north dakota state water commission … · a. inclusive to the electrical contractor ... cathodic...
TRANSCRIPT
1
NORTH DAKOTA STATE WATER COMMISSION
PROJECT 1736
ADDENDUM NO. 1
TO THE CONTRACT DOCUMENTS
FOR
DICKINSON RESIDUALS HANDULING FACILITY
SWPP CONTRACT 3-2E
JULY 2017
NOTICE IS HEREBY GIVEN TO BIDDERS that in reference to the CONTRACT DOCUMENTS of the above referenced contract, the following will be noted:
1. PRE-BID MEETING NOTES
The Pre-Bid Meeting Notes and Example Bid Form are included as Attachment No.1 to Addendum No.1
2. SPECIFICATION SECTION 011100 – COORDINATION OF WORK
A. Inclusive to the Electrical Contractor Work, Insert the following immediately after Part Q.1.r:
s. Furnish and Install the required VFD and Combination Motor Starter’s for the Supply and Exhaust Fans furnished by the Mechanical Contractor.
t. Furnish and Install Disconnect Switches for all the HVAC equipment supplied by the Mechanical Contractor except for the Temperature Control Panels.
u. Furnish and Install Conduit and Wiring from the MCC’s to the HVAC Temperature Control Panels as shown on the Electrical Drawings
3. SPECIFICATION SECTION 033500 – CONCRETE FINISHING AND CURING
In Part 2, Remove Paragraph’s B.2 and B.3 and Insert the following Paragraph’s B.2, B.3, andB.4:
2. Liquid form, which will form impervious membrane over, exposed surface of concrete when applied to fresh concrete by means of spray gun.
3. Curing compound shall not inhibit future bond of floor covering or concrete floor treatment and shall be compatible with required finishes and coatings. Curing compound shall meet the State of North Dakota Clean Air Quality Standards which limit the quantity of volatile organic compounds. Use Type I-D compound with red fugitive dye, Class B, having 18 percent minimum solids conforming to ASTM C309.
4. Products:
a. BASF Building Systems; MasterKure CC 1315WB.
b. Euclid Chemical Company; Super Diamond Clear VOX.
c. W.R. Meadows, Inc.; VOCOMP-30.
d. Or equal.
2
4. SPECIFICATION SECTION 211313 – AUTOMATIC FIRE SPRINKLER SYSTEM
A. In Part 3, Paragraph F.1., Remove the System No. 10 coating specified per Section 099000 and replace with coating System No.34 per Section 099000.
B. In Part 3, Paragraph F. 2., Remove the System 25 coating specified per Section 099000 and replace with coating System 2 per Section 099000.
C. Immediately following Part 3, Paragraph I. 2, Insert the following Paragraphs:
“3. Pipe hangers, rods, and accessories shall be stainless steel material.
4. Install according to Section 400762”
5. SPECIFICATION SECTION 230993 – HVAC CONTROLS
A. Remove SECTION 230993 – HVAC CONTROLS in its entirety and replace with SECTION 230993 - AUTOMATIC CONTROL SEQUENCES included as Attachment No.2 to Addendum No. 1.
6. SPECIFICATION SECTION 264213 – CATHODIC PROTECTION AND JOINT BONDING
A. In Part 1, Delete the sentence in Paragraph C.8.b. which states “Shop drawings shall be signed by a certified NACE International Corrosion Specialist.”
B. In Part 1, Delete Paragraph F 4. titled “Services of Corrosion Engineer” in its entirety.
C. In Part 1, Delete Paragraph F.5.titled “Service of Cathodic Protection Technician” in its entirety.
7. SPECIFICATION SECTION 400520 – MANUAL AND AUTOMATIC VALVES
A. In Part 2, Paragraph N.7.a., Remove the following sentence that states:
“Type 728 – Swing Check Valves 10 through 66 inches with Controlled Closing using Bottom-Mounted Hydraulic Buffer”
And replace with the following:
“Type 728—Swing Check Valve (3” and larger) with Air Cushion and Outside Lever and Weight”
3
SPECIFICATION SECTION 400520 – MANUAL AND AUTOMATIC VALVES (CONTINUED)
B. In Part 2, Paragraph N.7.a, Delete the following sentences and table:
“The valve shall have a bottom hydraulic buffer to permit free open but positive non-slam control closure of the disc. The hydraulic buffer shall make contact with the disc during the last 10% of closure to instantly control the valve disc until shutoff. The last 10% of closure shall be externally adjustable and variable. The line media to the buffer must be separated by a combination pressure sensing, oil/water separator device to protect the buffer cylinder against corrosion from the main line media. The hydraulic buffer assembly shall be removable from valve without need to remove the entire valve from the pipeline.
Cylinders shall be of tie-rod or bolted-flange construction and shall have a pressure rating of 150 psi minimum, as determined by National Fluid Power Association Specification T3.6.8. Cylinder mounting dimensions shall comply with National Fluid Power Association Specification T3.6.8 regarding mounting and physical dimensions with slight modifications where required to adapt to the valve cylinder mounting.
Construction materials shall incorporate a design factor of safety of 4:1 based on tensile strength.
Cylinder barrels, heads, and caps shall be AISI Type 304 or 316 stainless steel, or bronze. Bronze shall have the following chemical characteristics:”
Constituent Content
Zinc 7% maximum
Aluminum 2% maximum
Lead 8% maximum
Copper + Nickel + Silicon 83% minimum
C. In Part 2, Paragraph N.7.a., Remove the sentence that states “Valve shall be Pratt Series 9001, Model OC9001-2-12.” And Replace with “Valve shall be Pratt Series 9001 or equal”
D. Valve Schedule: Delete Check Valve “Near P-4071” for High Pressure Water System as this check valve is provided as part of a package system in Section 437623.
E. Valve Schedule: Delete the Check Valves CV-X011 and CV-X012 as these are existing valves that shall be relocated within this contract.
8. SPECIFICATION SECTION 402313 – COMPRESSED AIR PIPING SYSTEMS
A. At the end of Part 2 Paragraph A.3.a., Insert the following Sentence:
“Reference Section 402076 for stainless steel pipe and Mechanical Contract Section 402020 for copper tubing.”
9. SPECIFICATION SECTION 409500 – PROCESS CONTROL
A. In Part 1, Paragraph B.1.c., Remove the language that states “Division 26” and replace with “Electrical Contract”.
B. In Part 2 Paragraph C.1. Remove the reference that states “Section 457623” and replace with reference “Section 467623”.
4
10. SPECIFICATION SECTION 412214 – UNDERHUNG BRIDGE CRANES
A. Part 2, Paragraph A.1., Insert “R&M,” immediately prior to the word “Gorbel”.
B. Part 2, Paragraph A.2, Remove and replace this sentence with the following:
“The crane shall be aluminum and shall have a rated capacity of 3,000 pounds.”
C. Part 2, Paragraph J.4, Delete the language at the end of the sentence that states: “or flat cable festoon type.”
D. In Part 3, Paragraph D., Remove the existing sentence and replace with the following:
1. Trolley, hoist, gear reducer enclosures, and motors shall be aluminum.
2. Coat track, bridge, and supporting structure per Section 099000, System No. 34. Color of finish coat shall be OSHA Safety Yellow.
11. SPECIFICATION SECTION 432100 – SUBMERSIBLE PUMPS AND APPURTENANCES
A. Immediately following Part 2 Paragraph B.1., Insert the following:
“2. Guide rail system.”
12. SPECIFICATION SECTION 432375 – JET MIXING EQUIPMENT
A. Replace specification Section 432375 with the replacement SECTION 432375 – JET MIXING EQUIPMENT included as Attachment No. 3 to Addendum No. 1. The notable revisions include:
Changed named manufacturers to remove “b. JetMix by Evoqua Water Technologies” as the equipment may require larger motors that are not accommodated in the existing project design. They are an approved Substitute providing accommodation for pump motor size modifications are provided with bid price.
Provided additional detail for design criteria and Performance Testing Criteria for the jet mixing system.
13. SPECIFICATION SECTION 467623 – PLATE AND FRAME FILTER PRESSES
A. In Part 2, Replace Paragraph E.1.f., with the following:
“f. Provide with corrosion resistant finish in accordance with Section 099000 System 34 for tankage and support structure and System 29 for all piping to be painted per Section 099000 System Schedule.”
B. Immediately Following Part 2, Paragraph F.4., Insert the following:
“5. Valve actuators are to be provided as AWWA vane style actuators in accordance with Section 400520.”
C. In the table under Part 2, Paragraph J. and the row titled “Ancillaries”, Insert “pump discharge check valve and isolation valve” immediately following the text “system pressure gauges,” in the second column.
5
SPECIFICATION SECTION 467623 – PLATE AND FRAME FILTER PRESSES (CONTINUED)
D. Immediately Following Part 3, Paragraph B., Insert the following Paragraph:
“C. Performance Test
1. Conduct a performance test of the installed system, verifying the system meets the design criteria listed in Part 2.C herein and is considered by the Engineer a fully functional and operable automated system.
2. Develop protocol for the Performance Test and submit for approval by Engineer prior to conducting the test.
3. Remedy for Performance Test failure – system does not meet design
criteria for cake thickness, cake concentration, does not operate automatically, or any packaged components do not operate as intended
a. Contractor may adjust system at no cost to Owner. b. Contractor will be allowed up to two retests at Contractor’s
expense. c. Failure of three tests or at Contractor’s request, Contractor shall
reimburse Owner for additional expenses related to increased operational costs for variability in cake and associated disposal fees over the life of the equipment or costs associated for remedy of equipment performance. These costs may not exceed the cost of the equipment price provided on the Bid Form.”
14. PROCESS DRAWINGS
A. DRAWINGS P103, P600 and P603
Replace drawing P103, P600 and P603 with the replacements included as Attachment No. 4 to Addendum No. 1.
15. ELECTRICAL DRAWINGS
A. DRAWINGS E400, E401, E402 and E601
Replace Drawings E400, E401, E402, And E601 with the Drawings included as Attachment No. 5 to Addendum No. 1.
E400 relocates conduit C4027. E401 adds PT-4011 and PT-4012. E402 adds TT-4301. E601 changes P00 from two to one 4” conduit and adds C4036, C4037 and C4038.
16. INSTRUMENTATION DRAWINGS
A. DRAWING N001
Add Drawing N001 Immediately prior to Drawing N601. Drawing N0001 is included as Attachment No. 6 to Addendum No. 1.
6
17. INSTRUMENTATION DRAWINGS (CONTINUED)
A. DRAWING N601
Add the following General Note to Drawing N601
5. Note communication signals between Automatic Transfer Switch (ATS) and MCP-4001 are required as noted on Drawing E503. Provide hard-wired terminations for signals for “connect to emergency source” and “connected to normal source” and a CAT 5 communication cable for other control communication. MCP-4001 Panel to provide alarm output when emergency power is being utilized at the site.
This document was originally issued and sealed by Tyson Decker, Registration
Number 9800 on 7/6/17. The original document is stored at Bartlett & West. This
document is only valid in the certified electronic format with digital signature
present on this page.
1
SOUTHWEST PIPELINE PROJECT
CONTRACT 3-2E DICKINSON WTP RESIDUALS HANDLING FACILITY
Pre-Bid Conference Meeting Notes
10:00-11:30 AM June 28, 2017
Southwest Water Authority Office Building 4665 2nd Street SW
Dickinson, ND 58601
1.0 Introductions ND State Water Commission- Southwest Water Authority- Bartlett & West/AECOM Main point of contact during bidding – Tyson Decker P.E., Bartlett & West Bartlett & West Project Manager- Jim Lennington, P.E.
AECOM Project Manager- Angel Gebeau, P.E. NDSWC Project Manager- Sindhuja S.Pillai-Grinolds, P.E.
Contractors and Suppliers- Attendance list included.
2.0 Owner Purchased Equipment and Work (Section 011011)
The Owner has pre-purchased SCADA system equipment from Micro-Comm, Inc. The installation of Owner Purchased Equipment is required by the General and Electrical Contractor. See Section 011011 for more details. Product data/ cut sheets for the respective equipment provided by Micro-Comm are available upon request. The General Contractor is also responsible for coordinating shipping of the Owner Purchased Equipment, taking delivery, unloading, unpacking, and storage of the equipment. Delivery schedule shall be reviewed and approved by Owner and Engineer. NOTES: A Question was raised if a use tax needs to be included in the installation contract. ANSWER: SALES TAX IS PAID BY THE OWNER ON THE OWNER FURNISHED EQUIPMENT.
3.0 Coordination of Work (Section 011100)
This Section describes the Contractor’s responsibilities specific to this project. This Section identifies the scope of work for the General Contractor, Mechanical Contractor, and Electrical Contractor.
ATTACHMENT NO.1 TO ADDENDUM NO.1
2
NOTES: See Coordination of Work for items that maybe furnished by the Mechanical or General Contractor but requires electrical equipment such as motor starters or disconnects. This equipment maybe specified to be provided in the same Contract as the provided equipment or it may be specified to be provided by the Electrical Contractor.
4.0 Sequence of Construction (Section 011112)
Site Constraints- See G104. Site access and staging area is limited due to the Current Construction and property boundaries of the site. Contractor to maintain access for WTP chemical deliveries through the site. See C102 for proposed temporary access route. Building Backfill Requirements per Section 312300 and Drawing S002. Discussed under Item 6. Note the CPM schedule requirements in Specification Section 013216. EACH CONTRACTOR IS REQUIRED TO GENERATE THEIR OWN SCHEDULE IN ACCORDANCE WITH SECTION 013216.
NOTES:
5.0 Permits/Requirements
City of Dickinson Building Permit has been submitted by the Owner. The permit has not been received to date but will be transferred to the G.C. after a Contract is executed. Per Section 011415, NDPDES Storm water Permit, Storm Water Pollution Prevention Plan (SWPPP) and temp dewatering permit application, implementation, and compliance are the responsibility of the General Contractor.
Electrical Inspection is the responsibility of the Electrical Contractor.
Plumbing Inspections are the responsibility of the Mechanical Contractor.
NOTES: A question was raised whether or not the Owner Furnished Equipment Panels will be UL listed. These panels will be provided with UL 508A. Also brought up was if a UL listing is required for the panels provided by the Filter Press Manufacturer. These panels are required to be UL 508 per Section 409543.
6.0 Existing Site Conditions Copies of reports and drawings referenced in the Supplementary Conditions (EJCDC C-800) are available to any Bidder on request.
ATTACHMENT NO.1 TO ADDENDUM NO.1
3
Bidder is responsible for any interpretation or conclusion Bidder draws from any Technical Data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such Drawings. See the General Notes in the civil plans for clarification regarding building excavation and backfill. See Notes 10 and 11 on Drawing C103 regarding Bidder assumptions and inclusions in the base bid. Brick and concrete rubble is anticipated in the ‘fill’ material as identified in the geotechnical report. See Geotechnical Report and Civil Drawings for more information. Note that the Geotechnical Report is dated February, 2015 and was written prior to Construction of the SWPP New 6 MGD Dickinson WTP. The Construction set of Drawings for the new 6 MGD Dickinson WTP are available so Bidders can be aware of the disturbed areas since the geotechnical report was written. Note that the New Dickinson WTP is currently under Construction and is planned to be in Construction through the End of 2017. Note the staging area access shown on G104. NOTES:
7.0 Contract Completion Dates Provided in EJCDC C-520. A milestone completion date for this project is also present relative to a building enclosure date. NOTES: Dates were discussed and are located in Article 3.02.A and 3.02.B in the Agreement Section EJCDC C-520. The Building Enclosure is defined in Article 3.02.B.1 of this Section.
8.0 Liquidated Damages
Provided in EJCDC C-520. NOTES: Dates were discussed and are located in Article 3.03 in the Agreement Section EJCDC C-520.
9.0 Bidding 9.1 ND Bidding Requirements
Bid Bond in separate envelope attached to the Bid Envelope Contractor’s License or renewal in Bid Bond Envelope. License or renewal is required to be dated at least 10 days prior to the bid opening. Notarize signatures of contractor and surety with Acknowledgement of Principal and Acknowledgement of Surety (with Bid Bond).
ATTACHMENT NO.1 TO ADDENDUM NO.1
4
Follow Article 14 of the Instructions to Bidders, EJCDC C-200. NOTES: Each signature on the Bid Bond and on the Bid should be notarized. This is the purpose of the Acknowledgment of Surety and the Acknowledgement of Principal and why multiple copies of the Acknowledgement of Principal are required.
9.2 Bid Form
Bid Sections- If Section IV (Combined single Bid) is submitted, the individual component Bid Sections (General, Mechanical, and Electrical) must be filled out and complete in their entirety. NOTES: An example Bid From was handed out at the meeting and is included in the meeting notes as Attachment 1.
9.3 Mobilization- Limited to 5% of the value of work as a whole for the bid schedule to which it
applies per Section 012000. NOTES:
9.4 Subcontractors Subcontractors are required to have a current and valid North Dakota Contractor’s License before subcontractor work begins. For Bid Sections I, II, and III on the Bid Form, sub-contracted work for each Section is limited to 50% of the Contract Price per Supplementary Conditions (SC-7.06.A) NOTES:
9.5 Bid Alternates
Bid Alternate prices are required to be provided with each Bid.
General Construction Contract Alternate Bid Item 1 –See the base bid and bid Alternate description in EJCDC C-200. This alternate includes a second Filter Press, piping, and ancillary equipment as shown on Drawings P108, P306, P307, N601, and N603.
Electrical Construction Contract Alternate Bid Item 1 – See the base bid and bid Alternate description in EJCDC C-200. This item is for the Power and control wiring as identified on Drawings E601. Also inclusive to this alternate are the final electrical terminations.
Electrical Construction Contract Alternate Bid Item 2 – See the base bid and bid Alternate description in EJCDC C-200. Furnish and Install a 275 KVA Standby Engine Generator in lieu of the 100 KVA standby engine Generator in the Base Bid. Note that the Generator lug panel and breaker removal are also included in Electrical Bid Alternate Item 2. NOTES:
9.6 Substitutions with Major Equipment Items
ATTACHMENT NO.1 TO ADDENDUM NO.1
5
The substitutions of the major equipment items listed under 5.02.A.3 of the EJCDC C-410 Bid form are for Plate and Frame Filter Press No. 1 per Section 467623. Note that the Basis of the bid is Evoqua Water Technologies and substitutions will be accepted for other manufacturers on the Plate and Frame Filter Press. Substitutions for Plate and Frame filter presses must be in accordance with Part 2.E.1.b. Substitutions are required to be submitted in accordance with Article 7.05.A of EJCDC C-700. Substitutions will not be considered during bidding or the Contract award process and needs to come from the Contractor. The Contractor is to submit a written application to the Engineer for review of a substitute item in accordance with 7.05.A.3. Consideration of substitute or “or equal” items by the Engineer will not occur until after the Effective Date of the Contract per Article 11 of the EJCDC C-200. Note SC.7.05.D which states “Contractor will not be obligated to reimburse Engineer’s cost for the evaluation of substitute items specified in Paragraph 5.02.A of the Bid Form. This exception applies only to that specific substitution. Paragraph 7.05.D will apply to all other substitutions. NOTES:
9.7 Installation of Owner Furnished Equipment by the Electrical Contractor
The Electrical Contractor is responsible for the installation of the Owner Purchased electrical equipment and making final electrical connections, including disconnects, as indicated in Section 011011. NOTES:
9.8 Connections to Owner Furnished Equipment Generally, as it pertains to instrumentation and control devices, if the device is associated with a process related pipe, basin, tank, etc. the General Contractor is responsible for the installation and all piping connections, unless otherwise indicated. The Electrical Contractor is responsible for installation of equipment as noted in Section 011011 and all associated power and instrumentation and control conduit, wiring, and terminations to and from all owner furnished equipment. NOTES:
10.0 Start-Up Micro-Comm will be on-site to provide instruction on start-up of their respective equipment, coordinate and interface with the General Contractor and Electrical Contractor, inspect the
ATTACHMENT NO.1 TO ADDENDUM NO.1
6
installation prior to start-up, and make repairs and/or replacement of system components they have provided as necessary to meet design operation conditions. It is the General Contractor's responsibility to direct all coordination, scheduling, and interfacing of all contracting entities prior to and during start-up of the project. The Mechanical and Electrical contractors are responsible for proper startup and operation of their equipment provided under this contract. NOTES: Coordination of Start-up with SWA is required for the existing sludge lift station modifications as well as facility startup. General Contractor responsible for overall coordination of the startup including scheduling Micro-Comm, the filter press manufacturer, and the jet mixing manufacturer.
11.0 Addendum Items Addendum No. 1 to include meeting notes from this meeting. NOTES:
12.0 Other items.
Existing sludge lift station modifications included in the Contract Building Enclosure Date and the CPM Schedule- Note that the building enclosure date will need to be reflected in the Schedule provided by each Contractor. See A.4 of Section 013216 for Specific Requirements. Imported Structural Fill-See Part 2.E. of Section 312300. Imported Free Draining Aggregate- Refer the shaded area shown on C105 for the area required to have free draining aggregate placed as Fill. Geotechnical Report- Residuals Handling Facility filtrate is recycled so this is considered applicable to NSF 61 compliance and basin disinfections are required. A question was raised if an Engineer's Estimate for each Section is available. Answer: Just the overall estimate is available.
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 1
ARTICLE 1 – BID RECIPIENT
1.01 This Bid is submitted to:
ND State Water Commission 900 East Boulevard Ave. Bismarck, ND 58505
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 – BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:
Addendum No. Addendum, Date
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings.
E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information,
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 2
observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.
F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.
J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.
ARTICLE 4 – BIDDER’S CERTIFICATION
4.01 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;
3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and
4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract.
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 3
ARTICLE 5 – BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):
A. Bidder may bid one or more of the Bid Sections. Indicate below the Sections being bid.
1. Section I - General Construction Contract (YES) (NO)
2. Section II - Mechanical Construction Contract (YES) (NO)
3. Section III - Electrical Construction Contract (YES) (NO)
4. Section IV - Combined Single Contract (YES) (NO)
B. Each Bid Section being bid must be completed in its entirety. If the Section IV - Combined Single Bid is submitted, the individual component Bid Sections, (General, Mechanical, and Electrical) must be completed in their entirety and the summation of the individual Bid Sections must be entered on the combined single bid line item and the appropriate Bid Adjustment Item, if any, completed as shown.
C. The Owner reserves the right to award the Contract, if awarded, based on the combination of Bid Sections, with or without Bid Alternate Items, that is in the best interest and most advantageous to the Owner.
D. Discrepancies between the sum of the prices for each Bid Item and the Subtotal Base Bid will be resolved in favor of the lowest overall cost to Owner. If the total shown on Line Item No. 1 for the Combined Single Bid Section, prior to the Bid Adjustment item, does not equal the summation of the individual Bid Sections, the discrepancy will be resolved in favor of the lowest cost to Owner.
E. The Owner reserves the right to award the Contract, if awarded, based on the combination of Bid Sections, with or without Bid Alternate Items, that is in the best interest and most advantageous to the Owner.
5.02 Section I – General Construction Contract
SECTION 1 – GENERAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
GENERAL CONSTRUCTION $
1 Mobilization, De-mobilization, Bonding, Insurance, Critical Path Method (CPM) Construction Schedule and CPM Coordinated Construction Schedule per Specification Section 013216, and Permits $
2 Excavation Design, Storm water pollution prevention plan, Demolition of existing facilities, Installation of Shoring, Insulation of existing pipelines, and Protection of Workers $
3 Earthwork, Clearing and Grubbing, Grading, Soil Preparation, Furnish and Install Geotextile Fabric, Furnish and Install Crushed Aggregate, Furnish and Install of Concrete Mudslab, Offsite disposal of Excess Excavated Material, Furnish and Install Imported Structural Fill for area defined in the drawings. $
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 4
SECTION 1 – GENERAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
4 Excavation, Separation, and offsite disposal of Brick and Concrete material as defined in the Civil Drawings. $
5 Furnish and Install Concrete Paving, Curb and Gutter $
6 Furnish and Install Landscaping, Fencing, Seeding, and Site Reclamation $
7 Construct Residuals Handling Facility (RHF) Foundation, Basins and Basement Story Walls, Structural Floor, Columns, Beams and Framing, Underdrain and Perimeter Drainage Systems, Floor Drainage Grouting, and Concrete Accessories. $
8 Furnish and Install Sheet Waterproofing System $
9 Furnish and Install Miscellaneous Concrete Items Including Floor Hatches/curbing, Pump Pedestals, Electrical, Mechanical and Instrumentation Support Slabs, Stoops, Sidewalk and Exterior Equipment Pads $
10 Furnish and Install Precast Concrete Exterior and Interior Walls, including grout and joint sealants $
11 Furnish and Install Precast Concrete Double Tee System $
12 Furnish and Install Structural Steel, Steel Columns, Steel Grating, Steel Plating, Aluminum Crane Support Beams, Pipe Supports, Associated Structural Steel and Aluminum Components $
13 Furnish and Install Steel Pan Stairs, Aluminum and Fiberglass Ladders, Steel and Aluminum Guardrails and Handrails $
14 Furnish and Install Unit Masonry Walls $
15 Furnish and Install Canvas Curtain System $
16 Furnish and Install Acoustical Ceiling Tile System $
17 Furnish and Install Furnishings and Specialties, Casework, Lockers, Filter Press Curtain System $
18 Furnish and Install Linings and Coatings $
19 Furnish and Install EPDM Roof System and Accessories $
20 Furnish and Install Miscellaneous Structural Steel Bridge Crane $
21 Remove and Re-install 18" and 24" RCP Storm Water Piping and Inlet $
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 5
SECTION 1 – GENERAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
22 Furnish and Install 6" PVC Roof Drain from RHF to Connection with 24" RCP Storm Sewer $
23 Furnish and Install 24" PVC Combined Overflow and 6" DIP RHF Overflow Piping to Connection with Existing WTP 24" PVC Combined Overflow Piping $
24 Furnish and Install 6" PVC Residuals Handling Facility Inlet (From Existing Lift Station) to Connection with Existing 6" PVC Pipe $
25 Furnish and Install 6" PVC RHF Filtrate Recycle to Connection with Existing 6" PVC Pipe $
26 Furnish and Install 6" PVC RHF Inlet (From New Existing WTP) to Connection with Existing 6" PVC Pipe $
27
Furnish and Install Sanitary Sewer Lift Station, 4" PVC Sanitary Sewer, Connection to Existing 2" Sanitary Force Main, and Connection to Sand/Oil Separator installed Under Mechanical Contract. Includes hydrostatic testing and televising. $
28 Furnish and Install 6" PVC Domestic and 4" PVC Fire Suppression System Water Supply, Including Fire Hydrants, Valves, Fittings and Connections to Existing Piping $
29
Furnish and Install Plate and Frame Filter Press Equipment Complete, Including Feed Pumps, High Pressure Wash System, Skid Mounted Piping, Valves, Controls and Appurtenances (Item A in Major Equipment Schedule) $
30 Furnish and Install Air Compressor System Complete, Including Compressors, Receivers, and Appurtenances $
31 Furnish and Install Mixing Equipment System complete with Pumps, Nozzles, Piping, Valves, and Appurtenances $
32 Furnish and Install RHF submersible Filtrate Recycle Pumps and associated guide rail removal system $
33 Furnish and Install Process Piping, Valves, Flow Meters, Filtrate Pumps, Appurtenances, and Penetrations. Includes Compressed Air Piping. $
34 Furnish and Install Piping, Valves, Appurtenances, and Penetrations in the Existing Lift Station $
35 Furnish and Install Wall and Floor Coverings. $
36 Furnish and Install Overhead Doors $
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 6
SECTION 1 – GENERAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
37 Furnish and Install Doors, Windows, Access Hatches, Roof Hatches, Skylights, and Window Treatments $
SUBTOTAL BASE BID OF GENERAL CONSTRUCTION CONTRACT $
BID ADJUSTMENT ITEM (Optional Item 1)
(Addition) (Deduction) Circle One $
TOTAL BASE BID OF GENERAL CONSTRUCTION CONTRACT $
1
Alternate Bid Item No. 1 – Furnish and Install Skid Mounted Filter Press No.2 Complete with Associated Piping and Appurtenances as Identified in the Contract Documents. Incidental to the Installation of this Equipment are Associated Equipment Pads, Pipe Supports, and Painting and Coatings.
BIDDERS ARE REQUIRED TO PROVIDE A PRICE FOR THIS BID ITEM $
A. Major Equipment Items:
1. Bidders shall include in their Contract Price the installed cost of the material or equipment from the Supplier listed as Item A below. Bidders shall write in the installed cost of material or equipment from Supplier A in Section 1, and if Bidder offers a substitute, the installed cost from the substitute Supplier. Refer to Instructions to Bidders, Article 12, for additional requirements and provisions.
2. A substitute may be offered by Bidder by writing in the name of a proposed Supplier in the blank labeled (substitute). The procedures for submission and consideration by ENGINEER for determining the acceptability of substitutes are set forth in the General Conditions and Supplementary Conditions.
3. Major Equipment Schedule
Specification
Section Description of Item Supplier Lump Sum Bid Price
467623 Plate and Frame Filter Press No.1 (FP-4001) complete with Feed Pumps, High Pressure wash system, Controls and Appurtenances (Base Bid Item)
(A) Evoqua Water Technologies, LLC Price from Section 1, Bid Item 29 above.
(B) Substitute
(C) Substitute
$
$
Plate and Frame Filter Press No. 2 (FP-4002) as identified in
(A) Evoqua Water Technologies, LLC Price from Section 1, Alternate Bid Item 1 above.
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 7
Specification
Section Description of Item Supplier Lump Sum Bid Price
Contract Document to be associated with Bid Alternate 1.
(Alternate Bid Item No. 1)
(B) Substitute (C) Substitute
$
$
5.03 Section II – Mechanical Construction Contract
SECTION II – MECHANICAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
1 Mobilization, De-mobilization, Bonding, Insurance, Critical Path Method Construction Schedule per Specification Section 013216, and Permits $
2
Furnish and Install RHF Heating, Ventilation, Dehumidification, and Cooling Systems including Appurtenances and Associated equipment including Ductwork, Insulation, Weather Hoods and Natural Gas Piping, HVAC Control system and associated control devices, and HVAC Control Wiring and Conduit $
3
Furnish and Install RHF Plumbing Including Potable and Non-Potable Domestic Water System and Accessories including Gas Water Heater, Sanitary Waste and Vent Piping including trench drains, Roof Drain System and Accessories, Plumbing Fixtures, Water Closets, Lavatory, Hose Bibbs and Associated Equipment $
4 Furnish and Install Exterior Precast Sand/Oil Interceptor and Associated Buried Sanitary Piping. $
SUBTOTAL BID OF MECHANICAL CONSTRUCTION CONTRACT $
BID ADJUSTMENT ITEM (Optional Item 1)
(Addition) (Deduction) Circle One $
TOTAL BID OF MECHANICAL CONSTRUCTION CONTRACT $
5.04 Section III – Electrical Construction Contract
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 8
SECTION III – ELECTRICAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
1 Mobilization, De-mobilization, Bonding, Insurance, Critical Path Method Construction Schedule per Specification Section 013216, and Permits $
2 Furnish and Install all Power, Lighting, Electrical Distribution Panels, Emergency Power Panels, MCC's, VFD's and Associated Equipment, including the existing Lift Station $
3
Furnish and Install all Wiring and Field Connections to and for Electrical Items Supplied Under the General and Mechanical Contracts for a Complete Functioning System, Including those items in the Existing Lift Station $
4
Furnish and Install 100 KVA 480/277V Generator, With Support Slab, Process 480V Loads Connected to the Line Side of The ATS in MCC-1, Generator Circuit Breaker In MCC-1, and Portable Generator Lug Panel as Shown on Drawing E-002. $
5 Installation of Owner Purchased Instrumentation and Control Equipment $
6 Furnish and Install Lightning Protection System $
7 Furnish and Install Grounding System $
8 Perform Short Circuit, Protective Device Coordination Study and Arc Flash Hazard Analysis $
SUBTOTAL BASE BID OF ELECTRICAL CONSTRUCTION CONTRACT $
BID ADJUSTMENT ITEM (Optional Item 1)
(Addition) (Deduction) Circle One $
TOTAL BASE BID OF ELECTRICAL CONSTRUCTION CONTRACT $
1 Alternate Bid Item No. 1. Furnish and Install Power and Control Wiring and Final Terminations Associated with the Installation of Filter Press Skid No. 2, inclusive of Filter Press No.2 Control Panel and all Associated Loose Equipment as Shown in the Contract Documents. (Note: This Includes the Installation of Flow Meter FIT-4002).
BIDDERS ARE REQUIRED TO PROVIDE A PRICE FOR THIS BID ITEM $
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 9
SECTION III – ELECTRICAL CONSTRUCTION CONTRACT
Item Description Lump Sum Bid Price
2 Alternate Bid Item No. 2. Furnish and Install 275 KVA 480/277V Standby Engine Generator Including Base Slab In Lieu of the 100 KVA Standby Engine Generator, Remove the Portable Generator Lug Panel and Generator Breaker in MCC-1 and Configure MCC-1 with all 480V Loads Shown on Drawing E-002 Fed Through ATS. Increase Generator Cable Size per Drawing E-601.
BIDDERS ARE REQUIRED TO PROVIDE A PRICE FOR THIS BID ITEM $
5.05 Section IV - Combined Single Construction Contract
SECTION IV– COMBINED SINGLE CONSTRUCTION CONTRACT
Item DESCRIPTION Lump Sum Bid Price
1 Summation of General Construction, Mechanical Construction, and Electrical Construction Bids (Bidder Must Fill in Each Bid Schedule) $
SUBTOTAL BASE BID OF COMBINED SINGLE CONSTRUCTION CONTRACT $
BID ADJUSTMENT ITEM (Optional Item 1)
(Addition) (Deduction) Circle One $
TOTAL BASE BID OF COMBINED SINGLE CONSTRUCTION CONTRACT $
GC-1
General Construction Contract Alternate Bid Item No. 1 – Furnish and Install Skid Mounted Filter Press No.2 Complete with Associated Piping and Appurtenances as Identified in the Contract Documents. Incidental to the Installation of this Equipment are Associated Equipment Pads, Pipe Supports, and Painting and Coatings.
BIDDERS ARE REQUIRED TO PROVIDE A PRICE FOR THIS BID ITEM $
EC-1
Electrical Construction Contract Alternate Bid Item No. 1. Furnish and Install Power and Control Wiring and Final Terminations Associated with the Installation of Filter Press Skid No. 2, inclusive of Filter Press No.2 Control Panel and all Associated Loose Equipment as Shown in the Contract Documents. (Note: This Includes the Installation of Flow Meter FIT-4002).
BIDDERS ARE REQUIRED TO PROVIDE A PRICE FOR THIS BID ITEM $
EC-2
Electrical Construction Contract Alternate Bid Item No. 2. Furnish and Install 275 KVA 480/277V Standby Engine Generator Including Base Slab In Lieu of the 100 KVA Standby Engine Generator, Remove the Portable Generator Lug Panel and Generator Breaker in MCC-1 and Configure MCC-1 with all 480V Loads Shown on Drawing E-002 Fed through ATS. Increase Generator Cable Size per Drawing E-601.
BIDDERS ARE REQUIRED TO PROVIDE A PRICE FOR THIS BID ITEM $
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 10
ARTICLE 6 – TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages.
ARTICLE 7 – ATTACHMENTS TO THIS BID
7.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security; in the form of a BID BOND as provided for in the Instructions to Bidders. The BID BOND Envelope must be separate from the envelope containing the Bid Form.
B. List of Proposed Subcontractors; Bidders shall list the Subcontractor(s) for each subdivision of the Work listed below.
WORK DESCRIPTION
SUBCONTRACTOR
LOCATION
Excavation and Shoring Design
Coatings
Masonry
EPDM Roofing
C. List of Proposed Suppliers; Bidders shall state the manufacturer/supplier's name and principal location of the mill, shop, or office of each.
DESCRIPTION MANUFACTURER/SUPPLIER LOCATION Ductile Iron Piping
Pumps
VFD's
Valves & Appurtenances
Precast Concrete Wall Panels
Concrete
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 11
Standby Engine Generator
Membrane Roofing System
D. List of Project References;
E. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids;
F. Contractor’s License No.: __________ A copy of a current and valid North Dakota Contractor's License, or certificate of renewal. The license must have been issued to the Bidder at least ten (10) calendar days in advance of the Bid opening date. THE CONTRACTOR'S LICENSE OR RENEWAL MUST BE INCLUDED IN THE BID BOND ENVELOPE.
G. Required Bidder Qualification Statement with supporting data; EJCDC C 451 as included in the Bid Documents.
H. Contractor's Dispute History Certification.
I. If Bid amount exceeds $10,000, signed Compliance Statement (RD 400-6). Refer to specific equal opportunity requirements set forth in the Supplemental Bureau Of Reclamation Provisions.
J. If Bid amount exceeds $25,000, signed Certification Regarding Debarment, Suspension, Ineligibility and voluntary Exclusion – Lower Tier Covered Transactions (AD-1048);
K. If Bid amount exceeds $100,000, signed RD Instruction I940-Q, Certification for Contracts, Grants, and Loans.
ARTICLE 8 – DEFINED TERMS
8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
ATTACHMENT NO.1 TO ADDENDUM NO.1
This document is a MODIFIED version of EJCDC® C-410, Bid Form for Construction Contracts. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. Those portions of the text that originated in
published EJCDC documents remain subject to the copyright. All rights reserved. Page 12
ARTICLE 9 – BID SUBMITTAL
BIDDER: [Indicate correct name of bidding entity]
By: [Signature]
[Printed name]
(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)
Attest: [Signature]
[Printed name]
Title:
Submittal Date:
Address for giving notices:
Telephone Number:
Fax Number:
Contact Name and e-mail address:
Bidder’s License No.:
(where applicable)
All Bid Forms and Bid Bonds are to include a Notarized Acknowledgement of Principal (2 required).
ATTACHMENT NO.1 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-1
SECTION 230993 AUTOMATIC CONTROL SEQUENCES
PART 1 – GENERAL
A. Description
1. This section includes materials and installation of HVAC equipment controls and instruments. Equipment controls and instruments shall be electric/electronic with independent remote room thermostats. Provide a complete and operable system of automatic temperature control and for each air-conditioning and air-handling unit.
B. Related Work Specified Elsewhere
1. Fans: 233410.
2. Heating and Air-Conditioning Equipment: 238110.
3. General Electrical Requirements: 260500.
C. Definitions
1. Control Sequences:
Manner and method by which automatic temperature controls function. Requirements for each type of operation are described in this section.
2. Normal Mode:
Mode or position-controlled device assumes without power.
3. Automatic Mode:
Mode or position-controlled device assumes when under control of automatic system of controls.
4. Manual Mode:
Mode or position-controlled device assumes when under manual control. Unless otherwise specified, manual mode implied and affects only device for which manual mode or position identified.
PART 2 - MATERIALS
A. Not Used.
PART 3 - EXECUTION
A. Make Up Air Unit
1. Control Sequence
a. Units Served:
(1) HV-1.
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-2
(2) EF-7.
(3) D-14.
(4) D-15.
(5) D-18.
(6) Nitrogen Dioxide Detector.
(7) Carbon Monoxide Detector.
b. General
(1) Interlock HV-1 with exhaust fan EF-7 and two position damper D-18.
(2) Provide each makeup air unit with a complete system of factory installed controls suitable for use with a manufacturer furnished electronic modulating gas valve with duct mounted discharge temperature sensor and remote control panel with discharge temperature selector dial, burner alarm horn with silence switch, Summer-Off-Winter switch, and burner-flame reset switch.
(3) Lockout makeup air unit burners when outdoor air temperature is above adjustable outdoor air temperature setpoint of 60°F.
(4) Lockout makeup air unit burners upon loss of airflow.
(5) Shutdown makeup air unit supply fan when discharge air temperature is below adjustable discharge air low limit temperature setpoint of 40°F.
c. Manual Mode: Off.
(1) Supply Fans: Off.
(2) Exhaust Fans: Off.
(3) Outside Air Damper: Closed.
(4) Exhaust Air Damper: Closed.
(5) Modulating Damper: Open.
(6) Gas Regulating Valves: Closed.
d. Manual Mode: On
(1) Open the makeup air unit outdoor air damper, energize the makeup air unit supply fan to run continuously in high speed mode, open the corresponding exhaust fan damper, set control damper D-18 to high speed mode position, energize the corresponding exhaust fan to run continuously in high speed mode, and modulate the makeup air unit gas regulating valve (winter mode only) to maintain an adjustable discharge air temperature setpoint of 90°F.
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-3
e. Auto Mode:
(1) When the carbon monoxide levels are below 35 ppm and the nitrogen dioxide levels are below 1 ppm, the corresponding makeup air unit outdoor air damper will be open, the corresponding makeup air unit fan will be energized to run continuously in low speed mode, the corresponding exhaust fan damper will be open, the control damper D-18 will be in low speed position to maintain CFM shown on key note 11 on plan sheet M107, the corresponding exhaust fan will be energized to run continuously in low speed mode, and makeup air unit gas regulating valve will modulate (winter mode only) to maintain an adjustable discharge air temperature setpoint of 90°F.
(2) When the carbon monoxide levels are above 35 ppm or the nitrogen dioxide levels are above 1 ppm, the corresponding makeup air unit outdoor air damper will be open, the corresponding makeup air unit fan will be energized to run continuously in high speed mode, the corresponding exhaust fan dampers will be open, control damper D-18 will be in high speed position to maintain CFM shown on key note 11 on plan sheet M107, the corresponding exhaust fan will be energized to run continuously in high speed mode, and makeup air unit gas regulating valve will modulate (winter mode only) to maintain an adjustable discharge air temperature setpoint of 90°F.
f. Monitoring Functions
(1) Filter Status: Indicate filter pressure drop through panel-mounted differential pressure switch and warning light. When filter pressure drop exceeds 0.50 in. wg, indicate alarm condition.
(2) Supply Fan Status: Monitor supply fan status through differential pressure switch and warning light at remote control panel. Indicate alarm condition when fan motor starter engaged and air flow not present.
B. Gas Infrared Heaters
1. Control Sequence:
a. Units Served:
(1) GIH-1
(2) GIH-2.
(3) GIH-3.
(4) GIH-4.
b. Normal Mode: Off.
(1) Fan: Off.
(2) Gas Regulating Valve: Closed.
c. Automatic Mode: On.
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-4
(1) Provide unit with complete system of factory installed controls suitable for use with a manufacturer furnished, remote, low voltage single stage, space thermostat with radiation shield.
(2) Heat Mode: On call for heat, when space temperature drops below the scheduled room temperature setpoint (field adjustable), engage manufacturer’s sequence of operations for space heating. On satisfaction of space heating demand, engage manufacturer’s sequence of operation to shutoff unit.
C. Split System Air Handlers
1. Control Sequence:
a. Units Served:
(1) AHU-1.
(2) AHU-2.
(3) ACU-1.
(4) ACU-2.
(5) D-8.
(6) D-9.
(7) D-10.
(8) D-11.
b. General:
(1) Room temperature sensors for AHU-2 shall include an unoccupied override selector to temporarily change the control sequence mode to occupied during the unoccupied mode of operation for a timed period that is manually adjustable by software setting.
(2) Return air and outdoor air dampers shall be mechanically or electronically interlocked to operate in opposition.
(3) Occupied/unoccupied periods shall be user adjustable.
(4) Provide an automatic low temperature thermostat de-energize unit fan and close outdoor air damper upon sensing a mixed air temperature of 32°F (adjustable).
c. Normal Mode: Off.
(1) Supply Fan: Off.
(2) Air-Cooled Condenser: Off.
(3) Outside Air Damper: Closed.
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-5
(4) Heating Coil Control Valve: Closed to coil.
d. Automatic Mode: Occupied (AHU-2, ACU-2, D-8, and D-11 Only).
(1) Air handlers are energized and supply fan operates continuously with outdoor air damper in minimum position.
(2) When zone temperature exceeds scheduled occupied zone cooling temperature setpoint and outdoor air dry bulb temperature exceeds adjustable changeover temperature setpoint of 55°F, energize air cooled condensing unit and engage stages of cooling in sequence. Reverse procedure when cooling demand is satisfied.
(3) When zone temperature exceeds scheduled occupied zone cooling temperature setpoint and outdoor air dry bulb temperature is less than adjustable changeover temperature setpoint of 55°F, modulate outdoor air damper open to maintain a mixed air temperature of 55°F (adj), energize air cooled condensing unit, and engage stages of cooling in sequence. Reverse procedure when cooling demand is satisfied.
(4) When zone temperature is less than scheduled occupied zone heating temperature setpoint, engage heating sequence. Reverse procedure when heating demand is satisfied.
e. Automatic Mode: Unoccupied (All Units).
(1) Air handlers are de-energized with outdoor air damper in closed position.
(2) When zone temperature exceeds scheduled occupied zone cooling temperature setpoint and outdoor air dry bulb temperature exceeds adjustable changeover temperature setpoint of 55°F, energize supply air fan, energize air cooled condensing unit and engage stages of cooling in sequence. Reverse procedure when cooling demand is satisfied.
(3) When zone temperature exceeds scheduled occupied zone cooling temperature setpoint and outdoor air dry bulb temperature is less than adjustable changeover temperature setpoint of 55°F, energize supply air fan, modulate outdoor air damper open to maintain a mixed air temperature of 55°F (adj), energize air cooled condensing unit, and engage stages of cooling in sequence. Reverse procedure when cooling demand is satisfied.
(4) When zone temperature is less than scheduled occupied zone heating temperature setpoint, energize supply air fan and modulate gas valve open and engage heating sequence. Reverse procedure when heating demand is satisfied.
D. Fans:
1. Control Sequence
a. Units Served:
(1) EF-1
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-6
(2) SF-1
(3) D-1
(4) D-2
b. Hand Mode
Outside Air Damper D-1 and Exhaust Air Damper D-2 are set into the open position, and then Exhaust Fan EF-1 and Supply Fan SF-1 is energized.
c. Off Mode
Exhaust Fan EF-1 and Supply Fan SF-1 are de-energized, and then Outside Air Damper D-1 and Exhaust Air Damper D-2 are set into the closed position.
d. Auto Mode
When the thermostat detects a space temperature setpoint (field adjustable) above scheduled setpoint, open Outside Air Damper D-1, Exhaust Air Damper D-2, and energize Exhaust Fan EF-1 and Supply Fan SF-1 (fans de-energized and then dampers closed when space temperature is below setpoint).
2. Control Sequence
a. Units Served:
(1) EF-2
(2) SF-2
(3) D-4
(4) D-3
b. Hand Mode
Outside Air Damper D-4 and Exhaust Air Damper D-3 are set into the open position, and then Exhaust Fan EF-2 and Supply Fan SF-2 is energized.
c. Off Mode
Exhaust Fan EF-2 and Supply Fan SF-2 are de-energized, and then Outside Air Damper D-4 and Exhaust Air Damper D-3 are set into the closed position.
d. Auto Mode
When the thermostat detects a space temperature setpoint (field adjustable) above scheduled setpoint, open Outside Air Damper D-4, Exhaust Air Damper D-3, and energize Exhaust Fan EF-2 and Supply Fan SF-2 (fans de-energized and then dampers closed when space temperature is below setpoint).
3. Control Sequence
a. Units Served:
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-7
(1) EF-3
(2) SF-3
(3) D-5
(4) D-16
b. Hand Mode
Outside Air Damper D-5 and Exhaust Air Damper D-16 are set into the open position, and then Exhaust Fan EF-3 and Supply Fan SF-3 is energized.
c. Off Mode
Exhaust Fan EF-3 and Supply Fan SF-3 are de-energized, and then Outside Air Damper D-5 and Exhaust Air Damper D-16 are set into the closed position.
d. Auto Mode
When the thermostat detects a space temperature setpoint (field adjustable) above scheduled setpoint, open Outside Air Damper D-5, Exhaust Air Damper D-16, and energize Exhaust Fan EF-3 and Supply Fan SF-3 (fans de-energized and then dampers closed when space temperature is below setpoint).
4. Control Sequence
a. Units Served:
(1) EF-4
(2) SF-4
(3) D-12
(4) D-13
b. Hand Mode
Outside Air Damper D-12 and Exhaust Air Damper D-13 are set into the open position, and then Exhaust Fan EF-4 and Supply Fan SF-4 is energized.
c. Off Mode
Exhaust Fan EF-4 and Supply Fan SF-4 are de-energized, and then Outside Air Damper D-12 and Exhaust Air Damper D-13 are set into the closed position.
d. Auto Mode
When the thermostat detects a space temperature setpoint (field adjustable) above scheduled setpoint, open Outside Air Damper D-12, Exhaust Air Damper D-13, and energize Exhaust Fan EF-4 and Supply Fan SF-4 (fans de-energized and then dampers closed when space temperature is below setpoint).
5. Control Sequence
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-8
a. Units Served:
(1) EF-5
(2) SF-5
(3) D-6
(4) D-7
b. Hand Mode
Outside Air Damper D-6 and Exhaust Air Damper D-7 are set into the open position, and then Exhaust Fan EF-5 and Supply Fan SF-5 is energized.
c. Off Mode
Exhaust Fan EF-5 and Supply Fan SF-5 are de-energized, and then Outside Air Damper D-6 and Exhaust Air Damper D-7 are set into the closed position.
d. Auto Mode
When the thermostat detects a space temperature setpoint (field adjustable) above scheduled setpoint, open Outside Air Damper D-6, Exhaust Air Damper D-7, and energize Exhaust Fan EF-5 and Supply Fan SF-5 (fans de-energized and then dampers closed when space temperature is below setpoint).
6. Control Sequence
a. Units Served:
(1) EF-6
(2) D-17
b. Hand Mode
Exhaust Air Damper D-17 is set into the open position, and then Exhaust Fan EF-6 is energized.
c. Off Mode
Exhaust Fan EF-6 is de-energized, and then Exhaust Air Damper D-17 is set into the closed position.
E. Heating System
1. Controls Sequence
a. Units Served:
(1) EUH-1
(2) EUH-2
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-9
(3) EUH-3
(4) EUH-4
(5) EUH-5
(6) EUH-6
(7) EUH-7
(8) EUH-8
(9) EUH-9
(10) EUH-10
(11) EWH-1
(12) EWH-2
(13) EWH-3
(14) EWH-4
(15) EWH-5
(16) EWH-6
b. Off Mode
Electric Unit/Wall Heater is de-energized.
c. Auto Mode
Energize Electric Unit/Wall Heater when space/integral thermostat detects a space temperature below scheduled setpoint (Electric Unit/Wall Heater is de-energized when space temperature above setpoint).
F. Dehumidification System
1. Controls Sequence
a. Units Served:
(1) Dehumidifier DH-1
(2) Dehumidifier DH-2
b. Off Mode
Dehumidifier is de-energized.
c. Auto Mode
ATTACHMENT NO.2 TO ADDENDUM NO.1
AUTOMATIC CONTROL SEQUENCES 230993-10
Energize Dehumidifier when integral humidistat detects a relative humidity higher than that of the scheduled, user-adjustable setpoint (Dehumidifier is de-energized when relative humidity is below scheduled, user-adjustable setpoint).
END OF SECTION
ATTACHMENT NO.2 TO ADDENDUM NO.1
JET MIXING EQUIPMENT 432375-1
SECTION 432375 JET MIXING EQUIPMENT
PART 1 - GENERAL
A. Summary
1. Section Includes – nozzles, pump, and ancillaries.
B. Quality Requirements
1. Manufacturer must have a minimum of one (1) installation where mixing system has been used successfully for lime slurry mixing.
2. Manufacturer must have a minimum of 5 installations for jet mixing within rectangular basins.
C. System Description
Design Requirements – System to mix wastewater with lime and backwash solids in Solids Handling/Mixing basins. System to mix at all levels of fluid within basin and prevent solids deposition within the basin.
D. Submittals
1. General - Submit Product Data and Shop Drawings in sufficient detail to confirm compliance with requirements of this Section. Submit Product Data and Shop Drawings in one complete submittal package. Partial submittals are unacceptable.
2. Shop Drawings:
a. Computer generated mixing showing vector plots, velocity plots, and streamline plots to identify and correct any potential dead zones.
b. Installation drawings and specifically prepared technical data, including design capacities.
c. Specially prepared wiring diagrams unless standard wiring diagrams are submitted with Product Data.
d. Shop Drawings for control equipment. Include narrative functional description.
3. Product Data:
a. Catalog cuts and product specifications for each product component specified in this Section.
b. Standard wiring diagrams unless wiring diagrams are specially prepared and submitted with Shop Drawings.
c. Catalog cuts and product specifications for control equipment.
4. Submit in accordance with Section 013300.
5. Operation and Maintenance (O&M) Data: Submit in accordance with Section 019310.
ATTACHMENT NO.3 TO ADDENDUM NO.1
JET MIXING EQUIPMENT 432375-2
PART 2 - PRODUCTS
A. Jet Mixing System
1. Manufacturers:
a. Vaughan Rotamix – jet mixing.
B. Jet Mixing Pump P-4011 and P-4012
1. Pump performance, design and operating characteristics shall be the responsibility of the mixing system manufacturer.
2. Pump shall be designed to prevent nozzle clogging with the specified application.
3. Pump Details
a. Vaughan Mixing Chopper Pump: Model HE6W8CS-118
b. Suction 8-inch
c. Discharge 6-inch
d. 1650 gpm flow performance
e. Quantity 2 (one per basin)
f. Direct Drive.
g. All wetted materials suitable for lime sludge application.
h. 125lb ANSI rated flanges.
i. Elastomeric coupling by TB Woods
4. Pump Motor:
a. 25hp
b. 1200 RPM - 480V, 3phase, 60hz
c. Premium efficiency motor
d. Provide inverted duty rated motor suitable for constant torque variable frequency drive.
C. Nozzle Assemblies
1. Floor mounted
2. Ductile iron with nominal 1.0 inch wall thickness.
3. Glass lined with hardness exceeding 9 on a Mohs Scale (comparable to Rockwell C71)
4. Exterior – fusion bonded epoxy
ATTACHMENT NO.3 TO ADDENDUM NO.1
JET MIXING EQUIPMENT 432375-3
5. Provide zinc anodes for galvanic corrosion protection.
6. Connect with 125lb ANSI rated flanges.
7. Total system losses less than 50 feet.
D. Accessories
1. Air release valve at pump.
2. Pressure gauges.
3. Floor mounting plates.
E. Coating
Manufacturer is responsible for surface preparation, priming, and finish coating of equipment either in plant or field. System shall comply with Section 099600.
F. Shop Testing:
1. Pump Tests:
a. Test pump casings under a hydrostatic head of at least 75 psi (500 kPa) or 150 percent of rated shutoff head, whichever is greater. Test casing with pump assembled.
b. Provide certified performance tests as specified herein for all pumps.
1) Factory tests on pumps:
(1) Use tested job motors and job variable frequency drives that are shipped to the pump testing facility for use in these pump tests.
(2) Use factory calibrated test drives.
2) Provide a minimum of 30 days written notice to the Engineer prior to shop testing.
c. Run all tests in accordance with the latest standards of the Hydraulic Institute and as specified.
d. Testing Acceptance Grade and Tolerances:
1) ANSI/HI 14.6 Acceptance Grade: 1U.
2) Efficiency Tolerance: -0 percent.
3) If pumps do not meet the tolerances specified, trim the impeller and retest until the specified results are obtained.
e. Repeat tests until specified results are obtained.
f. Correct or replace promptly all defects or defective equipment revealed by or noted during tests at no additional cost to the Owner.
ATTACHMENT NO.3 TO ADDENDUM NO.1
JET MIXING EQUIPMENT 432375-4
PART 3 - EXECUTION
A. Field Quality Control
1. Manufacturer's Field Services:
a. Supplier's or manufacturer's technician for equipment specified herein shall be present at job site or classroom designated by OWNER for minimum of mandays indicated, travel time excluded, for assistance during plant construction, plant startup, and training of OWNER'S personnel for plant operation. Include minimum of:
1) 1 mandays for Installation Services.
2) 1 mandays for Instructional Services. The instruction services shall be a separate trip from installation services.
b. Supplier or manufacturer shall direct services to specific system and equipment operation, maintenance, and troubleshooting. Process design and philosophy will be presented by ENGINEER. See Section 019113.
2. Performance Testing
a. 10% retainage will be withheld on the installed line item pricing for the entire mixing system until completion of the performance test and acceptance by the Owner’s Representative. Acceptance will require all outstanding issues be remedied.
b. Within 90 days from the date of the equipment startup, a performance test will be held to verify that the mixing system is capable of re-suspending the anticipated lime solids after allowing the basin to be completely shutdown allowing the basin volume to settle. This test will conducted at a basin volume selected by the Owner’s Representative.
c. Prior to commencing the test, each basin will be drained and cleaned to verify that no solids accumulation is present and then filled will lime sludge to a selected volume. Once the basin is believed to be completely mixed, a grab sample will be collected to verify the solids concentration is within design parameters. The anticipated solids concentration is 2-13%.
d. The basin mixing system will then be shut down for 48 hours allowing the lime sludge to settle in the basin without any jet mixing system operation or influent/effluent to the basin.
e. After 48 hours, the mixing system will be turned on and is to remix the basin in less than 2 hours.
f. The basin will then be drained to visually observe if areas of solids accumulation exist. If dead zones exist, the mixing nozzle design orientation will need to be reviewed and adjusted to remove or minimize the identified dead zones.
END OF SECTION
ATTACHMENT NO.3 TO ADDENDUM NO.1
23
'-2
"2
5'
13
'-2
"
18'-11" 16' 14'-3" 13'-7" 13'-7"
FILTER
DROP
OPENING
23
'-2
"
PR
OC
ES
S F
LO
OR
P
LA
N
FIR
ST
S
TO
RY
AMG
DMA
DRS
AS NOTED
P103
56 123
00
1/4" = 1'-0
4' 8'
N
FIRST STORY PLAN
1'-1
1
7 8
"
3'-5"
4" MAGNETIC
FLOW METER
8'-4
"
1'-0"
2'-6
"
C
P303
C
P303
B
P302
B
P302
D
P304
D
P304
E
P305
E
P305
A
P301
A
P301
4" FI (1) TO FILTRATE BASIN
4" SLG (1)
TO FILTER PRESS
4" FI (1)
4" SLG (1) TO FILTER PRESS
6" FI (1)
3'-9
7
8
"
2'-0
1 2
"
4" FI (1)
2'-1
1
3 8
"
1'-3
5
8
"
2" CA (10)
2" ABI (10)
3'-9
1 4
"
2" HPW (10)
3" W2 (10)
2" CA (10)
2'-4"
0'-5
1
8
"
5'-3
"
1'-1
0"
5'-3
"
4'-6
1
4
"
5'-0"
2'-3
3
4
"
3'-5"
4'-5
1
4
"
2" HPW (10)
2" ABI (10)
10
'-0
3 8
"
3'-5
3
8
"
4'-10
1
4
"
5'-6
1
4
"
6" PIPE SLEEVE
8" PIPE SLEEVE
6'-0
5 8
"
2'-4"
0'-5
1
8
"
5'-0
7
8
"
REFERENCE NOTES
ROUTE AIR RELIEF DISCHARGE TO DRAIN.
TERMINATE 1' ABOVE DRAIN.
SEE DETAIL 06-105.
6" Ø DI VENT (SEE DETAIL 05-202).
4" Ø DI WALL SLEEVE (SEE DETAIL 06-150).
6" Ø DI WALL SLEEVE (SEE DETAIL 06-150).
SEE STRUCTURAL DRAWING S100.
This document(s) was originallyissued and sealed by
, RegistrationNumber , on .The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
Glen HillePE-7010 06-13-17
OF
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3-2E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
FREEZE LAYERS - 1 FOR SEAL 2 FOR HARD SEAL IN
1-G-TITL-TEXT-HARD STAMP SEAL
2_G-HARD-COPY-ENG STAMP AECOM
4'-7
1
8
"
4" PIPE SLEEVE
FOR FUTURE
4" DR (1)
FROM FILTER PRESS
3'-0
3 4
"
5'-3
1
2
"
7'-0
1 2
"
8'-1"
1'-3"
3'-0
"
6'-10
3
8
"2'-0"
4'-0
3 4
"
7'-6
"
54
4'-0
"
1953'-6"
301'-1
5
8
"
26
0'-0
"5
'-3
"1
1'-4
"
6'-0
1 4
"
11
'-0
"1
1'-0
"
6'-0
1 4
"
3'-2
3 4
"
0'-5
1
8
"
2'-4"2'-4"
0'-5
1
8
"
2'-4"
0'-5
1
8
"
5'-6"
0'-5
1
8
"
HVAC DUCT
HVAC DUCT
5'-5
3
8
"
3'-7
1
4
"
3'x5' DOUBLE
LEAF ALUM
ACCESS HATCH
1
1
GENERAL NOTES
1. ONLY FLOOR SUPPORTS ARE SHOWN IN SECTION
VIEWS. HANGING SUPPORTS ARE NOT SHOWN IN
SECTION VIEW FOR CLARITY. PIPE HANGERS TO
BE PROVIDED IN ACCORDANCE WITH SECTION
400764.
2. COMPRESSED AIR (CA) PIPING FOR VALVES ARE
NOT SHOW N FOR CLARITY. CONTRACTOR MUST
PROVIDE 1/2" CA PIPING TO ALL PNEUMATIC
VALVES.
3. FLOW METERS SHOULD BE INSTALLED WITH
PRECEDING STRAIGHT PIPE LENGTH OF FIVE (5)
TIMES PIPE DIAMETER AND FOLLOWING
STRAIGHT PIPE LENGTH OF TWO (2) TIMES PIPE
DIAMETER. SEE DRAWING N605 FOR DETAIL.
4. SEE DETAILS ON SHEET P500 AND P502 FOR
WALL PENETRATION, PRESSURE SWITCH,
PRESSURE GAUGE, AND PIPE SUPPORTS.
MATERIAL LIST
4" Ø DI 90° BEND
6" Ø DI 90° BEND
4" Ø DI 45° BEND
6" Ø DI 45° BEND
4" Ø DI TEE
6X4" Ø DI REDUCER
6" Ø DI BLIND FLANGE
12" Ø DI BLIND FLANGE.
6" Ø DI BLIND FLANGE AND CORP STOP WITH
2" Ø CAMLOCK. DRAIN TO ALTERNATIVE
LOCATION IF NEEDED.
6"Ø DI TEE
4" Ø DI BLIND FLANGE AND CORP STOP WITH
2" Ø CAMLOCK. DRAIN TO ALTERNATIVE
LOCATION IF NEEDED.
1
1
5
6
2
2
1
5
7
3
1
3
1
5
2
2
3
4
2
2
5
1
1
1
1
1
1
2
2
6
7
4
5
3
3
4
2
2
3
4
5
5
3
5
3
5
3
5
5
3
8
8
9
10
6
6
6
6
6
11
11
06
-2
7-1
7A
DD
EN
DU
M N
O. 1
DM
A1
1
ATTACHMENT NO.4 TO ADDENDUM NO.1
23
'-2
"2
5'
13
'-2
"
18'-11" 16' 14'-3" 13'-7" 13'-7"
SOLIDS HANDLING
BASIN NO. 2
FILTER PRESS
FEED PUMP
NO. 2
LO
CA
TIO
N O
F C
ON
TR
OL
S
BA
SE
ME
NT
F
LO
OR
P
LA
N
AMG
DMA
DRS
AS NOTED
P600
68 123
BASEMENT FLOOR PLAN
00
1/4" = 1'-0
4' 8'
N
FO
R C
ON
TIN
UA
TIO
N S
EE
C
-1
02
FV
4031
ZS
4031
FV
4021
ZS
4021
FV
4022
ZS
4022
LCP
4090
LS
4300
P-02T-4064
P-02P-4001
P-02T-4063
FV
4011
ZS
4011
FV
4012
ZS
4012
FV
4201
ZS
4201
This document(s) was originallyissued and sealed by
, RegistrationNumber , on .The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
Glen HillePE-7010 06-13-17
OF
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3-2E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
FREEZE LAYERS - 1 FOR SEAL 2 FOR HARD SEAL IN
1-G-TITL-TEXT-HARD STAMP SEAL
2_G-HARD-COPY-ENG STAMP AECOM
PSH
4001
PSH
4002
LS
4102
TSH
4102
LS
4101
TSH
4101
REFERENCE NOTES
SEE DETAIL 06-154.1
1
1
06
-2
7-1
7A
DD
EN
DU
M N
O. 1
DM
A1
PSH
4011
FV
4023
ZS
4023
PI
4011
PT
4011
FV
4024
ZS
4024
PSH
4012
PI
4012
PT
4012
1
1
1
1
1
1
11
ATTACHMENT NO.4 TO ADDENDUM NO.1
23
'-2
"2
5'
13
'-2
"
18'-11" 16' 14'-3" 13'-7" 13'-7"
LO
CA
TIO
N O
F C
ON
TR
OL
S
FIR
ST
S
TO
RY
P
LA
N
AMG
DMA
DRS
AS NOTED
P603
69 123
00
1/4" = 1'-0
4' 8'
N
FIRST STORY PLAN
LIT
4002
LE
4002
LSL
4002
LSHH
4002
ZS
4305
ZS
4301
ZS
4302
ZS
4306
ZS
4303
ZS
4304
ZS
4307
REFERENCE NOTES
FLOW METERS PROVIDE STRAIGHT PIPE
LENGTHS PER SECTION 409115. SEE DETAIL 06-600.
FLOAT LEVEL SWITCH. SEE DETAIL 06-652.
LEVEL ELEMENT. SEE DETAIL 06-663.
WALL MOUNT INSTRUMENT. SEE DETAIL 06-750.
SEE DETAIL 06-154.
FE
4001
FIT
4001
LSHH
4101
LSL
4101
FIT
4101
FE
4101
LIT
4001
LE
4001
LSL
4001
LSHH
4001
LE
4101
LIT
4101
This document(s) was originallyissued and sealed by
, RegistrationNumber , on .The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
Glen HillePE-7010 06-13-17
OF
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3-2E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
FREEZE LAYERS - 1 FOR SEAL 2 FOR HARD SEAL IN
1-G-TITL-TEXT-HARD STAMP SEAL
2_G-HARD-COPY-ENG STAMP AECOM
PSH
4102
PSH
4101
4
1
2
3
2
2
1
22
1
4
2
2
4
4
5
3
4
4
3
5
5
3
TT
4301
TRUCK BAY
TEMP
1
1
06
-2
7-1
7A
DD
EN
DU
M N
O. 1
DM
A1
ATTACHMENT NO.4 TO ADDENDUM NO.1
SANITARY LIFT STATION
CONTROL PANEL
RESIDUALS HANDLING
FACILITY
EXISTING WATER
TREATMENT FACILITY
(NOT IN CONTACT)
SANITARY LIFT
STATION
W. BROADWAY ST.
2
EXISTING WATER
TREATMENT
FACILITY
GENERATOR
EXISTING WATER
TREATMENT FACILITY
MDU TRANSFORMER
MDU
TRANSFORMER
GENERATOR
EXISTING SCADA PANEL,
FIRST FLOOR
MCP-4001
EXISTING CONDUIT
1
2
3
C4027
P00
47'
2'
64'-9"
1 ELECTRICAL SITE PLAN
E-400
Scale 1" = 30'
N
2 SANITARY LIFT STATION
E-400
Scale NONE
N
~
CONTINUED ON SITE PLAN
1
11" x 17" x 36" DEEP
PRECAST CONCRETE PULLBOX
FLOATS
DUPLEX PUMPS
CABLE TO WIRE TERMINATION BOX
PROVIDED WITH LIFT STATION
CONDUIT SEALING FITTING
00 30' 60' 120'
NOTES
INTERCEPT EXISTING CONDUIT AND EXTEND.
11" x 17" x 36" PULLBOX PER DETAIL 3/E-901.
INTERCEPT EXISTING CONDUITS FROM EXISTING TRANSFORMER.
1
2
This document(s) was originallyissued and sealed by
, RegistrationNumber on .
The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
ALLEN RANDALL2943 06-13-17
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3
-2
E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
of 123
E400
AS NOTED
-
DMD
AJR
EL
EC
TR
IC
AL
S
IT
E P
LA
N
3
103
06
-3
0-1
7A
DD
EN
DE
M N
O. 1
AJR
1
ATTACHMENT NO.5 TO ADDENDUM NO.1
UP
P
P
P
P
P
P
P-4001
P-4002
EUH-1
PH-1,3,5
EWH-1
S
M
LH-1,3,5
SP-1
SUMP PUMP
CONTROL PANEL
PH-32,34,36
J
S
J
S
S
J
JS
J
S
J
S
J
PSH
PSH
LH-42
#10
G
SP-2 RECEPTACLE
J
SOV
J
PSHSOV
P-4012
J
PSH
SOV
P-4011
SOV
J
S
S
J
S
J
J
1 BASEMENT POWER PLAN
E-401
Scale 1/4" = 1'-0"
N
This document(s) was originallyissued and sealed by
, RegistrationNumber on .
The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
ALLEN RANDALL2943 06-13-17
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3
-2
E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
of 123
E401
AS NOTED
-
DMD
AJR
PO
WE
R P
LA
N
BA
SE
ME
NT
NOTES
REFER TO HVAC PLANS AND
SPECIFICATIONS FOR HVAC CONTROL
DEVICES, CONDUIT & WIRE.
1
TYP.
1
104
06
-3
0-1
7A
DD
EN
DE
M N
O. 1
AJR
1
ATTACHMENT NO.5 TO ADDENDUM NO.1
DN
UP
UP
#4/0 BC IN CONCRETE
WALL 24" BELOW GRADE
GGGGGGGGGGGGGGG
GG
GG
GG
GG
GG
GG
GG
G
G G G G G G G G G G G G G G G G G G
GG
GG
GG
GG
GG
GG
GG
G
GG
S
M
S
M
LP-6
LP-8
M
M
LP-4
LP-2
SS
GENERATOR
CT CABINET
AND UTILITY
METERING
UTILITY TRANSFORMER
P-4102
P-4101
TO MCC-1
S
M
LH-7,9,11
EWH-2
PH-8,-10,12
PH-14,16,18
SF-1
EUH-6
EF-1 EF-2
EUH-7
PH-19,21,23
TCP-1
LH-22
PH-13,15,17
S
M
LH-13,15,17
PH-7,9,11
EUH-3
EUH-2
PH-2,4,6
LH-20
LH-18
LH-16
LH-14
PW-1
GWH-1
EWH-3
EUH-5
GIH-4
GIH-3
GIH-2
GIH-1
J
LP-28
LP-32
J
LP-10
LP-32
J
LP-28
LH-26
LP-30
SF-2
P-4071
LH-32,34,40
EUH-4
~
BOND TO LIGHTNING
PROTECTION GROUND
MM M M
#14
CLOTH WASH CP
SANITARY LIFT
STATION CP
12" x 12" x 4"
NEMA 4X PULLBOX
1
TO MCC-1
TO MCC-1
~
~
J
J
PSH
2' X 2' X 3' PULLBOX
3
~
FRONT
GG
G G G G G
GG
GGGG
#4/0 BC IN BOTTOM OF CONCRETE PAD
1"C-1#4 GND.
PORTABLE
GENERATOR
LUG PANEL
PSH
~
1 FIRST STORY POWER PLAN
E-402
Scale 1/4" = 1'-0"
N
NOTES
CONNECT TO DOOR OPERATOR.
3/4"C -2#14 TO MCP-4001 FOR DOOR INTRUSION SWITCH.
COMBINE CONDUITS WHERE FEASIBLE.
CONTINUED ON DRAWING E-400.
PROTECT GROUND CABLES WITH 1-1/2" CONDUIT.
REMOTE START/STOP STATION FOR WASH SYSTEM.
BOND TO REBAR IN FLOOR SLAB.
REFER TO HVAC PLANS AND SPECIFICATIONS FOR HVAC
CONTROL DEVICES, CONDUIT & WIRE.
1"C-MANUFACTURER'S CABLE.
ROUTE ALL POWER CONDUITS ENTERING BUILDING
THROUGH PULLBOX.
CONCRETE PAD AND GROUNDING PER UTILITY COMPANY
REQUIREMENTS.
PROVIDE EXPANSION FITTINGS ON CONDUIT RISERS
BELOW CT CABINET.
DELETE LUG PANEL FOR BID ALTERNATE 2.
#2/0 BC BONDED TO DOMESTIC COLD WATER PIPING.
1
2
2
2
2
2
2
2
1
1
2
1
1
3
3
5
4
4
5
This document(s) was originallyissued and sealed by
, RegistrationNumber on .
The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
ALLEN RANDALL2943 06-13-17
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3
-2
E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
of 123
E402
AS NOTED
-
DMD
AJR
PO
WE
R P
LA
N
FIR
ST
S
TO
RY
6
6
7
TYP.
6
7
9
8
8
8
9
10
11
10
11
105
12
12
13
13
06
-3
0-1
7A
DD
EN
DE
M N
O. 1
AJR
1
ATTACHMENT NO.5 TO ADDENDUM NO.1
This document(s) was originallyissued and sealed by
, RegistrationNumber on .
The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
ALLEN RANDALL2943 06-13-17
DATE
DESCRIPTIO
NBY
#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT IS
ONLY VALID IN ELECTRONIC
FORMAT WITH THE
INCLUSION OF CERTIFIED
DIGITAL LICENSEE
SIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3
-2
E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
of 123
E601
AS NOTED
-
DMD
AJR
CO
ND
UIT
S
CH
ED
UL
ES
115
NOTES:
BASE BID. DELETE FOR BID ALTERNATE 2.
PROVIDE 3#4/0 + 1#2/0 GND IN EACH CONDUIT FOR BID ALTERNATE 2.
1
2
1
2
06
-3
0-1
7A
DD
EN
DE
M N
O. 1
AJR
1
C4036 3/4" 1 #18 TSP TT-4301 MCP-4001
C4037 3/4" 1 #18 TSP PT-4011 PT-4012
C4038 3/4" 1 #18 TSP PT-4012 MCP-4001
ATTACHMENT NO.5 TO ADDENDUM NO.1
EXISTING LIFT STATION
900 MHz TO EXISTING SWWA HMI AT O&M CENTER AND AT OMND WTP (VIA DSL)(EXISTING)
EXISTING DICKINSON WTP
RESIDUALS HANDLING BUILDING
FINISH WATER PUMP STATION
900 MHz TO EXISTING SWA HMI ATO&M CENTER AND AT OMND WTP(VIA DSL)
NEW DICKINSON WTP
EXISTINGMAIN PLC
MAINPLC
MAINPLC
RADIO TO EXISTING SWP SCADA SYSTEM450 MGHz
CITYPLC
INTERFACEPANEL
FIBER OPTIC WITH / ETHERNET / IP
FIB
ER
OP
TIC
WIT
H /
ET
HE
RN
ET
/ I
P
EXISTINGPLC2
450 MHz TO EXISTING SWWA DISTRIBUTION SYSTEM RTU'S (EXISTING)
CITY SCADA SYSTEM ANTENNA(EXISTING)
RTU
CAT-5 WITH/ ETHERNET / IP
450 MHz TO EXISTING SWADISTRIBUTION SYSTEM RTU'S
FIBER OPTIC WITH ETHERNET IP
RADIO TO CITY SCADA
RADIO TO EXISTING SLUDGE LIFT STATION
GENERAL NOTES:
REFERENCE NOTES:
DEVICE/CABLE INSTALLED AS PART OFCONTRACT 4-5.
1
EXISTING DEVICE TO REMAIN AND MODIFIED BYSCADA INTEGRATOR UNDER OTHER CONTRACT.
2
DEVICE PROVIDED BY FILTER PRESSMANUFACTURER, TO BE INSTALLED BYELECTRICAL CONTRACTOR AS PART OF THISCONTRACT.
3
DEVICE PROVIDED BY SCADA INTEGRATOR,INSTALLED AS PART OF CONTRACT 3-2D.
4
FIBER TERMINATION IN PANEL BY SCADASYSTEM INTEGRATOR UNDER OTHERCONTRACT.
5
CONDUIT AND FIBER CABLE PROVIDED AS PARTOF CONTRACT 3-2D.
6
DEVICE PROVIDED AND INSTALLED AS PART OFCITY OF DICKINSON CONTRACT.
7
CAT-5 WITH ETHERNET / IP BY SCADAINTEGRATOR UNDER SEPARATE CONTRACT.
8
1. PIPE, FITTINGS, VALVES, EQUIPMENT, ETC TAGSAND LABELS ARE PROVIDED AS A COURTESY FORTHE CONTRACTOR. IT IS NOT THE INTENT OFTHESE CALL OUTS, LABELS, AND TAGS TO BE ABILL OF MATERIALS LIST. CONTRACTOR SHALL BERESPONSIBLE FOR ALL ITEMS EITHER CALLED OUTOR SHOWN IN THE DRAWINGS.
2.
3. ** INDICATES ITEMS PROVIDED BY WESTECHENGINEERING, INC. TO BE INSTALLED BYCONTRACTOR. REFERENCE WESTECHENGINEERING, INC. DRAWINGS AND SUPPLY LISTSFOR ADDITIONAL INFORMATION.
4.
5. **** INDICATES ITEMS PROVIDED BY MICRO-COMM,INC. TO BE INSTALLED BY CONTRACTOR.REFERENCE MICRO-COMM, INC. DRAWINGS ANDSUPPLY LISTS FOR ADDITIONAL INFORMATION.
*** INDICATES ITEMS PROVIDED BY TONKA WATERTO BE INSTALLED BY CONTRACTOR. REFERENCETONKA WATER DRAWINGS AND SUPPLY LISTS FORADDITIONAL INFORMATION.
* INDICATES ITEMS PROVIDED BY OZONE SUPPLIERTO BE INSTALLED BY CONTRACTOR. REFERENCEOZONE SUPPLIER DRAWINGS AND SUPPLY LISTSFOR ADDITIONAL INFORMATION.
PREVIOUS CONTRACT (3-2D) INSTALLED 100 L.F.1" PVC CONDUIT FOR ELECTRICAL CONTRACTORTO INSTALL FIBER OPTIC CABLE FROM NEW WTPTO RHF UNDER THIS CONTRACT. SEE CIVILSERIES FOR ROUTING.
9
6. INSTALL CONDUIT, BOXES, AND FITTINGS INACCORDANCE WITH SECTION 260534.
This document(s) was originallyissued and sealed by
, RegistrationNumber , on .The original document(s) are storedat Bartlett & West, Inc. Bismarck.
this sealed document is only valid inelectronic format with the licensee
signatures on the cover sheet.
Glen HillePE-7010 06-13-17
OF
DAT
ED
ESCR
IPTI
ON
BY#
DRAWING NO:
APPROVED BY:
DRAWN BY:
DESIGN PROJ:
DATE:
SHEET NO:
1"BAR IS ONE INCH ON OFFICIAL DRAWINGS. IF NOT ONE INCH, ADJUST SCALE ACCORDINGLY.0
SO
UTH
WE
ST
PIP
ELI
NE
PR
OJE
CT
NO
RTH
DA
KO
TA S
TATE
WA
TER
CO
MM
ISS
ION
PR
OJE
CT
NO
. 173
6
THIS SEALED DOCUMENT ISONLY VALID IN ELECTRONIC
FORMAT WITH THEINCLUSION OF CERTIFIED
DIGITAL LICENSEESIGNATURES.
SCALE:
CONST PROJ:
DESIGNED BY:
JUNE 2017
_____
3033.999
DIC
KIN
SO
N, N
OR
TH
D
AK
OT
A
CO
NT
RA
CT
3-2E
DIC
KIN
SO
N W
TP
R
ES
ID
UA
LS
H
AN
DL
IN
G F
AC
IL
IT
Y
FREEZE LAYERS - 1 FOR SEAL 2 FOR HARD SEAL IN
1-G-TITL-TEXT-HARD STAMP SEAL2_G-HARD-COPY-ENG STAMP AECOM
OV
ER
AL
L N
ET
WO
RK
DIA
GR
AM
AMG
DMA
GH
AS NOTED
N001119A 123
06
-27
-17
AD
DE
ND
UM
NO
. 1
DM
A1
ATTACHMENT NO.6 TO ADDENDUM NO.1