INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer...

32
RECEIVER/GSWA 542 N. Marine Corps Dr., Tamuning, Guam 96913 INVITATION FOR BID (IFB) IFB NO. GSWA-002-13 ORDOT DUMP CLOSURE CONSTRUCTION AND DERO ROAD SEWER IMPROVEMENTS ADDENDUM NO. 13 September 10, 2013 ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE SPACE PROVIDED BELOW, AND RETURN TO GSWA BY EITHER E-MAIL, [email protected], OR BY FAX, 671-649-3777. NAME OF PROPOSER: ________________________________________ AUTHORIZED SIGNATURE: ________________________________________ PRINT NAME: ________________________________________ DATE: ________________________________________

Transcript of INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer...

Page 1: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

RECEIVER/GSWA 542 N. Marine Corps Dr., Tamuning, Guam 96913

INVITATION FOR BID (IFB) IFB NO. GSWA-002-13

ORDOT DUMP CLOSURE CONSTRUCTION

AND DERO ROAD SEWER IMPROVEMENTS ADDENDUM NO. 13

September 10, 2013

ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE SPACE PROVIDED BELOW, AND RETURN TO GSWA BY EITHER E-MAIL, [email protected], OR BY FAX, 671-649-3777. NAME OF PROPOSER: ________________________________________ AUTHORIZED SIGNATURE: ________________________________________ PRINT NAME: ________________________________________

DATE: ________________________________________

Page 2: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013

RECEIVER/GSWA 542 N. Marine Corps Dr., Tamuning, Guam 96913

ORDOT DUMP CLOSURE CONSTRUCTION AND DERO ROAD SEWER IMPROVEMENTS

Project No. GSWA-002-13

September 10, 2013

ADDENDUM NO. 13

This addendum shall form part of the Contract Documents. Failure by any proposer to acknowledge receipt of this addendum in its proposal shall be grounds for disqualification of its proposal. NOTICE TO BIDDERS: The Bid Documents of the above project are hereby amended as follows: Modified Add or Replaced With Description I. BID DOCUMENTS Schedule of Values (AD-11)

Replace with Schedule of Values (AD-13)

Revised quantity for Bid Item #61 to 2,050,300 SF.

II. SPECIFICATIONS Section 01025 Measurement and Payment (AD-12)

Replace with Section 01025 Measurement and Payment (AD-13)

Added generator, generator housing, and automatic transfer switch to description for Bid Item #96.

Section 02532 Sewage Pumping Stations (AD-12)

Replace with Section 02532 Sewage Pumping Stations (AD-13)

Revised Section 2.9.I.5 to revise mounting for run time meters to outside panel with NEMA 4X gasketing.

III. CONSTRUCTION DRAWINGS

Sheet E06 Sheet E06, Revision #2 Revised note 4 to require NEMA 4X disconnect switch. see bubbled revisions.

Sheet E07 Sheet E07, Revision #2

Revised single line diagram, for conduit between ATS and Control Panel, revised Note 6 to provide for future SCADA connection and edited parameters, and revised note in single line diagram changing fuel tank size to 72 hours at 100% load, see bubbled revisions.

Note, the descriptions in the table above give a general understanding and location of the change, it is the Contractor’s responsibility to review the changes in this addendum and incorporate as needed in their bid package.

Page 3: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013

RECEIVER/GSWA 542 N. Marine Corps Dr., Tamuning, Guam 96913

IV. RESPONSES TO BIDDER’S QUESTIONS Question #1: Section 9.0 of the Instruction to Bidders (ITB) requires the bidder “to present satisfactory evidence that we have sufficient experience…” and so on. Is it really necessary to re-submit the qualifications with the bid even though we have already been prequalified based on the same information? Response: Yes, also include subcontractor information as required by the Bid Documents. Question #2: Pay Item 36 is for Supply of 3” Perforated HDPE Pipe for Seep Drains, however we do not see an line item on the bid form for installation of this pipe. Response: Installation of the 3” perforated pipe is included in Bid Item 34. Question #3: For Pay Item 147 – Grouted Rip Rap Swale; plan Sheet C32 refers to Detail 9 on Plan Sheet C39 which shows a 6” layer of protective material. When looking at the measurement and payment for this item there is no reference to a 6” protective layer. Will the 6” protective layer underneath the 24” rip rap layer be incidental to Pay Item 147? Response: Yes. Question #4: The measurement and payment for Pay Item 106 – 6” Solid HDPE Pipe for Gas Collection Laterals mentions metallic warning ribbon being installed in the trench. Warning ribbon is not shown on the details pertaining to this item. Is metallic ribbon required for this item? Response: Yes. The warning ribbon is described in Part 2.6.A of Specification Section 13191. Question #5: Please reference Pay Items 58 - Install Geomembrane for Final Cover and Pay Item 61 - Install Lower Geocomposite. Based on the details on plan sheets C56 to C59 each layer appears to cover the same area and are anchored in the same fashion. Based on this, shouldn’t the installation quantity for these items be the same? Response: Yes. Quantity for Bid Item 61 has been revised. The revised Bid Schedule of Values (AD-13) is included with this addendum. Per Addendum 12, installation of the lower geocomposite associated with the leachate interceptor trench is included in Bid Item 40.

Page 4: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013

RECEIVER/GSWA 542 N. Marine Corps Dr., Tamuning, Guam 96913

Question #6: If the answer to the previous question is “no”, please advise the locations where there is a Lower Geocomposite Layer without a Geomembrane layer. Response: See Answer to Question 6. Question #7: Are there any defined limits shown on the plans (or CAD files) for the 6” and 8” Geocell components? Response: Yes. See Drawings C12 and C22. Question #8: Are there any defined limits provided on the plans or CAD files for the concrete filled geocell? Response: No. Limits of the concrete filled geocell are defined by the details. Question #9: Measurement and payment for all of the Geosynthetics items do not specify whether the payment area is based on planemetric or surface area (2D vs. 3D area). This is also true for other area measurement pay items such as the geocell protection. Please define the area measurement methods to be used on this project. The engineer’s quantities appear to be based on surface (3D) areas. Response: Measurement for payment of geosynthetic and geocell installations will be based on the surface area (3D area) of the installation. Question #10: It appears that the Water Diversion Trench Outfall shown on Drawing C53 and the Trapezoidal Channel Outlet shown on Drawing C85 will be placed in the same location. Since there are differences in the section, size and details - which prevails? Please clarify the intent. Response: The Water Diversion Trench Outlet (Detail 8, Drawing C53) and the Trapezoidal Channel Outlet (Detail 28, Drawing C85) are not in the same location. Question #11: Addendum 10 and 11 made changes to the text for measurement and payment for the geotextiles (Item 64) on the project. Is the agencies intent to pay for all geotextiles used in the project under this pay item? Response: No. Bid Item 64 is for the supply of geotextile necessary for the completion of the project work described in Bid Items 27, 31, 34, 40, 54, 55, 86, 146, and 148. The supply of all other geotextile is included in other bid items. Question #12: How many working days required by CM team to review and approve the submitted survey data? Will the agency allow a partial approval of the survey data and proceed with the work? Response: All pre-construction surveys for calculation of Final Pay Quantities shall be completed prior to the start of work. Contractor shall allow for 14 calendar days

Page 5: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013

RECEIVER/GSWA 542 N. Marine Corps Dr., Tamuning, Guam 96913

for review and verification of the pre-construction surveys. Contractor shall allow for 7 calendar days for review of verification of construction surveys. Approval of completed areas will be allowed based on a survey of the completed portion of the work. Question #13: In reference to LFG drawings C26, Detail 1 and C27, Detail 7. These details indicate the use of a rock product “1-inch to 1-1/2-inch Washed Stone.” Is there a special requirement for this particular material, or is it the intent of the plans to use the Drainage Gravel described in Specification Section 02227? Please clarify. Response: The intent of the plans is to use the imported drainage gravel specified in Section 02227. Question #14: Dededo Quarry materials - From visual inspection of the site, approximately 40% of materials are hard. Are we required use all materials generated from our quarrying operation? Can we leave the oversized materials on site? Response: The Contractor is not required to use all the materials that are generated from the quarrying operation; however, the Contractor’s operation needs to be consistent with the present DPW Plan of Quarry Excavation. The contractor is responsible for providing all the personnel, equipment, fuel, etc., to excavate and haul the material away and for coordinating with the DPW and to conform to all requirements of the DPW including, but not limited to, excavation, product storage, stockpiling, oversized materials storage, and hauling . It is expected that some quarried material will require crushing. It is up to the bidder to determine what will be required to provide the project materials from this quarry. ATTACHMENTS: Schedule of Values (AD-13) Section 01025 Measurement and Payment (AD-13) Section 02532 Sewage Pumping Stations (AD-13) Drawings E06 and E07 (Revision 2)

-END OF ADDENDUM No. 13-

Page 6: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-1

BID SCHEDULE OF VALUES ORDOT DUMP CLOSURE CONSTRUCTION AND DERO ROAD SEWER IMPROVEMENTS

PROJECT NO. GSWA-002-13

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

General Requirements

1 Mobilization and Demobilization LS 1

2 Bonding and Insurance LS 1

3 Surveying LS 1

4 Demolition LS 1

5 Site Clean-up of Scattered Waste (Outside the Final Waste Limits) LS 1 $200,000 $200,000

6 Unexploded Ordnance (UXO) Monitoring LS 1

7 Health and Safety LS 1

Earthworks

8 Clearing and Stripping (Inside Existing Waste Limits) AC 44

9 Waste Relocation (Outside the Final Waste Limits) CY 9,200

9A Waste Relocation Contingency (Outside the Final Waste Limits) CY 4,600

10 Waste Relocation (Inside of Final Waste Limits) (5) CY 181,400

11 Supply and Install Random Fill (Inside of Final Waste Limits) (5) CY 90,100

12 Excavation of On-Site Soil (Outside of Final Waste Limits) (5) CY 35,000

13 Supply and Install Engineered Fill (From On-Site Excavation (5)) CY 35,000

14 Supply and Install Engineered Fill (Imported Material) (5) CY 1,000

15 Supply and Install Geocell Backfill CY 32,100

16 Supply and Install Geocell Concrete Backfill CY 10,300

17 Supply and Install Foundation Layer (5) CY 67,000

18 Supply and Install Protective Cover Layer on Benches and Roads CY 49,900

19 Supply and Install Protective Cover Layer on Top Deck CY 11,900

20 Supply and Install Protective Cover Temporary Berm LF 370

21 Excavate and Backfill Anchor Trench LF 5,400

22 Excavate and Backfill Temporary Anchor Trench LF 1,500

23 Supply Coral Drainage Material for Water Diversion Trench CY 580

24 Supply Corrugated 12" Perforated Dual-Wall HDPE Pipe for Water Diversion Trench LF 500

25 Supply Corrugated 12" Non-Perforated Dual-Wall HDPE Pipe for Water Diversion Trench LF 590

26 Install Water Diversion Trench LF 1,100

Page 7: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-2

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

27 Supply and Install Water Diversion Trench Outfall LS 1

Leachate Collection

28 Supply Drainage Material for Perimeter Leachate Collection Trench (2) CY 1,800

29 Supply Corrugated 12" Perforated Dual-Wall HDPE Pipe for Perimeter Leachate Collection Trench LF 5,300

30

Supply Corrugated 12" Non-Perforated Dual-Wall HDPE Pipe for Perimeter Leachate Collection Trench LF 0

31 Install Perimeter Leachate Collection Trench LF 5,300

32 Supply Leachate Manholes Each 17

33 Supply Gravel Fill Around Leachate Manholes CY 260

34 Supply and Install Drainage Material for Leachate Seep Drains (2) CY 30

35 Supply Corrugated 3" Non-Perforated HDPE Pipe for Seep Drains LF 1,840

36 Supply Corrugated 3" Perforated HDPE Pipe for Seep Drains LF 80

37 Install Corrugated 3" Non-Perforated HDPE Pipe for Seep Drains LF 1,840

38 Supply Drainage Material for Leachate Interceptor Trench (2) CY 1,130

39 Supply Corrugated 12" Perforated Dual-Wall HDPE Pipe for Leachate Interceptor Trench LF 680

40 Install Leachate Interceptor Trench LF 680

41 Supply Corrugated 12" Non-Perforated Dual-Wall HDPE Pipe for Leachate interceptor Trench LF 1,290

42 Install Leachate Interceptor Trench with Non-Perforated Pipe LF 1,290

43 Supply and Install Phase 1 Intermediate Transfer Pumps & Piping Each 6

Temporary Leachate Storage Pond

44 Excavation of Temporary Leachate Storage Pond CY 10,200

45 Install Geomembrane Liner for Pond Bottom SF 26,600

46 Install Floating Cover SF 27,900

47 Install Geocomposite Vent Strips LF 750

48 Excavate and Backfill Anchor Trenches LF 1,260

49 Supply and Install Protective Cover CY 150

50 Supply 4" Solid Wall HDPE Leachate Pipe LF 80

51 Install 4" Solid Wall HDPE Leachate Pipe LF 80

52 Temporary Pipe Inlet LS 1

53 Temporary Leachate Storage Pond Operations and Maintenance LS 1

Page 8: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-3

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

54 Leachate Removal Sump and Riser LS 1

55 Temporary Leachate Storage Pond Stormwater Emergency Spillway LS 1

56 Demolish Pond During Phase 2 Construction LS 1

Geosynthetics

57 Supply Geomembrane for Final Cover and Leachate Pond Bottom Liner SF 2,354,000

58 Install Geomembrane for Final Cover SF 2,050,300

59 Supply Floating Cover SF 30,690

60 Supply Lower Geocomposite SF 2,262,700

61 Install Lower Geocomposite SF 2,050,300

62 Supply Upper Geocomposite SF 2,258,960

63 Install Upper Geocomposite SF 2,053,600

64 Supply Geotextile SF 170,900

65 Supply 6" Geocell SF 780,230

66 Supply 8" Geocell SF 1,311,200

67 Supply Polyester Tendons LF 981,750

68 Supply Kevlar Tendons LF 678,260

69 Install Geocell System SF 1,901,300

Stormwater

70 Supply and Install Perimeter Road Box Culvert with Headwall (2' x 4') LF 190

71 Supply and Install Perimeter Road Box Culvert with Headwall (3' x 6') LF 250

72 Drainage Dissipator/Redirector EA 14

73 Bench Channel Dissipator EA 3

74 Supply 36" HDPE Storm Drain Pipe LF 380

75 Install 36" HDPE Storm Drain LF 380

76 Supply 48" HDPE Storm Drain Pipe LF 290

77 Install 48" HDPE Storm Drain LF 290

78 Supply 60" HDPE Storm Drain Pipe LF 1,970

79 Install 60" HDPE Storm Drain LF 1,970

80 Supply 60" HDPE Pond 2 Down Drain Pipe LF 70

81 Install 60" HDPE Pond 2 Down Drain Pipe with Energy Dissipator LF 70

82 Supply 60" HDPE Pond 3 Down Drain Pipe LF 100

83 Install 60" HDPE Pond 3 Down Drain with Energy Dissipator LF 100

84 Supply and Install Box Manhole (8'x8'x10') EA 10

85 Supply and Install Energy Dissipator Manhole (8'x10'x11') EA 2

Page 9: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-4

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

86 East Side Grouted Rip Rap Channel SF 12,000

87 Supply and Install Top Deck Berm LF 1,470

Erosion Control

88 Supply Erosion Control Mat SF 20,570

89 Install Erosion Control Mat SF 20,570

90 Silt Fence LF 8,230

91 Silt Fence Check Dam EA 14

92 Stabilized Construction Entrance EA 2

93 Straw Wattles LF 19,400

94 Placement of Clearing and Stripping Mulch SF 205,270

Miscellaneous

95 Security Fence LF 6,920

96 New Electrical Service LS 1

97 Supply and Install Engineered Fill and Drainage Culverts for Access Road LS 1

98 Supply and Install Protective Cover for Access Road CY 600

Landfill Gas

99

Supply 6” solid SDR-17 HDPE pipe for Landfill Gas Collection Laterals and Vertical Landfill Gas Extraction Wells LF 5,625

100 Supply 8” perforated SDR-17 HDPE pipe for Vertical Landfill Gas Extraction Wells LF 465

101 Supply 8” solid SDR-17 HDPE pipe for Landfill Gas Collection Header LF 3,900

102

Supply and install Landfill Gas Wellheads for Vertical Landfill Gas Extraction Wells and Horizontal Collector Trenches EA 37

103 Install 8” solid SDR-17 HDPE pipe for Landfill Gas Collection Headers LF 3,900

104 Supply and install 8” Valves for Landfill Gas Collection Headers EA 8

105 Supply and install Access/Monitoring Ports for Landfill Gas Collection Header EA 7

106 Install 6” solid SDR-17 HDPE pipe for Landfill Gas Collection Laterals LF 4,710

107 Supply and install Horizontal Collector Trenches LF 3,800

108 Supply and install Access/Monitoring Ports for Horizontal Collection Trenches EA 4

109 Drill Vertical Landfill Gas Extraction Wells LF 1,305

110 Supply Drainage Material for Vertical Landfill Gas Extraction Wells CY 150

111 Install Vertical Landfill Gas Extraction Wells LF 1,305

Page 10: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-5

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

112 Supply and install Phase 1 Condensate Sump and tie-in to Leachate Collection Trench Manhole LS 1

113 Supply and install Flare Station Condensate Drop-Out Structure LS 1

114 Supply 6” perforated SDR-17 HDPE pipe for Migration Control Trench LF 1,700

115 Supply 8” solid SDR-17 HDPE pipe for Migration Control Trench Header LF 2,025

116 Supply and install Landfill Gas Wellheads for Migration Control Trench EA 8

117 Supply Drainage Material for Migration Control Trench CY 1,765

118 Install Migration Control Trench LF 1,700

119 Install 8” solid SDR-17 HDPE pipe for Landfill Gas Migration Control Trench Header LF 2,025

120 Supply and install Phase 2 Condensate Sump and tie-in to Leachate Collection Trench Manhole LS 1

121 Supply and install 8” Valves for Migration Control Trench EA 1

122 Supply and install Access/Monitoring Ports for Migration Control Trench EA 8

123 Supply and install Landfill Gas Flare LS 1

124 Electrical Supply to LFG Flare LS 1

Leachate Storage and Pumping Station

125 16,000 gal Bolted Steel Tank on Slab on Grade EA 3

126 Supply and Install 10HP Leachate Pumps and Piping LS 1

127 Supply and Install Leachate Secondary Containment CY 73

128 Supply and Install Concrete Pipe Supports EA 7

129 Electrical Supply and Site Lighting to Leachate Pumps LS 1

130 Supply and Install 4" PVC or HDPE Forcemain Pipe onsite LF 2,537

131 Supply and Install 2" Air Vacuum Valve Assembly EA 2

132 Supply and Install Sanitary Sewer Forcemain Clean-out EA 5

Stormwater Pond Construction

133 Pond 1 Excavation CY 5,900

134 Pond 2 Excavation CY 8,900

135 Pond 3 Excavation CY 15,400

136 Pond 4 Excavation CY 5,400

137 Keyway Excavation CY 1,080

138 Supply and Install Low Permeability Soil Keyway CY 1,080

139 Stormwater Pond Berm CY 2,300

Page 11: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-6

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

140 Supply and Install Outlet Risers EA 4

141 Supply and Install 12" HDPE Pipe from Energy Dissipator Manholes to Pond 2 and 3

LF 50

142 Supply and Install 24" Outlet Pipe LF 42

143 Supply and Install 30" Outlet Pipe LF 180

144 Supply and Install 36" Outlet Pipe LF 48

145 Supply and Install Concrete Anti-Seep Collars EA 8

146 Supply and Install Pond Outfall and Rip Rap Apron for Pond 1,2, and 3

EA 3

147 Supply and Install Grouted Rip Rap Swale and Pad SF 7,100

148 Supply and Install Spillway Rip Rap CY 450

149 Supply and Install Concrete Emergency Spillway EA 2

150 Supply and Install Stormwater Pond Access Road SY 1,800

151 Level Spreader EA 2

152 Supply and Install Planting for Stormwater Ponds LS 1

Dero Road Sewer and Pump Station

153 Traffic Control, Coordination and Pot Holing LS 1

154 Supply and Install 4' Diameter Manhole EA 21

155A Supply and Install 8" PVC SDR-25 Pipe LF 3,339

155B Supply and Install 12" PVC SDR-25 Pipe LF 20

156 Supply and Install 6" PVC or HDPE Forcemain Pipe from GWA Pump Station LF 273

157 Concrete Encasement LF 227

158 Lateral Sewer Lines EA 16

159 Temp Asphalt Patch LF 3,544

160 Pump Station Site Work LS 1

161 Pump Station Generator Enclosure Building LS 1

162 Pump Station Electrical Supply, Site Lighting and Generator for Pump Station LS 1

163 Pump Station Wetwell & Valve Vault LS 1

164 Pump Station 1.2 HP Pumps, Piping & Controls LS 1

165 Pump Station & Ordot Dump Water Services & Fire Hydrant LS 1

Western Channel Relocation

166 Mobilization and Demobilization LS 1

167 Surveying LS 1

168 Clearing and Stripping AC 1.1

169 Tree Protection LF 1,020

170 Excavation of On-SiteTopsoil (Inside Limits of

Channel Relocation) CY 1,220

Page 12: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-7

Bid Item Description Unit Quantity

Estimated Unit Cost

Estimated Total Cost

171 Excavation of On-Site Soil (Inside Limits of

Channel Relocation) CY 1,600

172 Excavation of Rock (Inside Limits of Channel

Relocation) CY 800

173 Supply and Install Topsoil (From On-Site Topsoil

Excavation) CY 1,220

174 Supply and Install Engineered Fill (From On-Site

Excavation) CY 85

175 Boulder Step-Pool Cross Vane EA 3

176 Boulder Vane EA 3

177 Constructed Rock/Riffle Pool Complex LF 200

178 Temporary Channel Crossing EA 1

179 Temporary Diversion Dike LF 545

180 Silt Fence LF 905

181 Stabilized Construction Entrance EA 1

182 Temporary Seed Mix AC 0.6

183 Native Seed Mix AC 0.6

184 Supply Channel Stabilization Blanket SF 22,550

185 Install Channel Stabilization Blanket SF 22,550

186 Shrubs-#2 Cont. EA 30

187 Tublings EA 217

188 Plug Containers EA 3,300

189 Allowance for Excavation of Rock (Inside Limits of

Channel Relocation) CY 800

Abandonment and Installation of Monitoring Wells

190 Abandonment of Monitoring Wells (Both

Groundwater and Landfill Gas Wells) LS 1

191 Installation of New Monitoring Wells (Both

Groundwater and Landfill Gas Wells) LS 1

Other

192 Contingency for Unforeseen Conditions LS 1 $300,000.00 $300,000.00

Total Bid

$

Notes:

1. CONTRACTOR shall provide unit costs to increase size of the gravity sewer line along Dero Road from 8” to 12”. Insert here: Additive: $_____________________ per linear foot of pipe installed. Not to be included in Total Bid.

2. CONTRACTOR shall provide unit costs for the alternative use of shredded tires instead of gravel in the perimeter leachate collection trench, leachate interceptor trench and seep drains provided for in Bid Item 28, 34, and 38. Insert Here: Additive or Deductive- $________________________ per cubic yard. Not to be included in Total Bid. Note: Pyramid Recycling (contact: Eric Hsueh (671) 727-8130) has demonstrated the ability to produce a product that meets the requirements of Section 02227 of the specifications and is a potential source for the shredded tires.

Page 13: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

BID SCHEDULE OF VALUES Ordot Dump Closure Construction and Dero Road Sewer Improvements Project No. GSWA-002-13 BSOV (AD-13)-8

3. CONTRACTOR shall submit, along with this Bid Schedule of Values, his major subcontractor(s) standard rates for employees, equipment, overhead, profit, etc. These standard rates shall be used for negotiating any Change Orders that may arise.

4. The BIDDER shall prepare its own estimate to correspond to the required scope of work and quantities for all work required to complete the Project, based on the Contract plans, specifications, and documents.

5. It is the CONTRACTOR’s responsibility to verify to their satisfaction the quantities for all final pay items prior to starting work. Any modifications to the final pay items due to differing site conditions will be made by the ENGINEER or OWNER based on a preconstruction survey provided by the CONTRACTOR in accordance with the Specifications. The CONTRACTOR must agree to the Final Pay Item quantity in writing prior to construction activities.

6. The Bid Schedule of Values is intended principally to serve as a guide in evaluating and comparing the bids. The Bidder awarded the Contract shall prepare a more detailed Schedule of Values for the purpose of progress billings.

7. All other items of work not qualified and not listed in the Bid Schedule of Values are to be included in the item with which it is closely associated. CONTRACTOR’s overhead, profit, taxes, and other non-listed expenses are to be included in the items of the Bid Schedule of Values.

8. As an option, the CONTRACTOR may utilize the Guam Department of Public Works (DPW) Dededo Quarry as a source of coral rock for this project. In-place coral rock will be made available to the contractor at no cost. CONTRACTOR is responsible for all costs associated with excavation, screening, grading, processing, and hauling material for the project. CONTRACTOR is also responsible for coordinating all operations with DPW. Additionally, the DPW operates the quarry Monday through Friday, 7 am to 3 pm. Any work performed by the CONTRACTOR outside the quarry’s operating hours will require the CONTRACTOR to pay for the hourly wage of one DPW employee. Contact Linda Ibanez for information on visiting the site prior to bid submittal.

9. Hauling leachate from the Temporary Leachate Storage Pond will be conducted by the CONTRACTOR in accordance with the Temporary Leachate Storage Pond Operations and Maintenance Plan. Payment will be in accordance with Section 8.9 of the General Conditions, Changes in Work (not to be included in Total Bid).

Page 14: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 1 of 17    SEWAGE PUMPING STATIONS 

SECTION 02532 

SEWAGE PUMPING STATIONS 

PART 1 GENERAL 

1.1 SECTION INCLUDES 

Section includes equipment, materials, and appurtenances for sewage pumping units in cast‐in‐place concrete basins for use in conjunction with pressure sanitary sewer systems, respectively. 

1.2 RELATED SECTIONS 

A. Section 02222 – Engineered and Random Fill, Utility and Anchor Trench Backfill: Aggregate for backfill in trenches. 

B. Section 02536 – Force Mains  

C. Section 02538 – Sanitary Sewer Systems 

D. Section  03300  ‐  Cast‐in‐Place  Concrete:  Concrete  type  for wet well  and  valve vault construction. 

1.3 REFERENCES 

A. American Bearing Manufacturers Association: 1. ABMA 9 ‐ Load Ratings and Fatigue Life for Ball Bearings. 

B. ASTM International: 1. ASTM A53/A53M ‐ Standard Specification for Pipe, Steel, Black and Hot‐

Dipped, Zinc‐Coated, Welded and Seamless. 

C. National Electrical Manufacturers Association: 1. NEMA 250 ‐ Enclosures for Electrical Equipment (1000 Volts Maximum). 

1.4 PERFORMANCE REQUIREMENTS 

A. Refer to schedule at end of this Section. 

1.5 SUBMITTALS 

A. Shop Drawings: 

Page 15: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 2 of 17    SEWAGE PUMPING STATIONS 

1. Submit detailed dimensions layouts for materials and equipment, including layout of all lines, manholes, piping, pump basins, pumps, piping, controls including wiring schematics and accessories to the Construction Manager (CM) and GWA for their review and approval. 

B. Product Data: Submit pump, piping, valve and motor starter controller information to the Engineer and GWA for review and approval.  Note, GWA review is not concurrent and typically follows the Engineer’s review and may take longer to receive comments or approval. 

C. Manufacturer's Installation Instructions: Submit detailed instructions on installation requirements including storage and handling procedures, anchoring, and layout to the CM for review and approval. 

D. Manufacturer's Certificate: Provide Certification to the Engineer and GWA that the Products meet or exceed specified requirements. 

E. Manufacturer's Field Reports: Provide Certification to the CM and GWA that the equipment has been installed in accordance with manufacturer’s instructions. 

F. Required Submittals Three (3) copies of submittals shall be provided to the GWA and include the following: 

1. Shop and erection drawings showing all important details of construction, dimensions and anchor bolt locations. 

2. Descriptive literature, bulletins, and/or catalogs of the equipment. 

3. Data on the characteristics and performance of each pump. Data shall include guaranteed performance curves, based on actual shop tests of similar units, which show that they meet the specified units, which show that they meet the specified requirements for head, capacity, efficiency, NPSHR, submergence and horsepower. Curves shall be submitted on eight and one‐half (8‐1/2) inch by eleven (11) inch sheets, at as large a scale as is practical. Curves shall be plotted from no flow at shut off head to maximum manufacturer recommended pump capacity. Catalog sheets showing a family of curves will not be acceptable. 

4. Complete layouts, wiring diagrams, elementary or control schematics, including coordination with other electrical control devices operating in conjunction with the pump control system. Suitable outline drawings shall be furnished for approval before proceeding with manufacture of any equipment. Standard 

Page 16: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 3 of 17    SEWAGE PUMPING STATIONS 

preprinted sheets or drawings simply marked to indicate applicability will not be acceptable. 

5. A drawing showing the layout of the pump control panel shall be furnished. The layout shall indicate all devices mounted on the door and in the panel. 

6. The weight of each pump. 

7. Complete motor data shall be submitted including: ‐ Nameplate identification ‐ No‐load current ‐ Full load current ‐ Full load efficiency ‐ Locked rotor current ‐ High potential test data ‐ Bearing inspection report 

1.6 CLOSEOUT SUBMITTALS 

A. Project Record Documents: Record actual locations and final orientation of equipment and accessories and document in final as‐built drawings and provide to CM, GWA and the Engineer. 

B. Operation and Maintenance Data: 1. Submit maintenance instructions for equipment and accessories to CM 

and GWA. 2. Furnish list of equipment and tools needed to maintain and calibrate 

equipment to CM and GWA. 

1.7 QUALITY ASSURANCE 

A. Perform Work in accordance with GWA, GPA, GEPA, DPW, NAVFAC and adjacent property owner requirements.  

B. Maintain one copy of each document on site. 

1.8 QUALIFICATIONS 

A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. 

Page 17: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 4 of 17    SEWAGE PUMPING STATIONS 

1.9 PRE‐INSTALLATION MEETINGS 

A. Convene minimum one week prior to commencing work of this section.  Invite GWA and the Engineer which may attend at their own discretion. 

1.10 DELIVERY, STORAGE, AND HANDLING 

A. Prepare pumps and accessories for shipment to prevent entry of foreign matter into product body. 

B. Inspect for damage. 

C. Store products in areas protected from weather, moisture, or possible damage. Do not store products directly on ground. 

D. Handle products to prevent damage to interior or exterior surfaces. 

1.11 ENVIRONMENTAL REQUIREMENTS 

A. Conduct operations not to interfere with, interrupt, damage, destroy, or endanger integrity of surface structures or utilities, in immediate or adjacent areas. 

1.12 COORDINATION 

A. Coordinate work with GWA, DPW, GPA, GTA, MCV, GEPA, adjacent property owners and utilities within construction area. 

1.13 EXTRA MATERIALS 

A. Furnish one complete set of manufacturer's recommended spare parts for each pump. 

B. Furnish special tools required for equipment maintenance. 

PART 2 PRODUCTS 

2.1 SEWAGE PUMPING UNITS 

A. Manufacturers: 1. Flygt  2. ABS  3. No substitutions allowed. 

B. Submersible sewage pumps, field serviceable. 

Page 18: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 5 of 17    SEWAGE PUMPING STATIONS 

C. Cast iron pump case, motor housing, and bearing housing. 

D. Integral stainless steel motor and pump shaft; stainless steel hardware. 

E. Impeller: Sized by manufacturer for 270 gpm at 19 feet of total dynamic head for lead pump on condition inclusive of 15.5 feet of static head.  Pump shall be capable of pumping during high level conditions with only 11.2 feet of static head without running outside of the acceptable pump curve.  1. Non‐clog type, capable of passing minimum 3‐1/8 inch (80 mm) diameter 

spheres. 2. Dynamically balanced impeller. 3. Impeller Wearing Surface: Material specially selected for corrosion and 

wear resistant qualities. 

2.2 WET WELL AND VALVE VAULT Wet well and valve vault shall be constructed as shown on the plans and in conformance with the specifications. 

A. ACCESS FRAMES AND COVERS Both the wet well and the valve vault shall be furnished with an access frame and cover. Equipment furnished shall include the necessary access frames, complete with hinged and slide bar equipped dual lid covers, stainless steel upper guide holder and stainless steel level sensor cable holder. The frames shall be securely mounted above the pumps. Doors shall be of aluminum checkered plate when constructed in non‐traffic areas. Traffic rated galvanized steel doors and frames shall be used when the structures are built within traffic areas. The access cover and frame with stainless steel hardware shall be sized as shown on the DRAWINGS. 

B. PIPING, VALVES AND ACCESSORIES 1. Piping Above ground and wetwell piping shall be flanged ductile iron pipe, Class 150, unless otherwise specified. Piping to the wet well shall be a minimum 18‐foot section of epoxy‐lined ductile iron pipe. All pipe inside the wet well and the valve vault shall be as shown on the drawings.  2. Valves 

a. Swing Type Check Valve: Check valves for ductile iron pipelines shall be swing type, outside lever and weight, and shall meet the material requirements of AWWA C500. The valves shall be iron body, bronze mounted, single disc, 150 psi working water pressure, non‐shock, and hydrostatically tested at 300 psi. Ends shall be 125 pound ANSI B16.1 flanges.  When there is no flow 

Page 19: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 6 of 17    SEWAGE PUMPING STATIONS 

through the line the disc shall hang lightly against its seat in practically a vertical position. When open, the disc shall swing clear of the waterway steel nuts on the bolts of bolted covers.  Valves shall be so constructed that disc and body seat may easily be removed and replaced without removing the valve from the line. Valves shall be fitted with an extended hinge arm for the outside lever and weight assembly. If pump shut‐off head exceeds 80 feet, then an air cushioned assembly shall be installed.  

b. Gate Valve:  Top entry, threaded joint type; bronze body, non‐rising stem, wedge disk, union bonnet; TFE stem seal and bonnet O‐ring.  

c. Sewage Air Release Valve:  APCO Model 400 or approved equal, size as shown on the plans with shut off valve, backflushing attachment, and optional blow off valve. 

 3. Pressure Gauges Pressure gauges shall be installed on each discharge pipe. Each pressure gauge shall be direct mounted and incorporate a stainless steel case and stainless steel hardware.  The gauge shall be liquid filled, with a 4‐1/2 inch diameter dial and a clear glass crystal window. A ¼‐inch stainless steel shut‐off (isolation) valve shall be provided. All gauges shall be weatherproofed. The face of the dial shall be white finished aluminum with jet black graduations and figures. The face of the dial shall indicate the units of pressure measured in psi and feet of head with a 0‐60 psi range. Pressure gauges shall be installed prior to pump station start‐up.  

C. COATINGS Exterior walls of wetwell and valve vault shall be coated with a water‐based concrete coating equivalent to Conseal CS‐55 as manufactured by Concrete Sealants, Inc.  The exterior of both structures shall receive 8 mils (2 coats) of the concrete coating, gray in color.  The interior of the valve vault shall receive 12 mils (3 coats) of the concrete coating.  The interior of the wetwell shall incorporate a 2 mm “Agru Suregrip” liner or approved equal.  Prepare concrete surfaces and apply coatings per manufacturer’s instructions. 

D. PIPE SUPPORTS a. Manufacturers: 

1. Cooper B‐Line 2. Gulf State Hangars 3. National Pipe hangar Corporation 4. Equivalent Contract fabricated units as approved by the Engineer. 

Page 20: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 7 of 17    SEWAGE PUMPING STATIONS 

 b. Materials: 

Materials for pipe supports and hardware shall be type 304 or 316 stainless steel or approved equal.    

c. Types: 1. Floor Stand:  Base stand similar or equal to Cooper B‐Line Figure B3088S, or B3088ST, or approved equal.  Adjustable pipe support similar or equal to Cooper B‐Line FigureB3090, B3092, B3093, B3094, B3098, or approved equal. 

2. Hold Down Strap.  Similar or equal to Cooper B‐Line Figure B3256 or approved equal. 

3. Wall Brackets.  Similar or equal to Cooper B‐Line Figure B3064, B3065, B3066, B3067, B3069W, or approved equal. 

 

2.3 SEWAGE PUMP MOTORS 

A. General Requirements The motor housing shall be gray cast iron, ASTM A48 Class 35B and the motor shall be of the squirrel‐cage induction shell type design, housed in an air‐filled, water tight chamber (NEMA B type) and shall be capable of continuous submerged operation underwater to a depth of 65 feet.  As a minimum the stator windings and stator leads shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method, resulting in a winding fill factor of at least 95 percent. The use of bolts, pins or other fastening devices requiring penetration of the stator housing is unacceptable.   The motor shall be designed for continuous duty handling pumped media of 40°C (104°F) and capable of handling up to 15 evenly spaced starts per hour. The service factor (as defined by NEMA) shall be a minimum of 1.10. The motor shall have a voltage tolerance of +/‐ 10% from nominal. A performance chart shall be provided upon request showing curves for torque, current, power factor, input kW, output HP and efficiency. This chart shall also include data on starting and no‐load characteristics. The motor horsepower shall be adequate so that the pump is non‐overloading throughout the entire pump performance curve from shutoff through run‐out.  The rotor bars and short circuit rings shall be made of cast aluminum. The motor shall be designed for continuous duty, completely submerged or unsubmerged. The 

Page 21: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 8 of 17    SEWAGE PUMPING STATIONS 

explosion proof variant shall be FM approved for use in NEC Class I, Division I, Groups C & D hazardous locations.  Each phase of the motor shall contain a bi‐metallic temperature monitor in the upper portion of the stator windings. These thermal switches shall be connected in series and set to open at 125°C. They shall be connected to the control panel, and used in conjunction with and supplemental to external motor overload protection. 

B. Heat and Moisture Sensors Each motor shall incorporate a minimum of one ambient temperature compensated overheat sensing device and an optional moisture sensing device. These protective devices shall be wired into the pump controls in such a way that if excessive temperature or moisture is detected the pump will shut down. These devices shall be self‐resetting. 

C. Cables The power cables shall be sized according to NEC and CSA standards and shall be of sufficient length to reach the junction box without requiring splices. The outer jacket of the cable shall be oil resistant chloroprene rubber, and shall be capable of continuous submerged operation underwater to a depth of 65 feet.  The cable entry design shall not require specific torque requirements to insure a watertight seal. The cable entry shall consist of a cylindrical elastomer grommet, flanked by stainless steel washers. A cable cap incorporating a strain relief shall mount to the cable entry boss compressing the grommet ID to the cable while the grommet OD seals against the bore of the cable entry. The junction chamber shall be equipped with a removable cover allowing for cable removal or voltage change without opening the motor. The junction chamber shall be sealed from the motor by means of a sealing gland or terminal board. 

2.4 ELECTRICAL GROUNDING SYSTEM 

A. General A grounding system shall be installed as per National Electrical Code, Local Codes and Ordinances.  An underground perimeter cable grounding system shall be installed with connections to at least the following equipment: 

1. Wet Well Cover 2. Valve Vault Cover Control Panels 4. Generator 5. Utility Company Transformer 6. Main Disconnect Switch 7. Fence 

Page 22: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 9 of 17    SEWAGE PUMPING STATIONS 

B. Material and Installation The Contractor’s shop drawings shall show details of material and installation to construct a completely functional and operational Electrical Grounding System. 

2.5 INSPECTION AND TESTING A factory representative knowledgeable in pump operation and maintenance shall inspect and supervise a test run at the pumping station covered by this specification. A minimum of one (1) working day shall be provided for the inspections. Additional time made necessary by faulty or incomplete WORK or equipment malfunctions shall be provided as necessary to meet the requirements of the specifications at no additional cost to the GWA. Upon satisfactory completion of the test run, the factory representative shall issue the required manufacturer's certificate. The test run shall demonstrate that all items of this MANUAL have been met by the equipment as installed and shall include, but not be limited to, the following tests: 

1. That all units have been properly installed. 2. That the units operate without overheating or overloading any parts and without objectionable vibration. 3. That there are no mechanical defects in any of the parts. 4. That the pumps can deliver at the specified head and discharge capacity. 5. That the pumps are capable of pumping the specified material. 6. That the pump controls perform satisfactorily. 

2.6 APPURTENANCES 

A. Pump Guide Rails: Stainless steel, Type 304, Schedule 40, diameter standard for pump size but not less than 1 inch (25 mm). 

B. Top and Bottom Pilots: Stainless steel. 

C. Pump Guides and Guide Rail Supports: Stainless steel. 

D. Pump Lifting Chains: Stainless steel cable. 

E. Fasteners and Hardware: Stainless steel, Type 316. 

F. Stainless Steel Strainer Basket with guide rails and lifting mechanism. 

G. Stainless Steel or Aluminum Pump lifting mechanism as recommended by the manufacturer. 

Page 23: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 10 of 17    SEWAGE PUMPING STATIONS 

2.7 FLOAT LEVEL CONTROLS 

A. Float‐type mercury tube switches sealed in shock‐resistant solid polyurethane float to control basin liquid level and to signal high level alarm. 

B. Heavy neoprene‐jacketed weighted cords suspended from NEMA 250 Type 4 junction box. 

C. Level setting adjustable from top of basin. 

D. Five switches required for duplex installations; one for lead pump start, one for lag pump start, one for low level and pump stop, one for low level alarm and one for high level alarm. 

2.8 OPERATION OF LIQUID LEVEL CONTROLS 

A. Duplex Control Sequence: 1. On rise of liquid level, low level and pump stop switch energizes first. 2. As liquid level increases, lead pump switch starts lead pump. 3. With lead pump running, basin liquid level decreases to low level and 

pump stop setting. 4. When lead pump stops, alternating relay indexes so lead and lag pump 

switch duty on next rise in liquid level. 5. When pump fails to stop and liquid level continues to drop, low level 

alarm switch energizes alarm signal. 6. When liquid level continues to rise while lead pump is running, lag pump 

switch starts lag pump; both lead and lag pumps operate together until low level and pump stop switch stops both pumps. 

7. When liquid level continues to rise with both pumps in operation, high level alarm switch energizes alarm signal. 

8. When one pump fails, remaining pump operates automatically on override control and, when liquid level rises above lag pump start switch control, alarm is signaled. 

9. Hard‐wire float control shall operate in parallel with and in concert with analog level controls. 

2.9 CONTROL PANEL 

A.  GENERAL The control panel shall respond to a level indicating transducer with liquid level float switches as back‐up to automatically start and stop pumps as well as sound an alarm upon high wet well levels. The control panel shall operate two (2) electrical submersible pumps.  The control panel shall provide for connection to the future GWA telemetry 

Page 24: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 11 of 17    SEWAGE PUMPING STATIONS 

system for monitoring and off‐site control of the pumping station. The lift station RTU shall accommodate the following local inputs and outputs:   

Description  

Type  Source/Destination 

Wetwell Level  

AI  Submersible Level Sensor 

Pump 1 Call  

DO  Pump No. 1 Start Signal 

Pump 2 Call  

DO  

Pump No. 2 Start Signal  

Pump 1 Running  

DI  

Pump No. 1 Motor Starter Aux Contact  

Pump 2 Running  

DI  

Pump No. 2 Motor Starter Aux Contact 

Pump 1 Seal Fail  

DI  Seal Failure Pump 1 

Pump 2 Seal Fail  

DI  

Seal Failure Pump 2  

Pump 1 Ready  

DI  Pump 1 H‐O‐A in Auto 

Pump 2 Ready  

DI  Pump 2 H‐O‐A in Auto 

Pump 1 Off  

DI  Pump 1 H‐O‐A in Off, or Pump 1 Failure 

Pump 2 Off  

DI  Pump 2 H‐O‐A in Off, or Pump 2 Failure  

Intrusion  DI Control Panel Door Switch 

Level Sensor Fail  

DI  Level Sensor Out of Range  

Power Failure DO Generated by RTU

 

Note: Type designations are as follows: AI = analog input DI = discrete input AO = analog output 

Page 25: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 12 of 17    SEWAGE PUMPING STATIONS 

DO = discrete output  

The control panel shall consist of main circuit, a circuit breaker and magnetic starter for each pump motor, and additional circuit breakers as required. All pump control operations shall be accomplished by a level indicating transducer with float‐type liquid level as back‐up with all control components mounted in one common enclosure. Control switches shall provide means to operate each pump manually or automatically. When operated in the automatic mode, the control assembly shall provide means to manually select or automatically alternate the position of the "lead" and "lag" pumps after each pumping cycle. The control panel shall also provide electrical tracking provisions for the GWA’S SCADA system. A separate terminal strip shall be furnished, wired, and clearly marked for future attachment to the SCADA system through telemetry (by others). The terminal strip shall be adequate for future connection to the telemetry system assuming a Flygt APP 521 for duplex stations and Flygt APP 721 for triplex stations.  

B. PANEL CONSTRUCTION The control panel shall be housed in a NEMA Type 4X stainless steel enclosure with 30% extra mounting space for additional equipment. Enclosure shall incorporate a three‐point latch with two other fasteners and shall have provisions for padlocking the door. A dead front inner door unit for mounting controls shall be provided. All exterior hardware and hinges shall be stainless steel.    There shall be permanently affixed to the interior side of the exterior enclosure door both a nameplate and a 10" x 12" pocket for log sheet storage. The nameplate shall contain the following information: voltage, phase, rated horsepower, speed, date manufactured, pump and control panel manufacturer's name, address and telephone number, pump data, including impeller data, discharge capacity (gpm) and head (ft.), kW input, and amps at the operating point and at least two other points on the pump curve. The control panel enclosure shall be Underwriters Laboratories (U.L.)  listed.  

C.  POWER SUPPLY AND MAIN DISCONNECT Power supply to the control panel shall be 480‐Volts, three‐phase, four‐wire. Minimum service shall be 100 AMP. Main service disconnect shall be installed ahead of the control panel. LED power available indicators shall be supplied on all legs.  The disconnect box shall be 316 stainless steel. 

D.  CIRCUIT BREAKERS  All circuit breakers shall be heavy‐duty molded case breakers. The handle on the circuit breakers shall be operational through the inner door. All circuit breakers 

Page 26: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 13 of 17    SEWAGE PUMPING STATIONS 

shall have an appropriate locking device to meet OSHA lock‐out and tag‐out rules. 

 

E. MOTOR CIRCUIT PROTECTORS Each pump motor shall be protected by a 3‐pole motor circuit protector. The motor circuit protector shall be operated by a toggle‐type handle and shall have a quick‐make, quick‐break overcenter switching mechanism that is mechanically trip‐free from the handle so that the contacts cannot be held closed against a short circuit and abnormal currents which cause the motor circuit protector to trip.  Tripping shall be clearly indicated by the handle automatically assuming a position midway between the normal ON and OFF positions. All latch surfaces shall be ground and polished. All poles shall be so constructed that they open, close, and trip simultaneously. Motor circuit protector must be completely enclosed in a high‐strength glass polyester molded case. Ampere ratings shall be clearly visible.  Contacts shall be of non‐welding silver alloy. Arc extinction must be accomplished by means of arc chutes. A manual push‐to‐trip button shall be provided for manual exercising of the trip mechanism.  Each pole of these motor circuit protectors shall provide instantaneous short circuit protection by means of an adjustable magnetic‐only element. 

F. MOTOR STARTER AND SELECTOR SWITCHES The panel shall contain two motor starters. The motor starter shall be across the line magnetic starter with individual overload protection on each power leg with reset installed through the inner door unit. Local Power Company Regulations shall govern.  Selector switches shall be installed on the face of the inner door unit. Selector switch shall be a heavyduty oil tight "Hand‐Off‐Auto" three‐position switch to control the operation mode of each pump motor starter. 

G.  PUMP ALTERNATOR An eight pin plug‐in solid‐state alternator shall be provided to change the pump starting sequence on each pumping cycle. A three position alternator test switch shall be provided to control the alternation operation. Switch positions to include the "Auto" position to provide normal automatic sequence; "Off" position to disable alternator, and "Test" position with a spring return to allow the alternation of the pump sequence to check alternator operation. 

H. LIGHTS AND ALARMS 1. Indicator Lights There shall be installed on the face of the inner door unit, heavy‐duty NEMA 4X oil‐tight indicator lights.   The lights shall indicate the control status of the float control switches and the run condition of each pump. The indicator lights shall be 120‐Volt cluster LED type.  

Page 27: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 14 of 17    SEWAGE PUMPING STATIONS 

 2. High Level Alarm A vapor proof red strobe light and horn shall be mounted on the sides of the panel to indicate a high‐level alarm. Also, there shall be an alarm silence pushbutton below the alarm light and a silence relay which will silence the horn and automatically reset when these signals are restored to normal. The pushbutton shall be heavy‐duty oil tight. 

I. ADDITIONAL REQUIREMENTS 1. Wiring All power wires shall be THHN or THWN 75 Degree C insulated stranded copper conductors and shall be appropriately sized for the given load application. All control circuit wire shall be type THWN, Size 14, stranded type copper. All wiring within the enclosure shall be neatly routed by the use of slotted type wiring duct with snap‐on type covers. Wiring on the rear of the inner door shall be neatly bundled with nylon ties and include sufficient loop across the hinges to prevent wire damage. Both ends of each conductor shall be permanently identified. Color coding of all wiring is required: 

1. RED, 24 VAC+ 2. WHITE, Neutral 3. BLACK, 120 VAC+ 4. PURPLE, 120 VDC+ 5. GREY, 12 VDC‐ 6. GREEN, equipment ground 

2. Terminal Points Terminal points of all terminal strips, relays, and components shall be permanently identified. All terminal numbers, wire numbers, and identifying nomenclature shall correspond to and be shown on electrical schematic diagrams. 3. Engraved Nameplats All circuit breakers, control switches, indicator pilot lights and other control devices shall be identified with permanently affixed legend plates and lamicoid‐type engraved nameplates where applicable. A black and red on white label stating “DANGER, HIGH VOLTAGE, 480 VOLTS” shall be affixed to the face of the inner door unit. 4. Surge Protector A surge protector shall be included and wired to protect motors and control equipment from lightning induced line surges. All surge protectors shall be U.L. approved and installed per respective power company requirements and manufacturers' specifications. Surge protectors shall be attached to the load side 

Page 28: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 15 of 17    SEWAGE PUMPING STATIONS 

of the normal power main breaker. Surge protection shall be manufactured by DEHN; no equivalent. 5. Elapsed Time Meters One elapsed time meter for each pump shall be mounted on the face of the outer door, with proper gasketing to maintain NEMA 4X panel rating. Elapsed time meters shall be 115 volt non‐reset type and shall totalize pump‐running time in hours and tenths of hours to 99999.9 hours. 6. Convenience Receptacle On the face of the inner door unit, there shall be installed a 15 AMP, 120 volt, duplex convenience receptacle. It shall be provided with its own single pole, 15 AMP circuit breaker for protection. Ground fault interrupt type shall be required. 7. Control Terminal Blocks Control terminal blocks shall be of the clamp screw type, rated for 600 volts. Amperage rating shall accommodate the control circuit amperage to which it is connected, but have a minimum rating of 20 amps. An additional 30 space terminal strip shall be installed in the cabinet for future use with RTU equipment. 8. Control Power Transformers There shall be a control power transformer with a minimum size of 500VA to provide 120VAC power for: coils for starters,  indicator pilot lights, alarm horn, alarm light, pump alternator, elapsed time meters, etc. The power transformer shall be dry and properly fused on both the primary and secondary side of the transformer.  9. Control Relay The level control relays shall operate from 120VAC. They shall be enclosed, plug‐in 8‐pin type with octal‐style screw terminal sockets and shall include a test button. 10. Electrical Schematic There shall be permanently affixed to the interior side of the exterior enclosure door an electrical schematic diagram and a copy supplied to the GWA’S personnel at start‐up. The schematic diagram shall include the rated amperage and voltage for all components. 11. Phase Monitor A surface‐mount, hard‐wired type phase monitor shall be provided for protection of electrical components due to phase loss, phase reversal, over and under voltage. Failure of the phase monitor shall activate the alarm system. 

J. TESTING, SERVICE AND WARRANTY 1. Testing 

Page 29: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 16 of 17    SEWAGE PUMPING STATIONS 

After fabrication in the control panel manufacturer's plant, an operational test shall be performed to check out the entire panel before delivery. Three phase source voltage to which the panel is intended shall be used for the testing. 2. Service The control panel manufacturer shall maintain a service organization on Guam that is available for service. 3. Warranty The manufacturer shall furnish a one (1) year warranty against defects in materials and workmanship covering parts and labor on all items supplied under this Section.    

PART 3 EXECUTION 

3.1 EXAMINATION 

A. Coordinate and verify existing conditions before starting work. 

B. Verify layout and orientation of pumps, accessories, and piping connections. 

3.2 INSTALLATION 

A. Excavate in accordance with these specifications. 

B. Install pump units and accessories where indicated on Drawings and in accordance with manufacturer's instructions. 

C. Backfill in accordance with these specifications. 

D. Provide and connect piping, accessories, power and control conduit and wiring to make system operational, ready for startup. 

E. Flush piping with clean water. 

3.3 FIELD QUALITY CONTROL 

A. Execute all Field inspecting, testing, adjusting, and balancing. 

B. Pre‐operational Check: Before operating system or components, make the following checks: 1. Check and adjust liquid level control and alarm settings. 2. Ensure pumps are free to rotate and all electrical connections have been 

properly tested. 

C. Start‐up and Performance Testing: 

Page 30: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps

Final Closure    Ordot Dump    DIVISION 2 SITEWORK 

  

BC Team    Section 02532 (AD‐13) Addendum 13 – September 2013  Page 17 of 17    SEWAGE PUMPING STATIONS 

1. Test each unit on clear water through minimum of four complete cycles under supervision of manufacturer's representative, and construction manager and in presence of Architect/Engineer. Demonstrate system performance, control functions, and alarms meet specified requirements. 

2. Hydrostatically test system piping for leaks at 150 psi. 

D. Equipment Acceptance: 1. Adjust, repair, modify or replace system components that fail to perform 

as specified and rerun tests. Make final adjustments to equipment under direction of manufacturer's representative. 

2. Document adjustments, repairs and replacements in manufacturer’s field services certification. 

3.4 MANUFACTURER'S FIELD SERVICES 

A. Furnish services of manufacturer's representative experienced in installation of products supplied under this specification for not less than two man‐days on‐site for installation inspection and field testing, and instructing Owner's personnel in maintenance of equipment. 

B. Certify that equipment has been properly installed and is ready for start‐up and testing. 

3.5 DEMONSTRATION 

A. Demonstrate equipment startup, shutdown, routine maintenance, alarm condition responses, and emergency repair procedures to Owner’s and GWA personnel.  Provide a minimum of 8 hours of onsite training for system operators including full training of programmable components and all electro‐mechanical systems and in the operation of the pumps and level controls. 

3.6 SPARE PARTS 

A. The Contractor shall provide one (1) complete spare pump and motor unit and one (1) set of Manufacturers recommended spare parts for the control panel. 

END OF SECTION 

Page 31: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps
Page 32: INVITATION FOR BID (IFB) IFB NO. GSWA-002-13...Ordot Dump Closure Construction and Dero Road Sewer Improvements Addendum No. 13, September 10, 2013 RECEIVER/GSWA 542 N. Marine Corps