addendum no. 1 - regional san · replace all references to “ansi/hi 2.6-2000” with “ansi/hi...

14

Upload: phamque

Post on 21-Aug-2018

248 views

Category:

Documents


0 download

TRANSCRIPT

ADDENDUM No. 1

TO THE PROSPECTIVE PROPOSERS

EchoWater Project

RAS PUMPING PRE-CONTRACT WITH ASSIGNMENT TO CONTRACTOR

SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT

SACRAMENTO COUNTY, CALIFORNIA

RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED IN THE

SPACE PROVIDED IN THE PROPOSAL FORM SECTION 00 42 13

Bold font indicates added or revised text and strikethroughs indicate deleted text.

Addendum

Item

Section and Page or

Drawing No.

Location and Description of Change

1.001 00 01 10-1 Delete “00 73 85 CLEAN WATER STATE REVOLVING FUND PROVISIONS” and add “00 91 13 ADDENDA” to the Table of Contents

1.002 00 11 19-2 Replace Item 2 of the third paragraph follows: “2. Successfully completed at least three projects in the last five ten

years with the following characteristics: a. At least five Multiple vertical turbine solids handling pumps. b. Each pump design flow rate shall be have been 5 mgd or greater. c. Experience shall be in raw wastewater or return activated sludge

service. “

1.003 00 21 16-3 Delete Item 8 that reads: “BUY AMERICAN CERTIFICATION…”

1.004 00 42 13-2 Delete the following from the list of forms that shall be included with the Proposal:

“BUY AMERICAN CERTIFICATION contained within CLEAN WATER STATE REVOLVING FUND PROVISIONS Section (00 73 85)”

1.005 00 42 13-3 Revise the first paragraph as follows: “Proposed Price Form for furnishing of…”

1.006 00 42 13-3 Revise Bid Item 2 in the Proposed Price Form as follows: “…, FACTORY TESTING & REPORTS, SHIPMENTA TO JOBSITE,..”

1.007 00 42 13 A clean, revised version of 00 42 13 is attached to this Addendum No. 1 in Attachment No. 1. Submit this revised version of 00 42 13 with the Proposal.

Addendum

Item

Section and Page or

Drawing No.

Location and Description of Change

1.008 00 45 17-1 Revise question 1 in Part 1.02 as follows: “1. Has the Proposer been manufacturing vertical turbine solids handling pumps for the past 10 years?

1.009 00 45 17-1 Replace the first sentence in Part 1.02 with the following: “3. Has the Proposer manufactured and supplied vertical solids

handling (VTSH) pumps in North America to at least three projects in the last five ten years that consist of at least five multiple VTSH pumps with a rated flow of at least 5 mgd per pump, in a raw wastewater or activated sludge application?”

1.010 00 45 17-2 Revise the first sentence in Part 1.03 as follows: “Include the following design and performance data with the statement

of experience for the pumps to be supplied:”

1.011 00 45 17-2 Delete the last sentence of Item 2 in Part 1.03 as follows: “This supplemental information shall include, but is not limited to, the VTSH pump specification with check marks showing compliance with the requirements and cross-sections through the pumps showing fabrication details.”

1.012 00 45 17-3 Revise the last paragraph in Part 1.03 as follows: “Additional numbered pages outlining this portion of the Proposal may shall be attached to this document. Each page shall be headed PROPOSER’S STATEMENT OF EXPERIENCE AND SUPPLEMENTAL

INFORMATION Section (00 45 17) and shall be signed by the Proposer.”

1.013 00 45 17 A clean, revised version of 00 45 17 is attached to this Addendum No. 1 in Attachment No. 1. Submit this revised version of 00 45 17 with the Proposal.

1.014 00 73 85 Delete the Clean Water State Revolving Fund Provisions section in its entirety.

Addendum

Item

Section and Page or

Drawing No.

Location and Description of Change

1.015 09 90 00-4 In paragraph 1.03.A delete item 6 and renumber items 7 and 8 as follows:

“6. Applicator's SSPC QP-1 certification and manufacturer's certification of installation contractor. 67. Containment system plan. 78. Shop and field inspection records.”

1.016 09 90 00-4 In paragraph 1.06.A delete item 1 and renumber item 2 as follows: “1. SSPC Painting Contractor Certification Program, QP-1 certification. 12. Coating manufacturer approved applicator when coating

manufacturer has approved applicator program.”

1.017 40 05 93-3 Delete the third sentence of paragraph 2.01.B: “Motors shall be designed to operate from an electrical system that may

have a maximum of 5 percent voltage distortion per IEEE 519 without

exceeding the service factor temperature rise.”

1.018 40 05 93-4 Revise the second sentence of paragraph 2.03C as follows: “VFD driven motors shall be rated with a 1.0 service factor in a maximum 50 degree C ambient.”

1.019 40 05 93-4 Add the following sentence to the end of paragraph 2.03D: “An inrush of 610 percent is acceptable for motors with a NEMA nominal efficiency of 95.4%.”

1.020 40 05 93-5 Revise paragraph 2.04.B as follows: “B. All motors shall have standard anti-friction bearings, sized to provide an ABMA 9 or 11 L-10 life of at least 100,000 hours of an ABMA 9 or 11 L- 10 life for a direct connected load.”

1.021 40 05 93-7 Revise second sentence of paragraph 2.06.B.1 as follows: “Motor shall be furnished with vacuum pressure impregnated or trickle treated insulation of high solids epoxy.”

1.022 40 05 93-7 Revise second sentence of paragraph 2.08.A.6.e as follows: “Aegis Bearing Protection ring as manufactured by Electro Static Technology, Inpro/Seal grounding ring, or equal.”

1.023 43 08 20 and 43 24 50.10

Replace all references to “ANSI/HI 2.6-2000” with “ANSI/HI 14.6-2011”

Addendum

Item

Section and Page or

Drawing No.

Location and Description of Change

1.024 43 24 50.10-9 Revise second sentence of paragraph 2.05.B.6 as follows: “Provide a machined plate washer and multiple bolts bolt into shaft end or a contoured impeller nut with set screw.”

1.025 43 24 50.10-11 Add a the following to the end of the last sentence of paragraph 2.07.B: “…if the pump is pulled from the can as one complete assembly.”

1.026 43 24 50.10-11 Replace the first sentence of paragraph 2.07.G with the following sentence:

“Provide a minimum column inside diameter of 12 inches.”

1.027 43 24 50.10-19 Reduce the minimum efficiency for Required Condition 5 (2375 gpm) from 65 to 60 percent.

1.028 43 24 50.10-19 For the impeller bearing material, change the schedule as follows:

“ Bronze or Green Tweed AR-TH”

1.029 43 24 50.10-19 For the shaft sleeve material, change the schedule as follows: “316 Stainless Steel or provide bowl shaft with Nickel-Tungsten- Chromium coating of bearing journal area”

This Addendum No. 1 shall be incorporated into, and made part of, the Proposal Documents for

the RAS Pumping Pre-Contract with Assignment to Contractor.

**END OF SECTION**

ATTACHMENT 1

SECTION 00 42 13 PROPOSAL FORM

AND

SECTION 00 45 17 PROPOSERS STATEMENT OF EXPERIENCE AND

SUPPLEMENTAL INFORMATION

(TOTAL OF 8 PAGES)

04/14/15

RAS Pumping 00 42 13- 1

SECTION 00 42 13

PROPOSAL FORM

SACRAMENTO REGIONAL COUNTY SANITATION DISTRICT

RAS PUMPING PRE-CONTRACT WITH ASSIGNMENT TO CONTRACTOR

HONORABLE BOARD OF DIRECTORS

SACRAMENTO REGIONAL COUNTY

SANITATION DISTRICT OF

SACRAMENTO COUNTY, CALIFORNIA

Proposer’s (Pump Supplier's) Firm Name

Street Address

City State Zip Code

Phone Number Fax Number

Members in Session:

Pursuant to your Advertisement for Proposals for the RAS Pumping Pre-Contract with Assignment

to Contractor Project, in accordance with the plans and specifications thereto, and now on file with

your Honorable Board, (name of firm) hereby offers and

agrees to supply the RAS Pumps in full accord with the terms of said plans and specifications for

the prices and on the terms and conditions herein contained.

It is agreed that the following forms shall be included with the Proposal:

PROPOSAL FORM Section (00 42 13)

PROPOSAL SECURITY FORM Section (00 43 15)

PROPOSED PRODUCTS FORM Section (00 43 33)

PROPOSER’S INFORMATION Section (00 45 10)

PROPOSER’S STATEMENT OF EXPERIENCE AND SUPPLEMENTAL

INFORMATION Section (00 45 17)

04/14/15

RAS Pumping 00 42 13- 2

NONCOLLUSION AFFIDAVIT Section (00 45 19)

IRAN CONTRACTING ACT DISCLOSURE FORM (Section 00 45 41)

It is acknowledged that addenda numbers through have been received and examined

as a part of these contract documents.

Basis for Award: The Board reserves the right to reject all proposals. The award of the procurement

contract will be based on the lowest responsive Total Proposed Price of a responsible Proposer.

The undersigned agrees to execute a Procurement Agreement with Regional San with the

understanding that the Procurement Agreement will be assigned to an Installation Contractor to be

selected at a later date. The expected date of assignment of this Procurement Agreement to the

Installation Contractor is currently planned for July 2016. The Procurement Agreement will be in

the Total Proposed Price given in this Proposal Form. The undersigned acknowledges that the RAS

Pumping Pre-Contract with Assignment to Contractor Procurement Documents will be included

within the Proposal Documents for the construction contract for the Sacramento Regional Sanitation

District’s RAS Pumping Project and subsequently within the contract between the Installation

Contractor for that project and Regional San.

The undersigned acknowledges that the Total Proposed Price in the Table included in this form,

minus the cost for Item 1 will be utilized as a set cost of the Pumps and will be entered into the

Proposal Price form of the proposal documents for the construction contract of the RAS Pumping

Project and shall be guaranteed through June 30, 2019 (anticipated completion of construction

project). If milestone dates are delayed for reasons other than those caused by the Installation

Contractor or Pump Supplier, the price shall be adjusted in accordance with the U.S. Bureau of

Labor Statistics Product Price Index (PPI) for Pumps and pumping equipment manufacturing (PPI

Series ID: PCU3339113339111Z). Price adjustments shall be on a pro-rated basis for the

numbers of pumps and/or services related to the specific milestone delay.

It is agreed that the milestone dates, liquidated damages, and progress payments as stipulated in the

PROCUREMENT AGREEMENT Section (00 52 11) are fair and justifiable and therefore

acceptable to the undersigned.

It is agreed that the Total Proposed Amount in the table below shall remain valid until June 30, 2019

and will not be withdrawn by the undersigned except as provided for in the INSTRUCTIONS TO

PROPOSERS Section (00 21 16).

04/14/15

RAS Pumping 00 42 13- 3

Proposed Price Form for furnishing of RAS PUMPING PRE-CONTRACT WITH

ASSIGNMENT TO CONTRACTOR in accordance with the Contract Documents.

Item

Description

Quantity

Units

Total Price per

Item

(Dollars)

1. PREPARATION OF ALL

FABRICATION RELATED

SUBMITTALS AND SHOP

DRAWINGS FOR PUMPS INCLUDING

MOTORS AND APPURTENANCES

(MAXIMUM 2.5% OF TOTAL

PROPOSED PRICE)

1 LS

2. FURNISH TWO (2) PROTOTYPE

VERTICAL TURBINE SOLIDS

HANDLING PUMPS INCLUDING

MOTORS, APPURTENANCES,

FACTORY TESTING & REPORTS,

SHIPMENT TO JOBSITE, ALL TAXES,

WARRANTIES, ALL TAXES, AND

COMMISSIONING/FIELD SERVICES.

1 LS

3 FURNISH FORTY SIX (46) VERTICAL

TURBINE SOLIDS HANDLING

PUMPS INCLUDING MOTORS,

APPURTENANCES, FACTORY

TESTING & REPORTS, SHIPMENT TO

JOBSITE, ALL TAXES, WARRANTIES,

COMMISSIONING/FIELD SERVICES,

AND ALL OTHER COST ITEMS NOT

INCLUDED IN ITEMS 1 AND 2.

1 LS

TOTAL PROPOSED PRICE:

(SUM OF LINE ITEMS 1-3)

Signature of Proposer

Title

04/14/15

RAS Pumping 00 42 13- 4

**END OF SECTION**

04/14/15

RAS Pumping 00 45 17 - 1

SECTION 00 45 17

PROPOSER’S STATEMENT OF EXPERIENCE AND SUPPLEMENTAL

INFORMATION

1.1 GENERAL

As specified in the INSTRUCTIONS TO PROPOSERS Section (00 21 16), this statement of

experience and supplemental information shall be submitted with the sealed Proposals. Failure to

properly submit the following information will result in a non-responsive Proposal:

1.2 EXPERIENCE – PASS/FAIL REQUIREMENTS An answer of “no” to any of the following questions will disqualify the Proposer:

1. Has the Proposer been manufacturing vertical turbine solids handling pumps for the past

10 years?

Yes No

2. Does the Proposer have a service center within 500 miles of the project site (8521 Laguna

Station Rd, Elk Grove, CA, 95758)?

Yes No

3. Has the Proposer manufactured and supplied vertical solids handling (VTSH) pumps in

North America to at least three projects in the last ten years that consist of multiple

VTSH pumps with a rated flow of at least 5 mgd per pump, in a raw wastewater or

activated sludge application?

Yes No

4. Is the Proposer ISO 9001 certified?

Yes No

Provide details on each of the three projects below:

Project Name

Owner

Owner’s Contact Information (Name/Title/Phone No/Email)

Date of Installation

Total Number of Pumps

04/14/15

RAS Pumping 00 45 17 - 2

Rated Design Point (mgd @ TDH, per pump)

Pump Model No.

Pumped Fluid

Project Name

Owner

Owner’s Contact Information (Name/Title/Phone No/Email)

Date of Installation

Total Number of Pumps

Rated Design Point (mgd @ TDH, per pump)

Pump Model No.

Pumped Fluid

Project Name

Owner

Owner’s Contact Information (Name/Title/Phone No/Email)

Date of Installation

Total Number of Pumps

Rated Design Point (mgd @ TDH, per pump)_

Pump Model No.

Pumped Fluid

1.3 DESIGN AND PERFORMANCE Include the following design and performance data for the pumps to be supplied:

1. Performance curves including flow, head, efficiency, brake horsepower, net positive

suction head required (NPSHr) at both maximum and minimum design conditions per

VERTICAL TURBINE SOLIDS-HANDLING PUMPS Section (43 24 50.10). The

allowable operating range (AOR) shall also be included.

2. Pump data sheet including dimension of pump bell, bowl, discharge head, motor, and

widest dimension of pump that will need to fit inside existing pump can. Provide

sufficient details and supplemental information to demonstrate that the proposed VTSH

pumps meets all of the technical and contractual requirements.

3. Motor data sheet.

4. On-site storage and installation requirements (e.g. bearing rotation schedules, lifting

restrictions, etc).

5. Letter stating that the physical modeling results included as Exhibit A and the CFD report

included as Exhibit B to VERTICAL TURBINE SOLIDS-HANDLING PUMPS Section

04/14/15

RAS Pumping 00 45 17 - 3

(43 24 50.10) have been reviewed, that the Proposer acknowledges the results,

and indicates no impacts to pump performance and the warranty requirements.

6. A statement that there are no exceptions, clarifications, functional differences, or

discrepancies between the proposed equipment (vertical turbine solids handling

pumps and motors) and the contract requirements.

Additional pages outlining this portion of the Proposal shall be attached to this document. 1.4 AFFIDAVIT

We, the undersigned,

(name) as the authorized representatives for

(firm) an interested pump manufacturer for the RAS Pumping

Pre- Contract with Assignment to Contractor Project do hereby attest that all statements and

representations made herein are true and correct to the best of our knowledge. These statements

are made openly and freely without intent to influence or embellish actual conditions or

circumstances that occurred. I declare under penalty of perjury under the laws of the State of

California that the foregoing is correct.

We acknowledge that we have received Addendum through .

We understand that Regional San will investigate any and all statements and representations

made by us and our firm in this Statement of Experience and Supplemental Information and we

freely give our permission for them to do so. Should releases be required by any of our

professional, financial, or bonding institutions to release verification of the enclosed data, we

have provided them. We agree to waive any claims against Regional San, PMO team, Engineer

and/or any third party designated by Regional San for the release of the information necessary

to evaluate this Statement of Experience and Supplemental Information Package.

We further understand that any false statement or representations made in this application will

result in disqualification of our firm as a Proposer for the Project. If it is determined that these

false statements or representations were purposefully made to change, hide, or obscure

negative information from Regional San in an attempt to qualify under these false pretenses,

the action will result in loss of eligibility for our firm to qualify for any Regional San contracts

for a minimum period of one (1) year and a maximum period of five (5) years from the date of

discovery. If the discovery of false representation occurs after the contract is awarded to our

04/14/15

RAS Pumping 00 45 17 - 4

firm, we understand and agree that Regional San reserves the right to terminate the contract for

cause and to seek legal remedy under the prevailing statutes.

(Name)

(Signature)

(Title)

Attested:

Corporate Seal

(Name)

(Signature)

(Title)

Date , 2015

**END OF SECTION**