Loading...
Permit 1100 Sandpiper Ln Remodel mech for WWTP#1 2011 f3,f , CITY OF ATLANTIC BEACH 800 SEMINOLE ROAD ATLANTIC BEACH,FL 32233 H . INSPECTION PHONE LINE 247-5826 Application Number . . . . . 11-00001620 Date 2/09/11 Property Address . . . . . . 1100 SANDPIPER LN Application type description MECHANICAL HVAC ONLY Property Zoning . . . . . . . TO BE UPDATED Application valuation . . . . 0 ---------------------------------------------------------------------------- Application desc MECH FOR WWTP#1 REMODEL ---------------------------------------------------------------------------- Owner Contractor ------------------------ ------------------------ CITY OF ATLANTIC BEACH OWNER 800 SEMINOLE ROAD ATLANTIC BEACH FL 32233 ---------------------------------------------------------------------------- Permit MECHANICAL HVAC PERMIT Additional desc MECH FOR WWTP #1 REFURBISH Permit Fee . . . . 5623 . 00 Plan Check Fee . 00 Issue Date . . . . 2/03/11 Valuation . . . . 0 Expiration Date . . 8/02/11 ---------------------------------------------------------------------------- Special Notes and Comments NEED CONTRACTOR INFO ---------------------------------------------------------------------------- Other Fees . . . . . . . . . STATE MECH DCA SURCHARGE 84 . 35 STATE MECH DBPR SURCHARGE 84 .35 ---------------------------------------------------------------------------- Fee summary Charged Paid Credited Due ----------------- ---------- ---------- ---------- ---------- Permit Fee Total 5623 . 00 5623 . 00 . 00 . 00 Plan Check Total . 00 . 00 . 00 . 00 Other Fee Total 168 . 70 168 . 70 . 00 . 00 Grand Total 5791 . 70 5791 . 70 . 00 . 00 PERMIT IS APPROVED ONLY IN ACCORDANCE WITH ALL CITY OF ATLANTIC BEACH ORDINANCES AND THE FLORIDA BUILDING CODES. MECHANICAL PERMIT APPLICATION CITY OF ATLANTIC BEACH 800 Seminole Rd Atlantic Beach, FL 32233 Ph(904)247-5826 Fax (904)247-5845 Jos ADDRESS: � l l� �jd.,r� PERmrT# -I�o2o PROJECT VALUE $ NEW AIR CONDITIONING & HEATING SYSTEM INSTALLATION Air Conditioning: Unit Quantity Tons Per Unit Heat: Unit Quantity BTU's Per Unit Seer Rating Duct Systems: Total CFM REQUIRED REPLACEMENT AIR CONDITIONING & HEATING SYSTEM INSTALLATION ARI# Air Conditioning: Unit Quantity Tons Per Unit REQUIRED Heat: Unit Quantity BTU's Per Unit Seer Rating___ Duct Systems: Total CFM REQUIRED FIRE PREVENTION Fire Sprinkler System Quantity (Requires 3 sets of plans) Fire Standpipe Quantity (Requires 3 sets of plans) Underground Fire Main Value (Requires 3 sets of plans) Fire Hose Cabinets Quantity (Requires 3 sets of plans) Commercial Hoods Quantity (Requires 3 sets of plans) Fire Suppression Systems Quantity (Requires 3 sets of plans) FIRE PLACES MISCELLANEOUS: Prefabricated Fireplace Qty Automobile Lifts Gas Piping Outlets Boilers BTU's Elevators/Escalators ALL OTHER GAS PIPING Heat Exchanger Quantity of Outlets Pumps #Vented Wall Furnaces Refrigerator Condenser BTU's #Water Heaters Solar Collection Systems Tanks (gallons) � Wells OTHER: Permit becomes void if work does not commence within a six month period or work is suspended or abandoned for six months.I hereby certify that I have read this application and know the same to be true and correct. All provisions of laws and ordinances governing this work will be complied with whether specified or not. The permit does not give authority to violate the provisiongf fqotht to or local law regulation construction or the performance of construction. Property Owners Name Ili Phone Number O— _ c Mechanical Company Office Phone I Fax Co. Address: City State Zip e License Holder(Print)- State Certification/Registration# Notarized Signature o Lic se Holder PDASworn and subscribed before t 's p p 20 Signature of Notary Public� "'Sol h c noir ip F�� JAN-31-2011 15:50 FROM:CLERK OF COURTS 904 270 1512 TO:92475845 P:1/2 NOVICE OF COMMENCEMENT Permit No. Tax Folio No. State of Florida,County of Duval THE UNDERSIGNED hereby give notice that the improvement wil I be made to certain real property in accordance with Chapter 713,Florida Statutes,the following information is provided in this Notice of Commencement. 1. Description of property(legal description of property and address if available): //D—_gig-..�!�yA • -���1E1h:e 2. General Description of improvements: �1.me!� z��Grp 3. Owner Information: � �p a)Name and Address: 64 d /,/a,.vytc D-,.,,4 �Ljp �,�,, y,b�E ,�( d f� 3�a3i 1""'6 b)Interest in property: Orunrr V0 c)Name and address of simple titleholder(ifotherthan owner): 4. Contractor Information: a)Name and Address: W&:Zd gh ia/62.=r,&,X 44C !I�/P6r'/� T o 2DS?e , b)Phone Number: Ckjr#.2lea-m99 Surety Information: a)Name and Address: �� b)Phone Number: 'J c)Amount of Bond:$ ,,000, 6. Lcnder Information: a)Name and Address: b)Phone Number: 7. Pcrson within the State of Florida designated by owner upon whom notices or other documents may be served as provided by 713.13(1)(a)7,Florida 5tatutes. a)Name and Address: eVhA, it U46b Vj,/Wc _/2,V L,,d�t�,�.C,r.A*w b)Phone Numbers of Designated Person:___Ua, '7aAQLC 93�fs S. In addition to himself/herself,Owner designates of to receive a copy ofthe Lienor's Notice as provided in Section 713.13(1)(b),Florida Statutes. a)Name and Address: b)Phone Number of person or entity designated by owner: 9 Expiration date of Notice of Commencement(The expiration date is one(1)year from the date of Recording unless a diffcront date is specified: , 20/2_ WARNING TO OWNER: ANY PAYMENTS MADE BY THE OWNER AFTER THE EXPIRATION OF THE NOTICE OF COMMENCEMENT ARF CONSIDERED IMPROPER PAYMENTS UNDER CHAPTER 713,PART I, SECTION 7.13.13, FLORIDA STATUTES, AND CAN RESULT IN YOUR PAYING TWICE FOR. 1M,PROV.EML,NTS TO YOUR PROPERTY, A NOT1CF, OF COMMENCEMENT MUST BE RECORDED AND POSTED ON THF JOB SITE BEFORE THE FIRST INSPECTION. IF YOU INTEND TO OBTAIN .FINANCING, CONSULT WITH YOUR LENDER OR AN ATTORNEY BEFORE COMMENCING WORK OR RECORDING YOUR NOTICE OF COMMENCEMENT. The foregoing instrument was acknowledged before me this eu day of .20 omo�awHrr> NOTARY PUBLIC,STATE OF FLORIDA. MVCDWastorreooe0at2s Print Natne: � E"wnwam12ott �rsonally Known 0 Identi f cationJType: Verification pursuant to Section 92.525,Florida Statutes.Under penalties of perjury,I declare that I have read the foregoing and that the facts stated in it are true to the best of my know dge and belief. uoc n.U1 1624157,UR tlIS 1 a Page'-1140, Number Pages 1 Signature app6porty Recorded 01!312011 at 02:57 PM. JIM FULLER CLEP.K.CIRCUIT COURT pu VAL COUNTY RECOR61NU$10.00 Revised 10/1/2009 4'�7,00 s- Bldg. Permit Fees for WWTP#1 Improvements for TMDL Compliance ``W2- 1100 ` Z } 1100 Sandpiper Location: Item Unit No. of Units Cost/Unit Total Cost Electrical: 2-/(0 Y Each permit Ea. 1 $55 $55.00 2 Motors 0-5 hp- Mixers/Filters Ea. $4 $80.00 3 Motors>5hp: Blowers @ 100 hp Ea. 4 $42 $168.00 Reuse Pumps @ 20 hp Ea. 2 $12 $24.00 Filter reject @5 hp Ea. $6 $12.001Z Temporary Service Ea. 1 ,00 --� Mechanical Each permit Ea. 1 $55 $55.00 f Pumps- Reuse Ea. $4 $8.00 Pumps- Blowers Ea. 4 $4 $16.00 Pumps- Filter Reject Ea. 2 0G Anoxic 1 Mixers Thousand $ 7 $8 $618.40 �J Anoxic 2 Mixers Thousand $ 96.3 $8 $770.40 Disc Filters Thousand $ 455.8 $8 $3,646.40 1- a Aeration Diffusers Thousand $ 62.5 $8 $500.00 Total 1100 Sandpiper ,996.20— y 739 Renault Location 2 Item Unit No.of Units Cost/Unit Total Cost / Demolition Y WWTP#2 Ea. 1 $100.00 $100.00 l �1 Electrical-Pump Station Each permit Ea. 1 $55.00 $55.00 Motors>5hp: LS Pumps @ 70 hp Ea. 3 $10.50 $31.50 Mechanical-Pump Station Each permit Ea. 1 $55.00 $55.00 Pumps Ea. 3 $4.00 $12.00 Total 739 Renault T $253.50 i Notes $4 for 1st 5 hp+$2 per ea.Additional 5 hp $4+(95/5 * $2) =$42 $4+(20/5 * $2)=$12 $4+ (5/5 * $2) =$6 Pumps-$4/each. For unlisted equip., $8 per$1,000 Notes $4 for 1st 5 hp+$2 per ea.Additional 5 hp $4+ (65/5 *2)=$10.50 Pumps-$4/each Bldg. Permit Fees for WWTP#1 Improvements for TMDL Compliance 1100 Sandpiper Location: Item Unit No.of Units Cost/Unit Total Cost Electrical: Each permit Ea. 1 $55 $55.00 Motors 0-5 hp- Mixers/Filters Ea. 20 $4 $80.00 Motors>5hp: Blowers @ 100 hp Ea. 4 $42 $168.00 Reuse Pumps @ 20 hp Ea. 2 $12 $24.00 Filter reject @5 hp Ea. 2 $6 $12.00 Temporary Service Ea. 1 $35 $35.00 Mechanical Each permit Ea. 1 $55 $55.00 Pumps- Reuse Ea. 2 $4 $8.00 Pumps- Blowers Ea. 4 $4 $16.00 Pumps- Filter Reject Ea. 2 $4 $8.00 Anoxic 1 Mixers Thousand $ 77.3 $8 $618.40 Anoxic 2 Mixers Thousand $ 96.3 $8 $770.40 Disc Filters Thousand $ 455.8 $8 $3,646.40 Aeration Diffusers Thousand $ 62.5 $8 $500.00 Total 1100 Sandpiper $5,996.20 739 Renault Location Item Unit No.of Units Cost/Unit Total Cost Demolition WWTP#2 Ea. 1 $100.00 $100.00 Electrical-Pump Station Each permit Ea. 1 $55.00 $55.00 Motors>5hp: LS Pumps @ 70 hp Ea. 3 $10.50 $31.50 Mechanical-Pump Station Each permit Ea. 1 $55.00 $55.00 Pumps Ea. 3 $4.00 $12.00 Total 739 Renault $253.50 __ - � (a� «__ �� � ��= - =--c- -_- �� � J. _COLLI_NS ENGINEERING ASSOCIATES, LLC _ 11516-3 San Jose BI4*. -................-.._..-.._...-..........................-..-........._.._..— ... ». „.. ....... ..... ... ..... Jacksonville,FL 32223 (904)262-4121 (904)716-6282(Cell) john(a),jcol linsengineering.com February 2, 2011 /U D Mr. Michael Griffin, Building Official Building Dept. 800 Seminole Road Atlantic Beach, FL 32233 RE: City of Atlantic Beach Wastewater Treatment Plant#1 Improvements for TMDL Compliance Dear Mr. Griffin: This letter is to confirm that the Prefabricated/Pre-engineered Concrete Enclosure (Building)to be installed at the current Buccaneer WWTP as a part of the COAB TMDL Compliance Program. The work as a portion of the Buccaneer WWTP Phase-out project (i.e. the Buccaneer Master Submersible Pumping Station) will be constructed in accordance with the latest building code (per your email -the 2007 Florida Building Code). JCEA has discussed the Prefabricated Enclosure with the General Contractor(WPC) and this will be addressed at the shop drawing phase prior to production. The shop drawings will be prepared by the manufacturer(per the 2007 Florida Building Code) and then reviewed by both the contractor and JCEA. JCEA will review and approve the shop drawings and will ensure that the building is constructed to conform to the 2007 Florida Building Code. Should you need additional information, please feel free to call me at(904) 716-6282 or email me at john(a�icollinsengineering.com. Sincerely, John E. Collins, Jr., P.E. Project Manager J. COLLINS ENGINEERING ASSOCIATES, LLC .......... ...... ......T*.....17i....................*'*"*"...... .......... ...... ....................... ....................................... ........ IT7,1-3) an ose vc. Jacksonville, FL 32223 (,041262-4 _ 121 (904)716-6282 dCel 1) February 1, 2011 Mr. Michael Griffin, Building Official Building Dept 800 Seminole Road Atlantic Beach, FL 32233 RE: City of Atlantic Beach Wastewater Treatment Plant#1 Improvements for TMDL Compliance Dear Mr. Griffin: This letter is to verify that all building, electrical, plumbing and mechanical work for the above project will be inspected by J. Collins Engineering Associates, LLC and associated sub consultant specialty Engineers to ensure that all work is done in accordance with the plans and specifications. Should you need additional information, please feel free to call me at (904) 716-6282 or email me at iohna-icollinsengineering.com. Sincerely, John E. Collins, Jr., P.E. Project Manager Addendum #2 November 17, 2010 WWTP#1 IMPROVEMENTS TMDL COMPLIANCE CITY OF ATLANTIC BEACH, FLORIDA BID NO. 1011-01 DATE: November 17,2010 ENGINEER: J. Collins Engineering Associates, LLC 11516-3 San Jose Blvd. Jacksonville, Florida 32223 GENERAL: A. This Addenda n modifies, changes from or adds to the Project Manual dated November 2010 and shall become part of the Contract Documents. CONTRACT DOCUMENTS & SPECIFICATIONS: 1. Division 0—Bidding and Contract Requirements, Section 00300—Bid Form: REPLACE "Section 00300—Bid Form"with the attached specification "Section 00300—Bid Form—Addendum #2". 2. Division 1 —General Requirements: Spec Section 01400—"Quality Control" Paragraph 1.04 - OWNER RESPONSIBILITIES: DELETE in its entirety. 3. Division 2 - Sitework: REPLACE "Section 02665-Supports,Anchors&Thrust Control " with the attached specification INSERT " Section 02665-Supports, Anchors& Thrust Control - Addendum #2". 4. Division 11 —Equipment: REPLACE "Section 11100- Pre-Selected Equipment " with the attached specification INSERT "Section 11100-Pre-Selected Equipment-Addendum #2". 5. Division 16 - Electrical: Section 16800, Add the following paragraph: "3.03 SUPPLEMENTAL CARBON FEED PUMP CONTROL PANELS A. Each pair of carbon feed pumps shall be furnished with a duplex NEMA 4X control panel. Each control panel shall provide complete power distribution, monitoring and control of two metering pumps from a 120 volt, single phase service. B. Each control panel shall have a UL label and shall be complete with the following features: 1. Main breaker 2. Main surge protection device (UL 3rd edition). y 3. Variable speed pump controls for each metering pump including: a. Branch circuit breaker b. Hand-Off-Auto selector switch with pump call to run relay. Automatic start/stop control shall be provided from the SCADA system PLC digital output. C. Pump Running Pilot Light(red LED) and dry contact digital input signal to the SCADA system PLC. d. Pump Fail Pilot Light(yellow LED)and dry contact digital input to the SCADA system PLC. e. 4-20mA speed pacing signal(from the SCADA system PLC analog output)with signal isolator/converter and surge protection. f. 4-20mA speed report back signal (to the SCADA system PLC analog input)with signal isolator/converter and surge protection. 4. The pump controls shall be specifically designed to accommodate the interface requirements of the metering pumps. C. The control panel enclosure shall be non-metallic construction suitable for the corrosive atmosphere." 6. Division 1 1 -Electrical: Section 16900, Paragraph 1.02.13, Add the following to the end of the paragraph: "The system contractor/supplier permanent in-house system engineering and fabrication facilities shall be located within 50 miles of the project site." DRAWINGS 1. DELETE Sheet M-12 and M-13 and INSERT the attached "M-12 and M-13- Addendum #2." 2. Drawing M-23 - DELETE Notes that refer to inplant reuse piping- see M-13." 3. Drawing M-29 -Add note to Supplemental Carbon feed drawing " Control Panels to be supplied by Pump Supplier- refer to Specification 16800" 4. DELETE Sheet S- S 1.2 and S-S2.1 and INSERT the attached " S- S1.2 and S- S2.1 -Addendum 42." 5. DELETE Sheets E-2, E-3, E-7, E-12, E-13, E-15 & BE-1 and INSERT the attached " E-2,E-3,E-7,E-12,E-13,E-15& BE-1 -Addendum #2." 6. Sheet BG-2 -DELETE Note: 3. (concerning environmental assessment) 7. INSERT the attached New Sheets: a) BC-3A-Interconnection of Existing Buccaneer Outfall to Existing Common(Combined)Beaches Outfall-Addendum #2 QUESTIONS OR CLARIFICATIONS Question#1 -Am I over-looking the specifications for the Carbon feed system equipment? I see a pump spec. on sht. M-29 but where is the information for the overall system including panels , valves etc.?What kind of conduit you want embedded in the concrete walkways, type and size of flexible tubing for feed tubing inside conduit, and what type of piping to be used in exposed and below water level inside tanks for application points? Clarification: This addendum addresses the pump control panels. Tubing per recommendations of pump supplier(if Watson Marlow equipment is selected -tubing would be "Marprene"). Pipe Spec 02600-addresses PVC 3" & less to be Schedule 80 - below ground - solvent weld or push on w/restraint or above ground Sch 80 - solvent weld. Electrical specifications for embedded conduit is Sch 40- that will be more than adequate(instead of Sch 80). This addendum is a part of, and should be attached to,the contract documents and specifications. END OF ADDENDUM NO.2 , SECTION 00300 BID FORM WWTP#1 IMPROVEMENTS FOR TMDL COMPLIANCE BID NO. 1011-01 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: DATE: The undersigned,as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is, or are named herein and that no other person that is herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the places where the work is to be performed; that he has examined the plans and specifications for the work and contract documents relative thereto,that he has read all special provisions furnished prior to the opening of bids, and that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees, if this proposal is accepted,to contract with the Owner in the form of contract specified, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the contract in full and complete it in accordance with the shown, noted, described and reasonable intended requirements of the plans and specifications and contract documents to the full satisfaction of the contract with the Owner with a definite understanding that no money will be allowed for extra work except as set forth in the attached General Conditions and contract documents, as follows: BID SCHEDULE Item A- Base Bid Bids are to be on a lump sum basis and are to include all labor, materials, equipment and incidentals necessary to perform the work as indicated in the contract documents. Work includes, but is not necessarily limited to, the following: 1. Existing Influent Structure: Furnish all labor, materials and equipment necessaryto: install two (2) new static wedge-wire screens as shown and specified, including screenings chutes; make the pipe and valve changes as shown on the project plans; make the connection from the existing screen structure to the existing 18"force main from the Buccaneer WWTP site. 2. Existing Aeration Basins: Furnish all labor, materials and equipment necessary to:provide the modifications to the existing aeration basins, including pipe and valve modifications;new influent flow splitter box, new walls/baffles; modifications to existing walkways; new walkways;demolition/removal of existing aeration system piping and equipment; installation of new aeration system pipe, valves, equipment and appurtenances; installation of new mixing equipment; new electrical and instrumentation equipment and materials. 3. Existing Secondary Clarifiers: Furnish all labor, materials and equipment necessary to: make the pipe and valve modifications at the influent and effluent structures of the existing secondary clarifiers. 00300— Page 1 of 6 addendum#2 4. New Effluent Filters: Furnish all labor, materials and equipment necessary to construct the new effluent disc filters, including electrical and instrumentation. 5. Existing Chlorine Contact Chambers: Furnish all labor, materials and equipment necessary to make the modifications shown and specified. 6. Existing Blower Building: Furnish all labor, materials and equipment necessary to:provide and install the new single-stage turbine blowers, including electrical and instrumentation; provide new exterior blower piping and isolation valve as shown on the plans. 7. Existing Chlorine/Sulfur Dioxide Storage/Feed Building: Furnish all labor, materials and equipment necessary to provide and install new chlorine gas and new sulfur dioxide gas ton- cylinder vacuum regulators, new flow-paced chlorinators, new flow-paced vacuum sulfonators, and vacuum induction mixer. 8. New Supplemental Carbon Feed System Facility: Furnish all labor, materials and equipment necessary to provide and install new supplemental carbon feed system complete with feed pumps, piping, slab, and canopy. 9. New Reuse Water Pumping Station: Furnish all labor, materials and equipment necessary to construct the new reuse water pumping station, including all pipe,fittings,valves,pumps, hydropneumatic storage tank, electrical and instrumentation, and connection of the new pumping station to the existing yard irrigation system and washdown system. 10. Existing Yard Piping System: Furnish all labor, materials and equipment necessary to make the modifications to the existing yard piping system necessary to implement the project. This item includes, but is not limited to, replacement of existing ductile iron air piping with new stainless steel air piping, rerouting of existing Return Activated Sludge (RAS) piping, new RAS flow meter. 11. Existing SCADA system: Furnish all labor, materials and equipment necessary to make the modifications to the existing SCADA system programming. Provide all necessary electrical and/or instrumentation materials, equipment and programming necessary to interface the existing SCADA system with the new blower control/instrumentation system. 12. Miscellaneous Site Improvements: Furnish all labor, materials and equipment necessary to restore site to original conditions or better including seeding, sodding, sidewalk replacement and new access drive to supplemental carbon feed system facility. 13. New Pumping Station at the Existing Buccaneer WWTP (WWTP#2): Furnish all labor, materials and equipment necessary to install the new triplex wastewater pumping station, including pipe, valves, fittings, concrete work, demolition, electrical and instrumentation. 14. Existing Buccaneer WWTP (WWTP#2) Phaseout: Furnish all labor, materials and equipment necessary to perform the demolition and phaseout of the existing Buccaneer WWTP (WWTP#2). PRESELECTED EQUIPMENT ITEMS The Owner has preselected and received pricing from vendors for the following items of equipment as described in Section 00200— Instructions to Bidders and Section 11100— Pre- Selected Equipment. By submission of this Bid, Bidder certifies that the pricing for the pre- selected equipment contained herein does not exceed the not-to-exceed prices listed in Section 11100— Pre-Selected Equipment. 00300— Page 2 of 6 Addendum#2 Item A—Base Bid: $ (Written) Item B—Contingency(5%of Item A): $ (Written) Item C—TOTAL BID (sum of Items A and B): (Written) ADDITIVE ALTERNATES: Additive Alt. Description Amount to Add No. 1. Furnish and install one (1) Turblex Integral-Gear-Drive Turbo Blower, similar to those which have been pre- selected, complete with blower, drive motor, gear drive, inlet filter housing, LCP and programming. $ 2. Replace existing slide gates per Specification Section 11150. $ BASIS OF AWARD Award will be based on Item C — TOTAL BID amount. Award will be made to the lowest responsible, responsive bidder. Contract amount will be based on Item A—Base Bid amount. The Additive Alternates may or may not be awarded singly or in combination, at the sole discretion of the Owner. Owner, at his sole discretion, further reserves the right to waive any formalities. In the event of discrepancies between the sum of Items A and B and the amount listed in Item C, the sum of Items A and B shall govern. MAJOR ITEMS OF EQUIPMENT The following tabulation is intended to include those items deemed major items to be incorporated in the project. Approved manufacturers of these items have been identified in the respective Specification sections. Item Spec Section(s) Manufacturer (circle only one for each item) Chlorination Equipment 13102 (a) Wallace & Tiernan (b) Capital Controls 00300— Page 3 of 6 Addendum#2 Submersible Pumps 11500 (a) Wilo-EMU (b) Flvat (c) KSB The Bidder further proposes and agrees to commence work under his contract on a date to be specified in the Notice to Proceed and shall complete all work thereunder within the time schedule in the Agreement. Addendum Receipt: Bidders shall acknowledge below the receipt of all addenda, if any, to plans and specifications. ADDENDUM NO. DATED ADDENDUM NO. DATED Bidders shall attach the following supplemental information to their bid: 1) The required Bid Security. 2) Listing of subcontractors proposed by the Contractor. 3) W-9 Tax Payers Identification form 4) Public Entities Crimes Statement 5) Copy of Contractor's License 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 perform the work required. Catggoa Name of Subcontractor Address AN INDIVIDUAL By (Seal) (Signature) doing business as: (Print Name) Business Address: Phone No: Fax No: 00300— Page 4 of 6 addendum#2 A PARTNERSHIP (Seal) (Firm Name) (General Partner/Signature) (Print Name) Business Address: Phone No: Fax No: A CORPORATION (Corporation Name) (Seal) By (State of Incorporation) (Signature of Person Authorized to Sign) (Print Name) (Title) (Corporate Seal) Attest (Secretary) Business Address: Phone No: Fax No: A JOINT VENTURE (Business Name) By: (Signature) (Print Name) By: (Address) (Signature) (Print Name) (Address) (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). 00300—Page 5 of 6 addendum#2 The full names; business addresses; business and emergency telephone numbers of persons and firms interested in the foregoing bid, as principals, are as follows: (If Corporation, President, Secretary, and Treasurer Identification) 00300— Page 6 of 6 addendum#2 TRENCH SAFETY AFFIDAVIT-UNIT PRICE FOR CITY OF ATLANTIC BEACH, FLORIDA Potential Trench excavations on this Project could be in excess of five feet (5') deep. The Occupational Safety and Health Administration Excavation Safety Standards, 29 CFR 1926.650, Subpart P,Trench Safety Standards will be in effect during the period of construction of the Project. Bidder acknowledges that included in the various items of the Bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act(90-96,Laws of FL)effective October 1, 1990,and hereby gives assurance that, if awarded the Contract, the Contractor or Subcontractor performing trench excavation work on the Project will comply with the applicable trench safety standards. The Bidder further identifies the costs as follows: Units of Trench Safety Item Unit Measure (Description) Quantity (LF SY) Unit Cost Extended Cost Total Base Bid Items: 1. 2. 3. Total: $ Failure to complete the above shall result in the bid being declared non-responsive. COMPANY NAME: DATE: BY: TSU-1 SECTION 02665 SUPPORTS,ANCHORS AND THRUST CONTROL PART 1 — GENERAL 1.01 DESCRIPTION OF WORK A. The extent of work covered under this specification shall include, but not be limited to furnishing of all labor and materials required to adequately hang, support, anchor, tie back, isolate, restrain and provide thrust control for new piping work required under this contract. 1.02 QUALITY ASSURANCE: A. American Society for Testing and Materials (ASTM): 1. All manufacturing of equipment and accessories covered in this specification as well as the installation of such shall be done in accordance with the applicable standard set forth in ASTM. 1.03 SUBMITTALS: A.Submit manufacturer's certificate of material conformance to specification. B. Submit manufacturer's literature, catalog data and installation instructions. C. Submit shop drawing indicating dimensions, construction details, materials, finish, deflection for spring hanger and maximum load. D. Submit design calculations and methods for thrust control devices. PART 2— PRODUCTS 2.01 GENERAL: A. Furnish standard and fabricated supports and anchors complete with necessary inserts, bolts, nuts, rods, washers and other accessories. B. Prevent contact between dissimilar metals by use of rubber or vinyl coatings. 2.02 ANCHORS AND SUPPORTS: A. Expansion Bolts: Federal Specification FF-S-325. 1. In Concrete: Use Group II, Type 4, Class 1 or Group VIII, Type 1. 2. In Masonry: Use Group II, Type 3, Class 3. 3. Material: 18-8 stainless steel, including clips, washers and nuts. 4. Size and Length: As required or indicated. 5. Drilling: Conformance with manufacturer's instructions. 02665 - Page 1 of 6 CoAB9/29/2010 ADDENDUM #2 6.Acceptable: ITT Phillips Drill Division or equal B. Pipe Hangers and Supports: Provide where indicated on the drawings or where required. 1.Material: Stainless steel unless indicated otherwise. 2.Size and Length: As required or indicated. 3. Acceptable: ITT Grinnell or equal. 2.03 RESTRAINED JOINTS: A. Restrainers 1. The restrainers shall be manufactured of ductile iron and shall meet or exceed all the requirements of ANSI A21.11 (AWWA C111) and ASTM A536. The restrainer system shall provide anchoring of PVC pipe to mechanical joint fittings or bell to spigot PVC pipe joints. Restraints shall provide a full 360 degree contact with sufficient gripping action to secure the clamp to the pipe and be designed so that restraint action is increased as a result of increases in line pressure. The restrainer shall accommodate the full working pressure rating of the pipe plus surge allowance. B. Retainer Glands 1. Retainer glands shall be manufactured of ductile iron grade 64-42-10, ASTM A536 or CCUA pre-approved equal and shall be designed to fit standard mechanical joint bells conforming to applicable sections of ANSI A21.10 (AWWA C110), ANSI A21.11 (AWWA C111) and ANSI A21.53(AWWA C153). The restraining device shall be rated for the full working pressure of the pipe including surge allowance and a 2:1 safety factor. Mechanical restraints shall include a restraining mechanism which, when actuated, imparts a wedging action against the pipe, increasing its resistance as the pressure increases. The restraint shall be compatible with the type of joint being installed. The joint deflection shall not exceed 80% of the pipe manufacturer's recommended maximum deflection. Deflection, if necessary, shall be made before tightening the set screws. Bolts and screws shall be tightened alternately, 180 degrees apart, to the torque recommended by the manufacturer. Retainer glands having set screws that make point contact with the pipe without using a pad to disperse point loading shall not be used on PVC pipe. The restraining device shall not damage or lower the working pressure of the pipe installed. C. For Ductile Iron Pipe: Restrained joints shall be American Flex-Ring, Lok-Ring, US Pipe TR Flex, EBAA Iron Megalug, or equal. D. For PVC Pipe: Restrained joints shall be Uni-flange Series 1300, 1350, 1390 or approved equal. E. Thrust Blocking: Thrust blocking shall not be allowed unless specifically indicated on drawings or directed by Engineer. 02665 - Page 2 of 6 ADDENDUM #2 CoAB9/29/2010 PART 3— EXECUTION 3.01 JOB CONDITIONS: A. Locate hanger, supports and anchors where indicated and as required to support pipelines, valves and additional concentrated loads. 1. Install items to be embedded before concrete is placed. 2. Fasten embedded items securely to prevent movement when concrete is placed. 3. Adjust as required using grout for concrete supports. B. Pipe Thrust Restraints: Mechanical restrainers shall be installed as required to properly restrain all piping systems. At a minimum, restrainers shall be provided on all below- grade valves and fittings and at the required number of pipe joints in each direction. Required lengths of restrained pipe shall be as shown in pipe restraint schedule below for the type of pipe and type of soil encountered. For above-grade piping, all valves and fittings shall be threaded, flanged or solvent welded with supports as required. 02665 - Page 3 of 6 ADDENDUM02 COAB9/29/2010 PIPE RESTRAINT SCHEDULE MINIMUM LENGTH OF PIPE(IN FEET) REQUIRED TO BE RESTRAINED ON EACH SIDE OF A VALVE OR FITTING FOR SANDY SOILS(SW,SP,SM,SC) VERTICAL PIPE PIPE 900 45° s22.5° TEE OR OFFSETa REDUCER VALVE DEAD END TYPE SIZE BEND BEND BEND CROSS LOW HIGH s4 18 18 18 18 18 22 36 18 52 P V 6 24 18 18 18 18 30 38 36 73 C 8 31 18 18 18 18 40 69 36 96 P 1 10 37 18 18 18 18 48 93 54 115 P 12 43 18 18 18 18 56 99 54 136 E 14 49 20 18 18 18 64 101 72 155 16 55 23 18 18 18 72 103 72 174 18 60 25 18 36 20 80 104 72 192 20 65 27 18 36 21 87 105 72 211 24 75 31 18 36 25 102 134 90 246 30 88 37 18 36 29 122 185 90 295 PIPE PIPE 90' 450 x22.5° TEE OR VERTICAL REDUCER VALVE DEAD END TYPE SIZE BEND BEND BEND CROSS OFFSET s4 18 18 18 18 LOW HIGH 18 18 33 D U 6 20 18 18 18 18 19 35 36 47 C T 8 26 18 18 18 18 25 44 36 61 I L 10 31 18 18 18 18 30 60 54 73 E 12 37 18 18 18 18 36 63 54 86 1 14 41 18 18 18 18 41 64 72 98 R O 16 46 19 18 36 18 46 66 72 111 N 18 51 21 18 36 18 51 j 66 72 122 20 56 23 18 36 18 56 67 72 134 24 64 27 18 36 21 65 85 90 156 30 75 31 18 36 25 78 118 90 188 02665 - Page 4 of 6 ADDENDUM#2 PIPE RESTRAINT SCHEDULE MINIMUM LENGTH OF PIPE(IN FEET) REQUIRED TO BE RESTRAINED ON EACH SIDE OF A VALVE OR FITTING FOR CLAYEY AND SILTY SOILS (CL,CH, ML, MH) PIPE PIPE 900 450 s22.5° TEE OR VERTICAL REDUCER VALVE DEAD END TYPE SIZE BEND BEND BEND CROSS OFFSET s4 19 18 18 18 LOW HIGH 36 18 55 P V 6 26 18 18 18 18 32 40 36 77 C 8 35 18 18 18 18 42 73 36 101 P 1 10 42 18 18 18 18 50 98 54 121 P 12 50 21 18 18 18 59 104 54 143 E 14 57 23 18 36 20 67 106 72 163 16 64 27 18 36 23 76 109 72 183 18 71 29 18 36 25 84 109 72 202 20 78 32 18 36 28 92 110 72 221 24 92 38 18 36 33 107 140 90 258 30 j 110 j 46 j 22 j 54 j 40 j 127 j 193 j 90 j 308 PIPE PIPE 900 450 s22.5' TEE OR VERTICAL REDUCER VALVE DEAD END TYPE SIZE BEND BEND BEND CROSS OFFSET D s4 18 18 18 18 LOW HIGH 18 18 35 U 6 22 18 18 18 18 20 25 36 49 C T 8 29 18 18 18 18 27 46 36 64 1 L 10 35 18 18 18 18 32 62 54 77 E 12 41 18 18 18 18 37 66 54 90 1 14 47 20 18 18 18 43 67 72 103 R O 16 53 22 18 36 19 48 68 72 115 N 18 59 24 18 36 21 53 69 72 127 20 65 27 18 36 23 58 70 72 140 24 76 31 18 36 27 67 89 90 162 30 91 38 18 36 32 80 122 90 194 ADDENDUM#2 02665 - Page 5 of 6 Assumptions: 1. Pipe Test Pressure= 150 PSI 2. Minimum Pipe Depth = 3.0 Feet 3. Laying Condition =Type 5 4. Safety Factor= 2.0 a "Low" represents the minimum length of pipe(in feet)required to be restrained on the low side of the vertical offset,which is typically downstream of the offset fitting. "High" represents the minimum length of pipe (in feet) required to be restrained on the high side of the vertical offset, which is typically upstream of the offset fitting. Required restrained lengths assume an offset angle s 45°. b Distance represents the linear feet of large diameter pipe upstream of the reducer required to be restrained. Restrain small diameter pipe at reducer at a minimum. If there is an unobstructed run downstream of the reducer(i.e. small diameter pipe) of at least 2.5 times the required length of large diameter pipe to be restrained, then restraint is required only at the reducer fitting. If small end of reducer is more than three pipe sizes smaller than large end, consult Engineer for required length to be restrained. END OF SECTION ADDENDUM#2 02665 - Page 6 of 6 SECTION 11100 PRE-SELECTED EQUIPMENT PART 1- GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish all labor, materials, equipment and incidentals required and install the pre-selected equipment and appurtenances as shown on the Drawings and specified herein. B. General: The owner has pre-selected vendors for some of the major equipment items and systems. The Contractor MUST include pricing for this equipment in his bid. NO SUBSTITUTIONS are allowed or are acceptable for such equipment. Each pre-selected vendor has agreed to supply the materials/systems listed for a price not greater than that listed below. C. Sales Tax 1. Florida State Sales Tax is NOT included in the prices below. D. Related Work Described Elsewhere: 1. Shop Drawings,Working Drawings, and Samples: Section 01340. 2. Operating and Maintenance Data: Section 01730. 3. Warranties and Bonds: Section 01740. 4. Concrete: Division 3. 5. Metals: Division 5 6. Painting: Division 9 7. Mechanical: Division 15. E. Equipment Manufacturers: The pre-selected equipment manufacturers/vendors and the not-to-exceed (NTE) price for each are as follows, 1. Blowers: Turblex Inc., NTE price: $416,360.00 ($393,000 base price plus optional items of$23,360). There is one additional item not in the Base Bid. This option is a fourth blower listed as a additive alternate. The equipment only price is listed at $93,600. 2. Aeration Diffusers: Aquarius Technologies, Inc., NTE price: $62,500.00 3. Disc Filters: Kruger Inc., NTE price: 455,800.00 4. Anoxic 1 Mixers: Philadelphia Mixers, NTE price: $77,300.00 5. Anoxic 2 Mixers: Philadelphia Mixers, NTE price: $96,300.00 Addendum #2 11100 - Page 1 of 3 rev11/04/2010,11/17/10 1.03 SUBMITTALS A. Materials and Shop Drawings: 1. Copies of all materials required to establish compliance with the Specifications shall be submitted in accordance with the provisions of Section 01340: Shop Drawings, Working Drawings, and Samples. Submittals shall include at least the following: a. Certified shop and erection drawings and data regarding gates. b. Literature and drawings describing the equipment and showing all important details of construction and dimensions. B. Operating Instructions: Operating and maintenance instructions, for each type of gate, shall be furnished to the Engineer as provided in Section 01730: Operating and Maintenance Data. 1.04 WARRANTY AND GUARANTEE A. All equipment shall be warranted for a period of 5 years. Warranty period shall commence at time of issuance of project"Substantial Completion". Warranties shall be prorated as follows: Owner's cost responsibility shall be 0% during the first two years, and shall increase by 25% each following year of the warranty period. PART 2- PRODUCTS 2.01 SCOPE OF SUPPLY A Scope of supply shall be in accordance with the respective responses to the Owners "Request for Cost/Qualifications Proposal for Wastewater Treatment Facility#1 — Improvements for TMDL Compliance at the City of Atlantic Beach, FL", Bid No. 0910-09, dated May, 2010, as submitted by the respective equipment manufactures to the Owner on June 8, 2010. Scopes of supply for pre-selected equipment are attached hereto for reference. B. Exceptions/Modifications to Scope of Supply 1. Discfilter(Kruger Inc.): Scope of supply is modified as follows: a. Frame material of construction shall be 316SS vice 304SS. 2. Turbo Blowers (Turblex, Inc.): Scope of supply is modified to include the following optional scope items as follows: a. Siemens design local inlet filter/silencer(eliminate inlet piping) b. Louvers and transition piece c. Main header instrumentation for online blower system surge control: 1.One(1) main header blow-off valve 2.One (1) main header blow-off silencer 3.MCP main header system coordination d. MCP programming for sludge holding tank level control Addendum #2 11100- Page 2 of 3 rev11/04/2010,11/17/10 2.03 PAINTING A. As specified in Division 9- Finishes PART 3- EXECUTION 3.01 INSTALLATION A. Installation of all equipments shall be done by the Contractor in accordance with the manufacturer's recommendations. 3.02 INSPECTION AND TESTING A. Furnish the services of factory representatives for the time periods specified in the responses of paragraph 2.01 A above, who has complete knowledge of proper operation and maintenance to inspect the final installation and supervise a test run of the equipment. END OF SECTION ATTACHMENTS Aquarius Scope of Supply (2 pages) Kruger, Inc. Scope of Supply (3 pages) Philadelphia Mixing Solutions(1 page) Turblex(2 pages Addendum#2 replace 2 pages from original bid issue) Addendum#2 11100- Page 3 of 3 rev11/0412010, 11117/10 A Q---,UAK1U S TECHNOLOGIES INC . DATE: JUNE 9, 2010 TO: CITY OF ATLANTIC BEACH 800 SEMINOLE ROAD ATLANTIC BEACH, FL 32233 RE: BID NO 0910-09 MAJOR EQUIPMENT FOR WASTEWATER PLANT#1 AERATION SYSTEM -DIFFUSERS PROPOSAL NO. 3043-10 Aquarius is pleased to provide a proposal for the following equipment and services in order to ensure provision of a complete, integrated, diffused aeration system. The proposed system is in complete conformance with specifications. A. EQUIPMENT Aquarius will provide twelve (12) fine bubble aeration systems for installation in the following process tanks. Tank Drop Pipe Dia. (in.) Quantity Systems Quantity of Diffusers Zone 1 a 6 3 1,824 Zone 1 b 4 3 1,216 Zone 2 4 3 432 Each fine bubble aeration system will consist of the following: • One (1) 17' long x Sch. 5 304L stainless steel drop pipe including flange for connection to the airmain at the top of the tank and a bottom connection to the manifold. • One (1) 4" diameter SDR 33.5 manifold parallel to the length of the tank with a connection to the drop pipe and air distributors. • Required 4" diameter SDR 33.5 PVC air distributors parallel to the width of the tank with a connection to the manifold and removable end caps. • Required PVC pipe joint connections. • Required 304 stainless steel piping supports with vertical supports, clamps, adjusting mechanism and 316 stainless steel anchor bolts. • Required fine bubble diffusers. • Required 304 stainless steel bolts, nuts and gaskets for field assembly. • Air lift eductor condensate purge system. 1103 MINFRAL SPRINGS DRIVE PORTNVASHINGTON.\V1 5307+ TEL:262-268-1500 FAX:262-268-1515 1V11 %!..A(�UARIUSTECHNOLOGIES.COSI 1 QQ UA 111 V S TECHNOLOGIES INC . B. FIELD SERVICES Aquarius will provide eight (8) days of service, for installation inspection, equipment start- up, and operator training as required. Additional field service is available at a cost of $950.00/day plus travel, lodging, and meal expenses. C. FIELD SERVICES • 20 fine bubble diffuser elements • 20 diffuser retainer rings • 20 diffuser holders • 6 air distributor repair couplings D. AQUARIUS EXCLUSIONS Aquarius excludes the following from its proposal: • Field installation of equipment. • Gaskets, bolts and nuts for connecting drop pipes to air main. • Blowers, valves, air main piping. • Anchor bolts and other embedded materials except for anchor bolts specifically included in the Section A of this proposal. E. PROJECT SCHEDULE Approval Drawings & Data: 4 Weeks After Order Acceptance Equipment Ready to Ship: 6 Weeks After Receipt of Approved Drawings & Data F. PRICING Net sell price for the Aquarius Equipment as described above, FOB point of manufacture with freight allowed to jobsite: $ See Bid Form 1103 MINEKAL SPRINGs MvE.VOKE bVASKINGrON.W1 5307+ TEL:262-268-1500 FAX:2G2-26S-1515 4VWkV,AC UAKIt1STECHNOLOGIES.CON1 KRUGER 4.1 GENERAL: Kruger will provide the equipment, instrumentation, controls, and field services as detailed herein. Kruger will supply a total of two (2) Kruger/Hydrotech Discfilter units — Model HSF2216/15-1 F. Each filter unit will be supplied with: • Filter chassis and stainless steel tank • Filter Media • 20" Influent, Effluent, and External Bypass Flanges • Backwash pump Each Discfilter shall be supplied as follows: Table 2: Discfilter Design and Scope Filter Design Data Filter Pore Size, pm 10 Filter Cloth Material Polyester Filter Disc Capacity per unit 16 Number of Filter Discs Installed per unit 15 Filter Disc Diameter, m 2.2 Filter Submerged Surface Area per unit, ft2 588 Hydraulic Loading rate, gpm/ft2* 5.98 Material of Construction Frame 304 SSTL Disc ABS Covers GRP Filter Drive Unit Drive Motor 1.5 Hp, 460v, 3 phase Drive Motor Service Factor 1.3 Drive Assembly Helical wormgear with chain ands rocket Backwash Cleaning System Backwash Pump 10 Hp, 460v, 3 phase Backwash Pressure, psi 110 Backwash Fiowrate, gpm 99 -Loading Rate is based on Class 1 Redundancy during Phase 1: Peak Flow of 5.06 MGD per unit. The following is a list of spare parts provided for this project: • Two (2) Filter Panels • Eight (8) Nozzle Assemblies (Nut, Tip, and Gasket Included) IMPORTANT NOTE: NO ADDITIONAL TOOLS AND/OR SPARE PARTS OTHER THAN LISTED ABOVE WILL BE PROVIDED AS PART OF KRUGER'S SCOPE OF SUPPLY. OIL AND LUBRICANTS ARE NOT INCLUDED AS PART OF KRUGER'S SCOPE OF SUPPLY. THESE ARE TO THE RESPONSIBILITY OF THE CONTRACTOR. 14 QVEOLIA WATER Solutions&Technologies KRUGER 4.2 CONTROL PANEL: The control panel detailed herein is supplied with the Kruger/Hydrotech Discfilter filtration system. The Discfilter Control Panel will include a complete and tested UL listed panel, a detailed engineered submittal including: Product Data Sheets, Panel Layouts, Wiring Diagrams and Project Specific O&M Manuals. Kruger will supply the Discfilter Control Panel (DFCP) as part of the complete system, to be installed by the contractor. Kruger will provide commissioning services as detailed in Section 5.3. Please note that Kruger intends to supply only the instruments and equipment detailed in this scope of supply. Any requests to modify panel components or quantity will result in price modification. One (1) Control Panel will be supplied for the Kruger/Hydrotech Discfilter system as specified below to monitor and control the Discfilter. This panel will provide automatic control of both units using Kruger's standard design based on an Allen-Bradley PICO unit. Signals will be hard-wired from the control panel to the facility SCADA for remote monitoring. The Panel will consist of the following: DFCP Discfilter Control Panel Qty Description Manufacturer 1 NEMA 4X 316 Stainless Steel Freestanding Enclosure 42"H Saginaw x 30"W x 10"D SCE42EL3010SS6LP 1 Back Panel for Control Panel 39"H x 27"W SCE42P30 Saginaw 1 316 Stainless Steel Sunshield Kruger 1 PICO Display Unit w/Ke ad PICO 1760-DUB Allen Bradley 1 PICO Display Unit Protective Membrane 1760-NDM Allen Bradley 2 PICO GFX-70 Processor Unit 1760-LDFCA Allen Bradley 2 PICO GFX 1/0 Module 1760-IA12XOW41 Allen Bradley 4 30mm Hand-Off-Automatic Switch SK 9001 Square D 6 30mm Pilot Lights SK 9001 Square D 6 Liquid Level Relays w/Base ABB 1 120VAC Sure Protector/Filter SFP1-20/120VAC 2856702 Phoenix Contact AR Circuit Breakers Square D or Equivalent 1 24VDC 5A Power Supply QUINT-PS-100-240AC/24DC/5 Phoenix Contact 64 Double Level Field Terminal Block UTTB4 Phoenix Contact 16 Interposing Relay w/Base for Digital Outputs (700HK32Z24/ Allen Bradley 700HN122 AR Circuit Breakers Square D or Equivalent AR Misc. Wire and Wire Duct 1 Completed Panel Shop Tested and UL Labeled Kruger 1 Controller and Operator Interface Programming Kruger 1 Site Start-Up and Testing Kruger NOTE:AR means As Required. The quantity of these items will be determined at the time of panel construction. All Controller/Operator Interface programming is based on Kruger standards, any requests or requirements that would deviate from this standard will result in additional costs. Kruger will be is O VEOLIA WATER Solutions&Technologies a KRUGER _ -- providing Controller/Operator Interface programming only for the Kruger supplied Control Panels. The Controller/Operator Interface Programs and associated graphic screens developed by Kruger are for use on the Kruger supplied Controller/Operator Interface only. The Kruger supplied Controller/Operator Interface Program and associated graphic screens cannot be used, in whole or any part, for other uses. Kruger will supply copies of the completed Controller/Operator Interface programs at job completion. Prior to supplying completed Controller/Operator Interface programs, Kruger requests that a non-disclosure agreement be signed and returned to Kruger. Kruger will use Allen Bradley PICO development software for Programming and Operator Interface Programming; the development software is licensed to Kruger and will not be provided as part of this scope. Kruger will not be providing any PLC, Network, Operator Interface, SCADA, or Alarm Notification software. No other Instruments, Control Panel Components (PLC or other components) will be supplied unless they are explicitly listed in this Scope of Supply. 4.3 INSTRUMENTATION: Kruger shall supply the instruments as detailed herein per Discfilter unit supplied. Instruments Per Unit nQt Description 1 Level Probe Backwash Initiation 1 Level Probe (Bypass/High Level Indication 1 Level Probe (Dry Run Backwash Pump Protection Kruger will calibrate and start-up Instruments supplied by Kruger. Instruments supplied by others will require calibration and start-up by others. No other instruments such as magnetic flow meters, turbidimeters, pressure transmitters, and float switches are included in this proposal. QVEOLIA 16 WATER Solutions&Technolo¢ies PHILADELPHIA 1221 East Main Street • Palmyra,a y PA 17078 ,,; µ`+• 'fit �I,X�NG Phone: 717.832.2800 • Fax: 717.832.1740 `P , SOLUTIONS, Ltd. www.philamixers.com Anoxic Zone 1 Mixers (4 required) ANX-1-1, ANX2-1, ANX-3-1, ANX-4-1 Drive: 4000 Unifirst Series, Heavy Duty Parallel Shaft Gear Drive, Pedestal Mounted 95% Drive Efficiency (0.11 HP Loss) Motor: 2.0 HP, TEFC, Severe Duty, 1800 RPM, 460 VAC, 60 Hz, 3 phase NEMA Premium Efficiency of 86.5% at full load Shaft: 304 Stainless Steel Material of Construction Impeller: Down Pumping Anti-Ragging XELSC 2200, FRP Material of Construction Anoxic Zone 2 Flocculation Mixers (12 required) ANX-1-2-1, ANX-1-2-2, ANX-1-2-3, ANX-2-2-1, ANX-2-2-2, ANX-2-2-3, ANX-3-2-1, ANX-3-2-2, ANX-3-2-3, ANX-4-2-1, ANX-4-2-2, ANX-4-2-3 Drive: 4000 Unifirst, Heavy Duty Parallel Shaft Gear Drive, Pedestal Mounted 90% Drive Efficiency (0.1 HP Loss) Motor: 1.0 HP, TEFC, Severe Duty, 1800 RPM, 460 VAC, 60 Hz, 3 phase NEMA Premium Efficiency of 87.5% at full load Shaft: 304 Stainless Steel Material of Construction Impeller: Down Pumping Hydrofoil, 304 Stainless Steel Material of Construction Clarifications to Specifications VFD's, Anchor Bolts, Lubrication and Baffles not included in scope of supply. Warranty Our mechanical warranty for this Project will be 60 months after start up or 66 months after shipment, whichever comes first. We agree to repair or replace any mixer component supplied by PMSL that, during the warranty period, fails because of defects in materials or defects caused by factory workmanship. Unless agreed to elsewhere we warrant our products to be suitable for fit, form and function. This warranty is based upon proper storage, installation according to instructions, and proper maintenance after start-up. Our service manuals will detail the procedure to be used. Extended warranties are available upon request for a small fee. Drawings, Submittal, and Delivery Schedule Drawings and data for approval can be supplied approximately 3-4 weeks after receipt and entry of your Purchase Order. Drawing lead time is to be confirmed at time of Order Entry; subject to current Engineering Load. Shipment of the equipment can be made approximately 12-16weeks after receipt of a release for fabrication. Manufacturing lead time is to be confirmed at drawing approval and full release to manufacturing; subject to current shop load. Confidential/Proprietary Not to be Disseminated Without Prior Written Consent From Philadelphia Mixing Solutions, Ltd. SIEMENS Represented by: Sam Gutridge EnviroSales of Florida, Inc. 1101 U.S.27 South DESCRIPTION OF SCOPE Sebring, FL 33870 Phone:(863)314-0616 4654 W. Farm Road Fax: (863)314-0617 Springfield, MO 65802 Email: samCcD.envirosalesofFlorida.com Proposal for: CITY OF ATLANTIC BEACH,FLORIDA Job : City of Atlantic Beach, Florida Proposal Ng : T5129-01154-Rev.1 Date : November 9, 2010 Section 11372-Single-Stage Centrifugal Air Blowers Includes Addenda through 2 Three(3)Siemens high efficiency single-stage centrifugal turbo blowers model KA2SV-GK190,accessories and controls with variable diffusers for variable output capacity control and inlet guide vanes to provide a dual vane control system for efficiency optimization and minimized power consumption. The blowers are designed for a capacity of 2500 SCFM at 8.75 psig discharge. Standard Major Skid Components(pre-piped and pre-wired): Siemens blower with integral speed increasing gearbox (125)HP High efficiency electric motor:480v/60hz/3ph ODP enclosure, suitable for reduced voltage start Coupling and guard Structural steel base A splash oil lubrication system Standard Skid Instrumentation(pre-piped and pre-wired): Inlet temperature transmitter Surge switch Differential pressure transmitter Inlet temperature gauge Oil temperature transmitter Oil temperature gauge Blower gearbox vibration transmitter Motor current transmitter Shipped Loose Components(for installation by Contractor): Inlet filter/silencer for each unit One(1)main header pressure transmitters Inlet and discharge flex connectors for each unit Eight(8)dissolved oxygen probes Set of vibration isolation pads for each unit Eight(8)air flow meters Discharge conetsilencer for each unit Eight(8)flow control valves Blow-off(bypass)valve,480/60/3 electric-actuated for each unit Siemens design blow-off valve silencer for each unit Discharge check valve for each unit Discharge pressure gauge for each unit Local Control Panels(Skid mounted and pre-wired on the blowers): Each blower includes a skid mounted NEMA 12 Local Control Panel with programmable logic controller that will contain the start-stop permissive sequence, surge alarms, all safety monitoring and shutdown controls. Starters and controls for variable vanes, and blow-off valves are included. Panel door mounted items include Allen Bradley PanelView color operator interface monitor, main disconnect, hourmeter, and emergency stop.A 120v/60hz/1 ph 30 amp power supply is required (and the panel is a UL listed assembly). Master Control Panel(shipped loose for field mounting by contractor): One (1) NEMA 12 Master Control Panel with programmable logic controller, inputs and outputs to control the on-line blowers and other specified equipment. Panel door mounted items include color operator interface monitor and main disconnect. A 120v/60hz/1 ph power supply is required(and the panel is a UL listed assembly). Paint: Manufacturer's standard finish. Start-up Service: Start-up and operator training is included. Additional service is available at $1,100 per day, plus traveling and living expenses billed at cost, plus 10%. Advance notification of 10 working days is required for scheduling. Factory Test(Non-Witnessed): Factory Performance Test(Factory Standard Shop Test) Motor Routine Test Functional Control Panel Test Siemens Proposal T5129-01154-Rev.1 Payment Terms: 10% upon issuance of submittal package 40% upon receipt of raw materials, including: gearing, casings, and impellers 20% upon successful completion of blower factory performance test 30%at time of final shipment Terms are 100 percent of invoiced value, without deduction, and to be paid Net 30 days after invoice date. Payment shall not be dependent on the Contractor being paid by any third parties. Under no circumstances will payment be dependent on acceptance of the equipment by the Owner. Drawings and Shipment: Submittal for approval will be in approximately 6-8 weeks after acceptance of the order by Siemens. Shipment will be approximately 20-22 weeks after receipt of submittal approval by Siemens. Extended Payment. Add one percent(1%) escalation for each partial or full quarter that payment in full is extended beyond one year after proposal date. Extended Shipment. Add one percent (1%) escalation for each partial or full quarter that shipment is extended beyond 40 weeks after contract acceptance by Siemens. Warranty: Warranties will expire sixty-six (66) months after shipment or sixty (60) months after start-up (which shall be the Siemens certified date the equipment is available for beneficial use), whichever occurs first. Under no circumstances will the warranty begin upon "beneficial use", completion of the project, or acceptance of the equipment as determined by the engineer or end user.Any and all warranty terms and conditions detailed in the proposal herein shall supersede and/or supplement the warranty language denoted in the Siemens standard terms and conditions. Items Not Included: Installation, installation supervision, interconnecting pipe, fittings, bolts, nuts, gaskets,wiring, state sales/use tax or any other items not specifically listed above. Notes: • Price is F.O.B. factory and freight allowed to the jobsite. Pricing will be valid for one year after award of contract. See payment and shipment escalation clauses outlined here in. This proposal is based upon the attached Siemens terms and conditions. STANDARD EQUIPMENT PRICING RECORD Turbo Blowers-Total lump sum base bid as June 10, 2010 $393,000 OPTIONAL BLOWER SYSTEM UPGRADES The following optional upgrades to the aforementioned basic package are available from Siemens: • Siemens design local inlet filter/silencer eliminates inlet piping) Add$6,060 • Louvers and transition piece Add$ 5,190 • Main header instrumentation for online blower system surge control: Add$4,610 o One(1) Main air header blow-off valve o One(1) Main air header blow-off silencer o MCP main headers stem coordination • MCP programming (only)for sludge holding tank level control Add$7,500 Total turbo blowers as bid presented on June 10, 2010 with optional blower system $416,360 upgrades One(1)additional Turbo blower KA2SV-GK200 (including local filter/silencer)and same scope as detailed on bid presented on June 10, 2010 Add$93,600 THE TERMS AND CONDITIONS ON THE BACK OF THIS SALES AGREEMENT ARE INCORPORATED HEREIN AND MADE PART OF THE AGREEMENT. PLEASE READ THESE TERMS AND CONDITIONS CAREFULLY. INA 11651 Philips Highway.Jacksonville.Florida 32256 „ Telephone:904 268 0099•Fax:904 268 2922 www.wpcind.com General Contractors License CGC046120 February 7, 2010 City of Atlantic Beach 800 Seminole Road Atlantic Beach, FL 32233 Re: Permit Applications To Whom it May Concern: Please consider this letter to be an official Delegation of Signatory, authorizing Mr. James McKee, Project Manager of WPC Industrial Contractors LLC,to submit for(sign) and receive permits on behalf of the company. If you have in questions, please do not hesitate to contact me. Sinc el , r. onathan Belloit, President 5!le � ........ CHERY:August R CommiD 919551 l/ Expires24,2013Bondcdlluu�e�we800.38b-701® Hart, Melissa From: Griffin, Michael Sent: Monday, December 10, 2012 11:26 AM To: Kaluzniak, Donna; Hart, Melissa Subject: FW: City Completion Letter COAB WWTP#1 -TMDL & Sludge/Odor Control Attachments: letter 12 3 12 atlantic beach - Building Dept.pdf; COC November 2012.pdf.pdf Donna, thank you for providing the letters. Melissa, please file the attached letters with the proper permit records, thanks. Mike G. From: Kaluzniak, Donna Sent: Friday, December 07, 2012 5:06 PM l To: Griffin, Michael Cc: McNally, Harry; John Collins Subject: FW: City Completion Letter COAB W�VTP#1 -TMDL&Sludge/Odor Control Mike, here is the letter from J. Collins Engineering Associates, along with DEP's acceptance of the project for service, for your records for Permit Nos. 11-2251 Ov6 Lee--, 11-1632 6LLL G 11-162XA)EW 11-1621 De"p 11-1620 me(-ft 11-16191;2&T 11-1618,Vc.L Thanks, Donna From: John Collins [mailto:john@jcollinsengineering.com] Sent: Monday, December 03, 2012 7:56 PM To: Kaluzniak, Donna Cc: 'David Lassetter'; 'Gary on JCEA' Subject: City Completion Letter COAB WWTP#1 -TMDL&Sludge/Odor Control Hi Donna -per your request. Also do you want to attach the FDEP Completion Form (COC)that we received today? John Collins, PE J. Collins Engineering Associates, LLC 11516-3 San Jose Blvd. Jacksonville, FL 32223 904-262-4121 Cell 904-716-6282 1 J. COLLINS ENGINEERING ASSOCIATES, LLC ..............................................................................................................................................................�................................................................... 1 I`+I(r3 Sa.n Jt> c E31�ci. Jacksonville. 11. 3222.3 (904)262-4121 (904)716-6232 (Cell) _iollw'd Collinsengineesinv.ct)r7) December 3, 2012 Mr. Michael Griffin, Building Official Building Dept. 800 Seminole Road Atlantic Beach, FL 32233 RE: City of Atlantic Beach Wastewater Treatment Plant#1 Improvements for TMDL Compliance & Odor Control/Sludge Improvements Dear Mr. Griffin: This letter is to certify that all building, electrical, plumbing and mechanical work for the above project was completed in accordance with the plans and specifications. J. Collins Engineering Associates, LLC and our associated sub consultant specialty Engineers inspected and approved the work during the construction project. WPC Industrial Contractor, LLC will be demobilizing this month and completing a final punch list. Should you need additional information, please feel free to call me at (904) 716-6282 or email me at johnCa�jcollinsengineering.com. Sincerely, J— cl John E. Collins, Jr., P.E. Project Manager Cc Donna Kaluzniak- Utility Director h tECill y RICK SCOT I FLORIDA DEPARTMENT OF GOVFkNM ENVIRONMENTAL PROTECTION ai.",N1}IR cnRR«I_I, 1.1 60vl,R1\'0a NORTHEAST DISTRICT 8800 BAYMEADOWS WAY WEST,SUITE 100 11ERS0IE'[,1'.VINYAlM JR. JACKSONVILLE,FLORIDA 32256 SF.CRT'lI'ARY December 3, 2012 Donna Kaluzniak Utility Director City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, Florida 32233 Duval County—Domestic Wastewater Permitting Atlantic Beach WWTF (FL0038776) Certification of Completion (Final) Dear Ms. Kaluzniak: This acknowledges the receipt of Form 62-620.910(12),Notification of Completion of Construction for Wastewater Facilities or Activities as specified on permits FLOW 8776-009 and FL0038776-012 for the following: I. Two static screens which have design capacity of 1.0 MGD; 2. Two identical BNR treatment units, which were conversed from the four existing aeration basins, with alternating anoxic/aerobic/anoxic/aerobic stages, including baffle walls, mixers, fine bubble diffusers, and re-circulating pumps, vertical turbines and anoxic mixers; 3. A supplemental carbon feed system, includes electrical system, piping, concrete pad, canopy, and chemical pumps; 4. Two cloth-disc filtration system and associated piping; 5. Higher efficiency blowers. 6. New chlorination and dechlorination facilities. 7. Interconnection of the Buccaneer WWTF outfall pipe to the Combine Beaches outfall pipe. 8. Installation of an odor control system to treat air form influent screens and sludge dewatering building. 9. Enclosure of the Influent screens (for odorous air collection purposes); 10. A sludge dewatering building; 11. Installation of two waste activate sludge pump and two digested sludge transfer pumps. 12. Two aerobic digesters and a sludge thickener; 13. Installation of mechanical dewatering equipment and two feed pump. ir�arc.c%zstale./1.ns Atlantic Beach WTTF (FL0038776) Certification of Completion Page 2 of 2 14. Installation of digester supporting equipment including aeration diffusers, air supply lines, decanter, and aeration controls; 15. Miscellaneous pumping, yard piping, and improvements to the electrical system and instrumentation. It is noted that most of the items where certified in the partial Certification of Completion of Construction in May 2011, however since this is the final certification a master list is created for the final certification. Based on information provided,the Department accepts the projects for service. If you have any questions, please contact Joseph Emery at(904)256-1619 or by email at Joseph.Emery@dep.state.Mus. Your continued cooperation in our domestic wastewater program is appreciated. Sincerely, zV D. Anh Vo, P.E. Wastewater Permitting Supervisor cc : John Collins, P.E.—J. Collins Engineering Associates, LLC. Jim Hanson—City of Atlantic Beach