Company name

By:

Addendum 1


2/25/15

Question: How do I acknowledge the addendums and responses to questions noted on Lake County Purchasing portal ?  

Response: The addendums ( 3 addendums to date) which revise the contract documents should be acknowledged on the page B-10 of the bid form. The responses to questions do not change the contract documents and therefore do not need to be acknowledged.  

2/24/15

Question:  Addendum 1 Third Issuance, why is Centria Architectural Systems removed as an approved manufacturer of the Composite Panels in specification section 07430? We request that they be reinstated as an approved manufacturer of the composite panel system.

Response: Centria was de-listed because they do not make a panel that meets the project specification.

The attached document contains changes, additions and deletions are hereby made a part of the bid documents:  Addendum Infomation

Quesiton:  Could the specification be changed to show the G90 Galvanized panels as an acceptable product?

Response:  The intent is that the Composite Panels specified in Section 07430 be constructed of aluminum. This will be clarified in the Addendum.

Question:  Will there be new Unit Price Bid forms to reflect the two items for bituminous paving that were clarified, as the pavement thickness is different for 02996 & 02995?

Response: The revised bid form is attached to the Addendum Information link included above.

Question:  Please provide the IEPA classification of the residual sludge material that will be cleaned from the aeration tanks and digesters. Please confirm lake county public works will be the generator of all special or hazardous waste removed from these tanks.

Response:  The residuals from tank cleaning are defined as solid waste under Part 807, Section 807.104 of Title 35. 

2/20/15

Additional questions and answers can be found on the attached document: Additional information as of 2.20.15

2/19/2015

Question:  Can we get record drawings for the existing facilities?

Response:  You may access the documents by clicking on the following links:

DesPlaines WTF record drawings part 1 .pdf

DesPlaines WTF record drawings part 2 .pdf

Question:  Regarding the 1 line diagrams for building 60:  Based on the response to the questions about disconnects needed out on building 30 & 32, are we to assume that disconnects are needed in building 60 for each motor as the motors are not within the line of sight of the MCC or breaker?

Response:  The General Electrical Provisions specification (16010) states that all electrical work shall comply with the NEC and OSHA.  OSHA requires disconnect switches for all motorized loads and heating loads that are not within line-of-sight of the power source.  In addition, the disconnect switch spec, Section 16170.3.1.A., also states that disconnects are required for every motorized and heating load (this requirement is underlined). 

Question:  Does this thought process apply to every motor on the job where there are not disconnects called out per se on the one lines?

Response:  Yes.

Question:  Sheet 60-E-4: Please provide a fixture detail for the “HW” fixture & the “HX” fixture.

Response:  These fixtures do not  have special mounting requirements, so they should be installed in accordance with the manufacturer's directions.  

Question:  Sheet 60-E-4: There is a note “xp” next to select switches. What does this mean?

Response:  Electrical abbreviations can be found on the Electrical Legend Sheet, 01-E-1, which shows that 'XP' stands for explosion-proof.

Question:  Please confirm the materials of construction for the heater stack shown on 60-M-8 and 60-M-14.

Response: This will be added by addendum.

Question:  The bid form major equipment schedule lists Eaton and Allen-Bradley as the base bid manufacturers for the MCCs and Adjustable Frequency Drives. Specification sections 16482 & 16483 list Allen-Bradley, Cutler-Hammer/Eaton, Siemens, and Square D as acceptable manufacturers. Please clarify.

Response: This will be clarified by Addendum.

2/18/2015

Question:  The excavation for the biosolids building adajacent to the CFE pipe is approximately 20'. If sheeting or utility supports are required adjacent to this cut, additional soils information will be needed deeper than the 30' depths provided. Are any additional soil borings available in this area?

Response:  The available subsurface exploration investigations are attached at the end of Volume 1 of the specifications. Though not in the immediate vicinity of the proposed biosolids building, one of the attached reports contains borings down to depths of 50 - 100 feet.

Question:  Are there drying beds available on site to dry out residuals from the tank cleaning. If not, is there an area on site temporary drying beds can be built in order to dry residuals for disposal.

Response:  There are no drying beds available at the site, nor is there space to build temporary drying beds. The use of drying beds would not be allowed due to odor concerns. The intent is for the Contractor to provide a portable, mechanical dewatering system for onsite dewatering of the residuals from tank cleaning. This will be clarified by Addendum.

Question:  The plumbing fixture schedule does not specify the pumps for the sump basin in the bio solids building. The plumbing drawings for this building also do not specify the type or size of this pump. Please provide a specification for these pumps.

Response:  The pumps for the Group 60 - Biosolids Drying Building (Dryer Condensate Pump No. 1 & 2) are specified in section 11316.

Question: Section 11328, 2.4C calls for "...corrosion-resistant, completely self-contained package with chemical metering pump, all necessary piping, appurtenances and fittings, assembled and tested...Polypropylene/Polyethylene or FRP floor and wall mountable stand...mount the chemical metering pumps, all piping, fittings, fittings and accessories to the stand..." Given the identical performance requirements for the (Qty. 4) pumps in 11328A, this reads as if you desire a multiple pump, manifolded skid. Please confirm whether you wish a (Qty. 4) single-pump skid systems, or (Qty. 1) manifolded 4-pump skid system. 11328B clearly calls for one single-pump skid system.

Response: The requirement is for (4) single-pump skid systems, as shown on Drawings 90-M-1 and 90-M-5.

Question: 11328A 2.4.A. specifies 3/4Hp inverter-duty synchronous speed TEFC, 120V/1/60Hz. As written, this could indicate a non-hazardous (non-explosive) environment, which is typical in municipal applications. 11338 1.3/1.4/1.7/1.8/2.1/2.2 for Motors specify Division 1 environment: hazardous, UL-Explosion Proof motors required. Please confirm the area classification for the pumps in 11328A/B.

Response: The Polymer Room in Building 90, where the chemical metering pumps will be located, is not designated a hazardous location; the room is unrated. The references cited in Sections 11338 pertain to Division 1 of the Specifications, not NEC classifications.

Question: There are conflicting requirements for the materials to be used for flange bolts and nuts in Division 15. Please clarify what materials are to be used and in what locations. For example, section 15004 (CLDI) requires 316SS flange accessories. Sections 15005 thru 15009 (GLDI, steel pipe) require carbon steel. Section 15014 (SS pipe) calls for both 316SS and carbon steel. It would be easier to delineate the requirements by submerged/exposed and un-submerged/exposed. Is this possible?

Response: The hardware material requirements are not conflicting, as they relate to different pipe materials and services. Provide the hardware as specified in each detailed piping specification. Please note that Section 15005 was deleted by addendum.

Question:  Please provide the Hazardous Environmental Report.

Response: Excerpted copies of asbestos building inspections performed at the site are included at the end of Section 02221 - Building Demolition.

Question: Under section V Post-Contract Award Compliance it states, "All sub agreements of the prime contractor must identify that the fair share of percentages are 5% for MBE's and 12% for WBE's" however in DBE 5 Form (Bidder Certification) #2, it states, "This firm will award no sub agreements, including the procurement of equipment, materials, supplies and services, in the performance of this contract." Please clarify the requirements.

Response: The Bidder Certification on page DBE-5 is not applicable for this project. See Section III.A.1. and 2. on page DBE-2.

Question:  The DEB forms listed in the specifications and bid documents have an expiration date of 2011. Are bidders required to use the current forms or the expired forms in the bid documents, please clarify.

Response: Use the forms included in the Bidding Documents.

2/17/2015

Question:  Page 60-AS-8 Detail 5 for the Vertical Grit Detail in the Biosolids Drying Building refers to 70-S-4 Detail 9 for the steel channel connection. This page does not exist, please provide.

Response:  The detail references will be corrected by Addendum.

Question:  60-AS-4 at grid line 1 & 6 shows column 60C6, this column does not appear on the column schedule, please clarify.

Response:  These column references will be corrected by Addendum.

Question:  Please provide the connection detail for the roof joist to roof beam for the biosolids drying building.

Response:  Provide end anchorage on steel supports per Steel Joist Institute requirements and as specified in Section 05210.

Question:  Specification 2315 part 3.2 paragraph N states to remove excess or unsuitable material from site. Is the intention of the stockpile area on the north side of the project site to haul all generated spoils to the lines and grades shown on the plans and not haul off any material from site?

Response:  The intent is to use excess material from onsite excavations to re-grade the site north of the new Structure No. 32 as shown on the site plans. The specification 02315.3.2.N will be revised accordingly in the next addendum.

Question:  Specification 2315 part 3.2 paragraph N states to remove excess or unsuitable material from site. Is the intention of the stockpile area on the north side of the project site to haul all generated spoils to the lines and grades shown on the plans and not haul off any material from site?

Response:  The intent is to use excess material from onsite excavations to re-grade the site north of the new Structure No. 32 as shown on the site plans. The specification 02315.3.2.N will be revised accordingly in the next addendum. 

Question:  Please clarify 14.01 on page IB-9. Are bidders required to submit one separate copy of the Bidding Documents and one separate copy of the Bid Form?

Response:  Article 14.01 indicates what has been furnished to the Bidders. Article 13 and Article 14 of the Instruction to Bidders provide bid submittal requirements.

Question:  We are a certified Female-Minority owned business (FMB) with the State of Illinois Central Management Services (CMS).  Would this qualify us to be counted toward the WBE and/or MBE goals for this project?  We are not registered as a DBE with IDOT.

Response:  Contractors that decide to use this business as a subcontractor must report what type of certification the business has on the forms in the DBE section of the bidding documents.

Question:  Soils borings near the new N60 building end at 15' below grade. In order to construct footing for the new building extensive earth retention will be required to not disturb the 72'' CFE pipe.

Response:  Boring nos. 2, 3, 4, and 5 all went down to a depth of 30 feet at the bottom of the borehole. Per Section 02315.3.2. Contractor shall provide shoring, sheeting, bracing as required to protect existing structures and underground piping during construction. A note will be added by Addendum requiring the installation of sheeting to protect the 72-inch CFE pipe.

Question:  Pages 02-C-7 and 02-C-8 call out "new asphalt, see 02294." This same area calls out "new asphalt pavement, see 02295." Further, north of the new N60 building it is call out "Full-Depth Pavement Replacement, Typ" Please clarify.

Response:  The new pavement call out/bid form/detail were revised in the latest Addendum issued. Full depth pavement replacement includes 3.5" of Binder and the 1.5" of Surface Overlay.

Question:  Please provide the pipe section lengths of the 72'' CFE pipe.

Response:  Although the length of the actual pipe sections for the 72" CFE is not known, standard pipe length for this type of pipe is generally about 8 feet.

Question:  Is it the intent that all costs associated with the asphalt and sitework be paid under the unit price pay items?

Response:  No. The pavement overlay, and associated work are covered under unit price items (see Bid Form and Section 01025). Many other sitework related items, like the storm sewer, site grading, erosion control, temporary and permanent seeding, construction staging area, yard piping, etc. are covered under the lump sum contract amount.

Question:  Please provide the type of pipe and joint type of the 72'' CFE pipe.

Response:  Per the contract documents for the facility's 1994 Improvements, the 72" CFE is reinforced concrete pipe, Class IV with bell and spigot joints.

Question:  Please provide the flow rate of the 72'' CFE shown to the north of the new N60 building.

Response:  This pipe carries the treated plant effluent. The flow rate through the 72" CFE will approximately match the plant's influent flow rate. The facility's current average day flow is 10.7 mgd (7,430 gpm), and the current peak hour flow is 53.3 mgd (37,000 gpm). The intent is that this pipe be maintained in service at all times and should not be disturbed.

Question:  Various site work drawings, such as 02-C-5, call out "asphalt patch" the notes for this patch are not consistent with details for a Class D patch 6'' and the removal for these patches are not consistent with any of the unit price pay items. Is it intended for these patches to be paid un a unit price pay item? If so which pay items cover the removal?

Response:  The notes that use negative hatching are not Class D patches. Those notes are known removals, associated with new piping, or complete removal in the case of 02-C-7. The removal will be paid for as Full Depth Pavement Removal, called out in Section 01025.1.4. Replacement of these areas will be paid for under Hot-Mix Asphalt Binder Course, IL-19.0, N50 and Hot-Mix Asphalt Surface, Mix "C", N50.

Class D Patches, 6", are for areas not yet identified for removal, ie. areas where pavement is found to be unsuitable for overlay. Section 01025, 1.4 states:

Class D Patches, 6”: Pavement removal and replacement will be measured for payment in place, and the area computed in square yards.

So the bid items intent is to pay for removal and replacement

Question:  Per section 14620, the locations of the davit and hoist systems are shown on M-30-1 and M-32-1, these pages do not exist. Please provide the locations of the davit and hoist systems..

Response:  Per section 14620, the locations of the davit hoist systems are listed as "Aeration Tanks (Group 30)", "RAS Denitrification Tank (Group 32)", and "Sludge Storage Tanks (Group 80)". M-30-1 and M-32-1 are the general equipment tags for each crane location. Crane locations are shown on Drawings 30-G-1, 30-SM-2, 32-SM-1, and 80-AS-1.

Question:  Is it acceptable to dispose of the waste water and sludge from cleaning on site? Please provide the location for disposal.

Response:  Specification section 01710.3.D. clearly states that the disposal of residual solids in the plant will not be allowed.

Question:  Is Golden Harvest Gates an acceptable manufacturer for sections 15125 and 15120?

Response:  Golden Harvest is not listed as a named manufacturer and is therefore not a base bid supplier. 

Question:  Please provide the location of the proposed flap gate per section 15125.

Response:  The flap gates are located in the aeration tanks' influent splitter box, and are called out on Drawing 30-SM-5.

Question:  Reference drawing 02-R-10 – Will the items called-out as “Remove and Reinstall  Manhole Cover and Cone” be paid as part of Bid Item 1.13 – Manhole Reconstruction?

Response: The manholes work called out on 02-R-10 will be added to the Unit Prices Bid by addendum.

Question:  Will the saw cuts required for the removal of the concrete sidewalks be paid as part of Bid Item 1.6 – Saw Cuts?

Response: Required saw cuts for concrete sidewalk removal shall be included in item 1.6 in the Unit Prices Bid.

Question:  Reference drawing 02-C-1, the call-out for the accessible parking sign, Detail 02181. How is payment made for the sign required by this detail? How is the sign to be installed in the ground?

Response: Signage is included in the lump sum work amount. Section 10441 will be revised by addendum to clarify payment and installation requirements.

Question:  Reference drawing 02-C-4, the call-out for the stoop, Detail 03319, at Building 45. How is this to be paid? Is it part of the sidewalk bid items or part of the lump sum payment?

Response: Concrete stoops are not included in the Unit Prices Bid and shall be included in the lump sum work amount.

Question:  Reference drawings 02-C-7 and 02-C-8 which have call-outs for new asphalt pavement (NW of Building 60, Biosolids Drying Building) and refer to Detail 02994. This detail is for concrete pavement west of Building 60. The New Concrete Pavement call-out on these drawings refer to Detail 02132. What are the correct details for the new asphalt pavement and the new concrete pavement in these areas? Are the two different concrete pavement details, 02132 and 02994, paid under the same bid item? If so, please provide the quantities for each detail type.

Response:  Civil site plans 02-C-7 and 02-C-8 and paving details will be revised by addendum to clarify paving requirements. The Unit Prices Bid will also be revised by addendum to clarify paving requirements.

Question:  Reference drawing 02-C-11 – The sidewalks shown to be replaced are not shown for removal on drawing 02-R-11. Are these sections of sidewalk to be removed and replaced or do they only receive a topping to bring them to the new grade/elevation?

Response: The sidewalks are to be removed and replaced; the sidewalk removal will be added by addendum.

Question:  Reference drawings 02-M-10 and 02-M-16 – Does the piping shown running from Manholes 1, 2, 4, 5, and 6 to the by-pass points currently exist or do they need to be installed as part of the by-pass work? If they need to be installed, please provide invert and rim elevations for Manholes 1, 2, 4, and 5.

Response: Keyed Note #2 on Drawings 02-M-10 and 02-M-16 calls for the Contractor to install temporary piping. Invert and rim elevations for relevant manholes are shown on 02-M-10 and 02-M-16.

Question:  Reference 32-SM-1 – Keyed Note #3 sets the wall/channel opening at 3’-0” high with an invert elevation of 662.50. Section A on 32-SM-2 shows the top of the 8” channel slab elevation at 666.00, making the bottom of this slab 652.33. The opening encroaches on the underside of the slab. You may want to reconsider the height of the opening or the invert elevation.

Response:  The opening dimensions will be revised to 10'-0" wide x 2'-10" high by addendum.

Question:  Reference specification section 0300-2.5.C.3 & 4 – Both mixes are specified for use in the same types of structures. There is a significant difference in the amount of cement/flyash in the two mixes. Which is required, or is it Contractor’s choice?

Response:  Specification section 03300-2.5.C.4 shall be revised to read "4.  Concrete Fill" by addendum

Question:  Reference 38-SE-1 and 38-SE-2 – Please provide the top of slab elevations for the slab-on-grade that surrounds the generator equipment slab.

Response:  The drawings will be revised by addendum to clarify concrete slab-on-grade elevations.

2/13/2015

The attached document contains changes, additions and deletions are hereby made a part of the bid documents:  Addendum to Bid Documents

2/12/2015

Question:  Plan dwg 09-I-19 Dryer Off-Gas Handling; above equipment tag no. [P-11-10] DRYER OFF-GAS COMPRESSOR are the letters “ASCT”. Please define the meaning of these letters “ASCT”.

Response:  ASCT is an abbreviation for adjustable speed constant torque and is defined on Drawing 01-I-2.

Question:  11650 2.8, C. 11: A desktop PC shall be provided. No reference is made as to what software is to reside on this PC for the described functionality. Please confirm that this “desktop PC” is to be a Wonderware SCADA Computer in accordance with specification 13321 and associated testing specifications, or an added PC.

Response: This item will be clarified in an upcoming Addendum.

Question:  11650F 2.8, D.: Electric Motor Power Monitor/Trip. This functionality can be provided in a networked MCC via Allen Bradley electronic overloads; however the MCC specification 16482 in combination with this and other specifications preclude a networked MCC. Please confirm that the intent is for the EQUIPMENT SUPPLIER to furnish a networked MCC.

Response:  The motor starters are to be provided as specified by the MCC supplier; it is not the intent to provide as a networked MCC. The intent is for the conveyor supplier to be responsible for jam protection of  the conveyor equipment with a power monitoring trip relay as specified.

Question:  11650I 2.4, D, 4: calls out model HFX0-9. Andritz has not been able to retrieve any vendor literature that indicates the power requirements for this named device. Please provide a vendor contact name and number and/or data sheet for this item so that we may include in our scope of supply.

Response: This equipment does not have a power requirement. The manufacturer and model is clearly specified.

Question:  13321 2.1, A, 1, e: Dryer Building 60 Electrical Room. Please confirm that this is the Dryer System Desktop PC as described in 11650 2.8, C. 11. If not, please describe how this PC interconnects to the Dryer System Desktop PC as described in 11650 2.8, C. 11.

Response: This PC is part of the SCADA system and is a workstation for the SCADA system. The System Network Diagrams shown on drawings 09-I-26 and 09-I-34 shows how this PC is connected to the network.

Question:  13322 PLC systems; this specification calls for Allen Bradley CompactLogix and MicroLogix PLCs for the systems within the overall dryer plant. ANDRITZ would prefer to utilize a ControlLogix platform with remote I/O racks at each of the subsystem panels (i.e.: 60-LCP-11 panels). Please confirm that the use of ControlLogix and remote racks is acceptable.

Answer: CompactLogix is the standard for this facility; provide CompactLogix as specified.

2/11/2015

Question:  Andritz as a named vendor are considered acceptable for this bid. It is common that venders have variations on their design and layout and Andritz as part of the pre selection process provided layouts and design detail in order to be named. Please confirm that our layout will be acceptable providing it fits the space allocated, provides the required functionality, meets or exceeds the performance requirements and complies with all regulatory requirements.

Response:  Andritz is one of two base-bid named suppliers for the biosolids thermal drying system as specified in Section 11650 (and associated spec sections). As shown on Schedule A and specified in Section 11650.2.1, the contract documents reflect the system design proposed by Komline Sanderson; bidders proposing to offer the Andritz system shall include all costs to make changes necessary to accommodate the Andritz system, to cover the "variations on their design and layout..." noted in the Andritz question. Both base-bid named suppliers are required to meet the contract documents in terms of building space, functionality, performance, and regulatory constraints spelled out in Section 11650 and associated spec sections.

2/10/2015

Question:  Section 1461 - BRIDGE CRANES, Item 2, has revised Paragraph 2.7 H, as follows: "Provide festoon cable conductor system for travel length of crane with accessories such as hangers and mounting brackets for operation of host, trolley, and bridge." The runway is ~112'-4" long and a festoon system with trolleys would require approx 6' of stack-up when the crane is retracted to the power-feed end of the runway. Unless this is a hazardous (explosion) area, a conventional insulated condutor bar system is preferable. The bridge crane itself is typically designed with a festoon system as described (trolleys, mounting brackets, etc.) to provide power to the trolley/hoist at it traverses the bridge girder (span direction). If a runway festoon is not necessary, could the insulated conductor bar system be employed in lieu of a festoon system?

Response:  Use of conventional insulated conductor bar systems will not be allowed for the bridge crane due to generally corrosive and dusty atmosphere anticipated in the building. Provide the festoon cable conductor system as specified. By Addendum a note will be added to the electrical drawing indicating that the power feed for the bridge crane be located at the northwest corner of the dryer building.

2/4/2015  Addendum 1

The attached document contains changes, additions and deletions are hereby made a part of the bid documents:  Addendum to Bid Documents

MAU & CF panels:

Question:  These panels are shown on the HVAC drawings, however they are not shown on the ELECTRICAL drawings (EX: 20-H-1 MAU panels shown, however 20-E-2 does not show any panels or wiring)

Response:  The general rules that indicate which division provides wiring for HVAC equipment/devices can be found in the BASIC HVAC REQUIREMENTS spec.  There you will see that (in summary) power wiring is to be provided under Div 16, whereas HVAC control wiring is to be provided under Div 15.  Therefore, the reason that you do not see wiring associated with MAU Control Panels or Ceiling Fan Controllers, on E sheets, is that neither requires power. 

Question:  These panels are going to require conduit & wiring, along with alarm lights (EX: 20-H-1, keynote #2).

Response:  This keynote has to do with a required sensing bulb that is to be wired to the MAU control panel.  Since it is a control signal (not power), it is not shown on an electrical drawing.   

Question:  These panels also tie into SCADA (EX: 09-1-2) but this wiring is not shown on the electrical drawings.  What spec section is required to install this wiring?  I have not got into the entire job but this is common on more than one occasion at least in Bldgs. # 15,20,22,25.

Response:  This project calls for certain pieces of HVAC equipment to be monitored and/or controlled by SCADA.  SCADA interface wiring should all appear on the electrical plans.  In the case that you cited, the two signals between 20-MAU-1 and 20-LCP-AFD are shown on 20-E-2 as a "D4" homerun symbol.  Similarly, the two signals between 20-MAU-2 and 20-LCP-AFD are shown on 20-E-2 as a "D4" homerun symbol.

38-SE-1

Question:  Can a detail on the duct bank required for the generator be provided, including duct size & concrete detail (reinforcing etc.)?

Response:  Concrete-encased duct banks serving the new standby generator assembly are not required.  Direct-buried conduits, per Std Detail 16222, shall be sufficient.  The wire and conduit sizes for the circuits going between the generator assembly and Bldg 20 are called out on drawings 20-E-1, 20-E-2, and 38-SE-1.

02-E-10

Question:  Can the path to the Pekara pump station be identified?

Response:  Drawings have been located that show an existing ductbank path that includes a 2 inch spare conduit for the new fiber optic cable.  These drawings will be added to the drawing appendix in an Addendum.

Question:  We request drawings 60-M-14 & 60 - M -7 in ACAD format.

Response:  All drawings are available to bidders electronically in pdf format. We will not be issuing extracted source AutoCad drawings files during bidding to maintain the integrity of the bidding documents. In addition, it should be noted that Andritz was provided with the requested AutoCad files during the design process.

Question:  11650 Section 2.1 ACCEPTABLE EQUIPMENT SUPPLIERS states:. B. Andritz Separation Inc., Arlington, TX. 1. Bidders proposing to offer Andritz Separation as the Equipment Supplier shall incorporate in the price all additional costs for and be responsible for layout, piping, plumbing, mechanical, HVAC, structural, instrumentation and control, J:\5291\WORDPROC\SPECS\Bid Set\Div 11\11650.docx 11650-8 January 7, 2015 electrical, and all other changes to the Work required to incorporate the proposed equipment into the Work. We have previously issued drawings showing we fit into the existing building however these were not included in the bid package. Please issue these by addendum so the bidding contractors have this information and are aware of this.

Response:  The bidding documents will remain as distributed. Andritz may issue documents to prospective bidders as needed to assist in the preparation of bids incorporating Andritz equipment.

Question:  80-E-1: should there be stainless steel disconnects out on the aeration tanks for the pump disconnecting means, or are the HOA switches serving that purpose?

Response:  Per Spec Section 16170, disconnect switches are required for all motorized loads that are not within line-of-sight of the power source, per OSHA and para 3.1.A. of 16170.  The aeration tanks are in a corrosive area, so the enclosure type shall be NEMA 4X, per para 2.5.E. of Section 16170. The CORROSIVE area designation will be added to the aeration tank drawings by Addendum. A mounting detail for the disconnect switches on the aeration tanks will be added by Addendum.

Question:  09-I-5, there is wiring shown for the motor high temp, and seal fail but on sheet 30-E-1 this is not shown.

Response:  As noted, motor high temp and seal fail wiring is called for between each submersible mixer and submersible pump and the associated motor starter (or ASC).  Since each of the motor starters and ASCs for the aeration tanks loads are fed from MCC-4, we show the high temp and seal fail wiring homeruns there (see 80-E-5).

Question:  09-I-5, the ORP transmitters will need 120v power, but none is shown on sheet 30-E-1.

Response:  Drawing 30-E-1 (Aeration Tanks) and 32-E-1 (RAS Tank) will be revised by Addendum to show the necessary 120V branch circuits for the AITs.

2/2/15   Addendum 1

REQUESTS FOR INFORMATION

1. Question: Please review the following questions submitted by the Rotary Valve manufacturer (Spec section 11650F)

     What is the product?

     What is the bulk density of the product?

     What is the required displacement rate for the valves?

     What will the max operating temperature of the valves be?

1. Response: Specification section 11650F is part of the scope to be furnished by the Biosolids Thermal Drying System Supplier.  Specific questions regarding the biosolids product characteristics and the rotary valve requirements should be directed to the Biosolids Thermal Drying System Suppliers under Section 11650.

2. Question: Please review the following questions regarding the tubular drag conveyor, section 11650G

     Material? Powder?

     Conveyor length/Routing?

     Materials Of construction?  Carbon Steel/Stainless Steel?

     Material Source?

     Destination?

     Controls?

2. Response: Specification section 11650G is part of the scope to be furnished by the Biosolids Thermal Drying System Supplier. Specific questions regarding the dried biosolids product characteristics and the tubular drag conveyor requirements should be directed to the Biosolids Thermal Drying System Suppliers under Section 11650. Further, the conveyor layout is shown on the Contract Drawings, as are the material source and destination. The drag conveyor materials and controls are described in section 11650G.

1/29/15   Addendum 1

PRE-BID MEETING AGENDA

The AGENDA of the Pre-Bid Meeting held on 1/29/15 is included herein. 

ATTENDEES OF THE PRE-BID MEETING

The LIST OF ATTENDEES of the Pre-Bid Meeting held on 1/29/15 is included herein.

REQUESTS FOR INFORMATION

1. Question: Upon review of the specifications, we request clarification on the following….General liability limits - SC5, item 2 shows 2M/4M limits and there is no mention of whether an umbrella can be used to satisfy the limits. It is somewhat unusual to have limits of this nature on general liability (standard limits would be 1M/2M) along with an umbrella policy. Please confirm whether or not an umbrella policy can be used to satisfy the limits being requested.

1. Response: An umbrella policy may be used to satisfy the limits being requested.

2. Question: May bidders conduct additional site visits other than on 1/29/15 after the Pre-Bid Meeting?

2. Response: Yes.  Please call the WWTP @ 847-377-4800 to request an additional site visit.

View all Posts from this Blog
(Please login to post a question)

Phone: 1.800.555.5555

© Copyright 2025, Company name. All Rights Reserved.