addendum no. 1 project: 600 zone water storage … no. 1 & q&as... · project: 600 zone...
Post on 11-Jun-2018
217 Views
Preview:
TRANSCRIPT
ADDENDUM NO. 1
PROJECT: 600 Zone Water Storage Tank
CONTRACT: WTR.00007
To: Prospective Bidders of Record
Date: April 28, 2016
The following changes, additions, revisions, and/or deletions are hereby made a part of the
Contract Documents for the aforementioned Project as fully and completely as if the same were
fully set forth therein:
A. PART 1 – BIDDING REQUIREMENTS
1. Section 00410 – Bid Form
REPLACE: The existing Bid Form with the revised Bid Form included with this
Addendum.
B. PART 2 – CONTRACT FORMS
There are no changes to the Contract Forms in this Addendum.
C. PART 3 – CONTRACT CONDITIONS
1. Section 00800 – Supplementary Conditions
REPLACE Section 00800, Supplementary Conditions with the revised
Supplementary Conditions included with this Addendum
INSERT: Appendix 1 FAA – 2014 Determination of No Hazard to Air Navigation
and Extension – Included with this Addendum
D. PART 4 – SPECIFICATIONS
1. All Sections
REPLACE: Any reference to “Chambourcin Place”
WITH: “Chambourcin Court”
2 of 7
2. Section 01 11 00 – Summary of Work
A. Part 1.05.B
REPLACE: with the following:
“B. Construction access road between Chambourcin Court and the Site shall be
installed within 60 days of Notice to Proceed as described in the Contract
Documents. The portion of the access road from Chambourcin Court to the
existing gravel driveway (as shown on the Drawings) will be used by others
performing work for the Owner on or in the vicinity of the Site. Contractor shall
maintain this portion of the access road at all times except when work is being
performed by others.
3. Section 05 52 19 – Steel Railing
A. DELETE: The word “painted” throughout as it pertains to galvanized steel
4. Section 09 97 13 – Steel Tank Coatings
A. Part 3.04.A.4.e
ADD: “3) In order to assist in the maximization of the paint’s lifecycle, all welds
on the tank exterior shall be ground smooth and blended to a NACE-D profile. All
welds on the tank interior shall be ground smooth and blended to a NACE-C
profile. Welds on the interior dry support column can remain in an as-welded
condition but must have a profile adequate for the specified paint system.
Engineer/Owner reserves the right to provide third-party inspection to ensure
compliance to this requirement.”
5. Section 33 16 19 – Elevated Potable-Water Storage Tank
A. Part 1.03.B.3.a
REPLACE: “(field verify)”
WITH: “(Contractor shall confirm elevation of installed structure – any
differences anticipated based on tank manufacturer geometry shall be stated as
such in submittals to be approved by the Owner)”
B. Part 1.03.B.3.b
REPLACE: “(field verify, as noted on Drawings)”
WITH: “(Contractor shall confirm elevation of installed structure – any
differences anticipated based on tank manufacturer geometry shall be stated as
such in submittals to be approved by the Owner)”
3 of 7
C. Part 1.03.E.4
DELETE (the 1st sentence): “Bottom of column and riser foundation, minimum
of 2 feet below existing grade and 5 feet below finish grade.”
D. Part 1.05.A
DELETE: This paragraph in its entirety
E. Part 1.05.B.1.b
REPLACE: “Passive mixing system inlet design”
WITH: “Active mixing system design”
F. Part 1.06.A.2
REPLACE: “2. Experience (Including Tank Designer and Tank Installer): Ten or
more elevated tanks presently in potable water service, of familiar size and
character for this Project, all in satisfactory operation for minimum of 10 years.”
WITH: “2. Tank Manufacturers: 1) Chicago Bridge & Iron Company; 2)
Landmark Structures, Inc.; 3) Caldwell Tanks, Inc.”
G. Part 2.03.C
REPLACE: “Anchor Bolts and Nuts: ASTM A193/A193M, Grade B7 with
ASTM A194/A194M, Grade 2H heavy hex nuts or ASTM F1554, Grade 105 with
ASTM A194/A194M, Grade 2H heavy hex nuts.”
WITH: “Anchor Bolts and Nuts: Anchor rods (bolts) shall conform to ASTM
F1554 Grade 36 except where stainless steel or other approved anchor rods are
shown on the Drawings. Anchor rods shall have hexagonal heads and shall be
supplied with hexagonal nuts meeting the requirements of ASTM A563 Grade
A.”
H. Part 2.03.R.1
INSERT: The following sentence: “Overhead Rolling Door shall have a
dimension of 10’X 10’, as per the Drawings.”
I. Part 3.02.B.4
REPLACE: “Continuously seal weld roof, exterior, and interior joints above and
below elevation of top of shell curb angle to preclude crevice corrosion and rust
discoloration.”
WITH: “Continuously seal weld roof, exterior, and interior joints above and
below elevation of top of shell curb angle to preclude crevice corrosion and rust
4 of 7
discoloration. Contractor shall also seal weld the underside of the tank’s welded
roof plates on the interior of the tank.”
J. Part 3.03.D
ADD: “3. Transition sections between the tank and shaft, and between the shaft
and “bell” shall be smooth, doubly curved, continuous “knuckle” sections of a
double curvature pressed formed nature with a maximum of eight vertical weld
joints. Discontinuous transitions and intersections through compression rings shall
not be acceptable for these transition sections.”
K. Part 3.03.D
ADD: “4. For the cone and ball plate(s) the Contractor shall minimize the number
and total length of visible weld seams (shop and field). A scaled plate layout
sketch shall be provided during the submittal process. The use of any ball plate
(excluding roof closure plates) with widths and/or lengths equal to or less than
72” is unacceptable.”
6. Division 40 – Process Integration
INSERT: Section 40 00 00, Submersible Mixer – Included with this
Addendum
E. PART 5 – DRAWINGS
1. Sheet C02 – General Notes and Details
A. Security Gate Detail Sheet Reference Identification:
REPLACE: “C102/C113”
WITH: “E-3”
2. Sheet C03 – General Notes and Details
A. Elevation Detail:
REPLACE: “Elev. = 600.50 FT”
WITH: “Elev. = 600.00 FT”
B. Elevation Detail:
REPLACE: “±431.50 FT”
WITH: “±431.00 FT”
3. Sheet C05 – Loudoun Water Details
5 of 7
INSERT: Loudoun Water Standard Details CP-1 & CP-2 – Included with this
Addendum
4. Sheet C12 – Erosion & Sediment Control – Construction Access
A. Construction Road Stabilization Remediation Note 4:
REPLACE: “A minimum of 6” of compost will be”
WITH: “A minimum of 6” of compost shall be”
5. Sheet C21– Landscape Plan
REPLACE: Sheet C21
WITH: Sheet C21 – Included with this Addendum
6. Sheet C22– Landscape Details
REPLACE: Sheet C22
WITH: Sheet C22 – Included with this Addendum
7. All Sheets
REPLACE: All references to “Chambourcin PL.”
WITH: “Chambourcin CT.”
8. Sheet 29 – Structural / Mechanical
A. Sheet Keynotes No. 2:
ADD: “See Section 33 16 19 – 11, Part 2.03.R.1”
B. Sheet Keynotes No. 4:
REPLACE: “to be determined by Contractor.”
WITH: “to be determined by Tank Manufacturer.”
C. Ground Floor Plan – Referencing the Roll-Up Door:
REPLACE: “12’W X 12’ H”
WITH: “10’ W X 10’ H”
D. Section B – Referencing the Roll-up Door:
REPLACE: “12’ X 12’”
6 of 7
WITH: “10’ X 10’”
E. Section C:
REPLACE CALLOUT: “6” PVC Process Drain, Slope to Drain”
WITH CALLOUT: “6” PVC Process Drain, Slope to Overflow Catch Basin”
F. Section C:
REPLACE CALLOUT: “16” V500 TYP”
WITH CALLOUT: “16” V500 TYP 3”
7. Sheet 30 – Structural / Mechanical
A. Tank Elevation (Platform and railing Call-out):
DELETE THE WORD: “Painted”
B. General Sheet Note 6:
DELETE THE WORD: “Painted”
9. Sheet 32 – Electrical
A. Sheet Keynotes 5:
REPLACE THE WORD: “supplied and installed by the HVAC.”
WITH THE WORD: “supplied and installed by the Contractor.”
10. Sheet 34 – Electrical
INSERT: “Detail [4/C02]” at the “Sliding Gate Motorized Actuator” call-out
7 of 7
Attachments
1. Revised Bid Form
2. Revised Supplementary Conditions
3. Section 40 00 00, Submersible Mixer Specification
4. FAA – 2014 Determination of No Hazard to Air Navigation and Extension
5. Construction Details – CP-1 & CP-2
6. Revised Sheets C21 & C22
END OF ADDENDUM
WRITTEN QUESTIONS AND ANSWERS (GROUP 1 OF 2)
PROJECT: 600 Zone Water Storage Tank
CONTRACT: WTR.00007
To: Prospective Bidders of Record
Date: April 28, 2016
The questions listed below are those that have been received via email at
constructionbids@loudounwater.org requesting clarifications to the Bidding Documents. The
corresponding answers are for information only and do not change the Bidding Documents for
the aforementioned Project. See Addendum No. 1 for any changes to the Bidding Documents
associated with these questions and answers.
Q1. Section 33 16 19 Part 1.05.B.1.b states “Passive mixing system inlet design and
representative CFD modeling results.” The plans show a mechanical mixer. Can an
addendum be issued to add the Tideflex Mixing System (TMS) as an alternate to the
mechanical mixer?
A1. See changes to the Bidding Documents per Addendum No. 1.
Q2. Section 33 16 19, Part 1.03.B.3.a/b references the tank's height as "field verify". Are
you requesting that we survey / match Loudoun Water’s other tank(s)?
A2. See changes to the Bidding Documents per Addendum No. 1.
Q3. Section 33 16 19, Part 1.03 E discusses the need for a "deep foundation". Since the
wording of sub-item E.4 (i.e. the mention of columns/risers) appears to be a "move-up"
from previous tank project (i.e a multi-legged style tank) is the reference to a "deep
foundation" also a carry-over? Otherwise, if the tank firm feels that something other
than a deep foundation is appropriate, I assume we can base on our bid on that instead?
Note(s) on Drawing(s) 29 & 30 seems to confirm this thinking.
A3. Per Section 31 23 17, Part 1.03.E of the Contract Documents, the
Contractor is to hire his own Geotechnical Engineer to determine a suitable
foundation for the tank. The need for a deep foundation shall be made by
the Tank Manufacturer’s Geotechnical Engineer, as registered in the
Commonwealth of Virginia.
Q4. Section 33 16 19, Part 1.06 A.2 - please confirm that Loudoun's Experience
Requirement requires the bidder to have built ten (10) Waterspheroid style tanks of 1
MMG or larger capacity, and in operation for the past ten years. And that this level
2 of 5
takes precedence over the conflicting experience level(s) listed in Article 7.01.C of the
Bid Form (i.e. a watered down version that only requires 3 tanks in the past 5 years; it
also appears to allow someone other than the tank designer/installer to bid as the Prime
on this project) as well as tank spec item 1.5.A.1 (Submittals), both of which will
require revision to match the ten-in-ten requirement.
A4. See changes to the Bidding Documents per Addendum No. 1.
Q5. Section 33 16 19, Part 1.06 A.2.a.2 - the second Tank Manufacturer listed has zero
experience with this style of tank (when considering large capacities such as this one)
and thus the name should be deleted.
A5. No changes to the Bidding Documents will be made.
Q6. Section 33 16 19, Part 3.02.B.4 - please confirm that we are to seal-weld the interior /
underside of the tank's lap welded roof plates. We typcially recomend this so as to
increase the tank's lifespan.
A6. See changes to the Bidding Documents per Addendum No. 1.
Q7. Sheet 29 - The 'ground floor plan' shows the use of a 12' x 12' overhead door. This is
extremely large for this style of tank (Waterspheroid) and will require extensive
stiffening of the tank's "bell" in order to allow this large of an opening. In addition it
will be costly, and thus we suggest Loudoun consider whether a 10' x 10' (or even
smaller) door would provide the access hoped for. There is not a lot of room inside of a
Waterspheroid for truck parking, etc. (like a Composite or Hydropillar provides) so we
don't typically see the need for such as large door.
A7. See changes to the Bidding Documents per Addendum No. 1. Owner will
allow the overhead door to be 10’ X 10’.
Q8. Section "C" shows an 8" 6” Carrier Pipe, as well as the need to "extend it above the
TWL". At the pre-bid meeting please expand on what this system will be used for, who
installs it, and what (if any) responsibilities the tank vendor has on this system.
A8. This carrier pipe will be used for a future chemical dosing application.
Contractor is responsible for installing this 6” steel carrier pipe. Carrier
pipe shall extend 1’ above TWL for future dosing purposed.
Q9. Does the concrete floor inside the tank require any coatings?
A9. Per Section 09 90 00 – 10, Part 3.06.A.1, no paint shall be applied to exterior
masonry and concrete surfaces, unless specifically indicated.
Q10. Sheet 30: The roof-top railing system states 'painted galvanized steel platform and
railing'. One, we typically do not recommend painting galvanized steel, and two, please
confirm that there is no structural platform inside of the railing system (typically the
area is flat enough for workers to walk directly on the tank's roof plates).
3 of 5
A10. See changes to the Bidding Documents per Addendum No. 1.
Q11. Sheet 30: Note 6 references the need for "flat sections" on the roof railing so that future
antenna's can we welded onto them. Does Loudoun have a specific detail they wish us
to provide? Do you anticipate needed "kickers" on the railing also?
A11. No specific detail will need to be provided. A bottom railing can be
included.
Q12. Please confirm the Validity period the bond is to be written for - 60 days?
A12. Loudoun Water’s bid bond is effective 61 days from day of bid opening.
Q13. The Soils Report appears to only provide boring logs and the laboratory test results and
does not have any Recommendations section/summary pertaining to the tank's
foundation. Did the Geotech prepare an interpretive report with his thoughts on the
style of foundation needed (i.e. is that where the micropiles idea, shown in the dwgs,
came from?). How about his estimate for settlement, etc? Note it is very un-common
to have the tank contractor perform this type of analysis.
A13. Data is provided for the Contractor’s information purposes only. Per
Section 31 23 17, Part 1.03.E of the Contract Documents, the Contractor is
to hire his own Geotechnical Engineer to determine a suitable foundation
for the tank. The need for a deep foundation shall be made by the Tank
Manufacturer’s Geotechnical Engineer, as registered in the Commonwealth
of Virginia. Should the Tank Manufacturer’s Geotechnical Engineer
recommend and Contractor elect to install micropiles for the tank
foundation, the micropiles shall be in accordance with Section 31 23 17.
Q14. Please confirm where the tank firm's scope starts/stops as it relates to the Verizon and
Dominion Electric work.
A14. See Section 26 05 02, Part 1.03 of the Contract Documents, for the
Contractor’s responsibility under this Work.
Q15. It was confirmed that the project does not have any BUY-USA, Prevailing Wage, or
MBE requirements, correct?
A15. Correct, there are no BUY-USA, Prevailing Wage, or MBE requirements
for this Project.
Q16. Other than V-DOT road access permits, will Loudoun Water be providing/paying for all
other permits?
A16. Per Section 00800, Supplementary Conditions, Part SC-6.08 Permits:
Loudoun Water will provide the permits listed within this section by Notice
to Proceed.
4 of 5
Q17. Who maintains the gravel road (perhaps Loudoun should consider this effort as a T&M
item since different firms will be using it)?
A17. See changes to the Bidding Documents per Addendum No. 1.
Q18. Will crops continue to be grown in the tank area field? How far around the tank site
does Loudoun have easement rights to?
A18. Loudoun Water will have control of all area within the LOC and these
areas will be used exclusively for construction during the duration of the
Project. Activity outside of the LOC is not under Loudoun Water’s control.
Q19. Is the cul-de-sac address Chambourcin PLACE or COURT (the dwgs and an on-site
sign conflict)?
A19. See changes to the Bidding Documents per Addendum No. 1.
Q20. Who will be approving our design drawings? Loudoun Water or CH2M? Any onsite
third party inspection planned, and if so, who?
A20. Per Section 00800, Supplementary Conditions, Part SC-1.01, at the pre-
construction meeting, Owner will identify the engineering firm that will
assume the role as “Engineer” during the construction of this Work. Third
party inspection firm(s) will also be identified at the pre-construction
meeting.
Q21. It appears that Loudoun Water is providing the VA Special Inspection(s) listed on Dwgs
G4, 5, and 6, including the hiring of the necessary geotechnical and testing agencies,
and that the tank bidder will only need to provide the QA necessary to meet AWWA's
code requirements, correct?
A21. That is correct per the Contract Documents.
Q22. The "Design Criteria Notes" on Drawing G-3 (Sheet 3), Item 12, references an
Allowable Soil Bearing Pressure of only 1500 psf. As with our earlier request for a
copy of the complete Geotechnical Report, please advise how this parameter was
determined (as it appears low for the conditions seen at the site).
A22. Soil bearing capacity is provided based on best available information.
Geotechnical data has been included with the Bidding Documents for
informational purposes only and is not part of the Contract. Per Section 33
16 19, Part 1.03.E of the Contract Documents, the Contractor is to hire his
own Geotechnical Engineer to determine a suitable foundation for the
tank. The Contractor’s Geotechnical Engineer shall complete their own
geotechnical analysis necessary to complete the foundation design. The
Contractor shall submit his/her design for review during construction.
5 of 5
Q23. Sheet 37, Detail 4, shows a funnel style overflow - we typically prefer a siphon style - is
that acceptable?
A23. A siphon style overflow may be submitted for Loudoun Water
consideration during construction, as the Tank Manufacturer is responsible
for the tank design and shall provide signed and sealed design plans
accordingly (as prepared by an Engineer registered in the Commonwealth
of Virginia). The overflow shall be suitable for a minimum of 2,000 gpm at
6-inches above the TCL of 600 feet.
Q24. Our tank's Anchor Bolts are typically A36 vs the higher strength material(s) listed in the
spec, is that acceptable?
A24. See changes to the Bidding Documents per Addendum No. 1.
Q25. Finally, as discussed at the pre-bid, please clarify if Loudoun requires a Site Trailer for
its own use (as we normally would not need/provide one for our forces) and that our
Supervision of the work does not need to be a full time employee (i.e. that site
subcontractor(s) can self-supervise, with the tank firm's PM being off-site as usual).
A25. See changes to the Bidding Documents per Addendum No. 1.
Q26. The marketplace for Steel Plate is currently going thru an upheaval, with normally
stable prices for tank plate going thru the roof in recent weeks. As such we appreciated
hearing that the Board should award the work within 30 days of the bid. Can we expect
a NTP at that same time? If not, how long afterwards will we be released to actually
order steel (and lock down the pricing)? This questions relates to the longer-than-usual
twenty one (21) day Engineering Submittal review period listed in the specs - we would
appreciate consideration of a speedier turn-around of the initial tank design packages.
A26. See Section 00200 Instructions to Bidders, Article 17 Evaluation of Bids and
Award of Contract for the description of the contract award process, and
Section 00700 General Conditions for the description of the NTP timeline.
No changes to the engineer’s submittal review time will be made.
Q27. Please provide a copy of the FAA Determination letter, or advise if they have placed
any special restrictions on both the tank and/or construction crane (i.e. lighting /
marking).
A27. See changes to the Bidding Documents per Addendum No. 1.
END OF Q&As
[ATTACHMENT NO. 1 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
Page i
BID FORM
PROJECT NAME: 600 ZONE WATER STORAGE TANK
LOUDOUN WATER IFB NO.: 2016-001-WTR.00007
TABLE OF CONTENTS
Page
Article 1 – Bid Recipient ................................................................................................................................... 1
Article 2 – Bidder’s Acknowledgements .......................................................................................................... 1
Article 3 – Bidder’s Representations ................................................................................................................ 1
Article 4 – Bidder’s Certification ...................................................................................................................... 2
Article 5 – Basis of Bid ..................................................................................................................................... 3
Article 6 – Time of Completion ........................................................................................................................ 3
Article 7 – Attachments to This Bid ................................................................................................................. 3
Article 8 – Defined Terms ................................................................................................................................. 4
Article 9 – Bid Submittal................................................................................................................................... 5
Bidder's Company Name: ______________________________________________
Virginia Contractor’s License No.: ______________________________________________
[ATTACHMENT NO. 1 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
Page 1
ARTICLE 1 – BID RECIPIENT
1.01 This Bid is submitted to: Loudoun County Sanitation Authority, d/b/a Loudoun Water
Attention: Engineering Department
P.O. Box 4000
44865 Loudoun Water Way
Ashburn, Virginia, 20146
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 Bidding
Documents 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, other related data
identified in the Bidding Documents, and the following Addenda, receipt of which is hereby
acknowledged:
Addendum No. Addendum Date
B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local,
and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost,
progress, and performance of the Work.
D. Bidder has carefully studied all reports and drawings of Hazardous Environmental Conditions,
if any, at the Site that have been identified in SC-4.06 as containing reliable "technical data."
E. Bidder has considered the information known to Bidder; 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 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
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, including applying the specific means, methods, techniques, sequences, and procedures
of construction expressly required by the Bidding Documents; and (3) Bidder’s safety
precautions and programs.
F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does
not consider that further examinations, investigations, explorations, tests, studies, or data are
necessary for the determination of this Bid for performance of the Work at the price(s) 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 Owner written notice of all conflicts, errors, ambiguities, or discrepancies that
Bidder has discovered in the Bidding Documents, and the written resolution thereof by Owner
is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for the performance of the Work for which this Bid is submitted.
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 any thing 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
[ATTACHMENT NO. 1 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
Page 3
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 execution
of the Contract.
ARTICLE 5 – BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following
price(s):
Lump Sum Bid Price $
ARTICLE 6 – TIME OF COMPLETION
6.01 Bidder agrees that the Work will be Substantially Complete and Finally Complete in accordance
with Article 15 of the General Conditions on or before the dates or within the number of calendar
days stated 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 or certified check in the amount of 5% of the
Bid Price;
B. Photocopy of Bidder’s Virginia Contractor’s License;
C. Description of at least three successful elevated steel storage tank projects, of the same type
and of equal or greater capacity as specified in the Contract Documents, which the Bidder has
constructed within the past five years. If the elevated storage tank will be constructed by a
Subcontractor to the Bidder, Bidder shall include this information, prepared by the
Subcontractor, with the Bidder’s Bid. Descriptions shall be typed on Bidder’s (or
Subcontractor’s) company letterhead, and each shall include the project owner, owner’s contact
name(s), phone number(s), and email address(es); the engineer, engineer’s contact name(s),
phone number(s) and email address(es); the final contract price; photographs of the tank; a
description of the size (volume) and height of the tank, and the contract time.
D. Description of at least two elevated steel storage tanks, constructed by the Bidder or its
Subcontractor, presently in potable water service, of the same type and of equal capacity or
greater as specified in the Contract Documents, which have been in satisfactory operation for a
minimum of 10 years. Description shall be provided on Bidder’s (or Subcontractor’s)
company letterhead, and shall include the project owners, owners’ contact name and phone
number; photographs of the tanks; and descriptions of the size (volume) and height of tanks.
E. Each Bidder shall submit with his bid a design sketch of the tank, supporting structure and
proposed foundation to be furnished:
[ATTACHMENT NO. 1 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
Page 4
1. Show all major dimensions of the tank, supporting structure and foundation including but
not limited to tank diameter, riser (pedestal) wall thickness and diameter, the height to the
bottom and top capacity levels, the thickness of the principal plates in the tank, and details
of the tank foundation.
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 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
Page 5
ARTICLE 9 – BID SUBMITTAL
9.01 This Bid is submitted by:
If Bidder is:
An Individual
Name (typed or printed):
By:
(Individual’s signature)
Doing business as:
A Partnership
Partnership Name:
By:
(Signature of general partner -- attach evidence of authority to sign)
Name (typed or printed):
A Corporation
Corporation Name:
State of Incorporation:
Type (General Business, Professional, Service, Limited Liability):_______
By:
(Signature -- attach evidence of authority to sign)
Name (typed or printed):
Title:
(CORPORATE SEAL)
Attest
Date of Qualification to do business in Virginia is ____/____/____.
[ATTACHMENT NO. 1 INSERTED PER ADDENDUM No. 1]
00410 - Loudoun Water Bid Form
Page 6
A Joint Venture
Name of Joint Venture:
First Joint Venturer Name: (SEAL)
By:
(Signature of first joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
Title:
Second Joint Venturer Name: (SEAL)
By:
(Signature of second joint venture partner -- attach evidence of authority to sign)
Name (typed or printed):
Title:
(Each joint venturer must sign. The manner of signing for each individual, partnership, and
corporation that is a party to the joint venture should be in the manner indicated above.)
SUBMITTED on , 20 .
END OF BID FORM
Bidder's Business
Address: _____________________________________________________________
Federal Employer Identification No.: ______________________________________________
Phone No.: ____________________________ Fax No.: __________________________
Bidder’s contact person: _______________________________________________________
E-mail address: _______________________________________________________
[ATTACHMENT NO. 2 INSERTED PER ADDENDUM No. 1]
Loudoun Water
00800 - Supplementary Conditions
Page 1 of 6
SUPPLEMENTARY CONDITIONS
TABLE OF CONTENTS
Page
SC- 1.01 Defined Terms .............................................................................................................. 2
SC- 4.05 Reference Points ........................................................................................................... 2
SC- 4.06 Hazardous Environmental Conditions at the Site ......................................................... 2
SC- 5.04 Contractor’s Insurance .................................................................................................. 3
SC- 6.01 Independent Contractor; Supervision and Superintendence ......................................... 3
SC- 6.02 Labor; Working Hours .................................................................................................. 3
SC- 6.08 Permits .......................................................................................................................... 4
SC- 6.11 Use of Site and Other Areas.......................................................................................... 4
SC- 9.01 General Duties .............................................................................................................. 4
SC- 11.01 Cost of the Work ........................................................................................................... 4
SC- 12.06 Delays ........................................................................................................................... 5
SC- 18.01 Giving Notice ................................................................................................................ 5
Appendix 1 FAA Aeronautical Study No. 2014-AEA-49-OE………………………..........6
Loudoun Water Use Only
Version: July 2015
[ATTACHMENT NO. 2 INSERTED PER ADDENDUM No. 1]
Loudoun Water
00800 - Supplementary Conditions
Page 2 of 6
SUPPLEMENTARY CONDITIONS
PREFACE
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract. All provisions which are not so amended or supplemented remain in full
force and effect.
The terms used in these Supplementary Conditions have the meanings stated in the General
Conditions, unless modified or redefined herein. Additional terms used in these Supplementary
Conditions have the meanings stated below, which are applicable to both the singular and plural
thereof.
The address system used in these Supplementary Conditions is the same as the address system
used in the General Conditions, with the prefix "SC" added thereto.
SC-1.01 Defined Terms
In GC 1.01.A, incorporate the following changes:
23. Engineer-The Project was designed by CH2M Hill. CH2M Hill’s role in the Project
during construction is undetermined at the time of the Bid. At the preconstruction
conference, the Owner will identify the engineering firm that will assume the role
“Engineer” during construction.
SC-4.05 Reference Points
DELETE Paragraphs 4.05.A in its entirety and insert the following:
A. The Project is referenced to the following datums as indicated on the Drawings:
1. Horizontal: NAD 83 Virginia State Plane North Zone
2. Vertical: NAVD 88
B. The Contractor shall contact the Engineer to request the electronic files necessary for
laying out the Work.
C. Contractor shall be responsible for laying out the Work, shall protect and preserve the
established reference points and property monuments, and shall make no changes or
relocations without the prior written approval of Owner. Contractor shall report to
Owner whenever any reference point or property monument is lost or destroyed or
requires relocation because of necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of such reference points or
property monuments by professionally qualified personnel.
SC-4.06 Hazardous Environmental Conditions at the Site
DELETE Paragraphs 4.06.A and 4.06.B in their entirety and insert the following:
A. No reports or drawings related to Hazardous Environmental Conditions at the Site
are known to Owner.
[ATTACHMENT NO. 2 INSERTED PER ADDENDUM No. 1]
Loudoun Water
00800 - Supplementary Conditions
Page 3 of 6
SC-5.04 Contractor’s Insurance
The limits of liability for the insurance referenced by Paragraph 5.04.B.2 of the General
Conditions shall be not less than the following amounts or greater where required by Laws and
Regulations:
Coverage Amount
Workers’ Compensation: Statutory
Employers’ Liability: $1,000,000 each person
Commercial General Liability: $1,000,000 each occurrence
→with a combined single limit of: $2,000,000 annual aggregate
Commercial Automobile Liability : $1,000,000 each occurrence
→with a combined single limit of: $2,000,000 annual aggregate
Excess Liability Insurance, combined single
limit of:
$6,000,000 each occurrence
$6,000,000 annual aggregate
SC-6.01 Independent Contractor; Supervision and Superintendence
The following information supplements the General Conditions, but does not replace the
information contained therein:
C. Regarding Superintendence: Contractor shall have an individual in responsible charge
on the Site at all times during the progress of the Work.
SC-6.02 Labor; Working Hours
The following information supplements the General Conditions but does not replace the
information contained therein.
C. Regarding regular working hours:
1. Regular working hours are defined as 7:00 AM to 4:00 PM working days.
2. If the Contractor desires to perform Work outside regular working hours,
Contractor shall provide its Notice requesting permission to Work outside regular
working hours to Owner three business days in advance of the Work.
3. For Work performed outside regular working hours, the hourly rate charged to the
Contractor for inspection services shall be $100/hr-inspector.
4. By providing Notice to Owner requesting permission to perform Work outside
regular working hours pursuant to SC-18.01, Contractor agrees to be invoiced
separately for the cost of inspection services. Any amount due to Owner for
inspection services that is not paid within 30 days of the date of the invoice shall
be deducted from moneys otherwise due the Contractor.
[ATTACHMENT NO. 2 INSERTED PER ADDENDUM No. 1]
Loudoun Water
00800 - Supplementary Conditions
Page 4 of 6
SC-6.08 Permits
ADD the following Paragraph 6.08.B:
B. Owner has obtained or will obtain the following permits:
1. Loudoun County Building Permit – A foundation (Only) Building Permit will be
provided to the Contractor by the Owner by Notice to Proceed. Contractor will be
responsible for submitting a Building Permit Application to Loudoun County for
the structural review of the tank. Loudoun County will merge the two permits into
one once the second application has been approved. Contractor shall obtain
necessary trade permits required for the Project. The Department of Building and
Development has indicated that all fees associated with the building permit for the
Project will be waived.
2. Loudoun County Grading Permit – A copy of the permit will be provided by the
Loudoun County Inspector at an Erosion and Sediment Control pre-construction
meeting that must be scheduled by the Contractor with Loudoun County prior to
the start of Work. Contractor shall comply with the terms of the permit and shall
be responsible for obtaining release of the permit from Loudoun County prior to
Final Payment.
3. VSMP Permit (Virginia Stormwater Management Program VPDES Construction
General Permit VAR10) - A copy of the permit and SWPPP will be provided to
the Contractor by the Owner by Notice to Proceed, which shall be maintained on
the Sire at all times during the Project. Contractor shall comply with the terms of
the permit and shall be responsible for maintaining the SWPPP current.
4. Virginia Department of Health Certificate to Construct (CTC) - This permit will
be provided to the Contractor by the Owner by Notice to Proceed.
SC-6.11 Use of Site and Other Areas
F. Restoration. Contractor shall restore to original condition all property not designated
for alteration by the Contract Documents. This restoration requirement includes, but
is not limited to, establishing permanent vegetation, replacing existing landscaping
features and sidewalk, and removal of erosion control measures.
SC-9.01 General Duties
The Engineer shall serve as Owner’s representative in performing the following
activities, which are further defined in Paragraph 9.01 of the General Conditions: periodic
site visits, tests and inspections, rejecting defective Work, reviews, payment applications,
claims, meetings, communications, and interpretation and clarification.
SC-11.01 Cost of the Work
ADD the following to Paragraph 11.01-A.5.a.:
Costs will be determined using the established FHWA rates adjusted for geographic
region and equipment model year.
[ATTACHMENT NO. 2 INSERTED PER ADDENDUM No. 1]
Loudoun Water
00800 - Supplementary Conditions
Page 5 of 6
ADD the following Paragraph 11.01-A.5.g.:
g. Equipment not in good operating condition, or larger than required, may be rejected
by the Owner or accepted at reduced rates.
ADD the following Paragraph 11.01-A.5.h.:
h. If an equipment rate has not been established by the Rental Rate Blue Book, the
Contractor may:
1. Use the rate of the most similar model found, considering such characteristics
as manufacturer, capacity, horsepower, age, fuel type, etc. Similar models are
subject to approval by the Owner.
2. Request Equipment Watch to furnish a written response for a rate on the
equipment, which shall be presented to the Owner for approval.
SC-12.06 Delays
ADD the following paragraphs to GC-12.06:
G. The Contractor shall be entitled to an extension of time for such causes only for the
number of days of delay which the Owner may determine to be due solely to such
causes and then only to the extent that such occurrences actually delay the Substantial
Completion or Final Completion of the Project, or defined portions thereof. If the
delay is not solely due to such causes but also is due concurrently to causes for which
the Contractor is not entitled to an extension of time, the Contractor shall not be
entitle to an extension of time for such period of concurrent delay.
H. No extension of time will be granted to the Contractor for delays occurring to parts of
the Work if such delays have no measurable impact on the completion of the total
Work under the Contract; nor will an extension of time be granted for delays to parts
of the Work that are not located on the Project’s critical path.
I. Delays in the delivery of Equipment or material purchased by the Contractor or its
Subcontractors, or in the submission of required Shop Drawings or submittals by the
Contractor’s or its Subcontractor’s materialmen, manufacturers, or suppliers, or in the
performance of any of the Contractor’s Subcontractors or caused by the performance
of any of the Contractor’s Subcontractors, shall not be considered as a just cause for
an extension of time. Except for Owner-furnished equipment, the Contractor shall be
fully responsible for the timely submission, ordering, scheduling, expediting,
fabrication, delivery and installation of all Equipment, materials, and Shop Drawings
or submittals.
SC-18.01 Giving Notice
DELETE paragraph 18.01.A and INSERT the following Paragraphs:
A. Notices may be given by email to the Owner’s project manager except for Notices
required by Articles 12, 16, and 17 of the General Conditions.
[ATTACHMENT NO. 2 INSERTED PER ADDENDUM No. 1]
Loudoun Water
00800 - Supplementary Conditions
Page 6 of 6
B. All Notices required of Contractor under Articles 12, 16, and 17 shall be given
electronically through email and as a hard copy hand delivered or sent via registered
or certified mail postage prepaid to the Project Manager and the Manager of Capital
Construction. Until changed by a party (by giving Notice of the change), the
addresses for Notices to the Owner and Contractor are as set forth in the Agreement.
C. For Notice requesting permission to perform Work outside regular working hours,
Contractor shall complete the online request form, which can be found at the
following internet address:
http://www.loudounwater.org/content/request-overtime-inspections-form
In the box for “Development Company Name”, Contractor shall type in its
company’s name.
Appendix 1 FAA Aeronautical Study No. 2014-AEA-49-OE
Attached and hereby made part of the Supplementary Conditions.
END OF SUPPLEMENTARY CONDITIONS
Attachments:
1. Notice of Intent to Claim form
2. Notice of Claim form
3. Application for Payment Form
600 ZONE WATER STORAGE TANK
[ATTACHMENT NO. 3 INSERTED PER ADDENDUM No. 1]
[INSERTED PER ADDENDUM No. 1]
SUBMERSIBLE MIXER
40 00 00-1
SECTION 40 00 00
SUBMERSIBLE MIXER
1. PART 1 – GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish, install and place in satisfactory operation a submersible tank mixing
system together with control, accessories, fasteners, wiring and conduits and other appurtenances
as necessary for a complete and operable system.
B. Equipment shall be provided in accordance with the requirements of Section 11000 – Equipment
General Provisions.
C. The submersible mixer shall be factory preassembled, factory prewired, and factory tested.
Contractor shall provide copies of all factory tests. Field wiring connections shall terminate on
GFCI-protected disconnect switch in accordance with Division 16.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 01 33 00 - Submittals
B. Division 26 – Electrical
1.05 SUBMITTALS
A. The Shop Drawings shall be submitted for Owner and Engineer review prior to purchase and
installation of submersible mixing system.
B. The Shop Drawings shall be submitted in accordance with Section 01 33 00 – Submittals.
C. Include in each shop drawing NSF-61 Certification of the submersible mixing system to be
installed in the water storage tank.
D. Design Calculations
1. Based on models validated and/or calibrated with experimental data from laboratory-scale
and real scale representative systems for similarly-sized storage facilities, manufacturer
shall provide documentation of completely mixed conditions for equipment configuration.
The manufacturer shall provide documentation of the Computational Fluid Dynamics
(CFD) model parameters and assumptions, tank geometry and dimensions considered,
mesh information, and CPU time required.
2. Analysis shall include the following sections:
a. Velocity vectors and contour plot at different cross-sections.
b. The average flow induced throughout the tank.
c. The corresponding average turnover for the tank (in hours).
600 ZONE WATER STORAGE TANK
[ATTACHMENT NO. 3 INSERTED PER ADDENDUM No. 1]
[INSERTED PER ADDENDUM No. 1]
SUBMERSIBLE MIXER
40 00 00-2
d. The corresponding average power consumption of the mixer.
3. Calculations shall be signed and sealed by a Professional Engineer registered in the
Commonwealth of Virginia.
E. Operations, and Maintenance Manuals shall be in accordance with Section 01 33 00 – Submittals,
Part 1.06 Operation and Maintenance Manuals.
1.06 QUALITY ASSURANCE
A. The mixing system shall be tested prior to deployment according to standard engineering practices
at the factory testing facilities. Certification of this completed testing shall accompany mixer
installation documentation.
B. Manufacturer shall have five (5) mixer system installations of equal to or greater size, each with a
minimum of three (3) years of operation.
1.07 PROTECTION OF EQUIPMENT
A. All equipment shall be boxed, crated, or otherwise protected from damage and moisture during
shipment and handling.
B. Vendor shall notify Contractor of any specific storage conditions or requirements prior to shipping.
PART 2 -- PRODUCTS
2.01 ACCEPTABLE MANUFACTURER
A. The submersible mixer shall be the PAX Mixer as manufactured by PAX Water Technologies, or
equal.
2.02 DESIGN REQUIREMENTS
A. The submersible mixing system shall have the ability to function continuously on a year-round
basis. The mixer shall consist of a low-voltage, submersible motor, an impeller and a non-
submersible control center that houses all control electronics. The impeller and submersible motor
shall be supported approximately three feet in height from the tank floor in order for it to launch a
jet of water from the bottom of the tank up toward the surface of the water. Floating devices are
not acceptable. Mixer duty cycle shall be variable with the size and volume of the tank. Mixer
control and operation shall be independent of tank drain and fill cycles to ensure constant mixing.
Both wet-side and dry-side shall be able to be hoisted, installed, and/or removed by on-site
personnel without additional equipment needed, and so that weight of mixer on tank floor does not
cause damage to interior coating.
B. Mixing system shall completely mix the water in the 1 million gallons water storage tank
according to the following minimum performance requirements. These requirements shall be
measured and validated after installation by the manufacturer.
600 ZONE WATER STORAGE TANK
[ATTACHMENT NO. 3 INSERTED PER ADDENDUM No. 1]
[INSERTED PER ADDENDUM No. 1]
SUBMERSIBLE MIXER
40 00 00-3
1. Temperature Uniformity: All temperatures shall converge to within 1.0°C within 48 hours
after mixer is installed and activated. During continuous operation of the mixer, all
temperatures will converge to within 1.0°C at least once every 24 hours.
2. Disinfectant Residual Uniformity: Disinfectant residual within top five feet of tank and
bottom five feet of tank will converge to within 0.20 ppm within 5 days after mixer is
installed and activated. During continuous operation of the mixer, disinfectant residual will
converge to within 0.20 ppm at least once every 72 hours.
C. Power source for mixer shall be 110VAC.
2.02 MATERIALS – WET-SIDE
A. Each component shall be NSF/ANSI Standard 61 certified.
B. Impeller
1. The impeller shall be a precision casting of AISI Type 316 stainless steel and passivated
per ASTM A380 to minimize corrosion.
2. The impeller shall be specifically designed for the application intended and be dynamically
and hydraulically balanced to within 0.5 gram-inches.
3. The impeller shall be streamlined to prevent cavitation at any rotational speed up to 1500
RPM.
C. Motor
1. Motor shall be sized so that at no time during any operating condition shall the torque
required by the mixer exceed that available continuously from the motor. The rubber seals
shall provide resistance to chlorine and chloramines. The motor shall be a wet type motor
with water tight insulated windings. Motor shall be rated for a maximum of 0.5 HP at
between 500-1200 RPM.
a. AISI Type 304 Stainless Steel body
b. Chlorine/Chloramine resistant rubber seals
c. Fully submersible
d. Low power (0.5 HP maximum)
e. Water-filled motor
f. Water-lubricated motor
D. Mixer Mounting Base
1. The mixer mounting base shall be designed to be placed on the bottom of the water storage
tank with no modification to the tank and no anchorage.
2. Contractor shall coordinate the bottom tank surface profile with the manufacturer to ensure
that the mixer system is installed properly.
600 ZONE WATER STORAGE TANK
[ATTACHMENT NO. 3 INSERTED PER ADDENDUM No. 1]
[INSERTED PER ADDENDUM No. 1]
SUBMERSIBLE MIXER
40 00 00-4
3. The motor and impeller shall be mounted onto a tripod constructed of AISI Type 316
stainless steel.
4. The bottom of the support legs shall be covered with non-skid, non-scratch NSF/ANSI
Standard 61 certified EPDM rubber.
5. Built-in attachments shall be provided to secure motor cable away from the impeller.
6. The weight of the mixer mounting base including the motor and impeller shall not exceed
75-lbs.
7. The overall height of the unit shall not exceed four (4) feet.
2.03 MATERIALS – DRY-SIDE (Motor Control Panel)
A. Motor starters and controls for the mixer shall be provided in a NEMA 3R (gasketed) enclosure
with hinged access cover. Power cable between the mixers and the control panel shall be
furnished by the mixer supplier. The control panel shall include, but not be limited to, the
following:
1. A single pole main circuit breaker.
2. A power supply rated to accept a single phase, 120VAC input, 12A (max.) output. Power
supply shall contain automatic thermal shutoff protection.
3. Motor controller shall contain thermal shut-off protection, current overload protection,
incoming AC line fuses, motor field-supply output fuses, and cage-clamp terminals.
Motor controller shall be DC3E as manufactured by Reliance Electric or equal.
4. The motor control panel shall contain the following devices face mounted to the front of
the enclosure.
i) Red “running” pilot light
ii) Green “Power On” pilot light
All pilot lights and devices shall be 30.5 mm type.
5 Provide “run” and “fail” dry contacts signals back to the PLC for indication.
6. Control panel shall accept “Start” and “Stop” commands from the PLC. Discrete
outputs shall be 120 VAC powered (sourced) from the PLC.
7. The mixer speed shall be determined based on the speed potentiometer setting at the
motor controller. Automatically-activated motor shall shut-off if water level drops below
motor height in tank.
B. Motor Controller/VFD:
Rated to 1.0 HP
Operating temperature range -30°C up to 50°C (-34°F to 122°F)
600 ZONE WATER STORAGE TANK
[ATTACHMENT NO. 3 INSERTED PER ADDENDUM No. 1]
[INSERTED PER ADDENDUM No. 1]
SUBMERSIBLE MIXER
40 00 00-5
Manual speed control (potentiometer)
Thermal shut-off protection built-in
Current overload protection built-in
SCADA outputs included:
Digital Output signal indicating motor running
Digital Output signal indicating fault
Digital Input/output signal allowing remote motor on/off
RS-232 (MODBUS) or RS-485 or Dry Contact connections
C. GFCI-protection
120-volt, 60-Hz, single-phase GFCI included inside control center
40-Amp, 300mA trip level
2.06 CONDUIT
A. Contractor shall provide conduit from control center to tank penetration for submersible motor
cable and penetration through tank for same cable.
PART 3 – EXECUTION
3.01 INSTALLATION
A. Contractor shall coordinate the location and installation of the submersible mixer with the mixer
manufacturer.
B. Contractor shall ensure that the installation of the submersible mixing system will not scratch or
otherwise cause damage to internal tank coating or put undue stress on the materials of the tank
construction. The submersible mixing system and the associated equipment and tools shall fit
through a two-foot diameter hatch.
C. Control and power cable shall be fed through the access tube via water tight bulk head fitting as
manufactured by Cooper Crouse-Hinds or equal.
1. Fitting shall prevent moisture intrusion into access tube and be horizontally oriented.
2. Fitting shall be installed minimum two feet above overflow elevation.
3. Fitting shall be 1 inch diameter fitting to allow cable to pass through.
4. Strain relief for power cable shall be part of the contractor-supplied fitting for tank.
D. The mixer and control center shall be installed in accordance with approved procedures submitted
and as shown, unless otherwise approved in writing from the Factory.
3.02 MANUFACTURER’S FIELD SERVICES
600 ZONE WATER STORAGE TANK
[ATTACHMENT NO. 3 INSERTED PER ADDENDUM No. 1]
[INSERTED PER ADDENDUM No. 1]
SUBMERSIBLE MIXER
40 00 00-6
A. Provide necessary assistance and instruction for installation and adjustment of equipment to the
satisfaction of the manufacturer.
B. Submit written certification jointly to the Owner, the Engineer, and the Contractor that the equipment
supplied or manufactured by their organization has been installed and tested to their satisfaction, and
that all final adjustments thereto have been made. Certification shall include date of final acceptance
field test, as well as a listing of all persons present during tests.
3.03 FIELD TESTING
A. The submersible mixer shall be field tested with the water storage tank full to the maximum water
surface elevation.
B. After field tests are successfully completed as determined by the Engineer, the Contractor shall
operate the submersible mixer over the full range of water levels in the water storage tank for a
continuous period of not less than 48 hours. The Contractor shall correct and resolve all operating
problems, deficiencies, etc., determined as a result of the tests.
- END OF SECTION -
Section 00800
Supplementary Conditions
Appendix 1
FAA -2014 DETERMINATION OF NO HAZARD TO AIR NAVIGATION AND
EXTENSION
ATTACHMENT NO. 4 INSERTED PER ADDENDUM NO. 1
ATTACHMENT NO. 4 INSERTED PER ADDENDUM NO. 1
Mail Processing CenterFederal Aviation AdministrationSouthwest Regional OfficeObstruction Evaluation Group2601 Meacham BoulevardFort Worth, TX 76193
Aeronautical Study No.2014-AEA-49-OE
Page 1 of 1
Issued Date: 07/29/2015
Karen ArnoldLoudoun Water44865 Loudoun Water WayPO Box 4000Ashburn, VA 20146
** Extension **
A Determination was issued by the Federal Aviation Administration (FAA) concerning:
Structure: Water Tank Loudoun Water 600 Zone Water Storage TanksLocation: Leesburg, VALatitude: 38-59-07.00N NAD 83Longitude: 77-34-39.00WHeights: 431 feet site elevation (SE)
200 feet above ground level (AGL)631 feet above mean sea level (AMSL)
In response to your request for an extension of the effective period of the determination, the FAA has reviewedthe aeronautical study in light of current aeronautical operations in the area of the structure and finds that nosignificant aeronautical changes have occurred which would alter the determination issued for this structure.
Accordingly, pursuant to the authority delegated to me, the effective period of the determination issued underthe above cited aeronautical study number is hereby extended and will expire on 01/29/2017 unless otherwiseextended, revised, or terminated by this office. You must adhere to all conditions identified in the originaldetermination.
This extension issued in accordance with 49 U.S.C., Section 44718 and, if applicable, Title 14 of the Codeof Federal Regulations, part 77, concerns the effect of the structure on the safe and efficient use of navigableairspace by aircraft and does not relieve the sponsor of compliance responsibilities relating to any law,ordinance, or regulation of any Federal, State, or local government body.
If we can be of further assistance, please contact our office at (817) 321-7755. On any future correspondenceconcerning this matter, please refer to Aeronautical Study Number 2014-AEA-49-OE.
Signature Control No: 204891405-259018875 ( EXT )Debbie CardenasTechnician
ATTACHMENT NO. 4 INSERTED PER ADDENDUM NO. 1
ATTACHMENT NO. 5 INSERTED PER ADDENDUM NO. 1
ATTACHMENT NO. 5 INSERTED PER ADDENDUM NO. 1
ATTACHMENT NO. 6 INSERTED PER ADDENDUM NO. 1
ATTACHMENT NO. 6 INSERTED PER ADDENDUM NO. 1
top related