may 29, 2015 addendum no. 1 to contract drawings and

29
PWD CIP NO. 21-796 Page 1 of 6 5/29/2015 May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND SPECIFICATIONS FOR EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE PWD CIP NO. 21-796 PORTLAND WATER DISTRICT, PORTLAND, ME A. GENERAL 1. The attention of all prospective Bidders submitting proposals for the above- referenced project is called to the following Addendum to the Contract Documents. The items set forth therein, whether of omission, addition, substitution, or clarification, are all included in the proposed work. 2. Inclusion of this Addendum must be acknowledged by inserting its number on the appropriate page(s) of the Bid Forms. Failure to acknowledge any and all Addenda in the above-specified Bid may be cause for rejection by the District on the grounds that it is non-responsive. B. CHANGES TO SPECIFICATIONS 1. Cover Page (Volume I and II) a. Below SRF Project Number: 230123-15, ADD the following text: “PWD CIP Project No. 21-796” 2. Section 00020 INVITATION TO BID a. DELETE the fourth paragraph and replace with the following text: Electronic copies of contract documents may be obtained in person at Hazen and Sawyer, 24 Federal St. 5th Fl., Boston, MA 02110. Plans and specifications will be provided in PDF form on a CD to prospective bidders or via Hazen and Sawyer’s FTP site. There is no fee for the CD or to download the documents. Contact Sherri Marin at 617-574-4747 or [email protected]. The addenda will be emailed to all plan holders.3. Section 00100 INSTRUCTIONS TO BIDDERS a. In Item 1, DELETE the following text in the first sentence: Error! Reference source not found

Upload: others

Post on 02-Oct-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

PWD CIP NO. 21-796 Page 1 of 6 5/29/2015

May 29, 2015

ADDENDUM NO. 1

TO

CONTRACT DRAWINGS AND SPECIFICATIONS

FOR

EAST END WASTEWATER TREATMENT FACILITY AERATION UPGRADE

PWD CIP NO. 21-796

PORTLAND WATER DISTRICT, PORTLAND, ME

A. GENERAL

1. The attention of all prospective Bidders submitting proposals for the above-

referenced project is called to the following Addendum to the Contract Documents.

The items set forth therein, whether of omission, addition, substitution, or

clarification, are all included in the proposed work.

2. Inclusion of this Addendum must be acknowledged by inserting its number on the

appropriate page(s) of the Bid Forms. Failure to acknowledge any and all Addenda

in the above-specified Bid may be cause for rejection by the District on the grounds

that it is non-responsive.

B. CHANGES TO SPECIFICATIONS

1. Cover Page (Volume I and II)

a. Below SRF Project Number: 230123-15, ADD the following text:

“PWD CIP Project No. 21-796”

2. Section 00020 – INVITATION TO BID

a. DELETE the fourth paragraph and replace with the following text:

“Electronic copies of contract documents may be obtained in person at

Hazen and Sawyer, 24 Federal St. 5th Fl., Boston, MA 02110. Plans and

specifications will be provided in PDF form on a CD to prospective bidders

or via Hazen and Sawyer’s FTP site. There is no fee for the CD or to

download the documents. Contact Sherri Marin at 617-574-4747 or

[email protected]. The addenda will be emailed to all plan

holders.”

3. Section 00100 – INSTRUCTIONS TO BIDDERS

a. In Item 1, DELETE the following text in the first sentence:

“Error! Reference source not found”

Page 2: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 Page 2 of 6 5/29/2015

and REPLACE with the following:

“5% of Bidders maximum bid price”

b. In Item 1, DELETE the following text in the third sentence:

“Error! Reference source not found”

and REPLACE with the following:

“sixty (60) days”

c. In Item 5, DELETE the following text:

“Error! Reference source not found”

and REPLACE with the following:

“Total-BB”

d. In Item 6, DELETE the following text:

“Error! Reference source not found”

and REPLACE with the following:

“700 calendar days”

e. In Item 17, DELETE the following text in the first sentence:

“Dylan Reburn at [email protected] or 207-761-8307”

and REPLACE with the following:

“Sherri Marin at [email protected] or 617-574-4747”

f. In Item 17, DELETE the following text in the first sentence of the third

paragraph:

“and will be posted on the District’s website at

http://www.pwd.org/infrastructure/projects/construction.php.”

g. In Item 20, DELETE the following text in the third sentence:

“Error! Reference source not found”

Page 3: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 Page 3 of 6 5/29/2015

and REPLACE with the following:

“’EEWWTF AERATION SYSTEM UPGRADES’”

h. In Item 20, DELETE the following text in the third sentence:

“Error! Reference source not found”

and REPLACE with the following:

“within ten (10) working days”

4. Section 00300 – BID FORM

a. At the beginning, DELETE the following text in the first sentence:

“Error! Not a valid bookmark self-reference”

and REPLACE with the following:

“500 Marginal Way

Portland, ME 04101”

b. In Article 1, DELETE the following text:

“Dylan Reburn”

and REPLACE with the following:

“Purchasing Agent”

5. Section 00800-08 – WAGE DETERMINATION

a. Section 00800-08 is reissued. Refer to the revised Section 00800-08 in

Attachment No. 3.

C. CHANGES TO DRAWINGS

1. Drawing S40

a. Drawing S40 in the Air Pipe Support Schedule, revise the Support Detail

listed in the schedule for support numbers S-108, S-117, and S-134 from

TYPE 6B to TYPE 6A.

2. Drawing S42

a. Drawing S42 is reissued. Refer to the revised drawing S42 in

Attachment No. 2.

3. Drawing S43

Page 4: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 Page 4 of 6 5/29/2015

a. Drawing S43 is reissued. Refer to the revised drawing S43 in

Attachment No. 2.

4. Drawing S44

a. Drawing S44 is reissued. Refer to the revised drawing S44 in

Attachment No. 2.

5. Drawing S45

a. Drawing S45 is reissued. Refer to the revised drawing S45 in

Attachment No. 2.

6. Drawing S46

a. Drawing S46 is reissued. Refer to the revised drawing S46 in

Attachment No. 2.

7. Drawing S47

a. Drawing S47 is reissued. Refer to the revised drawing S47 in

Attachment No. 2.

8. Drawing M03

a. Drawing M03 is reissued. Refer to the revised drawing M03 in

Attachment No. 2.

9. Drawing M04

a. Drawing M04 is reissued. Refer to the revised drawing M04 in

Attachment No. 2.

10. Drawing M06

a. Drawing M06 is reissued. Refer to the revised drawing M06 in

Attachment No. 2.

11. Drawing M08

a. Drawing M08 is reissued. Refer to the revised drawing M08 in

Attachment No. 2.

12. Drawing M09

a. Drawing M09 is reissued. Refer to the revised drawing M09 in

Attachment No. 2.

E. Pre-Bid Conference

The following questions and answers are resulting from the mandatory Pre-Bid

Conference held on May 27, 2015 at the East End Wastewater Treatment Facility.

Q1: Is the contractor responsible for disposing of the grit?

A1: The Contractor will be responsible for removing the contents of the aeration tanks

Page 5: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 Page 5 of 6 5/29/2015

per Specification Section 01160, Paragraph 1.04. G.3. The contents includes any

accumulated grit in the tanks.

Q2: Will a unit price be included for grit removal?

A2: Grit removal will be included as a unit bid item in the Bid Form. The Engineer is

calculating the quantity of grit to be included in the Bid Form and will include

this quantity and bid item in subsequent addenda.

Q3: How much grit will there be?

A3: See response to Q2 above.

Q4: What is the lead time of the blowers?

A4: The lead time will be approximately 46 weeks from approved shop drawings. The

blower Shop Drawings have been pre-procured by the Portland Water District and

are expected to be submitted to the District for review in the next couple of

weeks.

Q5: Can the first tank be taken out of operation before the blowers arrive?

A5: Yes. It should be noted that Specification Section 01160 identifies “three aeration

tanks and three secondary clarifiers are in service or available for service.

Therefore, bringing treatment units out of service must be minimized.” However

in order for construction to proceed, one aeration basin may be taken out of

service so that “at least two aeration tanks and two secondary clarifiers are in

service at all times”.

Q6: Do the aeration tanks have a lining on them?

A6: No.

Q7: Do the aeration basins need structural repairs?

A7: The required structural repairs are listed as unit bid items in the Bid Form, refer to

Specification Section 00300.

Q8: In the proposed Blower Room, how long is it acceptable for the plant water to be

down?

A8: The Plant Water is a looped system. There are valves that can be closed to allow

a shutdown of the length of piping in the tunnel, but allows operation of the

remaining system.

Q9: In the proposed Blower Room, does the tunnel air pipe need to be moved?

Page 6: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 Page 6 of 6 5/29/2015

A9: No, it will be demolished per Contract Drawing R04.

Q10: In the proposed Blower Room, how many WAS lines must be operational?

A10: One WAS line must be operational at all times.

Q11: Can temporary odor control be run?

A11: Per Contract Drawing S-10, the odor control piping located above the tunnel

between the primary sedimentation tanks must be in service at all times. The

Engineer and Owner are open to suggested means and methods for keeping the

odor control piping active during construction.

Q12: Can the Contractor use the existing crane in the Activated Sludge Pump Station to

move equipment?

A12: The Contractor may use the existing crane at their own risk. If the crane is

damaged by the Contractor, it is the responsibility of the Contractor to repair

damages at their own expense.

Q13: Will a staging area be available?

A13: Open space for a staging area and material lay down is available and shall be

coordinated and approved by the Portland Water District and the Engineer.

Q14: Is this upgrade EPA mandated?

A14: This project is not mandated by the Environmental Protection Agency.

Q15: When are questions on the Construction Documents due?

A15: Per Specification Section 00100, all questions by prospective bidders shall be be

submitted at least five working days before the opening of bids.

F. ATTACHMENTS

1. Pre-Bid Conference Agenda

2. Pre-Bid Conference Sign-In List

3. Reissued Drawings.

4. Reissued Specifications.

END OF ADDENDUM NO. 1

*****

Page 7: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 5/29/2015

PWD CIP NO. 21-796

ADDENDUM NO. 1

ATTACHMENT NO. 1

PRE-BID CONFERENCE AGENDA, PRE-BID CONFERENCE SIGN-IN,

AND SITE TOUR SIGN-IN

Page 8: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 5/29/2015

+ + THIS PAGE LEFT BLANK INTENTIONALLY + +

Page 9: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

PWD CIP Project No. 21-796

East End WWTF Aeration Upgrade

Pre-Bid Conference Agenda

May 27, 2015

Date: May 27, 2015

Location: East End Wastewater Treatment Facility

500 Marginal Way, Portland, Maine 04101

Time: 10:00 AM

1. Sign – In and Introductions

a. Sign In Sheet

b. Owner and Engineer Introductions

2. Project Overview

a. Removal of the existing mechanical aerators and installation of a new diffused aeration

system, including blowers, diffusers, air piping, control panels, associated electrical

equipment and instrumentation.

b. Blowers are pre-selected as Turblex Single-Stage Integrally-geared process air blowers as

manufactured by Siemens.

c. Blowers installed in existing tunnel.

d. Construction of new baffle walls in the aeration basins and modification of existing baffle walls.

e. Installation of an in-line nitrate recycle system (NRCY), including submersible pumps, piping, and associated electrical equipment.

f. Construction of an electrical room to house the MCC, switchboards, electrical panels, etc. g. Installation of new transformers. h. PLC and HMI programming of the existing SCADA system will be performed by Woodard and

Curran under separate contract.

3. Bidding Requirements

a. Mandatory Pre-Proposal Meeting

b. Bid Bond for 5% of Proposers max bid price

c. Bids can’t be withdrawn for at least 60 working days

d. SRF Funded

i. DBE Requirements

ii. Davis Bacon Compliance

iii. American Iron and Steel Requirements

e. Acknowledge Addendum

f. Qualifications Requirements: at least 5 mechanical/water treatment type project with prices

equal to or greater than the bid price; provide documentation and references.

g. Submit bids to: Portland Water District c/o Purchasing Agent, 225 Douglass St, Portland, ME

h. Bids due: June 24th at 1pm.

i. Bids should accompanied by (Article 7 in Div 00300):

Page 10: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

PWD CIP Project No. 21-796

East End WWTF Aeration Upgrade

Pre-Bid Conference Agenda

May 27, 2015

i. Bid Bond

ii. List of Proposed Subs

iii. List of Proposed Suppliers

iv. List of Project References

v. Evidence of authority to do business in the state of Maine

vi. Contractor’s License No.

vii. DBE program forms

4. Contract Summary

a. Schedule: substantial completion is 730 calendar days from the date that Work commences.

b. Liquidated Damages at $2,500 per day

c. Contract is standard contract as prepared by EJCDC

d. Check Insurance Requirements in 00800

5. Construction Constraints

a. During typical operations, three aeration tanks and three secondary clarifiers are in service or available for service. Therefore, bringing treatment units out of service must be minimized.

b. At least two aeration tanks and two secondary clarifiers must be in service at all times. c. Aeration Tank #3 shall be the first tank taken offline and upgraded. Aeration Tank #2 will

follow. Aeration Tank #1 will be last. d. The Contractor shall be responsible for cleaning each aeration tank after it is taken out of

service. e. The Contractor will be responsible for transferring the contents of Aeration Tank #2 to

Aeration Tank #1 when Aeration Tank #3 is ready to be put into service. The Contractor will be responsible for transferring the contents of Aeration Tank #1 to Aeration Tank #2 when Aeration Tank #2 is ready to be put into service.

f. The Contractor shall coordinate with the Owner and Engineer for any periods of electrical downtime to minimize interruptions to the process. The Contractor shall submit a schedule and estimated downtime period to the Owner and Engineer 3 weeks prior to performing work.

g. The Contractor shall install all new electrical distribution equipment including but not limited to switchgear, transformers, switchboards and MCCs prior to removing power distribution to existing equipment. The cutover shall be scheduled and planned with Owner and Engineer. The schedule shall include an estimated period of downtime. The work may require to be phased in order to reduce downtime.

6. Site Walk Through

Page 11: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 12: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 13: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 5/29/2015

PWD CIP NO. 21-796

ADDENDUM NO. 1

ATTACHMENT NO. 2

REISSUED AND NEW DRAWINGS

Page 14: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 5/29/2015

+ + THIS PAGE LEFT BLANK INTENTIONALLY + +

Page 15: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 16: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 17: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 18: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 19: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 20: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 21: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 22: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 23: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 24: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND
Page 25: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

HEADERSUPPORT DISTANCE SUPPORTF-001 4'-1" S-001S-001 6'-10" S-002S-002 19'-1" F-002F-002 15'-4" S-003S-003 15'-10" F-003F-003 18'-9" S-004S-004 16'-6" S-005S-005 20'-0" F-004F-004 8-11" S-006S-006 3'-6" S-007

TANK 1 TANK 2 TANK 3SUPPORT DISTANCE SUPPORT SUPPORT DISTANCE SUPPORT SUPPORT DISTANCE SUPPORTCROSS 8'-2.5" S-101 CROSS 3'-11.5" S-201 CROSS 4'-0.5" S-301S-101 15'-0" S-102 S-201 2'-0" ELBOW S-301 2'-0" ELBOWS-102 15'-9" F-101 ELBOW 2'-7" S-202 ELBOW 2'-7" S-302F-101 6'-0" S-103 S-202 6'-11" S-203 S-302 6'-11" S-303S-103 16'-9" S-104 S-203 6'-0" ELBOW S-303 6'-0" ELBOWS-104 16'-9" F-102 ELBOW 2'-6" F-202 ELBOW 2'-6" F-302F-102 3'-0" ELBOW F-202 5'-5" S-204 F-302 5'-5" S-304ELBOW 4'-5" S-105 S-204 12'-7" F-203 S-304 12'-7" F-303S-105 2'-9" TEE F-203 7'-10" S-205 F-303 7'-10" S-305TEE 3'-6" S-106 S-205 10'-8" F-204 S-305 10'-8" F-304S-106 4'-6" ELBOW F-204 10'-0" S-206 F-304 10'-0" S-306ELBOW 2'-6" F-104 S-206 6'-9" F-205 S-306 6'-9" F-305F-104 6'-11" S-107 F-205 8'-0" S-207 F-305 8'-0" S-307S-107 9'-0" S-108 S-207 8'-0" S-208 S-307 8'-0" S-308S-108 6'-10" F-105 S-208 8'-0" S-209 S-308 8'-0" S-309F-105 2'-0.5" ELBOW S-209 10'-0" F-206 S-309 10'-0" F-306ELBOW 4'-9" ELBOW F-206 4'-0" S-210 F-306 4'-0" S-310ELBOW 2'-0.5" S-109 S-210 6-'0" S-211 S-310 6-'0" S-311S-109 8'-6" F-106 S-211 8'-0" S-212 S-311 8'-0" S-312F-106 9'-2" S-110 S-212 4'-0" F-207 S-312 4'-0" F-307S-110 8'-10" F-107 TEE 1'-11" F-201 TEE 1'-11" F-301F-107 12'-0" S-111 F-201 5'-4" S-213 F-301 5'-4" S-313S-111 10'-0" F-108 S-213 10'-0" S-214 S-313 10'-0" S-314F-108 10'-0" S-112 S-214 8'-1" S-215 S-314 8'-1" S-315S-112 4'-10" S-113 S-215 6'-2" F-208 S-315 6'-2" F-308S-113 6'-0" S-114 F-208 2'-0" ELBOW F-308 2'-0" ELBOWS-114 6'-0" S-115 ELBOW 5'-1" S-216 ELBOW 5'-1" S-316S-115 4'-4" F-109 S-216 6'-0" ELBOW S-316 6'-0" ELBOWTEE 2'-6" F-103 ELBOW 2'-0" F-209 ELBOW 2'-0" F-309F-103 6'-11" S-116 F-209 3'-6" S-217 F-309 3'-6" S-317S-116 9'-0" S-117 S-217 10'-0" S-218 S-317 10'-0" S-318S-117 6'-10" S-118 S-218 14'-9" S-219 S-318 14'-9" S-319S-118 7'-8" F-110 S-219 8'-0" F-210 S-319 8'-0" F-310F-110 9'-6" S-119 F-210 8'-0" S-220 F-310 8'-0" S-320S-119 10'-0" S-120 S-220 10'-0" S-221 S-320 10'-0" S-321

TANK 1 TANK 2 TANK 3S-120 10'-0" S-121 S-221 10'-0" S-222 S-321 10'-0" S-322S-121 10'-0" F-111 S-222 8'-0" F-211 S-322 8'-0" F-311F-111 9'-6" S-122 F-211 8'-0" S-223 F-311 8'-0" S-323S-122 9'-6" S-123 S-223 10'-0" S-224 S-323 10'-0" S-324S-123 13'-4" S-124 S-224 10'-0" S-225 S-324 10'-0" S-325S-124 10'-7" F-112 S-225 10'-0" S-226 S-325 10'-0" S-326F-112 2'-0" ELBOW S-226 3'-0" F-212 S-326 3'-0" F-312ELBOW 3'-6" S-125 F-212 5'-8" S-227 F-312 5'-8" S-327S-125 4'-6" ELBOW S-227 7'-2" S-228 S-327 7'-2" S-328ELBOW 2'-0" F-113 S-228 6'-0" S-229 S-328 6'-0" S-329F-113 4'-11" S-126 S-229 6'-0" S-230 S-329 6'-0" S-330S-126 9'-0" S-127 S-230 4'-5" F-213 S-330 4'-5" F-313S-127 5'-5" ELBOW TEE 6'-0" S-231 TEE 6'-0" S-331ELBOW 4'-9" ELBOW S-231 3'-6" ELBOW S-331 3'-6" ELBOWELBOW 2'-0" S-128 ELBOW 2'-3" S-232 ELBOW 2'-3" S-332S-128 5'-2" F-114 S-232 1'-8" ELBOW S-332 1'-8" ELBOWF-114 8'-0" S-129 ELBOW 2'-0" F-214 ELBOW 2'-0" F-314S-129 4'-9" S-130 F-214 4'-0" S-233 F-314 4'-0" S-333S-130 6'-0" S-131 S-233 8'-0" ELBOW S-333 8'-0" ELBOWS-131 6'-0" S-132 ELBOW 1'-3" F-215 ELBOW 1'-3" F-315S-132 4'-5" F-115 F-215 6'-6" S-234 F-315 6'-6" S-334ELBOW 1'-8" F-116 S-234 5'-6" F-216 S-334 5'-6" F-316F-116 10" ELBOW F-216 5'-2" S-235 F-316 5'-2" S-335ELBOW 2'-0" S-133 S-235 5'-0" S-236 S-335 5'-0" S-336S-133 3'-9" S-134 S-236 5'-0" S-237 S-336 5'-0" S-337S-134 5'-1" ELBOW S-237 5'-0" F-217 S-337 5'-0" F-317ELBOW 1'-2" F-117 F-217 5'-4" S-238 F-317 5'-4" S-338F-117 5'-6" F-118 S-238 5'-4" S-239 S-338 5'-4" S-339F-118 5'-2" S-135 S-239 5'-4" S-240 S-339 5'-4" S-340S-135 5'-0" S-136 S-240 2'-0" F-218 S-340 2'-0" F-318S-136 5'-0" S-137S-137 5'-0" F-119F-119 5'-4" S-138S-138 5'-4" S-139S-139 5'-4" S-140S-140 2'-0" F-120

Page 26: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 5/29/2015

PWD CIP NO. 21-796

ADDENDUM NO. 1

ATTACHMENT NO. 3

REISSUED SPECIFICATIONS

Page 27: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

THE PORTLAND WATER DISTRICT PWD CIP NO. 21-796

ADDENDUM NO. 1

PWD CIP NO. 21-796 5/29/2015

+ + THIS PAGE LEFT BLANK INTENTIONALLY + +

Page 28: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

General Decision Number: ME150018 03/20/2015 ME18

Superseded General Decision Number: ME20140018

State: Maine

Construction Type: Heavy

County: Cumberland County in Maine.

HEAVY CONSTRUCTION PROJECTS including Water and Sewer Lines

Note: Executive Order (EO) 13658 establishes an hourly minimum

wage of $10.10 for 2015 that applies to all contracts subject

to the Davis-Bacon Act for which the solicitation is issued on

or after January 1, 2015. If this contract is covered by the

EO, the contractor must pay all workers in any classification

listed on this wage determination at least $10.10 (or the

applicable wage rate listed on this wage determination, if it

is higher) for all hours spent performing on the contract. The

EO minimum wage rate will be adjusted annually. Additional

information on contractor requirements and worker protections

under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/02/2015

1 03/20/2015

* ELEC0567-005 03/01/2015

Rates Fringes

ELECTRICIAN......................$ 31.53 14.30

----------------------------------------------------------------

LABO0976-004 12/01/2013

Rates Fringes

LABORER (CONCRETE WORKER)........$ 19.71 16.42

----------------------------------------------------------------

SUME2011-013 03/16/2011

Rates Fringes

CARPENTER, Includes Form Work....$ 18.00 1.94

CONCRETE FINISHER................$ 17.29 2.51

IRONWORKER, Reinforcing..........$ 20.00 0.00

LABORER: Asphalt Raker..........$ 16.93 1.91

LABORER: Common or General......$ 13.56 1.99

LABORER: Landscape..............$ 15.00 0.58

Page 29: May 29, 2015 ADDENDUM NO. 1 TO CONTRACT DRAWINGS AND

LABORER: Pipelayer..............$ 14.42 2.38

LABORER: Flagger.................$ 12.43 0.95

LABORER: Wheelman................$ 18.74 2.86

OPERATOR: Asphalt Paver.........$ 18.16 2.30

OPERATOR: Asphalt Roller........$ 15.70 1.62

OPERATOR: Backhoe...............$ 22.22 6.48

OPERATOR: Bulldozer.............$ 20.43 6.13

OPERATOR: Crane.................$ 22.60 9.29

OPERATOR: Drill.................$ 17.09 3.79

OPERATOR: Excavator.............$ 19.88 5.06

OPERATOR: Loader................$ 16.93 3.51

OPERATOR: Mechanic..............$ 24.35 6.66

OPERATOR: Roller................$ 15.99 6.31

TRUCK DRIVER: Low Bed Truck.....$ 16.43 3.07

TRUCK DRIVER.....................$ 14.67 2.04

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------