IMPROVEMENTS

CITY PROJECT NUMBER: EU-145

March 23, 2012

pw //Caro llo/Documents/Clienl/WA/Bellingham/8153A 1 O/Deliverables/1800_Bid Period/1820_Addendum 1.docx

Page 8: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 2 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

VOLUME 2 OF 4, TECHNICAL SPECIFICATIONS DIVISIONS 01 - 14:

1. Specification Section 01010 – SUMMARY OF WORK

a. Section 1.01A: ADD to the end

“BID ALTERNATIVE 4: Involves the modifications to the existing Oxygen Generation Facility for the construction of the Chemically Enhanced Primary Treatment (CEPT) facilities. Demolition of the existing Oxygen Generation equipment in the building shall remain in the base bid.

BID ALTERNATIVE 5: Involves the construction of the odor control fans on the existing Preliminary Treatment Odor Control Facility.

BID ALTERNATIVE 6: Involves the construction of covers for the existing Solids Handling Odor Control Facilities and relocation of the building exhaust fan.”

2. Specification Section 01455 – SPECIAL TESTS AND INSPECTIONS

a. Appendix A, CAST-IN-PLACE CONCRETE SPECIAL INSPECTION SCHEDULE: DELETE and REPLACE the last column header with “Periodic During Task Listed”

3. Specification Section 02260 – EXCAVATION SUPPORT AND PROTECTION:

a. Section 3.01: ADD

“C. Secondary Clarifier No. 4: CONTRACTOR shall remove shoring to the extent as reasonably allowed by crane access from the east following work completion. Any shoring permanently left-in-place must:

1. Be located within the vertical footprint of the precast concrete roof panels.

2. Allow for removal of all shoring within the top 3 feet of finished grade. “

4. Specification Section 06611 – FIBERGLASS REINFORCED PLASTIC FABRICATIONS

a. Section 1.01 A: ADD “6. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

b. Section 1.01 A: ADD “7. Bid Alternative 5: All units located in Area 130 - Preliminary Treatment Odor Control.”

c. Section 1.01 A: ADD “8. Bid Alternative 6: All units located in Area 510 – Solids Handling Odor Control.”

Page 9: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 3 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

5. Specification Section 07505 – VEGETATED ROOF COMPONENTS

a. Section 1.01A.1.a: DELETE and REPLACE with “Pre-planted garden roof accessories (“modular extensive”).”

b. Section 2.01 VEGETATED ROOFING USING MODULAR ROOF TRAY: DELETE

c. Section 2.02B, Edge Treatment: DELETE

d. Section 3.04, MODULAR ROOF TRAYS: DELETE

e. Section 3.05, ACCESSORIES: DELETE

f. Section 3.07, MAINTENANCE: DELETE

6. Specification Section 11245 – PERISTALTIC TUBE METERING PUMPS

a. Section 1.01A: DELETE and REPLACE with “A. Section includes: Bid Alternate 4. Positive displacement peristaltic tubing pumps complete with drives, controls, and features specified as scheduled in this Section.”

7. Specification Section 11246 – POLYMER BLENDING AND FEED EQUIPMENT- LIQUID

a. Section 1.01B.1: ADD at the beginning “Bid Alternative 4:”

8. Specification Section 11312G – SUBMERSIBLE PUMPS

a. Section 3.04, PUMP SCHEDULE, Source Quality Control Testing, Test Witnessing: DELETE and REPLACE with “Not Witnessed”

9. Specification Section 11317B – SUBMERSIBLE SLOW-SPEED MIXERS

a. Section 2.02A.1, Drive Unit and Propeller, Propeller Blade Material: ADD “ or polyurethane-GFK”

10. Specification Section 11501-CARBON ABSORBER MEDIA

a. Section 1.02B: ADD at the beginning “Bid Alternative 5:”

b. Section 1.02C: ADD at the beginning “Bid Alternative 6:”

11. Specification Section 13206A – FIBERGLASS REINFORCED PLASTIC ABOVEGROUND STORAGE TANKS

a. Section 1.01A: DELETE and REPLACE with “A. Section includes: Bid Alternate 4. Double-walled fiberglass reinforced plastic aboveground storage tanks.”

12. Specification Section 13208 – CHEMICAL TANK FUME SCRUBBERS

a. Section 1.01A: DELETE and REPLACE with “A. Section includes: Bid Alternate 4. Fume scrubbers made of polyethylene material for bulk storage chemical tanks.”

Page 10: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 4 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

VOLUME 3 OF 4, TECHNICAL SPECIFICATIONS DIVISIONS 15 - 17:

13. Specification Section 15116 – PLUG VALVES

a. Section 1.01A: ADD “2. Multi-port plug valves.”

b. Part 2: ADD:

“2.04 MULTI-PORT PLUG VALVES FOR SLUDGE SERVICE

A. Manufacturers: One of the following or equal:

1. DeZurik, PTW, for 3-way valve, and PFW for 4 way valve.

2. Milliken, equivalent product.

B. Design: Non-lubricated tapered plug type including plugs faced with neoprene, body of cast iron, and stainless steel bearings in the upper and lower journal areas.

C. Furnish valves with single, double, or transfer style plug as indicated on the Drawings or as required.”

14. Specification Section 15762 – HEATING UNITS

a. Section 1.01 A: ADD “6. Bid Alternate 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

15. Specification Section 15772 – HEAT TRACING CABLE

a. Section 1.01 A: ADD “8. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

16. Specification Section 15830 - FANS

a. Section 1.01 A.3: DELETE and REPLACE with “3. Type 3 – Mixed flow induced dilution exhaust fans. Bid Alternate 5: All units located in Area 130 - Preliminary Treatment Odor Control.”

b. Section 1.01 A.4: DELETE and REPLACE with “4. Type 4 – Tubular centrifugal fans. Bid Alternate 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

17. Specification Section 15936 – HEATING, VENTILATING, AND AIR CONDITIONING CONTROLS

a. Section 1.01 A: ADD “6. Bid Alternate 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

b. Section 2.03 B: ADD at the beginning “Bid Alternative 4.”

c. Section 2.03 C: ADD at the beginning “Bid Alternative 4.”

d. Section 2.03 D: ADD at the beginning “Bid Alternative 4.”

Page 11: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 5 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

18. Specification Section 16710 – FIRE ALARM AND SMOKE DETECTION SYSTEM

a. Section 1.04 A.2: ADD at the beginning “Bid Alternative 4.”

19. Specification Section 16711 – SECURITY SYSTEMS

a. Section 1.04B: ADD at the beginning “Bid Alternative 4.”

20. Specification Section 16990C – CONDUIT SCHEDULE – AREA 130

a. Section 3.01 A: ADD at the beginning “Bid Alternative 5.”

21. Specification Section 16990D – CONDUIT SCHEDULE – AREA 140

a. Section 3.01 A: ADD at the beginning “Bid Alternative 4.”

22. Specification Section 17101 – SPECIFIC CONTROL STRATEGIES

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

b. Section 1.01 A: ADD “3. Bid Alternative 5: All units located in Area 130 - Preliminary Treatment Odor Control.”

c. Section 3.01 B: ADD at the beginning “Bid Alternative 5.”

d. Section 3.01 C: ADD at the beginning “Bid Alternative 4.”

e. Section 3.01 D: ADD at the beginning “Bid Alternative 4.”

f. Section 3.01 E: ADD at the beginning “Bid Alternative 4.”

g. Section 3.01 F: ADD at the beginning “Bid Alternative 4.”

23. Specification Section 17201 – LEVEL MEASUREMENT - SWITCHES

a. Section 1.01 A: ADD “3. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

24. Specification Section 17206 – LEVEL MEASUREMENT - SWITCHES

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

25. Specification Section 17302 – FLOW MEASUREMENT – MAGNETIC FLOWMETERS

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

Page 12: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 6 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

26. Specification Section 17403 – PRESSURE/VACUUM MEASUREMENT - SWITCHES

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

b. Section 1.01 A: ADD “3. Bid Alternative 5: All units located in Area 130 - Preliminary Treatment Odor Control.”

27. Specification Section 17404 – PRESSURE/VACUUM MEASUREMENT - GAUGES

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

b. Section 1.01 A: ADD “3. Bid Alternative 5: All units located in Area 130 - Preliminary Treatment Odor Control.”

28. Specification Section 17622 – WEIGHT MEASUREMENT – STRAIN GAUGE

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

29. Specification Section 17712 – CONTROL SYSTEMS – UNINTERRUPTIBLE POWER SUPPLIES 10 KVA AND BELOW

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

30. Specification Section 17720 – CONTROL SYSTEMS – PROGRAMMABLE LOGIC CONTROLLERS HARDWARE

a. Section 1.01 A: ADD “2. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

31. Specification Section 17903 – SCHEDULES – I/O LIST

a. Section 3.01: ADD “B. Bid Alternative 4: All units located in Area 140 - Chemically Enhanced Primary Treatment (CEPT).”

b. Section 3.01: ADD “C. Bid Alternative 5: All units located in Area 130 - Preliminary Treatment Odor Control.”

Page 13: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 7 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

VOLUME 4 OF 4, CONTRACT DRAWINGS:

32. Drawing 010-G-108 – DESIGN CRITERIA SHEET 1

a. Influent Characteristics Section: DELETE and REPLACE with:

DESCRIPTION UNITS EXISTING (2) INTERMEDIATE (4) BUILD OUT

“INFLUENT CHARACTERISTICS FLOWS(6)

AVERAGE ANNUAL MGD 18.0 21.7 MAXIMUM MONTH MGD 20(5) 28.4 34.3

PEAK HOUR PLANT MGD 72 72 72 SECONDARY MGD 37(5) 55(7)

BOD LOAD AVERAGE ANNUAL LB/DAY 29,000 35,000 MAXIMUM MONTH LB/DAY 25,530(5) 33,000 39,800

TSS LOAD AVERAGE ANNUAL LB/DAY -- 40,000 40,000 MAXIMUM MONTH LB/DAY 47,000(5) 47,000 47,000

TEMPERATURE RANGE

C 12-22.5 12-22.5”

Page 14: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 8 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

b. Chemically Enhanced Primary Treatment Facility Section: DELETE and REPLACE with:

DESCRIPTION UNITS EXIST-

ING (2) INTER-MED-

IATE (4)

BUILD OUT

CHEMICALLY ENHANCED PRIMARY TREATMENT FACILITY(9) COAGULANT POLYALUMINUM

CHLORIDE DOSAGE MG/L 25 NUMBER OF METERING PUMPS 1+1 TYPE OF METERING PUMPS PERISTALTIC

TUBE FEED RATE, EACH GPH 18-56 CONCENTRATION PERCENT 8-24 NUMBER OF STORAGE TANKS 1 TANK STORAGE VOLUME, EACH GALLONS 8,800 POLYMER POLYACRYLAMIDE

(ANIONIC) DOSAGE MG/L 1 NUMBER OF BLENDING UNITS 1+1 TYPE OF BLENDING UNIT EMULSION FEED RATE, EACH GPH 0.9-2.8 CONCENTRATION PERCENT 20-40 NUMBER OF STORAGE TOTES 2 TOTE STORAGE VOLUME, EACH GALLONS 350 SODIUM HYDROXIDE DOSE RANGE MG/L 3.5-80 NUMBER OF METERING PUMPS 2+1 TYPE OF METERING PUMPS PERISTALTIC

TUBE FEED RATE, EACH GPH 6-75 CONCENTRATION PERCENT 40 NUMBER OF STORAGE TANKS 1 TANK STORAGE VOLUME, EACH GALLONS 8,800

c. Notes: ADD “(9) BID ALTERNATE 4”

33. Drawing 010-G-120 – ABBREVIATIONS & SCHEDULES

a. Chemically Enhanced Primary Treatment Facility – Code Analysis: ADD “Bid Alternative 4” to the end of the title

34. Drawing 010-G-121 – FIRE PROTECTION

a. Plan A: All work shown shall be part of Bid Alternative 4. ADD “Bid Alternative 4” to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

Page 15: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 9 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

35. Drawing 020-C-107 – DEMOLITION PLAN PLAN AREA ‘B’

a. All curb and paving demolition work shown immediately east of the CEPT Facility (Oxygen Generation Facility) shall be included in Bid Alternative 4 and indicated under Key Note 9. ADD Key Note 11 symbol

36. KEY NOTES: ADD “11. Bid Alternative 4”

37. Drawing 020-C-112 – PAVING & GRADING PLAN AREA ‘B’

a. All curb and paving work shown immediately east of the CEPT Facility (Oxygen Generation Facility) shall be included in Bid Alternative 4 and indicated under Key Note 9. ADD Key Note 9 symbol.

b. KEY NOTES: ADD “9. Bid Alternative 4”

38. Drawing 030-Y-101 – AREA PLAN AND GENERAL YARD PIPING NOTES

a. GENERAL NOTE 20: DELETE and REPLACE the first sentence with: “20. CONNECTIONS TO EXISTING ASBESTOS CEMENT PIPE, IF ENCOUNTERED, MAY BE ON THIS PROJECT. …..”

39. Drawing 030-Y-104 – YARD PIPING PLAN AREA “B”

a. KEY NOTES: ADD “9. BID ALTERNATIVE 4”

b. Area B Plan: ADD Key Note 9 symbol under 1-PAX

c. Area B Plan: ADD Key Note 9 symbol under 2-POI

d. Area B Plan: ADD Key Note 9 symbol under 2-SH

e. Area B Plan: ADD Key Note 9 symbol under 4-FW

40. Drawing 050-M-107 – TUNNEL PIPING PLAN AND SECTIONS

a. All work shown on this sheet shall be included in Bid Alternative 4: ADD “Bid Alternative 4” to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

41. Drawing 050-M-108 – TUNNEL PIPING PLAN AND SECTIONS

a. All work shown on this sheet shall be included in Bid Alternative 4: ADD “Bid Alternative 4” to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

42. All Drawings 110-X-XXX – SCREENINGS FACILITY

Page 16: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 10 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

a. All work shown on Area 110 sheets shall be included in Bid Alternative 4: ADD “Bid Alternative 4” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

43. All Drawings 130-X-XXX – PRELIMINARY TREATMENT ODOR CONTROL

a. All work shown on Area 130 sheets shall be included in Bid Alternative 5: ADD “Bid Alternative 5” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

44. Drawing 140-D-101 – CHEMICALLY ENHANCED PRIMARY TREATMENT FACILITY PLAN

a. Removal of the existing PSA equipment and repair of the concrete floor shall be included in the base bid: ADD at the beginning of Key Notes 5,12,14, 16,17, and 18 “Bid Alternative 4”

45. All Drawings 140-X-XXX – CHEMICALLY ENHANCED PRIMARY TREATMENT FACILITY (other than Drawing 140-D-101)

a. All work shown on Area 140 sheets shall be included in Bid Alternative 4: ADD “Bid Alternative 4” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

46. Drawing 325-A-101 – BLOWER BUILDING PLANS

a. Roof Plan: DELETE call out “GREEN ROOF TRAYS PER SPEC. (TYP.)”

47. All Drawings 510-X-XXX – SOLIDS HANDLING ODOR CONTROL

a. All work shown on Area 510 sheets shall be included in Bid Alternative 6: ADD “Bid Alternative 6” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

48. Drawing 010-E-105 – SCHEDULES – PANELBOARD - 3

a. Panel Board LP-32501, breaker feeding IXF/IPP-32501: DELETE “80A-3P” and REPLACE with “40A-3P”

49. Drawing 010-E-108 – SG-1101 DEMOLITION ONE-LINE DIAGRAM Drawing 010-E-109 – SG-1101 MODIFICATION ONE-LINE DIAGRAM Drawing 010-E-110 – SG-1101 MODIFICATION ONE-LINE ELEVATION

a. All work shown on these sheets shall be included in Bid Alternative 5: ADD “Bid Alternative 5” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

Page 17: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 11 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

50. Drawing 010-E-121 – MCC-3201 MODIFICATION ONE-LINE DIAGRAM Drawing 010-E-122 – MCC-3201 MODIFICATION ONE-LINE ELEVATION

a. All work shown on these sheets shall be included in Bid Alternative 4, ADD “Bid Alternative 4” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

51. Drawing 020-E-102 – SITE PLAN AREA “B”

a. Key Note 1: ADD to the beginning “Bid Alternative 5”

b. Key Note 2: ADD to the beginning “Bid Alternative 5”

52. Drawing 010-N-101 – SYMBOLS AND ABBREVIATIONS – 1

a. Power Device Primary Function Operator Inaccessible/Field-5: ADD “IPP – INSTRUMENTATION POWER PANEL”

53. Drawing 050-N-102 – WAS PUMPS

a. From Secondary Sludge Pump Station ID Continuation Tag C: DELETE and REPLACE with:

54. DRAWING 325-N-101 – AERATION BLOWERS – 1

a. Master Control Panel, P&ID Continuation Tag Symbol A: DELETE “TO B-32520” and REPLACE with “TO AERATION BLOWER NO. 2”

b. Master Control Panel, P&ID Continuation Tag Symbol A: DELETE “TO B-32530” and REPLACE with “TO AERATION BLOWER NO. 3”

c. Master Control Panel, P&ID Continuation Tag Symbol A: DELETE “TO B-32540” and REPLACE with “TO AERATION BLOWER NO. 4”

d. Master Control Panel, P&ID Continuation Tag Symbol A: DELETE “TO B-32550” and REPLACE with “TO AERATION BLOWER NO. 5”

e. P&ID Continuation Tag Symbol B: DELETE “FROM B-32520” and REPLACE with “FROM AERATION BLOWER NO. 2”

f. P&ID Continuation Tag Symbol B: DELETE “FROM B-32530” and REPLACE with “FROM AERATION BLOWER NO. 3”

g. P&ID Continuation Tag Symbol B: DELETE “FROM B-32540” and REPLACE with “FROM AERATION BLOWER NO. 4”

340-N-101 050-N-102C

Page 18: ADDENDUM NO. 01 - cob.org

ADDENDUM NO. 1 March 23, 2012 Carollo Project No. 8153A.10 Page 12 of 12

pw://Carollo/Documents/Client/WA/Bellingham/8153A10/Deliverables/1800_BidPeriod/1820_Addendum 1.docx

h. P&ID Continuation Tag Symbol B: DELETE “FROM B-32550” and REPLACE with “FROM AERATION BLOWER NO. 5”

55. Drawing 900-N-102 – CONTROL SCHEMATICS - 2

a. Detail C: All work shown shall be part of Bid Alternative 5. ADD “Bid Alternative 5” to the lower right corner of the Detail, similar to bid alternate reference for Drawing 330-S-109

56. Drawing 900-N-102 – CONTROL SCHEMATICS - 2

a. Detail D: All work shown shall be part of Bid Alternative 4. ADD “Bid Alternative 4” to the lower right corner of the Detail, similar to bid alternate reference for Drawing 330-S-109

57. Drawing 900-N-103 – CONTROL SCHEMATICS - 3

a. All work shown on these sheets shall be included in Bid Alternative 4. ADD “Bid Alternative 4” to all sheets to the lower right corner of the drawing, similar to bid alternate reference for Drawing 330-S-109

58. Drawing 900-N-104 – CONTROL SCHEMATICS - 4

a. Detail G: All work shown shall be part of Bid Alternative 4. ADD “Bid Alternative 4” to the lower right corner of the Detail, similar to bid alternate reference for Drawing 330-S-109

59. Drawing 900-N-107 – CONTROL SCHEMATICS - 7

a. Detail L: All work shown shall be part of Bid Alternative 5. ADD “Bid Alternative 5” to the lower right corner of the Detail, similar to bid alternate reference for Drawing 330-S-109

This Addendum No. 1, pages 1 through 12, shall become part of the Contract and all provisions of the Contract shall apply thereto. The time provided for completion of the Contract is not changed. Bidders shall acknowledge receipt of all Addenda by number in the space provided in the Proposal.

CAROLLO ENGINEERS WASHINGTON, P.C.

Page 19: ADDENDUM NO. 01 - cob.org

AGENDA

Post Point Wastewater Treatment Plant Improvements March 20, 2012

Bid Package 101 – Earthwork & Bid Package 111 – Lagoon Wetland Mitigation

PREBID INFORMATIONAL MEETING

I. Introductions of Team

City of Bellingham Carollo Engineers Mortenson

II. Project Description

• Overall project scope

• Work Restrictions

• Scope of BP 101 , Earthwork

• Demolition

• TESC

• Excavation

• Shoring

• Dewatering

• Piles

• Backfill

• Scope of BP 111 , Lagoon Wetland Mitigation

• Temp road/stream crossing

• Demolition

• Excavation

• In,Water Work

• Planting

• Coordination with BP 101 III. GC/CM Process Description

• GC/CM role and responsibility

• Mortenson is the GC/CM for the project.

• Project administration of the Construction Contract

• Bid process / requirements (sealed bid, time & place, no exceptions / deviations, questions/substitution request 7 days prior)

• Bidding a complete scope – No proposals or exclusions

• Bid Form

• Bid security due at bid time

• Payment and Performance Bond within 7 calendar days of issuance of Subcontract

• Bid Alternates

• Explanation of Contract Documents

• Bidders Manual , Specific to Bid Package

• Volume 1: Project Manual , Div 00

• Volume 2: Technical Specs , Div 01,14

• Volume 3: Technical Specs , Div 15,17

• Volume 4: Contract Drawings

• Additional Information:

• Geotechnical Report

• Hazardous Materials Reports

• As,Built Drawings

• Mortenson Safety Manuals

• Specific front end specs that bidders should read/understand:

Page 20: ADDENDUM NO. 01 - cob.org

IV. Site Specific Items of Interest

• Condition of existing operating plant

• Site Access

• Laydown Area

• Parking (requirement to carpool during peak construction loads)

• Contractors responsible for their own trailers

V. Project Requirements

• Mortenson Zero Injuries program (stretch and bend, drug testing, safety plan, glasses, vests, gloves, hard hats)

• Live Utility Awareness

• Work Plans

• Last Planner: Constraint and Variance Tracking

• Prevailing Wage Requirements

• Exhibit Collective Bargaining Agreements

• Good neighbor plan

VI. Upcoming Addendum Items for each bid package

• Bid Alternates

VII. Contractor Questions

VIII. Site Walk

Page 21: ADDENDUM NO. 01 - cob.org

Post Point Wastewater Treatment Plant Improvements

BP 101 & 111 Pre-Bid Walkthrough March 7, 2012

Sign in Sheet

o"- \'JELL/I\.-'. ~v~C'1-

~~~

~--""· S1--f1NG'\O

.,.5 Mortenson

construction

I.....-I 'rvr r u ~ \ I Cf.J..'f ~lO O~{V/t'f& ~ . .SW -.;>~ '- I VX'f ! JM , "k:.t"1T;)ll'C:-~~1.,,,c, U4£: CO ~'1-~ c..o""'(

:fW\.kWIZ-"'IV\ .\-er Vo) ei. t o 'o -7s7 -7574

.3~0' '1~'fJ!.SD ;pe-fer.so~(.i), t,SAS't/~~I/. C"""

GC-

dlodge
Text Box
20,
Page 22: ADDENDUM NO. 01 - cob.org

AGENDA

Post Point Wastewater Treatment Plant Improvements March 20, 2012

Bid Package 106 � Structures

PREBID INFORMATIONAL MEETING

I. Introductions of Team

City of Bellingham Carollo Engineers Mortenson

II. Project Description

• Overall project scope

• Scope of BP 106

• Demolition

• Concrete

• Precast

• Structural Steel

• Misc Metals

• Rough and Finish Carpentry

• 3D Coordination Model

• Bypass pumping alternate

III. GC/CM Process Description

• GC/CM role and responsibility

• Mortenson is the GC/CM for the project.

• Project administration of the Construction Contract

• Bid process / requirements (sealed bid, time & place, no exceptions / deviations, questions/substitution request 7 days prior)

• Bidding a complete scope – No proposals or exclusions

• Bid Form

• Bid security due at bid time

• Payment and Performance Bond within 7 calendar days of issuance of Subcontract

• Bid Alternates

• Explanation of Contract Documents

• Bidders Manual � Specific to Bid Package

• Volume 1: Project Manual � Div 00

• Volume 2: Technical Specs � Div 01�14

• Volume 3: Technical Specs � Div 15�17

• Volume 4: Contract Drawings

• Additional Information:

• Geotechnical Report

• Hazardous Materials Reports

• As�Built Drawings

• Mortenson Safety Manuals

• Specific front end specs that bidders should read/understand:

Page 23: ADDENDUM NO. 01 - cob.org

IV. Site Specific Items of Interest

• Condition of existing operating plant

• Site Access

• Laydown Area

• Parking (requirement to carpool during peak construction loads)

• Contractors responsible for their own trailers

V. Project Requirements

• Mortenson Zero Injuries program (stretch and bend, drug testing, safety plan, glasses, vests, gloves, hard hats)

• Live Utility Awareness

• Work Plans

• Last Planner: Constraint and Variance Tracking

• Prevailing Wage Requirements

• Exhibit Collective Bargaining Agreements

• Good neighbor plan

VI. Upcoming Addendum Items for each bid package

• Bid Alternates

VII. Contractor Questions

VIII. Site Walk

Page 24: ADDENDUM NO. 01 - cob.org

Post Point Wastewater Treatment Plant Improvements x \W l Lt t\t C' o~-s-~ 7

I-.. J > ' ~ G~ . ·'i-~~

'isf-/1NG-<..

• • • 8

Mortenson construction

BP 106 Pre-Bid Walkthrough March 7, 2012

Sign in Sheet

dlodge
Text Box
20,
Page 25: ADDENDUM NO. 01 - cob.org

AGENDA

Post Point Wastewater Treatment Plant Improvements March 22, 2012

Bid Package 114 � Mechanical Systems & Bid Package 115 � Electrical & I/C Systems

PREBID INFORMATIONAL MEETING

I. Introductions of Team

City of Bellingham Carollo Engineers Mortenson

II. Project Description

• Overall project scope

• Work Restrictions

• Scope of BP 114

• Demolition

• Equipment

• Process Piping

• Utility Piping

• Trenching

• Pipe Supports

• Fire Protection

• HVAC

• Storage and installation of PEPS Pumps

• Mechanical Tie�Ins

• Headworks Bypass

• ASB 2&3 Effluent Box

• Secondary Effluent

• Bulkheads

• Bypass pumping alternate

• Scope of BP 115

• Demolition

• Equipment

• Generator System

• 12kV loop

• Remove and Reinstall LS�4

• Trenching

• Fire Alarm

• Security

• Pre�qualified System Integrator

• Instrumentation & Controls

• Loop Drawings

• Programming

• Graphics

• Coordination Between BP 114 & 115

• 3D Coordination Model

• Submittal Review

• Coordination of VFDs

• Installation of Instruments

• Startup & Testing

Page 26: ADDENDUM NO. 01 - cob.org

III. GC/CM Process Description

• GC/CM role and responsibility

• Mortenson is the GC/CM for the project.

• Project administration of the Construction Contract

• Bid process / requirements (sealed bid, time & place, no exceptions / deviations, questions/substitution request 7 days prior)

• Bidding a complete scope – No proposals or exclusions

• Bid Form

• BP 114 (Scope A/Scope B)

• Bid security due at bid time

• Payment and Performance Bond within 7 calendar days of issuance of Subcontract

• Bid Alternates

• Explanation of Contract Documents

• Bidders Manual � Specific to Bid Package

• Volume 1: Project Manual � Div 00

• Volume 2: Technical Specs � Div 01�14

• Volume 3: Technical Specs � Div 15�17

• Volume 4: Contract Drawings

• Additional Information:

• Geotechnical Report

• Hazardous Materials Reports

• As�Built Drawings

• Mortenson Safety Manuals

• Specific front end specs that bidders should read/understand

IV. Site Specific Items of Interest

• Condition of existing operating plant

• Site Access

• Laydown Area

• Parking (requirement to carpool during peak construction loads)

• Contractors responsible for their own trailers

V. Project Requirements

• Mortenson Zero Injuries program (stretch and bend, drug testing, safety plan, glasses, vests, gloves, hard hats)

• Live Utility Awareness

• Work Plans

• Last Planner: Constraint and Variance Tracking

• Prevailing Wage Requirements

• Exhibit Collective Bargaining Agreements

• Good neighbor plan

VI. Upcoming Addendum Items for each bid package

• Bid Alternates

VII. Contractor Questions

VIII. Site Walk

Page 27: ADDENDUM NO. 01 - cob.org

r fr;-

Post Point Wastewater Treatment Plant Improvements

BP 114 & 115 Pre-Bid Walkthrough March 22, 2012

Sign in Sheet

~ h,,_/er

v Ir\ Z u..n 5~G- ..,.. /1 t cJ .. lrH"

l ..r"i~b)CSI ~NSr: I ISP 1 1'1~ W101 I ·~-7S7-7S 7l(

~}e,rwttii- (,o,,.1>W:o"' 1 IJP ll 1(~"'~p101 [ 3iPo -757 · 7574

I QA_ I 3bo 1-R 1~2 I J I I

x \?ELL/IV,

~o~~ 1-.. , 7 - • ' ' 7 u =------....:::: >

·"'~~: '1sl-f1NG'\

~

Mortenson" construction

1 c~11-ru trMJLµia~ NLflrfe+l~ , &e. b. 4L8.,8~~-~havig rvJQ,4en)~-~

o~~v- ~""'

5Ml!t1f'>1 .~

//EGA Etec.

Page 28: ADDENDUM NO. 01 - cob.org

Post Point Wastewater Treatment Plant Improvements O(c BELL!,.y

~~~ - , u - > - 7 ~>

-~--<'· Sf-f1 NGi.O

., •. Mortenson

construction

BP 114 & 115 Pre-Bid Walkthrough March 22, 2012

Sign in Sheet

'J/ ~pA.) Tf/oMPStJt) \JC.(A_ .........,.._, ,_ . ....,. -- · - · ·u • 1 -~--·-· · · , • ...,,_,,.,.,,. e-: v,_.,..__ -- - 1

B...J. £~~ "'f' rs 1 r Tc.. 11zr-1o78-'{11 o ' A/E/~ ~H/~/tJ/V _ Vt=eA ELEcrR!c E2Ec (2.~)2~-P--!t £0 c ~\\-- Seo..~~ Ck-c...\. ELJ;;'c_ (~-zs;) 32S-tt2'l·

~ ¥ z1!:.1:tw,re- e(.e-<:- ( 366 ) 77e?-S-Jcf6 \·1c0~~g>t>(/,w:~ ,(4..J 1

Page 29: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 1 of 4

Addendum 01 March 23, 2012

M. A. MORTENSON COMPANY

General Contractor/Construction Manager (GC/CM)

Post Point WWTP Improvements

200 McKenzie Avenue

Bellingham, WA 98225

B I D FORM

BID PACKAGE 101 0 EARTHWORK

City of Bellingham: Post Point WWTP Improvements

MORTENSON PROJECT NUMBER: 12050005

TRADECONTRACTOR

(write in company name)

In compliance with the contract documents, the following bid proposal is submitted:

1. BASE BID FOR EVALUATION (Including Specified Allowances)

(Do not include WA State Sales Tax)

$

BASE BID FOR EVALUATION IN WORDS

DOLLARS

(Please print dollar amount in space above)

2. ALTERNATES (Use positive amount for additive alternate and negative amount for deductive) Detailed description of alternates found in 00080 Summary of Work

Bid Alternate No. 1 0 Add 36" bypass around the Headworks Facility $

Bid Alternate No. 2 0 Delete Activated Sludge Basin #4 $

Bid Alternate No. 3 0 Install PTFE diffuser membranes in lieu of EPDM $ N/A

Bid Alternate No. 4 0 Add CEPT Facility Modifications $

Bid Alternate No. 5 0 Add Preliminary Treatment Odor Control Modifications$

Bid Alternate No. 6 0 Add Solids Handling Odor Control Modifications $

Bid Alternate No. 7 0 Add Temporary ML Bypass Pumping $

Page 30: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 2 of 4

Addendum 01 March 23, 2012

2. UNIT PRICES (Where applicable)

The unit price shall include full compensation for the cost of labor, materials, equipment, overhead, profit and any additional costs associated with the unit bid. MORTENSON RESERVES THE RIGHT TO NEGOTIATE HOURLY RATES AND UNIT PRICES WITH BIDDER

The following unit prices shall be both additive and deductive: Unit Price 1: Furnish & install 6” thick, 3/4” crushed rock over geotextile fabric at Contractor staging and laydown areas. Additive / deductive per square yard (SY) unit price: Unit Price 1: $__________________/SY

Unit Price 2: Furnish & install 8” thick, 3/4” crushed rock over geotextile fabric at truck access roads. Additive / deductive per square yard (SY) unit price: Unit Price 2: $__________________/SY

Unit Price 3: Furnish & install crane pads. Additive / deductive per square yard (SY) unit price: Unit Price 3: $__________________/SY

Unit Price 4: Furnish & install 4” thick, 3/4” crushed rock over geotextile fabric at pedestrian paths. Additive / deductive per square yard (SY) unit price: Unit Price 4: $__________________/SY

The following unit prices shall be additive or deductive. Provide pricing for both: Unit Price 5: 18" Auger Cast Pile total length different from length indicated on drawings and geotech report. Per lineal foot (LF) unit price: Additive $__________________/LF Deductive $__________________/LF Unit Price 6: 24" Auger Cast Pile total length different from length indicated on drawings and geotech report. Per lineal foot (LF) unit price: Additive $__________________/LF Deductive $__________________/LF Unit Price 7: 36" Ground Improvement Column total length different from length indicated on drawings and geotech report. Additive/deductive per lineal foot (LF) unit price: Additive $__________________/LF Deductive $__________________/LF Unit Price 8: Overexcavate unsuitable soils as directed by the geotechnical engineer. Per cubic yard (CY) unit price: Unit Price 8: $__________________/CY

Page 31: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 3 of 4

Addendum 01 March 23, 2012

BID GUARANTEE Attach Bidder’s Bid Bond or other approved Bid Guarantee to this Bid Form SCHEDULE Bidder acknowledges that it has reviewed the project schedule, per Section 00320 including Milestones and relating to specific Scope of Work and agrees that bidder’s proposal is in compliance with schedule requirements. CONTRACT AND BOND If notified of the acceptance of this bid within 90 days of the deadline set for submission of bids, the undersigned agrees to execute a subcontract for the above work, for a compensation computed from the base bid and selected alternates, on the Mortenson subcontract supplied within the documents, without alteration, and to furnish Performance, Labor and Material bond identified in the Attachments of the Bidder's Manual within seven (7) days of award. ALLOWANCES The bidder acknowledges that it has included all allowances required by the Contract Documents. INTENT AND AFFIDAVIT OF WAGES PAID In compliance with 296H127 WAC the Contractor shall pay all fees associated with the Intent and Affidavit of Wages Paid to the Department of Labor and Industries. These costs are included in the bid.

LIQUIDATED DAMAGES Bidder has familiarized themselves with the schedule requirements dictated in the Project Specification. It is understood that liquidated damages will be assess as noted in the Project Specifications. RECEIPT OF ADDENDA Receipt of the following addenda is acknowledged.

Addendum No. Addendum No.

Addendum No. Addendum No.

Addendum No. Addendum No.

Addendum No. Addendum No.

Addendum No. Addendum No.

Page 32: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 4 of 4

Addendum 01 March 23, 2012

NON0COLLUSION DECLARATION

1. I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct:

a. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted.

b. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration.

Name Of Firm NOTE: If bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Signature: Official Capacity:

Print Name:

Address

City State Zip Code

Date Telephone: FAX:

State Of Washington Contractor's License No.

Employment Security Department No.

Federal Tax Identification Number

e�mail address

Base bid, alternates and unit prices are to remain valid for a period of ninety (90) calendar days.

M. A. Mortenson Company reserves the right to: reject any or all bids not in compliance with bid package procedures and per RCW 39.10. .

END OF BID FORM

Page 33: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 1 of 6

Addendum 01 March 23, 2012

M. A. MORTENSON COMPANY

General Contractor/Construction Manager (GC/CM)

Post Point WWTP Improvements

200 McKenzie Avenue

Bellingham, WA 98225

B I D FORM

BID PACKAGE 114 1 MECHANICAL SYSTEMS

City of Bellingham: Post Point WWTP Improvements

MORTENSON PROJECT NUMBER: 12050005

TRADECONTRACTOR

(write in company name)

TRADE CONTRACTOR, AT THEIR OPTION, MAY BID THE MECHANICAL SCOPE W/O THE

BLOWER AND DIFFUSER SYSTEM ONLY (SCOPE A), THE BLOWER AND DIFFUSER SYSTEM

SCOPE ONLY (SCOPE B), OR BOTH SCOPES (A and B). AWARD OF EACH SCOPE WILL BE

MADE TO THE LOW RESPONSE BID FOR THAT SCOPE EVEN IF THE BIDDER IS NOT THE SAME

FOR BOTH. ALL BIDS ARE FURNISH AND INSTALL. DETAILED DESCRIPTION OF SCOPE FOUND

IN 00080 1 SUMMARY OF WORK

In compliance with the contract documents, the following bid proposal is submitted:

SCOPE A 1 MECHANICAL SCOPE W/O BLOWER AND DIFFUSER SYSTEM

A1. SCOPE A BASE BID FOR EVALUATION (Including Specified Allowances)

(Do not include WA State Sales Tax)

$

SCOPE A BASE BID FOR EVALUATION IN WORDS

DOLLARS

(Please print dollar amount in space above)

Page 34: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 2 of 6

Addendum 01 March 23, 2012

A2. SCOPE A ALTERNATES (Use positive amount for additive alternate and negative amount for deductive) Detailed description of alternates found in 00080 Summary of Work

Bid Alternate No. 1 1 Add 36" bypass around the Headworks Facility $

Bid Alternate No. 2a 1 Delete Activated Sludge Basin #4 $

Bid Alternate No. 2b 1 Delete Activated Sludge Basin #4 diffusers & piping $ N/A

Bid Alternate No. 3 1 Install PTFE diffuser membranes in lieu of EPDM $ N/A

Bid Alternate No. 4 1 Add CEPT Facility Modifications $

Bid Alternate No. 5 1 Add Preliminary Treatment Odor Control Modifications $

Bid Alternate No. 6 1 Add Solids Handling Odor Control Modifications $

Bid Alternate No. 7 1 Add Temporary ML Bypass Pumping $

Equipment Alternates: (indicate whether alternate pricing is additive or deductive from base bid)

Equipment Alternate No. 1: 11294B1Stainless Steel Slide Gates – Manufacturers

Item Manufacturer Price

Basis of Bid Whipps, Inc., Series 900 Included in Base Bid

Alternate A H. Fontaine, Series 20, 25, or 40 ADDITIVE/DEDUCTIVE

$_____________________

Alternate B Rodney Hunt Company, Series 600 ADDITIVE/DEDUCTIVE

$_____________________

Alternate C Golden Harvest, Series GH@100 ADDITIVE/DEDUCTIVE

$_____________________

Equipment Alternate No. 2: 151161Plug Valves – Manufacturers

Item Manufacturer Price

Basis of Bid DeZurik Included in Base Bid

Alternate A Clow ADDITIVE/DEDUCTIVE

$_____________________

Page 35: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 3 of 6

Addendum 01 March 23, 2012

Equipment Alternate No. 3: 17720 1 Programmable Logic Controllers Hardware –

Manufacturers

Item Manufacturer Price

Basis of Bid Allen@Bradley Included in Base Bid

Alternate A Modicon ADDITIVE/DEDUCTIVE

$_____________________

Alternate B Siemens ADDITIVE/DEDUCTIVE

$_____________________

A3. SCOPE A UNIT PRICES (Where applicable)

The unit price shall include full compensation for the cost of labor, materials, equipment, overhead, profit and any additional costs associated with the unit bid. MORTENSON RESERVES THE RIGHT TO NEGOTIATE HOURLY RATES AND UNIT PRICES WITH BIDDER NONE

Page 36: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 4 of 6

Addendum 01 March 23, 2012

SCOPE B 1 BLOWER AND DIFFUSER SYSTEM

B1. SCOPE B BASE BID FOR EVALUATION

(Do not include WA State Sales Tax)

$

SCOPE B BASE BID FOR EVALUATION IN WORDS

DOLLARS

(Please print dollar amount in space above)

B2. SCOPE B ALTERNATES (Use positive amount for additive alternate and negative amount for deductive) Detailed description of alternates found in 00080 Summary of Work

Bid Alternate No. 1 1 Add 36" bypass around the Headworks Facility $ N/A

Bid Alternate No. 2a 1 Delete Activated Sludge Basin #4 $ N/A

Bid Alternate No. 2b 1 Delete Activated Sludge Basin #4 diffusers & piping $

Bid Alternate No. 3 1 Install PTFE diffuser membranes in lieu of EPDM $

Bid Alternate No. 4 1 Add CEPT Facility Modifications $ N/A

Bid Alternate No. 5 1 Add Preliminary Treatment Odor Control Modifications $ N/A

Bid Alternate No. 6 1 Add Solids Handling Odor Control Modifications $ N/A

Bid Alternate No. 7 1 Add Temporary ML Bypass Pumping $ N/A

Equipment Alternate: (indicate whether alternate pricing is additive or deductive from base bid)

Equipment Alternate No. 4: 11371 High1Speed Turbo Blowers – Manufacturers

Item Manufacturer Price VFD Manufacturer

Basis of Bid APG@Neuros, Inc. Included in Base Bid

__________________

Alternate A Aerzen ADDITIVE/DEDUCTIVE

$_____________________ __________________

B3. SCOPE B UNIT PRICES (Where applicable) The unit price shall include full compensation for the cost of labor, materials, equipment, overhead, profit and any additional costs associated with the unit bid. MORTENSON RESERVES THE RIGHT TO NEGOTIATE HOURLY RATES AND UNIT PRICES WITH BIDDER NONE

Page 37: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 5 of 6

Addendum 01 March 23, 2012

BID GUARANTEE Attach Bidder’s Bid Bond or other approved Bid Guarantee to this Bid Form SCHEDULE Bidder acknowledges that it has reviewed the project schedule, per Section 00320 including Milestones and relating to specific Scope of Work and agrees that bidder’s proposal is in compliance with schedule requirements. CONTRACT AND BOND If notified of the acceptance of this bid within 90 days of the deadline set for submission of bids, the undersigned agrees to execute a subcontract for the above work, for a compensation computed from the base bid and selected alternates, on the Mortenson subcontract supplied within the documents, without alteration, and to furnish Performance, Labor and Material bond identified in the Attachments of the Bidder's Manual within seven (7) days of award. ALLOWANCES The bidder acknowledges that it has included all allowances required by the Contract Documents. INTENT AND AFFIDAVIT OF WAGES PAID In compliance with 296@127 WAC the Contractor shall pay all fees associated with the Intent and Affidavit of Wages Paid to the Department of Labor and Industries. These costs are included in the bid.

LIQUIDATED DAMAGES Bidder has familiarized themselves with the schedule requirements dictated in the Project Specification. It is understood that liquidated damages will be assess as noted in the Project Specifications. RECEIPT OF ADDENDA Receipt of the following addenda is acknowledged.

Addendum No. Addendum No.

Addendum No. Addendum No.

Addendum No. Addendum No.

NON1COLLUSION DECLARATION

1. I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct:

a. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted.

b. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration.

Page 38: ADDENDUM NO. 01 - cob.org

City of Bellingham SECTION 00070

Post Point WWTP Improvements BID FORM Mortenson Project No: 12050005 Page 6 of 6

Addendum 01 March 23, 2012

Name Of Firm NOTE: If bidder is a corporation, write State of Incorporation; if a partnership, give full names and addresses of all parties below. Signature: Official Capacity:

Print Name:

Address

City State Zip Code

Date Telephone: FAX:

State Of Washington Contractor's License No.

Employment Security Department No.

Federal Tax Identification Number

e�mail address

Base bid, alternates and unit prices are to remain valid for a period of ninety (90) calendar days.

M. A. Mortenson Company reserves the right to: reject any or all bids not in compliance with bid package procedures and per RCW 39.10.

END OF BID FORM

Page 39: ADDENDUM NO. 01 - cob.org

1

Work Involving Mold Remediation Exhibit Revised 03�04�05

Post Point WWTP Improvements 200 McKenzie Ave, Bellingham, WA 98225 MORTENSON PROJECT NO. 12050005

Exhibit H – Work Involving Mold Remediation Attached to and forming a part of the Agreement between [Subcontractor] and Mortenson, effective as of January 30, 2012. If Subcontractor (or its subcontractors of any tier) will perform Work including or relating to the demolition, removal or handling of any mold or mold�contaminated materials, new or existing, or if Subcontractor will provide testing for, monitoring, cleaning up, detoxifying or neutralizing any mold, then 1) the required minimum coverages for Contractors Pollution Liability in Paragraph 16.2 of the Standard Terms and Conditions of the Agreement shall be increased from $2,000,000 to $5,000,000 per occurrence and from $2,000,000 to $5,000,000 annual aggregate, and 2) Paragraph 16.2.e shall be deleted in its entirety and replaced with the following:

e. Subcontractor shall procure, maintain and pay for Contractors Pollution Liability insurance. Such insurance shall have limits of not less than $5,000,000 per claim and $5,000,000 annual aggregate, and shall include coverage for Completed Operations extending four (4) years after final acceptance of the Project by Owner or such longer period as the Contract Documents may require. The definition of Property Damage shall include clean�up costs. The definition of Pollutant shall include any form of fungus, including mold. If such insurance is written on a claims�made basis, the policy retroactive date shall be prior to the start of Subcontractor’s Work. Renewal policies during this period shall maintain the same retroactive date.

IN WITNESS WHEREOF, Subcontractor and Mortenson herein acknowledge this Exhibit H as set forth below.

Subcontractor By Its

M. A. MORTENSON COMPANY By Its