Loading...
03-25-96 v • CITY OF ATLANTIC BEACH March 25, 1996 AGENDA Call to order Invocation and pledge to the flag 1. Approval of the minutes of the Special Called Meeting of March 11, and Regular Meeting March 11, 1996 2. Recognition of Visitors: A. Presentation of Proclamation declaring April as Parliamentary Emphasis Month 3. Unfinished Business: A. Appointment to the Tree Conservation Board B. Appointments to the Cultural Arts Board (1) and Recreation Advisory Board (1) C. Accept the bid of Harrell Construction in the amount of$190,219.00 for remodeling the Public Safety Building pursuant to the specifications of Bid No. 9596-6; authorize the City Attorney to draft a contract for this work; authorize the Mayor to execute said contract D. Approval of Change Order No. 4 on Atlantic Beach Wastewater Treatment Plant Expansion Plant Project in the additive amount of$15,651.00 4. Consent Agenda: A. Acknowledge receipt of Fire Department report for the month of February B. Acknowledge receipt of Public Works Projects Status Report 5. Action on Resolutions: 6. Action on Ordinances: A. Ordinance No. 5-96-27 - Public Hearing AN ORDINANCE OF THE CITY OF ATLANTIC BEACH, FLORIDA, AMENDING CHAPTER 2, ADMINISTRATION, ARTICLE v, BOARDS AND COMMISSIONS, DIVISION 2, CODE ENFORCEMENT BOARD, BY AMENDING SECTIONS 2-146(a), JURISDICTION, 2-147, PROCEDURE; HEARINGS,2-148,POWERS, 2-149,PENALTIES; LIEN 2-150, DURATION OF LIEN, AND 2-151, APPEAL, TO CONFORM TO THE APPLICABLE PROVISIONS OF CHAPTER 162,FLORIDA STATUTES, AND PROVIDING AN EFFECTIVE DATE 4.- Page Two AGENDA March 25, 1996 B. Ordinance No. 65-96-23 - Introduction AN ORDINANCE OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE NAMING OF A CERTAIN STREET LOCATED NORTH OF ATLANTIC BOULEVARD; ESTABLISHING THE NAME OF SAID STREET AS ATLANTIC COURT; AUTHORIZING THE MODIFICATION OF THE OFFICIAL MAPS OF THE CITY OF ATLANTIC BEACH TO REFLECT THE NEWLY ADOPTED NAME 7. New Business: A. Authorize execution of First Amendment to Contract with Refuse Services, Inc. B. Award contract to Vortex Biological Service, Inc. for ditch spraying at the bid price of$10,750.00 and monthly maintenance of ditches (one year) $25,008.00, pursuant to the specifications of Bid No. 9596-9 C. Authorize expenditure of$32,212.00 for manpower expenses related to the College JamSplash D. Approve waiving bid procedures and authorize the purchase of a used Jeep for Lifeguards E. Authorize the Mayor to execute contract with Gruhn May, Inc. for construction of water line connection to Oceanwalk F. Approve Change Order No. 2 in the Saltair Subdivision Utility Improvements in the additive amount of$4,600.00 G. Authorize two additional months of professional services during construction of the Saltair Subdivision Utility Improvements H. Accept grants of easements for the Mayport Road Water Main Extension project and authorize the Mayor to execute the easement documents I. Authorize execution of contract with England, Thims and Miller for engineering services in connection with stormwater, water, sewer and paving project from First Street to Saturiba Drive 8. City Manager Reports and/or Correspondence: A. Status report on Capital Improvement Projects B. Report and recommendations relative to improvements in the purchasing procedures C. Report on the status of construction of 16th Street beach access 9. Reports and/or requests from City Commissioners, City Attorney and City Clerk Adjournment If any person decides to appeal any decision made by the City Commission with respect to any matter considered at any meeting, such person may need a record of the proceedings, and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record shall include the testimony and evidence upon which the appeal is to be based. Any person wishing to speak to the City Commission on any matter at this meeting should submit a request to the City Clerk prior to the meeting. For your convenience, forms for this purpose are available at the entrance to the Commission Chambers. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodation to participate in this meeting should contact the City Clerk's office no later than 5:00 PM, March 8, 1996. MINUTES OF THE REGULAR MEETING OF ATLANTIC BEACH CITY COMMISSION HELD IN CITY HALL, 800 SEMINOLE ROAD, AT 7:15 PM ON MONDAY, MARCH 25, 1996 V V O O PRESENT: Lyman T. Fletcher, Mayor T T John S. Meserve E E Tim Reed D D Steven M. Rosenbloom, and Suzanne Shaughnessy, Commissioners (7:30 PM) M S O E AND: James R. Jarboe, City Manager T C I O Y Alan C. Jensen, City Attorney NAME OF 0 N E N Maureen King, City Clerk COMMRS. N D S 0 — The meeting was called to order by Mayor Fletcher. The invocation was followed by the pledge to the flag. 1. Approval of the minutes of the Special Called Meeting of March 11 and Regular meeting of March 11, 1996 MESERVE X X Motion: Approve minutes of the Special Called meeting of REED X X March 11, 1996 ROSENBLOOM X SHAUGHNESSY FLETCHER X No discussion before the vote. The motion carried unanimously. MESERVE X Motion: Approve minutes of the Regular meeting of March REED X X 11, 1996 ROSENBLOOM X X SHAUGHNESSY FLETCHER X No discussion before the vote. The motion carried unanimously. 2. Recognition of visitors: A. Presentation of Proclamation declaring April as Parliamentary Emphasis Month Mayor Fletcher presented a proclamation to members of the First Coast Parliamentarians Association declaring April as Parliamentary Emphasis Month in Atlantic Beach. William McGee, 1831 Selva Marina Drive, expressed concern at the length of time it took to complete some city projects. With respect to the Atlantic Beach Wastewater Treatment Plant Expansion project, he felt the on-site inspector was not cost effective. Minutes - Page 2 March 25, 1996 v V NAME OF COMMRS. MS Y N 3. Unfinished Business: A. Appointment to the Tree Conservation Board Mayor Fletcher nominated Richard Bell for appointment to the Tree Conservation Board and explained Mr. Bell was President of Richard Bell Contractors. MESERVE X REED X Motion: Approve appointment of Richard Bell to the Tree ROSENBLOOM X X Conservation Board SHAUGHNESS! X X FLETCHER X No discussion before the vote. The motion carried unanimously. B. Appointment to the Cultural Arts Board (1) and Recreation Advisory Board (1) MESERVE X Motion: Appoint Nancy DeCandis to the Cultural Arts Board REED x ROSENBLOOM X X SHAUGHNESSY X No discussion before the vote. The motion carried unanimously. FLETCHER X X MESERVE X X Motion: Appoint Mary McGee to Recreation Advisory REED X Board ROSENBLOOM X SHAUGHNESSY X No discussion before the vote. The motion carried unanimously. FLETCHER X X C. Accept the bid of Harrell Construction in the amount of $190,219.00 for remodeling the Public Safety Building pursuant to the specifications of Bid No. 9596-6; authorize the City Attorney to draft a contract for this work; authorize the Mayor to execute said contract Motion: Accept staff recommendations and authorize MESERVE X X entering into a contract with Harrell Construction for expansion REED X and remodeling the Public Safety Building at the bid price of ROSENBLOOM X $190,219.00 FLETCHER SHAUGHNESSY X TCHERX Rick Nooney of Nooney Construction, a bidder on the project, indicated he felt bidders were required to bid on the fire protection sprinkler system since it had been included as an alternate in the specifications. He pointed out the low bidder had not submitted a bid for this item. He noted that since the previous meeting, the city had invited proposals for the sprinkler system and he did not feel this was appropriate. He also pointed out that he had included in his bid details of the type of materials he intended to use while the low bidder had not. He indicated that the low bidder had also not bid on pilings. It was his opinion Minutes -Page 3 v V March 25, 1996 NAME OF COMMRS. MS Y N the city should reevaluate the bids and possibly draft more detailed specifications and rebid the project. Discussion ensued and it was pointed out the project was a"design-build" project and bidders had not been asked to submit the details, at this point, of the type of materials they proposed to use. When the contract was awarded, the contractor would then proceed to design the structure and city staff would negotiate with the contractor regarding the materials, fixtures, appliances, etc. to construct the building for the bid price of$190,219.00. Discussion ensued regarding whether bidders should be required to bid on the alternates, and Commissioner Rosenbloom felt the city was not being consistent in its procedure for handling bids. It was pointed out this was the first time the city had bid a design-build concept and had done so in an effort to save money since this project had been bid previously and all bids had come in over budget. Further discussion ensued and Commissioner Meserve pointed out bidders had been asked to bid on a base building and while one bidder had provided more information than was required, another bidder should not be penalized because he had provided only what had been requested. He felt that by considering base bids only, the bids were much easier to compare. Following further discussion, the question was called and the motion passed on a vote of 3 - 2 with Commissioners Reed and Rosenbloom voting nay. Items 7D and 71 were taken out of sequence and acted upon at this time 7D. Approve waiving the bid procedures and authorize the purchase of a used Jeep for lifeguards Director Thompson recommended purchasing a Jeep to be used as the primary vehicle for lifeguard operations during the 1996 season and using the existing vehicle for back-up purposes. He felt it was difficult to bid out a used vehicle and the lifeguards had found a C-J7, four-speed, 1986 Jeep which would meet their needs and they indicated they could purchase this vehicle for $5,000.00. MESERVE X Motion: Authorize purchase of 1986 Jeep for lifeguard REED X operations as requested ROSENBLOOM X X SHAUGHNESSY X X No discussion before the vote. The motion carried unanimously. FLETCHER X 7I. Authorize execution of contract with England-Thims & Miller for engineering services in connection with stormwater, water, sewer and paving project from First Street to Saturiba Drive Minutes - Page 4 v V March 25, 1996 NAME OF COMMRS. MS Y N Hugh Mathews, England-Thims & Miller, presented a sketch illustrating the scope of work. He indicated the two matters to be considered this evening were the agreement between England-Thims & Miller and the City and approval of the scope of work for the job. Mr. Mathews explained their total fee including sub-consultants, technical, environmental, surveying, etc. was $747,564.00. Motion: Authorize execution of contract with England-Thims MESERVE X & Miller for engineering services in connection with First Street to FLETCHER X Saturiba infrastructure improvements as recommended by staff, subject to review of the contract by the City Attorney In discussion it was pointed out the City Commission would be meeting again the following evening and the City Attorney indicated he would review the contract and present his comments then. MESERVE X Motion: Defer action on execution of contract with England- REED X X Thims & Miller until the meeting on March 26, 1996 ROSENBLOOM X SHAUGHNESSY X X Discussion ensued regarding curbing and guttering and Mr. Mathews explained FLETCHER X St. Johns River Water Management District probably would not approve curbs and gutters on all streets, however, he would negotiate with them in this regard and decisions regarding curbs and gutters would be made during the preliminary design phase. Commissioner Rosenbloom inquired regarding the surveying which had been included in this project and pointed out that surveying work had been done by CH2M Hill in connection with the stormwater master plan. Mr. Mathews indicated that while the CH2M Hill survey data would be helpful, the surveying which would be done under this contract would be much more detailed. The motion carried unanimously. D. Approval of Change Order No. 4 on Atlantic Beach Wastewater Treatment Plant Expansion Plant project in the additive amount of $15,651.00 The City Manager reported he had met with the City Attorney, Public Works Director and the inspecting engineer on the project. He felt the issues which needed to be decided was, who would be responsible for the bill for the work which had been performed, and whether the vendor should be paid. He explained the work was needed and had been carried out and felt the vendor should be paid. The City Attorney indicated he had mailed his comments to the commissioners the previous week. • V V Minutes - Page 5 NAME OF March 25, 1996 COMMAS. MS Y N Motion: Accept staff recommendation and approve Change MESERVE X Order#4 on the Atlantic Beach Wastewater Treatment Plant FLETCHER X Expansion Project Commissioner Meserve felt the city commission had decided at the last meeting that the work was needed and had been completed and the vendor should be paid. The question which remained to be addressed was whether the work which had been done was part of the original contract or whether it was an additive and, therefore, a legal change order. He noted that the consulting engineer and the City Attorney had both indicated that the work was not part of the original contract. The City Manager agreed that the vendor should be paid but felt the matter should be further reviewed to see whether either the design engineer or contractor were in any way at fault for this situation and whether either of them should have any financial liability. Commissioner Shaughnessy agreed that since the work had been done the vendor who performed the work should be paid. However, she agreed the matter should be investigated further to see whether the contractor or the engineer should have any financial responsibility. Commissioner Rosenbloom agreed the bill should be paid but felt that if the contractor had inspected the facility before preparing his bid he should have anticipated the fact that this work would have been required. Alan Potter, 374 Second Street, addressed the City Commission and indicated he had reviewed the matter of the Change Order and presented his comments in his letter dated March 22, 1996, indicating that the change order was unwarranted. Mr. Potter also pointed out that the Davco plant had been taken out of service while the scope of work required that the existing plant must be kept in operation until the new facility was complete (Mr. Potter's letter, with attachments, is attached hereto as Exhibit A). In response to Mr. Potter's comment that the Davco plant had been taken out of service, Doug Layton of Smith& Gillespie pointed out that a decision had been made earlier in the construction scheduling of the project to allow the contractor to overlap two tasks. He pointed out the plant would be back on line within a couple of weeks and there had been no violations. MESERVE X Amended Motion: Approve payment to Masters Plumbing for REED X the work performed in connection with Change Order No. 4 in the ROSENBLOOM X Atlantic Beach Wastewater Treatment Plant Expansion SHAUGHNESSY X X FLETCHER X X The motion carried unanimously. Minutes - Page 6 v V March 25, 1996 NAME OF COMMRS. MS Y N In further discussion, Commissioner Meserve inquired whether the city was in violation of any environmental rules by changing the contract and taking the plant out of service. Doug Layton indicated there had been no violations of the effluent limits from the plant during construction so far. Bob Kosoy indicated they had experienced many problems with the Davco plant in the last few years and when the Davco plant was out of service, the"Poppy Parks" plant had handled the entire flow without any problems. The City Manager was directed to check into the questions which had been raised, including the previous change orders, and also the questions raised by Mr. Potter this evening. *** A brief recess was called and the meeting reconvened at 10:00 pm. 4. Consent Agenda: A. Acknowledge receipt of Fire Department report for the month of February B. Acknowledge receipt of Public Works Projects Status Report The City Commission accepted and approved the Consent Agenda items. 5. Action on Resolutions: None 6. Action on Ordinances: A. Ordinance No. 5-96-27 - Public Hearing AN ORDINANCE OF THE CITY OF ATLANTIC BEACH, FLORIDA, AMENDING CHAPTER 2, ADMINISTRATION, ARTICLE V, BOARDS AND COMMISSIONS, DIVISION 2, CODE ENFORCEMENT BOARD, BY AMENDING SECTIONS 2-146(a), JURISDICTION, 2-147 PROCEDURE; HEARINGS, 2- 148 POWERS, 2-149, PENALTIES; LIEN 2-150, DURATION OF LIEN, AND 2-151, APPEAL, TO CONFORM TO THE APPLICABLE PROVISIONS OF CHAPTER 162, FLORIDA STATUTES, AND PROVIDING AN EFFECTIVE DATE Mayor Fletcher presented in full, in writing, Ordinance No. 5-96-27, said ordinance having been posted in accordance with Charter requirements. He opened the floor for a public hearing and invited comments from the audience. Since no one wished to speak to the ordinance, the Mayor declared the public hearing closed. Minutes - Page 7 V V March 25, 1996 NAME OF COMMRS. MS Y N Motion: Approve adoption of Ordinance No. 5-96-27 on final ME SERVE X reading REED X X ROSENBLOOM X X SHAUGHNESSY X No discussion before the vote. The motion carried unanimously. FLETCHER X B. Ordinance No. 65-96-23 - Introduction AN ORDINANCE OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE NAMING OF A CERTAIN STREET LOCATED NORTH OF ATLANTIC BOULEVARD; ESTABLISHING THE NAME OF SAID STREET AS ATLANTIC COURT; AUTHORIZING THE MODIFICATION OF THE OFFICIAL MAPS OF THE CITY OF ATLANTIC BEACH TO REFLECT THE NEWLY ADOPTED NAME MESERVE X REED X Motion: Approve passage of Ordinance No. 65-96-23 on first ROSENBLOOM x x reading and set for public hearing on April 8, 1996 SHAUGHNESSY X X FLETCHER X No discussion before the vote. The motion carried unanimously. 7. New Business: A. Authorize execution of First Amendment to Contract with Refuse Services, Inc. MESERVE X Motion: Authorize execution of Contract with Refuse Services REED X Inc. ROSENBLOOM X X SHAUGHNESSY X X FLETCHER X No discussion before the vote. The motion carried unanimously. B. Award contract to Vortex Biological Service, Inc. for ditch spraying at the bid price of$10,750.00 and monthly maintenance of ditches (one year) $$25,008.00, pursuant to the specifications of Bid No. 9596-9 MESERVE X Motion: Accept the bid of Vortex Biological Service, Inc. And REED X award contract for annual ditch spraying and maintenance ROSENBLOOM X X pursuant to the specifications of Bid No. 9596-9 SHAUGHNESSY X X FLETCHER X In discussion regarding the ditches to be treated, Commissioner Meserve inquired regarding the area between Fleet Landing and Bull property. Bob Kosoy felt this area was outside the city boundaries but agreed to check into it. Commissioner Shaughnessy inquired regarding the outfall for Oceanwalk retention ponds and Mr. Kosoy indicated he would check to see if maintenance Minutes - Page 8 v V March 25, 1996 NAME OF COMMRS. MS Y N of this outfall was required. The City Manager indicated he felt city crews could maintain some of these areas. No further discussion. The motion carried unanimously. C. Authorize expenditure of$36,212.00 for manpower expenses related to the College Jamsplash Director Thompson reported the city was planning to have a maximum level of staffing to handle the demands placed on the city by JamSplash. This will provide funding of overtime for fire/rescue, police and public works. MESERVE X Motion: Authorize expenditure of$36,212.00 for manpower REED X X expenses related to JamSplash ROSENBLOOM X X SHAUGHNESSY X FLETCHER X No discussion before the vote. The motion carried unanimously. D. Approve waiving bid procedures and authorize the purchase of a used Jeep for Lifeguard Operations This item was taken up earlier in the evening. E. Authorize Mayor to execute contract with Gruhn May, Inc. for construction of water line connection to Oceanwalk MESERVE X X Motion: Authorize execution of Contract with Gruhn May for REED x ROSENBLOOM X X water line connection to Oceanwalk SHAUGHNESSY X FLETCHER X No discussion before the vote. The motion carried unanimously. F. Approve Change Order No. 2 in the Saltair Subdivision Utility Improvements in the additive amount of$4,600.00 Bob Kosoy reported clean-outs were approved in Change Order No. 1. However, some of the existing sewer services were under driveways and the original quotation did not include replacing the concrete. He had received a quote for of$23.00 per square yard for concrete and estimated the total cost to repair driveways would be $4,600.00. MESERVE X X Motion: Approve Change Order No. 2 in the additive amount REED x ROSENBLOOM X Of$4,600.00 SHAUGHNESSY X X FLETCHER X Commissioner Shaughnessy inquired whether additional quotes had been received for the concrete, but after brief discussion, it was felt that the price Minutes - Page 9 v V March 25, 1996 NAME OF COMMRS. MS Y N was reasonable and it was better to do all the work through the same contractor. No further discussion. The motion carried unanimously. G. Authorize two additional months of professional services during construction of the Saltair Subdivision Utility Improvements MESERVE X X Motion: Approve two additional months of professional REED X X services as requested ROSENBLOOM X SHAUGHNESSY X No discussion before the vote. The motion carried unanimously. FLETCHER X H. Accept grants of easement for the Mayport Road Water Main Extension project and authorize Mayor to execute easement documents MESERVE X X Motion: Accept the easements and authorize the Mayor to REED X ROSENBLOOM X execute documents as requested SHAUGHNESSY X X FLETCHER X No discussion before the vote. The motion carried unanimously. I. Authorize execution of contract with England-Thims & Miller for engineering services in connection with stormwater,water, sewer, and paving project from First Street to Saturiba Drive This item was acted upon earlier in the evening. City Manager Reports and/or Correspondence: A. Status report on Capital Improvement Projects The City Manager reported the city is ahead of the schedule required by the Department of Environmental Protection. The city was granted some additional relief from the original schedule. B. Report and recommendations relative to improvements in the purchasing procedures The City Manager reported plans for a centralizing purchasing were continuing and a central receiving operation would be implemented in the near future. A new authorization process for purchasing had been implemented. He indicated the purchasing department was working with Jacksonville to allow Atlantic Beach to "Piggy-back" on their bids which should save Atlantic Beach considerable time and money. Minutes - Page 10 v V March 25, 1996 NAME OF COMMRS. MS Y N The City Manager also reported he was working with the manager of Selva Marina Country Club toward finalizing the plans for beautification of the Selva Marina Drive median. C. Report on the status of construction of 16th Street beach access The City Manager reported the work on 16th Street was complete with the exception of some landscaping. The City Manager reported he was planning to take vacation May 17 - 28, 1996. 9. Reports and/or requests from City Commissioners. City Attorney and City Clerk: The City Clerk reported the City Code was now on the Internet. Commissioner Rosenbloom reported the commitment had been made earlier that day to purchase the bonds to fund the capital improvement projects. Commissioner Reed inquired regarding a letter which had been received from Ed Martin regarding the changes to the city code pertaining to code enforcement. The City Manager advised he had not seen the letter but would check into the matter. Commissioner Meserve reported the city was continuing to work with the city of Jacksonville to extend the sewer service to the Village of Mayport. There being no further business to come before the City Commission, the Mayor declared the meeting adjourned at 10:30 PM. "Or Lyman T. Fletcher Mayor/Presiding Officer ATTEST: ,:i (Q.Gfte-a-ivile/r),_ Maureen King CM City Clerk EXHIBIT A _ • MINUTES — MARCH 25 , 1996 ALAN W. POTTER, SR. 374 Second Street Atlantic Beach, Florida 32233 CERTIFIED MAIL Phone: (904) 249-9954 RETURN RECEIPT P 845 210 952 March 22, 1996 City of Atlantic Beach 800 Seminole Road Atlantic Beach, Florida 32233 Attn: City Commissioners Re: $4,000,000 Wastewater Treatment Plant for the City of Atlantic Beach Subject: Change Orders Dear Commissioners: Pending before you, the Atlantic Beach City Commission, is the $15,651.00 Change Order No. 4 associated with modifications to the existing DAVCO Wastewater Treatment Plant. Also submitted to you, with recommendations from Staff for your approval, has been Change Order No. 3 concerning the existing DAVCO WWTP. Those items were: 1. Removal & disposal of weirs, baffles, piping, etc. $6,929.60 2. Paint Plant $6,391.96 As to the DAVCO WWTP modifications, the recommended total cost for the Change Orders, noted above, is $28,972.56. For your examination and evaluation are documents copied from the Contract Documents. For your convenience, specific information has been highlighted. The attached documents are: Attachment Description A. Invitation To Bid B. Instructions to Bidders C. Scope of Work D. Painting (portions of specification section 9A) E. Bid Proposal Form F. Addendum No. 2 (dated February 8, 1995) G. Re-advertisement -- Invitation To Bid H. Bid Proposal Form (as submitted by Indian River Industrial Contractors, Inc.) I. Engineering Drawing of DAVCO WWTP March 22, 1996 City of Atlantic Beach Page 2 of 2 It is my opinion, after examining the bid documents, the project specifications, and the engineering drawings for the Work (i.e., the Contract Documents), the modifications to the DAVCO WWTP were reasonably and clearly documented. Accordingly, it is my opinion, that the $28,972.56 total cost of the Change Orders is unwarranted. The Atlantic Beach City Commission is respectfully requested to take action appropriate to reject the Change Orders mentioned above; otherwise the citizens will be paying double for the concerned items. Respectfully submitted, Al W. Potter, Sr. AWP/p Attachments q , I • A-1 P 9 X25-2 11, Date: INVITATION TO IIID INotice is hereby given that the City of Atlantic Beach, Florida, will receive sealed bids in the Office of the Purchasing Agent, City Hall, 800 Seminole Road, Atlantic Beach, Florida 32233, I until 2:00 p.m., , 1994, after which time the bids will be publicly opened and read aloud for the Wastewater Treatment Plant Expansion Program. The Construction will be located at Atlantic Beach Wastewater Treatment Plant, 1100 Sandpiper Lane, Atlantic Beach, Florida 32233. The work will be performed on property owner or easements detained by the City of Atlantic Beach, Florida. IThe project related to the Wastewater Treatment Plant Expansion Program includes, but is not limited to the following major work items: I1. Modification and additions to the existing influent structure. 2. Two (2) new biological aeration treatment units. 3. Two (2) new clarifiers 4. New return and waste activated pump stations (7) 5. New blower building and centrifugal blowers (6) 6. New chlorine contact and dechlorination basin and effluent pump station 7. New sulfur dioxide storage and chemical feed system II 8. Modifications to existing chlorination feed system 9. Modifications to existing tankage: 10. Renovation of existing laboratory building, including laboratory furniture and I cabinets 11. New operations building 12. New yard piping 1 13. All related site work 14. All related electrical work 15. All related demolition work All bidders must furnish the following with the bid: 1 1. Bid Bond in the amount of 5% of the bid 2. References testifying to the quality of their work II3. Executed public entities crime certificate Plans, specifications and other Contract Documents are on file and may be examined at the -1 office of Public Works, 1200 Sandpiper Lane, Atlantic Beach, Florida or at Pitrnan-Hartenstein & Associates,Inc., Engineers,7820 Arlington Expressway, Suite 640, Jacksonville,Florida 32211. 1/1 ATTACHMENT A li • 9325-2 A-2 Copies of the Plans and Specifications may be obtained at the offices of Pitman- Hartenstein & Associates, Inc., Engineers, 7820 Arlington Expressway, Suite 640, Jacksonville, Florida 32211. Charges for these Plans and Specifications are for each complete set; with full size drawings; for each complete set with reduced (50%) drawings; or for each set of Specifications; for each set of full size plans; and for each set of reduced (50%) plans. Partial sets of Plans may be obtained for per sheet. Partial sets of specifications will not be issued. All requests for Plans and/or Specifications must be accompanied by a check or a money order in the full amount of the purchase. None of these charges listed will be refundable. City of Atlantic Beach, Florida By: Joan LaVake Purchasing Agent • • . I 9325-2 B-1 INSTRUCTIONS TO BIDDF,R,� • 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders have the meanings assigned them in the General Conditions. The term "Successful Bidder" means the loest, qualified, responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation) makes an award. The term "Bidding Documents" includes the Advertisement for Bids, Instructions to Bidders, the Bid Form and (including all Addenda issued prior to receipt of Bids), Public Entity Crime Form, Bidders Statement of Qualifications, Proposal Contract Documents, and Bidder's Check List.. 2. COPIES OF BIDDING DOCUMENTS 2.1 Plans, specifications, and other Contract Documents Bidders at the offices of Pitman-Hartenstein & Associates, Inc., may be examined Engineers, 7820 7820 Arlthei Expressway, Suite 640, Jacksonville, Florida 32211, Phone: (904) 724-3546 or at the City of Atlantic Beach Public Works Department, 1200 Sandpiper Lane, Atlantic Beach, Florida 32233, Phone (904) 247-5834. 2.2 Complete sets of the Bidding Documents may be obtained under the conditions prescribed in the Advertisement for Bids from ENGINEER, Pitman-Hartenstein & Associates, Inc., engineers, 7820 Arlington Expressway, Suite 640, Jacksonville, Florida, 32211, Phone: (904) 724-3546. The deposit will not be refunded. 2.3 Complete sets of Bidding Documents must be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 3. QUALIFICATIONS OF BIDDERS To demonstrate qualifications to perform the Work, each Bidder must submit written evidence, such as financial data, previous experience, present commitments and other such data as may be called for. Each Bid must contain evidence of Bidder's qualifications to do business in the state where the project is located. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local laws and regulations that may affect cost, progress, performance or furnishings of the Work, and (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders underground facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Articles 6 and 14 of the General Conditions. ATTACHMENT B 11 9325-2 B-2 4.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or P obtain any additional examinations, investigations, explorations, tests and studies and obtain any information and data which pertain to the physical conditions (surface, subsurface, and 10 underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the terms and conditions of the Contract Documents. 111 4.4 On request in advance, Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. .- 4.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands and designated for use by Contractor in performing the Work are identified in the Contract Documents and are the property of the City of Atlantic Beach, Florida. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. 4.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid premised upon performing and furnishing the Work required by the Contract Documents such means, methods techniques, sequences or procedures of construction as may be indicated in or required by the Contract Document, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. INTERPRETATIONS AND ADDENDA 5.1 All questions about the meaning or intent of the Contract Documents are to be directed to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6. BID SECURITY 6.1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five percent of the Bidder's maximum Bid price and in the form of a cashier's check or a Bid bond issued by a surety meeting the requirements of Paragraph 8.1.2 of the General Conditions. 6.2 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Award, Owner may annul the Notice of Award and the Bid security of that Bidder will be forfeited. 7. CONTRACT TIME The dates by which, the Work is to be substantially completed and also completed and ready ' for final payment (the Contract Time) are set forth in the Bid Form and the Agreement. I 9325-2 1B-1 _ SECTION 111 SCOPE OF WORK - 1. SCOPE 1.1 The work under this project consists of the construction of the Wastewater Treatment Plant Expansion Program for the City of Atlantic Beach, Duval County, Florida. 2. OUTLINE OF WORK 2.1 The work includes, but is not limited to, the following items: U 2.1.1 Influent Structure Modifications 2.1.2 Two (2) new aeration tanks 2.1.3 Two (2) new clarifiers with return and waste activated sludge pumps 2.1.4 New chlorination, dechlorination, and effluent pump basins with three (3) new effluent pumps 2.1.5 Modifications to existing DAVCO wastewater treatment plant 2.1.6 Modifications to existing sludge thickener 2.1.7 Modifications to existing RAS/WAS pump station 2.1.8 New blower building with Six (6) centrifugal blowers and generator set 2.1.9 New Operations Building 2.1.10 Modifications to existing Laboratory Building I2.1.11 Modifications to Chemical Feed Building 2.1.12 New Sulfur Dioxide Storage Building 2.1.13 Miscellaneous Demolition 2.1.14 All related structural work 2.1.15 All related electrical and instrumentation work 2.1.16 All related plumbing work 2.1.17 All related heating, ventilation and air conditioning work 2.1.18 All related architectural work 2.1.19 All related site landscaping 2.1.20 All irrigation work 3. ORDER OF WORK 3.1 The first order of work shall be for the Contractor to submit a schedule of work, for approval, prior to starting any work. This schedule must have approval of the Engineer and Owner prior to starting work. L ATTACHMENT _� C 9325-2 1B-2 3.2 The second order of work is to construct the new Wastewater Treatment Plant. The Contractor will be given as free a hand to construct the facilities as is possible; however, the existing plant MUST be kept in continuous operation until the new facility is in complete operation. 3.3 The third order of work is to renovate the existing DAVCO Treatment Plant and Sludge thickener. 4. MEASUREMENT AND PAYMENT 4.1 No additional payment shall be made for the work hereinbefore specified. The Contractor's lump sum bid as set forth in the PROPOSAL,shall constitute full compensation for the work involved in this section. End of Section lB 9325-2 9A-1 111 SECTION 9A PAINTING 1. SCOPE 1.1 The Contractor shall furnish all materials, labor, equipment, and appliances to do all surface preparation, sandblasting, and field painting as indicated on the drawings and specified herein. 2. GENERAL REOUIREMENTS 2.1 Shop painting of materials and equipment is specified under the various sections relating thereto and the section of these specifications entitled MECHANICAL EQUIPMENT - GENERAL. In so far as practicable, the painting materials and methods of application shall be as specified herein. 2.2 The term "paint" as used herein includes emulsions, enamels, paints, stains, varnishes, sealers, and other coatings organic or inorganic, whether used as prime, intermediate, or finished coats. 2.3 A schedule of surfaces to be painted and types and colors of paints to be applied is included. The Contractor shall do a complete painting job throughout the work in accordance with generally approved modern practice for work of high quality. Unless specified otherwise, all materials and surfaces which are customarily painted shall be painted with not less than one shop coat and two field coats, or one priming and two finish coats, of appropriate paint regardless of whether or not the surface to be painted is specifically mentioned. 2.4 All paints shall be stored in a manner to prevent contamination of painting materials after containers are opened. All materials used in paint application shall be stored in a single place and in a manner to prevent spontaneous combustion and contamination by extraneous materials. Oily waste rags, etc., shall be collected daily and either destroyed or stored in tightly sealed metal containers. 2.5 The Contractor that performs this work shall be fully responsible for having his equipment comply with current OSHA regulations, and to have available all Material Safety Data Sheets that pertain to the products used. The submission of the bid by this Contractor confirms an understanding of all conditions pertaining to this work and proper application of materials specified. - 3. COMPATIBILITY OF SHOP AND FIELD PAINTS 1 3.1 To ensure a satisfactory painting job, it is essential that the paints applied in the shop and in the field be mutually compatible. To this end, the Contractor shall determine what field paints are to be used and select shop paints compatible therewith, all as approved by the Engineer. Unless directed otherwise, shop and corresponding field paint shall be of the same manufacturer. ATTACHMENT D 9325-2 9A-2 3.2 Colors shall be as selected by the Engineer and as hereinafter specified. Colors not otherwise indicated or specified shall be approved shades as directed by the Engineer from samples as submitted. 3.3 The Contractor shall submit to the Engineer, for approval, suitable samples of all colors and finish which are to be part of the final work. Samples shall be portable samples, or samples on the surfaces to be painted, or both. All final work shall be in accordance with the approved samples. 3.4 In order to provide a contrast between successive coats, each coat shall be of such tint as will distinguish it from preceding coats. 4. WORK NOT INCLUDED, UNLESS OTHERWISE SPECIFIED 4.1 The following work is not included as part of this contract unless otherwise specified: 4.1.1. Aluminum, copper, brass, bronze, stainless steel, or nichek surfaces. 4.1.2 Shop coating on steel doors, door and window sash and frames, structural steel and fittings. 4.1.3 Acoustical ceiling tile 4.1.4 Baked enamel doors, frames, rails or partitions. 5. WORKMANSHIP 5.1 All materials shall be applied free from runs, sags, wrinkles, streaks, shiners and brush marks. 5.2 All materials shall be applied uniformly. If any reduction of the coating's viscosity is necessary, it shall be done in accordance with the manufacturer's label directions. 5.3 New plaster and other masonry surfaces shall not be primed until it has been determined these substrates have dried sufficiently to safely accept paint. A reliable electronic moisture meter should be used to make this determination. Unacceptable moisture content should be reported to the architect or his representative. 5.4 No exterior painting shall be undertaken if air or surface temperature is below 50° F nor immediately following rain or until frost, dew or condensation has evaporated. Surfaces should be tested with moisture meter before proceeding. Exterior painting shall not be undertaken if wind conditions are above normal limits. 5.5 A minimum interior temperature of 65° F shall be maintained during the actual application and drying of the paint, and until occupancy of the building occurs. Adequate ventilation shall be maintained at all times to control excessive humidity which will adversely affect the curing of coatings. The General Contractor is solely responsible for maintaining suitable temperature and ventilation. Touch up on a painted surface may be affected by significant air or surface temperature changes. 5.6 Before painting begins, all other crafts shall have completed their work, and shall have removed all dirt and debris resulting therefrom. The rooms or areas are to be left in broom clean condition. 1 D • 9325-2 9A-3 • 5.7 Enamel and varnish undercoats are to be sanded smooth prior to the recoating. Tops and bottoms of doors are to be finished in the same manner as door facing, after the carpenters complete fitting of them. 6. MATERIALS 6.1 For convenience of reference, except as noted otherwise, these specifications call for the use of products of Benjamin Moore Company, or equal. The type of product is indicated by the manufacturer's designation by name, by number, or both. Products of other manufacturers substituted, except, insofar as possible, all paints applied to a surface shall be the product of one manufacturer. 6.2 Colors shall be those approved by the architect. A duplicate color chipped schedule will be supplied to the painting contractor. All primers and undercoats are to be tinted to the approximate shade of the selected finish coat. 6.3 The Engineer reserves the right to take a representative sample of any materials the painting contractor brings on the job and have it tested by an approved testing laboratory to verify the materials conform to the specification set forth herein. Cost of test, if required, shall be borne by the painting contractor. 6.4 All paint and coatings must be delivered to the job site in manufacturer's original containers. 6.5 The contractor shall prepare proper size acceptable samples of each color and sheen required for approval by the project Engineer. 6.6 It is to be understood by the General Contractor and the Painting Contractor that all coatings must conform to all state and local regulations including VOC rules at the time of application. 7. PREPARATION OF SURFACES 7.1 The painting contractor shall be wholly responsible for the quality of his work, — and is not to commence any part of it until surface is in proper condition. 7.2 If the painting contractor considers any surface unsuitable for proper finishing, he is to notify the Engineer of this fact in writing. He is not to apply any material until corrective measures have been taken, or the Engineer has instructed him to proceed. 7.3 All surfaces are to be clean. If for any reason the surface cannot be cleaned, this condition shall be promptly reported to the General Contractor and Engineer. 7.4 If the painting.contractor has been instructed by the General Contractor to begin painting under conditions and circumstances he believes could result in poor performance and early failure of the coatings, he shall request the Engineer for a decision in writing. 7.5 The prime coat should be applied soon after the surface preparation has been PP � P P completed to prevent contamination of the substrate. I F 9325-2 9A-4 8. INSPECTION 8.1 Any work not conforming to the specifications or does not meet with the approval of the architect, shall be removed or corrected and/or repainted as approved by the architect. 9. REMOVAL 9.1 Upon completion of a room or area, it shall be left in a clean and orderly condition, and all paint spatters, contaminated rags, and trash shall be removed. 9.2 Upon completion of the job, the painting contractor is to remove all surplus materials, scaffolds, etc., from the premises that relate to his trade. He shall clean all window glass free of excess paint and spatters, and remove paint that has been misplaced on other surfaces. - 10. SURFACE PREPARATION 10.1 Exterior Surfaces - New Construction 10.1.1 Masonry Surfaces: 10.1.1.1 All surfaces must be thoroughly brushed with a stiff fiber brush to remove loose particles, with particular emphasis on stucco surfaces and mortar courses. 10.1.1.2 Surfaces are to be dry, free of greasy residue, mortar and asphalt spatters. 10.1.1.3 Cracks, joints, and large voids are to be filled by repointing, caulking or other approved means. Note: if honeycomb in poured or precast concrete surfaces is to be filled, this should be specified. 10.1.1.4 Form release agents are to be removed with appropriate solvents, and laitance deposits must be removed by hand or power wirebrushing, or other appropriate means. 10.1.1.5 Poured concrete and precast concrete must be allowed to cure for 60-90 days; block and stucco surfaces must be allowed to cure for 30-60 days. 10.1.2 Metal - Ferrous: 10.1.2.1 All surfaces must be free of residual deposits of grease and oil, and shall be cleaned in accordance with SSPC-SP1-63, "Solvent Cleaning." 10.1.2.2 Surfaces that exhibit rust formation, mill scale, etc., must be cleaned in accordance with SSPC-SP2-63 "Hand Tool Cleaning," or SSPC-SP3-63 "Power Tool Cleaning." Particular care is to be exercised to remove welding flux, slag and fume deposit as is possible by blast cleaning, washing with water, phosphate rinsing or power tool cleaning. Weld spatters and burrs must be removed. Primer ' 9325-2 9A-9 10.3.3.4 All structural cracks and crevices are to be filled with appropriate patching compounds. 10.3.3.5 Old cracked and loose caulking is to be removed and replaced with a high quality caulking compound. 10.3.3.6 Prime surfaces as indicated in the finish schedule. 10.3.4 All previously painted surfaces that are scheduled for immersion must be blasted to clean steel or bare masonry substrate. I 10.4 Interior Surfaces - Previously Painted 10.4.1 Plaster and Drywall - Walls and Ceilings: 10.4.1.1 Remove all peeling or scaling paint by scraping. Sand areas _ thoroughly to feather edges smooth with adjacent surface. 10.4.1.2 Cracks, holes and blemished areas are to be filled and sanded flush with adjacent surfaces, then spot primed with finish coating. 10.4.1.3 Surfaces that have been defaced with marking pens, crayons, lipsticks, etc., should be washed with solvents, then spot primed with Moore's SPS or QD-30 to control rresidual "bleeding." ■ 10.4.1.4 Walls and ceilings in kitchens and bathrooms are to be thoroughly washed with a detergent solution. 10.4.1.5 Glossy surfaces are to be dulled by sanding lightly with #00 sandpaper. 10.4.1.6 Ceilings or walls that exhibit water stains are to be sealed with Moore's SPS or QD-30. 1 10.4.2 Masonry - Poured/Precast Concrete, Cement/Cinderblock Walls: 10.4.2.1 Remove all peeling and scaling paint by scraping and sanding. 10.4.2.1 All surfaces are to be free from greasy and oily deposits. Structural cracks and holes to be filled with appropriate patching compound, then spot primed with finish coat. 10.4.2.2 Surfaces that have been defaced with marking pens, ' crayons, lipsticks, etc., should be washed with solvents, then spot primed with Moore's SPS or QD-30 to control residual "bleeding." ' 10.4.2.3 Glossy surfaces should be dulled by sanding lightly with #00 sandpaper I i .9325-2 9A-11 11. FINISH SCHEDULE 11.1 Exterior Surfaces ■ 11.1.1 Stucco/Concrete Elastomeric Waterproofing Prime Coat: Moore's Alkyd Masonry Sealer (077) Finish: 1 or 2 coats Moorlastic Acrylic Waterproof Coating (055) (to achieve a dry film thickness of 10 mils) 11.1.2 Metal -Ferrous (Hand rails, railings) First Coat: Alkyd Metal Primer (M06) Second and Third Coat: Urethane Alkyd (M22) 11.1.3 Metal -Ferrous (Machinery & Misc. Steel: non-immersion) First Coat: Alkyd Metal Primer (M06) Second and Third Coat: Urethane Alkyd (M22) (2 mils dft per coat) 11.1.4 Metal -Ferrous (Machinery, Rakes & Misc. Steel: immersion) First and Second Coat: Coal Tar Epoxy (M47/M48) (155 sq. ft. per gal/ 8 mils DFT per coat) 11.1.5 Piping (non immersion) First Coat: Polyamine Epoxy Metal Primer (M33/M34) (400 sq. ft. per gal/2 mils DFT) Second Coat: Aliphatic Acrylic Urethane (M74/M75) (400 sq. ft. per gal/2 mils DFT) 11.1.6 Pumps & Valves, Rakes (non immersion) First and Second Coat: High Build Polyamide Epoxy (M36/M39) (235 sq. ft. per gal/4 mils DFT per coat) 11.1.7 Metal - Non-Ferrous/Galvanized (pipes. &equipment) First Coat: Acrylic Metal Primer (M04) Second and Third Coat: Urethane Alkyd (M22) (2 mils dft per coat) 11.1.8 Aeration Tank (immersion) First and Second Coat: Coal Tar Epoxy (M47/M48) (155 sq. ft. per gal/8 mils DFT per coat) 9325-2 • 9A-12 11.1.9 Clarifier, Digesters, Effluent Channels, Chlorine Contact Basins Grit Chambers (immersion) First and Second Coat: Coal Tar Epoxy(M47/M48) (155 sq. ft. per gal/ 8 mils DFT per coat) 11.1.10 Lift Stations Steel & Equipment: First and Second Coat: Coal Tar Epoxy (M47/M48) (155 sq. ft. per gal/8 mils DFT per coat) 11.2 Interior Surfaces 11.2.1 Plaster & Drywall Semigloss Finish/Vinyl Acrylic Latex Prime Coat: Moorcraft Acrylic Latex Primer(284) Finish: Two Coats Moorcraft Acrylic Latex Semigloss (276) 11.2.2 Wood: Painted Semi-Gloss Finish/Vinyl Acrylic Latex (non-yellowing) Prime Coat: Moorcraft Alkyd Enamel Underbody (269) Finish: Two coats Moorcraft Latex Semigloss (276) 11.2.3 Concrete/Masonry Semi-Gloss Finish /Vinyl Acrylic Latex Prime Coat: Moorcraft Acrylic Latex Primer. (284) Finish: 2 coats Moorcraft Acrylic Latex Semigloss (276) 11.2.4 Concrete Block Semigloss Finish/ Vinyl Acrylic Latex Prime Coat: Moorcraft Acrylic Latex Block Filler (285) Finish: Two Coats Moorcraft Acrylic Latex Semigloss (276) 11.2.5 Metal -Ferrous Semi-Gloss Prime Coat:Alkyd Metal Primer (M06) Finish: Two coats Moorcraft Acrylic Semigloss Enamel (271) 11.2.6 Metal - Non-Ferrous/Galvanized Semi-Gloss Prime Coat: One coat Moore's Acrylic Metal Primer (M04) Finish: Two coats Moorcraft Acrylic Semigloss Enamel (276) 9325-2 D-1 - Revised Revision Date: January 23, 1995 BID PROPOSAL FORM Wastewater Treatment Plant Expansion Program City of Atlantic Beach, Florida Date: To: CITY OF ATLANTIC BEACH From: In accordance with Advertisement for Bids inviting Proposals for accomplishing the construction of Wastewater Treatment Plant Expansion Program for the CITY of ATLANTIC BEACH, FLORIDA, subject to the conditions and requirements of the Contract Documents, all of which so far as they relate to the Proposal, are made a part of thereof, the undersigned herewith proposes to accomplish the specified work or indicated portions thereof, for the unit and/or lump sum prices contained in the following Proposal Schedule, resulting in the Total Bid as follows: A. PROPOSAL SCHEDULE I. TOTAL BASE BID Item No. Brief Description in Both Words and Figures Total Figure (1) Furnish all labor, material, tools, equipment and work to construct the Wastewater Treatment Plant Expansion Program, except for additive bid items, as indicated on the drawings and/or specified, complete and ready for operation, including a cash allowance of$10,000.00 for payment to thg Jacksonville Electric Authority and Southern Bell for the new and modifications to the existing power and telephone services, for the lump sum price of: dollars and cents ATTACHMENT E 9325-2 D-3 - Revised Revision Date: January 23, 1995 (6) Additive Bid E to furnish all labor, materials, tools, equipment to install New Blower No. 6 in the New Blower Building including piping, electrical, controls, etc., as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: Dollars and Cents $ (7) Additive Bid F to furnish all labor, materials, tools, equipment to perform demolition of the existing clarifier mechanisms and aeration system and to construct the new aeration system in the Existing Wastewater Treatment Plant No. 2 (DAVCO) as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: Dollars and Cents $ (8) Deductive Bid G - Furnish all Material, Equipment, Tools, and Work to Construct the 700KW electric Generator Set in lieu of the 1100 KW electric generator set, automatic transfer switch to remain as sized in the Base Bid, locate fuel storage and piping as indicated, and provide primary power source as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: Dollars and Cents $ B. COMPLETION OF WORK, LIQUIDATED DAMAGES, AND INSPECTION COSTS The Contractor shall begin work on the date established in the written Notice to Proceed from the OWNER. The work shall be substantially complete within four hundred fifty (450) consecutive calendar days including the date of Notice to Proceed, Sundays and holidays. Final completion shall be within five hundred ten (510) consecutive calendar days from the date of the Notice to Proceed including Sunday and holidays. Letter of Notice to Proceed will be issued fifteen (15) calendar days prior to actual date established. It is hereby agreed and understood that the amount of liquidated damages and inspection costs that shall become due to the OWNER in case final completion of the work is delayed beyond the ADDENDUM NO. 2 February 8, 1995 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx r'^ SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WASTEWATER TREATMENT PLANT EXPANSION PROGRAM CITY OF ATLANTIC BEACH, FLORIDA xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx PITMAN HARTENSTEIN & ASSOCIATES, INC., ENGINEERS 7820 ARLINGTON EXPRESSWAY, SUITE 640 JACKSONVILLE, FLORIDA 32211 ENGINEER'S PROJECT NO. 9325-2 DATED JULY 1994 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx To: Prospective Bidders and Others Concerned BIDDING REQUIREMENTS: The following changes and/or additional information as referenced, are hereby made part of the subject Contract Documents which are dated July 1994. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may be cause for disqualification of Bidder. SPECIFICATIONS ITEM NO. 1: BID DATE A. The Bid Date is hereby changed from February 14, 1995 to Thursday, February 23, 1995, at 2:00 PM. ITEM NO. 2: BID PROPOSAL FORM A. Delete the Bid Proposal Form in its entirety and replace with the attached revised Bid Proposal Form, pages D-1-Rev through D-12 Rev, Revision Date February 8, 1995. ITEM NO. 3: GENERAL CONDITIONS A. Article Number 9, Paragraph 9.7, Permits, Laws, and Regulations, the Contractor is required to obtain all necessary building permits, however, no charges will be assessed for permits obtained through the City of Atlantic Beach Building and Zoning Department. ATTACHMENT 1 • ADDENDUM NO. 2 February 8, 1995 B. Paragraph 2.4.B.1; replace the 1st sentence with the following: "1. Minimum CPU requirements shall include 12K register memory and I/O capacity of 960 inputs/outputs." C. Paragraph 2.4.B; add the following subparagraph: "3. The minimum processor configuration for the main instrumentation panel PLC shall consist of one 10-slot plug-in rack assembly with CPU module and rack power supply, and one 10-slot expansion rack with separate rack power supply." D. Paragraph 2.4.C; add the following subparagraph: "3. The minimum I/O module configuration for the main instrumentation panel PLC shall include ten digital input modules, four digital output modules, and two analog input modules." E. Paragraph 2.3.A.1; 1st sentence; replace "electronic 4-pen" with "electronic, 1-, 2-, 3- or 4-pen as indicated,". DRAWINGS: ITEM NO. 17: SHEET NO 29, DRAWING NO. M-13, NEW AERATION TANK Nos. 1 & 2 - PARTIAL PLANS A. Attach the attached Figure Nos. 1, 2 & 3 dated 2-8-95 reflecting locations of expansion couplings, expansion supports and fixed supports for the stainless steel air main. Figure Nos. 2 & 3 provide details of the pipe support system. ITEM NO. 18: SHEET NO 47, DRAWING NO. M-31, MODIFICATION TO EXISTING WWTP NO. 2, BASE BID A. Delete the notes on the left hand side of the drawing indicating "NEW WORK" and "DEMOLITION". B. Delete the following note "EXTEND EXIST. 8"x4" AIR MAIN". C. Delete Notes 1 & 2 in the lower left hand corner of the drawing in their entirety. D. As clarification, no demolition or new aeration work is to be performed in the Existing WWTP No. 2 under the BASE BID. Work at this structure under the BASE BID is limited to the NEW SCUM PUMP STATION and INDUCTOR, complete and operational, and the external peripheral piping. 7 • ,„. ;: .• CITY OF iieleutreGecid - Tau-dd. 800 SEMIINOIE ROAD �._�_ �'�.— �- .—.....__--•-._.._ ._..._,�.. _._-- ATLANTIC BEACH,FLORIDA 32233-5445 4T. TLLEPHONE(904)247-5800 , FAX(904)247.5805 March 6, 1995 RE-ADVERTISEMENT CITY OF ATLANTIC BEACH INVITATION TO BID NOTICE is hereby given that the City of Atlantic Beach, Florida, will receive sealed bids in the Office of the Purchasing Agent, City Hall, 800 Seminole Road, Atlantic Beach, Florida 32233, until 2;00 PM, April 6, 1995, after which time the bids will be publicly opened and read aloud for the WASTEWATER TREATMENT PLANT EXPANSION PROGRAM. All bidders must be prequalified by the City of Atlantic Beach before their bids will be considered. Bidders are required to submit information to the City which clearly proves that they meet the City's prequalification criteria by March 16, 1995. A mandatory pre-bid meeting for qualified bidders will be held March 23, 1995. Bids shall be enclosed in an envelope endorsed "BID NO. 9495-7 - WASTEWATER TREATMENT PLANT EXPANSION PROGRAM, TO BE OPENED AFTER 2:00 PM, THURSDAY, APRIL 6, 1995." Bidders may obtain plans and specifications from the Office of the Purchasing Agent, 800 Seminole Road, Atlantic Beach, Florida, checks payable to Pitman-Hartenstein & Associates, Inc. , Engineers. The cost of a full-size set of plans is $130.00, the reduced-size set of plans is $40.00, and the specifications book is $40.00, TO PLAN HOLDERS OF RECORD: The plans and specifications provided to you, and Addendum #1, Addendum #2, and Addendum #3, have not changed and will remain the same. Plans, specifications and other Contract Documents are on file and may be examined at the Office of Public Works, 1200 Sandpiper Lane, Atlantic Beach, Florida, the offices of Pitman-Jfartenstein & Associates, Inc. , Engineers, 7820 Arlington Expressway, Suite 640, Jacksonville, Florida 32211, the Construction Bulletin and the Dodge Report. The construction will be located at Atlantic Beach Wastewater Treatment Plant, 1100 Sandpiper Lane, Atlantic Beach, Florida 32233. The work will be performed on property owned or easements obtained by the City of Atlantic Beach, Florida. The Wastewater Treatment Plant Expansion Program project includes, but is not limited to, the following major work items: 1. Modification and additions to the existing influent structure. 2. Two (2) new biological aeration treatment units. 3. Two (2) new clarifiers. 4. New return and waste activated pump stations. 5. New blower building and centrifugal blowers. ATTACHMENT G • MAR- 2-95 THU 9 :57 CITY ATLANTIC E. PURCH. 9942475147 P. 04 6. New chlorine contact and eechlorination basin and effluent pump station. 7. New sulfur dioxide storage and chemical feed system. 8. Modifications to existing chlorination feed system. 9. Modifications to existing tankage. 10. Renovation of existing laboratory building, including laboratory furniture and cabinets. 11. New operations building. 12. New yard piping. 13. All related site work 14. All related electrical work. 15. All related demolition work. DOCU:;ENTS REQUIRED TO BE SUBMITTED IN BID PACKAGE AT BID OPENING: 1. Bid Bond in the amount of 57. of the bid. 2, Executed Public Entity Crimes certificp.te. 3. ORIGINAL Insurance Certificates (copies or Xeroxes are UNACCEPTABLE) , naming the City of Atlantic Beach as Certificate Holder: showing they have obtained and will continue to carry Workers' Compensation, public and private liability, and property damage insurance during the life of the contract. 4. References testifying to the quality of work. 5. Proof of Contractor's Licenses (copies ARE acceptable) . 6. Signed copy of Document Requirements Checklist. A Peformance and Payment Bond will be required of the successful bidder. Bid prices must remain valid for sixty (60) days after the public opening of the bids. Goods and services proposed shall meet all requirements of the ordinances of the City of Atlantic Beach. The City of Atlantic Beach reserves the right to reject any or all bids or parts of bids, waive informalities and technicalities, make award in whole or part with or without cause, and to make the award in what is deemed to be in the best interest of the City of Atlantic Beach. IDENTICAL TIE BIDS - In accordance with Section 287.087, Florida Statutes, effective January 1, 1991, in a "TIED BIDS" situation, preference shall be given to businesses with a drug-free workplace program in place. A form for this certification is included with the bid documents, but is not a requirement to bid. Joan LaVake Purchasing Agent * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * FLORIDA TIMES-UNION: Please publish one time on Sunday, March 5, 1995. Submitted by Joan LaVake -- 247-5818 9325 2 EXHIBIT "B" D-1 - Revised Revision Date: February 8, 1995 BID PROPOSAL FORM Wastewater Treatment Plant Expansion Program City of Atlantic Beach, Florida Date: April 6, 1995 To: CITY OF ATLANTIC BEACH From: Indian River Industrial Contractors, Inc. In accordance with Advertisement for Bids inviting Proposals for accomplishing the construction of Wastewater Treatment Plant Expansion Program for the CITY of ATLANTIC BEACH, FLORIDA, subject to the conditions and requirements of the Contract Documents, all of which so far as they relate to the Proposal, are made a part of thereof, the undersigned herewith proposes to accomplish the specified work or indicated portions thereof,for the unit and/or lump sum prices contained in the following Proposal Schedule,resulting in the Total Bid as follows: A. PROPOSAL SCHEDULE I. TOTAL BASE BID Item No. Brief Description in Both Words and Figures Total Figure (1) Furnish all labor, material, tools, equipment and work to construct the Wastewater Treatment Plant Expansion Program, except for additive and deductive bid items, as indicated on the drawings and/or specified, complete and ready for operation, including a cash allowance of $10,000.00 for payment to the Jacksonville Electric Authority and Southern Bell for the new and modifications to the existing power and telephone services, for the lump sum price of: e /14.4, N/�vE li�r.,�r�,lE�.� 747./7 des -anti / $ 3 95/ 850 alohru 6 e eo X744. ATTACHMENT H • 9325-2 D-2 - Revised Revision Date: February 8, 1995 II. LUMP SUM - ADDITIVE AND DEDUC:ITVE BID ITEMS Item No. Brief Deductive Description in Both Words and Figures Total Figure (2) Additive Bid A to furnish all labor, materials, tools, equipment to construct the New Operations Building, including paving, earthwork, irrigation, landscaping, piping, etc., as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: ONE ht,,.►j 2E,p ' L (4 ,a.,o p bti�� Dollars and --po ' c�o -Cents $ $v o 0 0 (3) Additive Bid B to furnish all labor, materials, tools, equipment to construct the Modifications to the Existing Laboratory Building, including demolition, piping, etc., as indicated on the drawings or specified, complete and ready for operation and providing a temporary trailer for laboratory relocation during construction for the Lump Sum Price of: TOTAL: i Tu.) \rti, Dollars and Oc7 — -ScQo- Cents $ 2 --70C) 1 (4) Additive Bid C to furnish all labor, materials, tools, equipment to construct the New Screenings Conveyor at the influent Structure, including paving, earthwork, irrigation, landscaping, electrical, etc., as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: Sc rc,n 44-.0 flc,s lX o t c, 4. Q Dollars and _40 -jrEa — Cents $ 75,200 (5) Additive Bid D to furnish all labor, materials, tools, equipment to install New WAS Pump No. 2 at the New RAS/WAS Pump Station, including piping, electrical, controls, etc., as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: Nineteen Thousand Seven Hundred Thirty-nine Dollars and 00/100 Cents $ 19,739.00 9325-2 D-3 - Revised Revision Date: February 8, 1995 (6) Additive Bid E to furnish all labor, materials, tools, equipment to install New Blower No. 6 in the New Blower Building including piping, electrical, controls, etc., as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: a � 2c L 413u,:i-Prisk e/ Dollars and — Zct,, — Cents $ 53 'oo (7) Additive Bid F to furnish all labor, materials, tools, equipment to perform demolition of the existing clarifier mechanisms and aeration system and to construct the new aeration system in the Existing Wastewater Treatment Plant No. 2 (DAVCO) as indicated on the drawings or specified, complete and ready for operation for the Lump Sum Price of: TOTAL: S . :i r 0(A Dollars and Cents $ 46 700 (8) The Base Electrical Generation System, within the TOTAL BASE BID, shall include providing a new 1100 KW standby electric generator set, removal and purchase of the existing 300 KW standby electric generator set, removal and purchase of the existing 600 amp automatic transfer switch without enclosure, and sub-feed of MCC1 from the load side of the new main switchboard automatic transfer switch. The Alternate Electrical Generation System shall include providing a new 700 KW standby electric generator set, and sub-feed of MCC1 from the line side of the new main switchboard automatic transfer switch. The existing 300 KW standby electric generator set and 600 amp automatic transfer switch shall remain in service. The standby electric generator set ancillary facilities as required under the Base, including fuel storage tank, fuel piping, day tank, etc., shall be provided under the Alternate. • 9325-2 D-4- Revised Revision Date: February 8, 1995 (8) (Continued) Deductive Bid G - Furnish all Material, Equipment, Tools, and Work to Construct the Alternate Electrical Generation System in lieu of the Base Electrical Generation System, complete and ready for operation for the Lump Sum Price of: TOTAL: Thirty-four Thousand Five Hundred Fifty Dollars and 00/100 Cents $ 34,550.00 B. COMPLETION OF WORK. LIQUIDATED DAMAGES.AND INSPECTION COSTS The Contractor shall begin work on the date established in'the written Notice to Proceed from the OWNER. The work shall be substantially complete within four hundred fifty (450) consecutive calendar days including the date of Notice to Proceed, Sundays and holidays. Final completion shall be within five hundred ten (510) consecutive calendar days from the date of the Notice to Proceed including Sunday and holidays. Letter of Notice to Proceed will be issued fifteen (15)calendar days prior to actual date established. It is hereby agreed and understood that the amount of liquidated damages and inspection costs that shall become due to the OWNER in case final completion of the work is delayed beyond the time stipulated, as provided in the paragraph of the GENERAL REQUIREMENTS entitled "Time of Completion, Liquidated Damages, and Inspection Costs", shall be One Thousand Dollars ($1,000.00) per day for each and every day, Sundays and holidays, included, that final completion of the work is so delayed, until date of Final Acceptance by the OWNER; notwithstanding issuance of a Certificate of Substantial Completion on the project. Inspection costs, including support services, shall be in accordance with the inspection effort required after expiration of Contract Time. C. LIST OF MAJOR SUBCONTRACTORS The Bidder expressly agrees that: 1. If awarded a Contract as a result of this Proposal, the major Subcontractors used in the prosecution of the work will be those listed below. 2. The following list includes all Subcontractors who will perform work in the amount of approximately$10,000 or more on this Contract. 3. The Subcontractors listed below are financially responsible and are qualified to do the work required. Category JJame of Subcontractor Address Plumbing Ray's Plumbing Jacksonville, Florida Electrical Cogburn Bros. Electric Co. Jacksonville, Florida Air Conditioning Thigpen Heating & Cooling, Inc. Jacksonville, Florida Prestress Concrete Gate Concrete Products Jacksonville, Florida • • 9325-2 D-5 - Revised Revision Date: February 8, 1995 Category Name of Subcontractor Address • D. MAJOR ITEMS OF EQUIPMENT In connection with the major items of equipment to be supplied and installed in the Proposal Schedule, the following tabulation is submitted for selection by the OWNER of the particular manufacturer or supplier of the major items of equipment to be incorporated in the project. Contract price is to be adjusted accordingly, by change order, after Base Bid award of Contract. Equipment Item Amt. to Add or DEDUCT from price Manufacturer or Supplier ADE DEDUCT 1. Laboratory Equipment(Cabinetry) (Section 11A) (a) Fisher-Hamilton $ X $30XXX (Used in Base Bid) (b) $ $ (c) $ $ (d) $ $ 2. Office Furnishings (Section 12A) (a) International Interiors $ X $)COCX (Used in Base Bid) (b) $ $ (c) $ $ (d) $ $ 9325-2 D-6 - Revised Revision Date: February 8, 1995 Equipment Item Amt. to Add or DEDUCT from price • Manufacturer or Supplier ADD DEDUCT 3. Screenings Conveyor (Section 14B) (a) k t 11✓ sxxxx $XXxx (Used in Base Bid) (b) $ $ (c) $ $ (d) $ $ 4. HVAC Equipment (Section 15B) (a) Weatherking $XXXX $XXXX (Used in Base Bid) (b) $ • $ (c) (d) $ $ 5. Valves and Appurtenances (Plug Valves) (Section 15H) (a) DeZurik $XXXX $XXXX (Used in Base Bid) (b) (c) $ $ (d) $ $ 6. Valves and Appurtenances (Check Valves) (Section 15H) (a) M&H Valve. $ $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 9325-2 D-7 - Revised Revision Date: February 8, 1995 Equipment Item Amt. to Add or DEDUCT from price Manufacturer or Supplier ADD DEDUCT 7. Influent Static Screens (Section 15J) 'F (a) GE A v i T LO SI 4e M S $XXXX $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 8. Diffusers and Header Piping (Section 15K) 1j)1 (a) $XXXX VOCCX (Used in Base Bid) (b) $ $ (c) $ $ 9. Centrifugal Blower (Section 15L) (a) A-7.4 $xxxx $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 10. Secondary Clarifiers (Section 15M) w e4.Fez, ( $ $XXx_x (Used in Base Bid) (b) $ $ (c) $ $ • 9325-2 D-8 - Revised Revision Date: February 8, 1995 Equipment Item Amt. to Add or DEDUCT from price Manufacturer or Supplier ADD DEDUCT 11. Plant Pumping Equipment (Effluent Pumps, EF-1,2,3) (Section 1514) (a) Gorman-Rupp $XIVOC $JiX?OC (Used in Base Bid) (b) $ $ (c) $ $ 12. Plant Pumping (RAS Pump, RAS-1) (Section 15H) (a) Gorman-Rupp $XXXX WOO( (Used in Base Bid) (b) $ $ (c) $ $ 13. Plant Pumping Equipment (RAS/WAS Pumps,WAS-1, 2) (Section 15H) (a) Chicago Pump $y $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 14. Plant Pumping Equipment(Scum Pumps, S-1, 2) (Section 15H) (a) Gorman-Rupp $ $ C (Used in Base Bid) (b) $ $ (c) $ $ 9325-2 D-9 - Revised Revision Date: February 8, 1995 Equipment Item Amt. to Add or DEDUCT from price Manufacturer or Supplier AD_D DEDUCT 15. Slide Gate (Section 150) (a)WAli;,1 , A�U�iN� r~ $XXxx (Used in Base Bid) (b) $ (c) $ $ 16. Sulfonation Equipment (Section 15P) (a) Capital Controls $X $MOC (Used in Base Bid) (b) $ $ (c) $ $ 17. Chlorination Equipment (Section 15A) (a) Capital Controls $XX'XX $ OOCX (Used in Base Bid) (b) $ $ (c) $ $ 18. Induction Units (Sections 15P& 15Q) (a) Gas Mastrrr VOCXX $XXXX (Used in Base Bid) (b) $ $ (c) g $ 9325-2 D-10 - Revised Revision Dale: February 8, 1995 Equipment Item Amt.to Add or DEDUCT from price Manufacturer or Supplier ADD DEDUCT 19. Refrigerated Samplers (Section 15R) (a) American- Sigma $k7X $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 20. Electrical Generation Equipment (Secti•• s //(,a) Caterpill. • or Cummins - Circle One )(a)x ' '-'WI';:X $ $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 21. Electrical Apparatus (Section 16E) (a) Cutler Hammer $XXXX $XXXX (Used in Base Bid) (b) G.E. $ 3,800.00 $ (c) Square "D" $ 12,200.00 $ 22. Grounding System (Section 16H) (a) Liebert $XXXX $XXXX (Used in Base Bid) (b) $ $ (c) $ $ 9325-2 D-1 1 - Revised Revision Dale: February 8, 1995 Equipment Item Amt. to Add or DEDUCT from price Manufacturer or Supplier ADD D DIIC'T 23. Instrumentation (Section 16I) (a) Precision Systems $ X $ C (Used in Base Bid) (b) $ (c) $ $ E. BIDDER'S CERTIFICATION The undersigned Bidder affirms and certifies the following: 1. That the Bidder is of lawful age and that no other person, firm, or corporation has any interest in this Proposal or in the Contract proposed to be entered into. 2. That this Proposal is made without any understanding, agreement, or connection with any other person, firm, or corporation making a Proposal for the same purposes, and is in all respects fair and without collusion of fraud. 3. That the Bidder is not in arrears to the Owner, upon debt or contract, and is not a defaulter, as surety or otherwise, upon any obligation to the Owner. 4. That no officer,employee, or person whose salary is payable in whole or in part from the City Treasury is, shall be, or will become interested, directly or indirectly, as a contracting party, partner, stockholder, surety, or otherwise, in this Proposal, or in the performance of the Contract, or in the supplies, materials, or equipment and work, or labor to which it relates, or in any portion of the profits thereof. 5. That the Bidder has carefully examined the site of the work and that, from his own organization, he has satisfied himself as to the nature and location of the work, the character, quality, and quantity of materials and the kind and extent of equipment and other facilities needed for the performance of the work, the general and local condition and all difficulties to be encountered, and all other items which may, in any way, affect the work or its performance. F. SUBMITTAL STATEMENT The undersigned Bidder has examined the Contract Documents and all Addenda thereto, and is acquainted with and fully understand the extent an character of the work covered by this Proposal an the specified requirements for the proposed work. 9325-2 D-12 - Revised Revision Date: February 8, 1995 The undersigned Bidder certifies that this Proposal is made in conformity with the Contract Documents and agrees that in case of any discrepancy or differences between any condition of his Proposal and those of the Contract Documents, the provisions of the latter shall prevail. k a The undersigned Bidder certifies that he has carefully examined the foregoing Proposal after the same was completed and has verified every item placed thereon and agrees to indemnify, defend, and save harmless the Owner against any cost, damage, or expense which may be incurred or caused by any error in his preparation of same. The following Addenda are acknowledged as received and incorporated into this Bid. Addenda No.: One (1) Dam: January 23, 1995 Addenda No.: Two (2) Dated: February 8, 1995 Addenda No.: Three (3) Dated: February 16, 1995 Addenda No.: Four (4) Dated: February 28, 1995 Addendallo.: Five (5) Dated: March 29, 1995 Addenda No.: Dated: • Date April 6, 1995 Bidder Indian River Industrial Contractors, Inc P.O. Box 23086 Address 6353 Greenland Road B .� Jacksonviite, FL .32241 y Ja - Folds, President Title President Telephone: Business 904-262-2000 Emergency 904-262-2000 State License Number CGCA01276 President James W. Folds Secretary Sheila Roberts Treasurer Sheila Roberts (Seal - if bid is by a corporation) All EST - ----) _ � , , L. heila Roberts, Secretary/Treasurer End of Section D 11 . / '4411ININ A✓ • imri-r ,, • ... ,i.,...N. i \-iir -------------\-\\N . NEW WORK EXTEND EXIST. ' , _ - 8"x 4' AIR MAIN // / \ • EXIST. CHLORINE CONTACT / IF � 1 _ CHAMBER (NO WORK GGG ) _�_.._-_ i If• REQUIRED) : =lam- -'- it '1 .....•"".1°°°.'°°1- / �I �.� EXIST. 12'x 4" /t// / REMOVE EXIST. STEEL MANIFOLD AERATION SYSTEM TO REMAIN �� UP 70 AIR MANIFOLD DEMOU110N /�\ EXIST. CLARIFIER _'/� / 7 /I/ REMOvE EXIST. CLARIFIER III e''''+, MECHANISM (2-EACH) I NOTE REMOVE DEMOLITION AND NEW WORK PLANAERATH SHOWN FOR 1/2 OF EXISTING CON TRC ,r,.:.1 -1, TANKAGE EACH. DEMOLITION AND NEW WORK REQUIRED FOR ENTIRE TANKAGE (90TH SIDES). i PIAN & CORE EXIST. 12"x 14" / STEEL AIR MAIN INSTALL SCALE: 1/8"= 1.-0" NEW 6" PIPE &FLANGE\ (TYP.) 6" WAFER VALVE'-------___, (TYP.) 8 S.S. i a 8" S.S. DROP LEG H SEC_ :2 :• li �= �I a_ i 'u'u T.C.H. t; our R R.P. aIIN. \Min E N CA I N E E R S moomMED rt FLwGw, WAS JACK2ONYWl •FORT YYERS •TAMPA un 5/94 .0 EXIST. STEEL WALKWAY W/ALUM. HANDRAIL & NEW 3" BRONZE KICKPLATE BALL VALVE ThIREADED • • N 0 NEW r s.s. 1. EXIST. 8% 4"x 1/4" SIL. TUBE COUPLE AIR MANIFOLD 3=1. = -...1 _ , 0 EL. 27.20 , .... EL. 26.20 to, i • , - -::"7.------I- CORE &CONNECT , NEW.3. AIR MAN. ... 4- ' 1•- • 4 ..1.--' "..-1.-0. 81 2.-8" 4/•-.. 2.-0"tel NEW r s.s. I ...:...• DOWN LEG- . .,. ..., ......., ..•-..- . -.i7:.. r S.S. AIR 20.-0" I I HEADER - ' I .../.;:": S.S. DIFFUSER (9 PER HEADER I_ 2.--6"_I JC:10. :::,- EQUALLY SPACED ALTERNATE (Typ.) ..,...., ..., ..z:.7.. _ . EL. 9.70 SIDES OF AIR HEADER) OVE EXIST. SUBMERGED ATION SYSTEM SECTION I 1 u-33 M- SCALE: 3/8-= 1'-O- `-----, z. -NEW STEEL WALKWAY T. SUBMERGED W/ALUM. HANDRAIL & STEM UP TO ( NE NEW 3* BRONZE KICKPLATE TO MATCH BALL VALVE EXISTING THREADED NEW 3" S.S. NEW frx ex 1/4" sk. TUBE COUPLE - AIR MANIFOLD Ash EL. 27.20 . ... wiu _____u„.....7„," ,:,i,.,........: ... AIR MAN. - I ..., .4'..:: I . .. :•:-.- I ,NEW 3* S.S. I 12% 4. STEEL - AIR IAAIN MANIFOLD DOWN LEG --------'"1 - ;!.:•.........,-------EXIST. CONC. ':4', STRUCTURE .........„,.....4 111)11 . : 1 ' 7.r.-. 11.111M110 I .:.S.. :1-4- '....%; RED. (TYP.) 3" S.S. AIR 20-0 I 1 2.-6" ,•• ' HEADER I ----.4"-______ 'I.--,_—_7_•_ ..:', S.S. DIFFUSER (9 PER HEADER I.., 2.-6" 11.-0. .4.''• ...................„,.../"" EQUALLY SPACED ALTERNATE (TYP.) . .. .. .,. ... - . .. / aA, L- 9 70 SIDES OF AIR HEADER) I drillk ATTACHMENT m- •m--30 SECTION ( I ib NJ SCALE 3/8"E 1'-'O• ( OF ATLANTIC BEACHFLORIDA PROJECT NO. 9325-2 3.42.•ma DATE: vat MODIFICATIONS TO EXISTING WVITP NO. 2 EATER TREATMENT PLANT EXPANSION PROGRAM SCALE: tte•-r—o•