Section
01155
MEASUREMENT
AND PAYMENT
PART 1 - GENERAL
1.1
SUMMARY
A. Includes:
Procedures required for measurement of quantities and payment for
Bid
Items included in
the Work.
1.2
BID
A. CONTRACTOR shall
furnish all labor, materials, equipment and incidentals required to
install, complete and make operational the P1-101 Sludge Dewatering
and Odor Control at Plant No. 1 in its entirety to the satisfaction
of OCSD, as shown on the Drawings, as specified herein, and in
accordance with the Contract Documents.
1.3
MOBILIZATION
– BID ITEM NO. 1
A. Measurement:
1. Mobilization as
required by the Contract Documents is limited to no more than the
amount established in the Schedule of Prices under Bid Item No. 1.
2. Mobilization shall
include all labor, materials, and equipment as required for
mobilization as defined in Section 01711, Mobilization and
Demobilization, and as necessary for obtaining of all permits,
preparing and furnishing specified submittals, purchasing and moving
onto the site the dedicated street sweeper, moving onto the Site all
equipment necessary for the Work; furnishing and erecting plants,
temporary buildings and other construction facilities; installing
temporary construction power, wiring, communications and lighting
facilities, construction water supply connections; potable water and
sanitary sewer connections and facilities; implementing security
requirements; and having the CONTRACTOR’s Management Team on-site
full-time; all as required for the proper performance and completion
of the Work.
B. Payment:
1. Payment requirements
for mobilization as required by the Contract Documents are specified
in the General Conditions, section entitled “Payment –
Mobilization Payment Requirements”.
2. Payment for
mobilization will be made in two equal installments after payment
conditions have been met.
3. CONTRACTOR may
request the initial payment for mobilization no sooner than
30 days following the
effective date of the Notice to Proceed and following submittal of
all of the CONTRACTOR’s submittals due within 30 days following the
Notice to Proceed as required by Section 01711, Mobilization and
Demobilization.
4. CONTRACTOR may
request the final installation payment for mobilization after the
ENGINEER has received and accepted all of the CONTRACTOR’s
submittals as required by Section 01711, Mobilization and
Demobilization, and the General Conditions.
5. The submittal and
acceptance of the Baseline Project Schedule shall be part of Bid
Item No. 1, Mobilization, and assigned a value of $300,000. Partial
payment for Mobilization will be made if all activities, except the
submittal and acceptance of the Baseline Project Schedule, are
satisfactorily completed by the CONTRACTOR. The Partial Payment
shall be in the amount of Bid Item 1 less $300,000. Complete payment
for Mobilization will be made when all activities including, the
Baseline Project Schedule are accepted by the ENGINEER. The
ENGINEER, at its sole discretion, may elect to pay a portion of the
Baseline Project Schedule payment once it has been submitted and
reviewed but prior to acceptance.
1.4
SHEETING,
SHORING AND BRACING – BID ITEM NO. 2
A. Measurement:
1. Sheeting, shoring
and bracing as required by the Contract Documents and as specified
as Bid Item No. 2 on the Schedule of Prices shall be measured as a
lump sum.
2. Sheeting, shoring
and bracing shall include all labor, materials, and equipment
necessary for:
a. Installation of
temporary and permanent (left in place) sheeting, shoring and
bracing or equivalent method.
b. Planning, design,
and engineering fees.
c. Furnishing,
constructing, removing, and disposal of such temporary sheeting,
shoring, and bracing, complete as necessary for the Work or as
required under the provisions of any permits, and in accordance with
the requirements of OSHA.
d. Furnishing,
constructing, and maintaining in place of such permanent (left in
place) sheeting, shoring, and bracing designated on the Plans to
remain in place, complete as necessary for the Work or as required
under the provisions of any permits, and in accordance with the
requirements of OSHA.
B. Payment:
1. Payment for sheeting,
shoring and bracing, as required by the Contract Documents, shall be
at the percentage lump sum of the completed Work for Bid Item No. 2
on the Schedule of Prices.
2. Payment for
temporary and permanent (left in place) sheeting, shoring, and
bracing or equivalent shall constitute full compensation for
completion of all trench shoring and bracing as required to complete
the Project.
1.5
SLUDGE
DEWATERING AND ODOR CONTROL AT PLANT 1 – BID ITEM NO. 3
A. Measurement:
1. Construction of
the Sludge Dewatering and Odor Control at Plant No. 1 as required by
the Contract Documents, excluding all Work items specified in
Paragraphs 1.3, 1.4 and 1.6 through 1.15, and as specified as Bid
Item No. 3 on the Schedule of Prices shall be measured as a lump
sum.
2. All Work required
for installation of the three thickening centrifuge systems,
including centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare rotating assembly, spare parts, tools, all other accessories
and appurtenances, training and on-site services as required by the
Contract Documents and as specified in Section 11369, Thickening
Centrifuges, shall be included in Bid Item No. 3 for the Sludge
Dewatering and Odor Control at Plant No. 1.
3. All Work required
for installation of the spare rotating assembly for the thickening
centrifuge systems, including rotating assembly, storage supports,
and all other accessories and appurtenances as required by the
Contract Documents and as specified in Section 11369, Thickening
Centrifuges, shall be included in Bid Item No.
3 for the Sludge
Dewatering and Odor Control at Plant No. 1.
4. All Work required
for installation of the three dewatering centrifuge systems,
including centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare rotating assembly, spare parts, tools, all other accessories
and appurtenances, training and on-site services as required by the
Contract Documents and as specified in either Section 11365A,
Dewatering Centrifuges – Alternative A, or Section 11365B,
Dewatering Centrifuges – Alternative B, shall be included in Bid
Item No. 3 for the Sludge Dewatering and Odor Control at Plant No.
1.
5. All Work required
for installation of the spare rotating assembly for the
dewatering centrifuge systems, including rotating assembly, storage
supports, and all other accessories and appurtenances as required by
the Contract Documents and as specified in either Section
11365A, Dewatering Centrifuges – Alternative A, or Section
11365B, Dewatering Centrifuges – Alternative B, shall be included
in Bid Item No. 3 for the Sludge Dewatering and Odor Control at
Plant No. 1.
6. All Work required
for installation of the sludge cake pumping systems from 1)
Thickening and Dewatering Facility to Cake Silos and 2) from Cake
Silos to truck loadout, including cake pumps, motors, inlet chutes,
slide gates, load cell weighing systems, slip injection rings and
pumps, cake piping and fittings, flexible connections, ball valves
and actuators, pipe supports, sensors and monitoring equipment,
spare parts, tools, all other accessories and appurtenances, as
required by the Contract Documents and as specified in shall be
included in Bid Item No. 3 for the Sludge Dewatering and Odor
Control at Plant No. 1.
7. All Work required
for furnishing the three thickening centrifuge systems, including
centrifuges, motors, variable frequency drives, lubrication systems,
control panels, sensors and monitoring equipment, sludge density
meters, centrate and discharge chutes, spare parts, tools, all other
accessories and appurtenances, training and on- site services as
required by the Contract Documents and as specified in Section
11369, Thickening
Centrifuges, shall be included as Bid Item No. 5 on the Schedule of
Prices.
8. All Work required
for furnishing the spare rotating assembly for the thickening
centrifuge systems, including rotating assembly, storage supports,
and, all other accessories and appurtenances as required by the
Contract Documents and as specified in Section 11369, Thickening
Centrifuges, shall be included as Bid Item No.
5a on the Schedule of
Prices.
9. All Work required
for furnishing the three dewatering centrifuge systems,
including centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare rotating assembly, spare parts, tools, all other accessories
and appurtenances, training and on-site services as required by the
Contract Documents and as specified in either Section 11365A,
Dewatering Centrifuges – Alternative A, or Section 11365B,
Dewatering Centrifuges – Alternative B, shall be included as Bid
Item No. 6 on the Schedule of Prices.
10. All Work required
for furnishing the spare rotating assembly for the dewatering
centrifuge systems, including rotating assembly, storage supports,
and, all other accessories and appurtenances as required by the
Contract Documents and as specified in either Section 11365A,
Dewatering Centrifuges – Alternative A, or Section 11365B,
Dewatering Centrifuges – Alternative B, shall be included as Bid
Item No. 6a on the Schedule of Prices.
11. All Work required
for furnishing the sludge cake pumping systems from 1)
Thickening and Dewatering Facility to Cake Silos and 2) from Cake
Silos to truck loadout, including cake pumps, motors, inlet chutes,
slide gates, load cell weighing systems, slip injection rings and
pumps, cake piping and fittings, flexible connections, ball valves
and actuators, pipe supports, sensors and monitoring equipment,
spare parts, tools, all other accessories and appurtenances,
training and on-site services as required by the Contract Documents
and as specified in Section 11250, Sludge Cake Pumping System, and
Section 113210, Pumps General, and as listed as Bid Item No.
7 on the Schedule of
Prices.
B. Payment:
1. Payment for the
Sludge Dewatering and Odor Control at Plant No. 1 as required by the
Contract Documents shall be at the percentage lump sum of completed
Work specified in Bid Item No. 3 on the Schedule of Prices and shall
include all labor, tools, materials, and equipment to construct the
facilities and appurtenances complete and in place, including but
not limited to:
a. All Work required
to furnish and install the Thickening and Dewatering
Facility, including but not limited to demolition, earthwork,
loading, hauling, disposal, piping, concrete work, structural,
architectural, HVAC, plumbing, fire protection system, process,
complete and functional equipment, coating systems, electrical,
instrumentation, controls and programming/integration. All equipment
and processes shall be provided complete with motors, control
panels, valves, flow meters, connections, gauges, instruments,
lubrication system, on-site testing, and all other accessories or
appurtenances as required by the Contract Documents and as
applicable to each specific item.
b. All Work required
to furnish and install the Odor Control Facility, including but not
limited to demolition, earthwork, loading, hauling, disposal,
piping, concrete work, structural, architectural, plumbing, process,
chemical tanks, chemical pumps, complete and functional equipment,
coating systems, electrical, instrumentation, controls, programming
and integration. All equipment and processes shall be provided
complete with motors, control panels, valves, flow meters,
connections, gauges, instruments, lubrication system, on-site
testing, and all other accessories or appurtenances as required by
the Contract Documents and as applicable to each specific item.
c. All Work required
to furnish and install the Bleach Facility modifications, including
but not limited to demolition, hauling, disposal, piping, concrete
work, structural, plumbing, process, chemical tanks, chemical pumps,
complete and functional equipment, coating systems, electrical,
instrumentation, controls, programming and integration All equipment
and processes shall be provided complete with motors, control
panels, valves, flow meters, connections, gauges, instruments,
lubrication system, on-site testing, and all other accessories
or appurtenances as required by the Contract Documents and as
applicable to each specific item.
d. All Work required
to furnish and install the Solids Storage and Loadout modifications,
including but not limited to demolition, hauling, disposal, piping,
concrete work, structural, architectural, process, cake silo
modifications, truck load-out modifications, interim truck load-out,
HVAC, plumbing, complete and functional equipment, coating systems,
electrical, instrumentation, controls, programming and integration.
All equipment and processes shall be provided complete with motors,
control panels, valves, flow meters, connections, gauges,
instruments, lubrication system, on-site testing, and all other
accessories or appurtenances as required by the Contract Documents
and as applicable to each specific item.
e. All Work required
to demolish the existing belt press sludge dewatering systems in
Buildings C and M, including but not limited to demolition of
piping, concrete, equipment, electrical, and instruments, hauling
and proper disposal. Work shall also include proper terminations for
electrical that is to remain in service, repairs to remaining
structures, patching and coating of concrete or other surfaces to
match remaining.
f. All Work required
to demolish the existing cake transfer systems adjacent to Buildings
C and M, including but not limited to demolition of piping,
concrete, equipment, electrical, and instruments, hauling and proper
disposal. Work shall also include proper terminations for electrical
that is to remain in service, repairs to remaining structures,
patching and coating of concrete or other surfaces to match
remaining.
g. All Work required
to demolish the existing Solids Area Scrubber Complex, including but
not limited to demolition of piping, concrete, equipment,
electrical, and instruments, hauling and proper disposal. Work shall
also include proper terminations for electrical that is to
remain in service, repairs to remaining structures, patching
and coating of concrete or other surfaces to match
remaining.
h. All Work required
to furnish and install the Primary Clarifier / Digester
Tunnels modifications, including but not limited to demolition,
loading, hauling, disposal, piping, valves, supports, concrete work,
plumbing, process, coating systems, electrical, instrumentation,
controls and programming/integration. All equipment and processes
shall be provided complete with motors, control panels,
valves, flow meters, connections, gauges, instruments, lubrication
system, on-site testing, and all other accessories or appurtenances
as required by the Contract Documents and as applicable to each
specific item.
i. All Work required
to furnish and install the Activated Sludge Tunnel modifications,
including but not limited to demolition, loading, hauling, disposal,
piping, valves, supports, concrete work, plumbing, process, coating
systems, electrical, instrumentation, controls and
programming/integration. All equipment and processes shall be
provided complete with motors, control panels, valves, flow meters,
connections, gauges, instruments, lubrication system, on-site
testing, and all other accessories or appurtenances as required by
the Contract Documents and as applicable to each specific item.
j. All Work required
to furnish and install the Trickling Filter Sludge / Scum Pump
Station modifications including but not limited to demolition,
earthwork, loading, hauling, disposal, piping, concrete work,
structural, architectural, HVAC, plumbing, process, complete and
functional equipment, coating systems, electrical, instrumentation,
controls, programming and integration. All equipment and processes
shall be provided complete with motors, control panels, valves, flow
meters, connections, gauges, instruments, lubrication system,
on-site testing, and all other accessories or appurtenances as
required by the Contract Documents and as applicable to each
specific item.
k. All Work required
to furnish and install Tunnel 29, Tunnel 32, Primary Sludge Valve
Vault and Pipe Rack / Screen Wall, including but not limited to
demolition, earthwork, loading, hauling, disposal, piping, concrete
work, structural, architectural, HVAC, plumbing, process, complete
and functional equipment, coating systems, electrical,
instrumentation, controls, programming and integration. All
equipment and processes shall be provided complete with motors,
control panels, valves, flow meters, connections, gauges,
instruments, lubrication system, on-site testing, and all other
accessories or appurtenances as required by the Contract Documents
and as applicable to each specific item.
l. All Work required
to furnish and install the Power Building 2 modifications, including
but not limited to demolition, loading, hauling, disposal, concrete
work, structural, architectural, piping, valves, supports, plumbing,
process, coating systems, electrical, instrumentation, controls and
programming/integration. All equipment and processes shall be
provided complete with motors, control panels, valves, flow
meters, connections, gauges, instruments, lubrication system,
on-site testing, and all other accessories or appurtenances as
required by the Contract Documents and as applicable to each
specific item.
m. All Work required to
furnish and install the Electrical Service Center modifications,
including but not limited to demolition, loading, hauling, disposal,
supports, electrical, instrumentation, controls and
programming/integration and all other accessories or appurtenances
as required by the Contract Documents.
n. All Work required
to furnish and install buried or exposed yard piping
including but not limited to demolition, loading, hauling, disposal,
new piping, valves, supports, concrete work, coating systems,
electrical, instrumentation and all other accessories or
appurtenances as required by the Contract Documents.
o. All Work required
to furnish and install the sitework and other miscellaneous work
established in the Contract Documents which are not accounted for
elsewhere in the Schedule of Prices. The Work includes, but is not
limited to, excavations, earthwork, backfill compaction, grading and
paving, miscellaneous vaults/structures, miscellaneous equipment,
piping, valves, supports, concrete work, miscellaneous electrical
and control facilities, and all other accessories or appurtenances
as required by the Contract Documents.
1.6
PILES
– BID ITEM NO. 4
A. Measurement:
1. Construction of
piles and appurtenances as required by the Contract Documents and as
specified in Section 02373, Drilled Piers, and Section 02374,
Drilled Piers Load Testing, and as listed as Bid Item No. 4 on the
Schedule of Prices shall be measured as a unit price for the length
of piles actually installed.
B. Payment:
1. Payment for all
Work required for installation of piles, as required by the Contract
Documents shall be based on the unit prices named in Bid Item No.
4 on the Schedule of Prices and the actual number and length of
piles installed in the ground.
2. Unit prices listed
in the Schedule of Prices for Bid Item No. 4 shall include all
labor, tools, and equipment to furnish and install foundation piles,
including but not limited to:
a. All Work associated
with installation of all piles, including but not limited to
potholing existing utilities; excavation; disposal of excess
excavated material; dewatering and drainage; installing pilings
(including materials); trimming of constructed piles to the required
elevations listed on the drawings; backfilling; noise control
measures; and all other incidentals thereto for which separate
payment is not provided under other items on the Schedule of Prices.
b. No payment shall
be made for production/indicator piles not accepted,
production/indicator piles improperly installed; or
production/indicator piles damaged during installation.
c. No payment shall be
made for removal and replacement of rejected piles; or for any other
piles not definitely shown on the Drawings or accepted by the
ENGINEER.
1.7
THICKENING
CENTRIFUGES – BID ITEM NO. 5
A. Measurement:
1. All Work required
for furnishing the three thickening centrifuge systems, including
centrifuges, motors, variable frequency drives, lubrication systems,
control panels, sensors and monitoring equipment, sludge density
meters, centrate and discharge chutes, parts, tools, all other
accessories and appurtenances, training and on-site services as
required by the Contract Documents and as specified in Section
11369, Thickening Centrifuges, and as listed as Bid Item No. 5 on
the Schedule of Prices shall be measured as a lump sum.
2. All Work required
for installation of the three thickening centrifuge systems,
including centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare parts, tools, and all other accessories and appurtenances as
required by the Contract Documents and as specified in Section
11369, Thickening Centrifuges, shall be included in Bid Item No. 3
for the Sludge Dewatering and Odor Control at Plant No. 1.
B. Payment:
1. Payment for the
centrifuges as required by the Contract Documents shall be based on
delivery of the centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare parts, tools, all other accessories and appurtenances,
training and on-site services, as specified in Section 11369,
Thickening Centrifuges, delivered to the site, and shall include all
labor, materials, and equipment necessary for:
a. Delivery to and
suitably stored, secured, and protected at the Project site. b.
Shop drawing acceptance.
c. Approved factory
testing. d. Training.
e. Operation and
maintenance information.
2. Payment of 80
percent of the total cost of the centrifuges and related
components specified in Bid Item No. 5 on the Schedule of Prices
shall be made upon successful delivery of the centrifuges and
related components to the site.
3. Payment of the
remaining 20 percent of the total cost of the centrifuges and
related components specified in Bid Item No. 5 on the Schedule of
Prices shall be made upon successful completion of Acceptance
Testing and issuance of Notice of Substantial Completion.
4. Payment for
unloading and storage prior to installation of the centrifuges,
motors, variable frequency drives, lubrication systems,
control panels, sensors and monitoring equipment, sludge
density meters, centrate and discharge chutes, spare parts, tools,
all other accessories and appurtenances, training and on-site
services, as required by the Contract Documents and as
specified in Section 11369, Thickening Centrifuges, shall be
included in Bid Item No. 3 for the Sludge Dewatering and Odor
Control at Plant No. 1.
1.8
THICKENING
CENTRIFUGE SPARE ROTATING ASSEMBLY – BID ITEM NO. 5a
A. Measurement:
1. All Work required
for furnishing the one spare rotating assembly for the
thickening centrifuge systems, including rotating assembly, storage
supports, and all other accessories and appurtenances as required by
the Contract Documents and as specified in Section 11369, Thickening
Centrifuges, and as listed as Bid Item No. 5a on the Schedule of
Prices shall be measured as a lump sum.
2. All Work required
for installation of the thickening centrifuge spare rotating
assembly systems, including the rotating assembly, storage supports,
and all other accessories and appurtenances as required by the
Contract Documents and as specified in Section 11369, Thickening
Centrifuges, shall be included in Bid Item No.
3 for the Sludge
Dewatering and Odor Control at Plant No. 1.
B. Payment:
1. Payment for the
spare rotating assembly as required by the Contract Documents shall
be based on delivery of the rotating assembly, storage supports, and
all other accessories and appurtenances as specified in Section
11369, Thickening Centrifuges, delivered to the site, and
shall include all labor, materials, and equipment necessary
for:
a. Delivery to and
suitably stored, secured, and protected at the project site. b.
Shop drawing approval.
c. Approved factory
testing. d. Training.
e. Operation and
maintenance information.
2. Payment of 80
percent of the total cost of the rotating assembly, storage
supports and related components specified in Bid Item No. 5a on the
Schedule of Prices shall be made upon successful delivery of the
rotating assembly and related components to the site.
3. Payment of the
remaining 20 percent of the total cost of the rotating assembly,
storage supports and related components specified in Bid Item
No. 5a on the Schedule of Prices shall be made upon successful
completion of Acceptance Testing and issuance of Notice of
Substantial Completion.
4. Payment for
unloading and storage prior to installation and installation of the
rotating assembly, storage supports and all other accessories and
appurtenances, as required by the Contract Documents and as
specified in Section 11369, Thickening Centrifuges, shall be
included in Bid Item No. 3 for the Sludge Dewatering and Odor
Control at Plant No. 1.
1.9
THICKENING
CENTRIFUGE OPERATIONS AND MAINTENANCE ASSISTANCE SERVICES AGREEMENT
(O&MASA) – BID ITEM NO. 5b
A. Measurement:
1. All Work required
for furnishing O&MASA for the thickening centrifuge systems,
including parts and materials, as required by the Contract Documents
and as specified in Section 11369, Thickening Centrifuges, and as
listed as Bid Item No. 5b on the Schedule of Prices shall be
measured as a lump sum.
B. Payment:
1. Payment for O&MASA
as required in the Contract Documents shall be in equal monthly
payments according to the Project milestones.
1.10
DEWATERING
CENTRIFUGES – BID ITEM NO. 6
A. Measurement:
1. All Work required
for furnishing the three dewatering centrifuge systems,
including centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare parts, tools, all other accessories and appurtenances,
training and on-site services as required by the Contract Documents
and as specified in either Section 11365A, Dewatering Centrifuges –
Alternative A, or Section 11365B, Dewatering Centrifuges –
Alternative B, and as listed as Bid Item No. 6 on the Schedule of
Prices shall be measured as a lump sum.
2. All Work required
for installation of the three dewatering centrifuge systems,
including centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare parts, tools, and all other accessories and appurtenances as
required by the Contract Documents and as specified in shall be
included in Bid Item No. 3 for the Sludge Dewatering and Odor
Control at Plant No. 1.
B. Payment:
1. Payment for the
centrifuges as required by the Contract Documents shall be based on
delivery of the centrifuges, motors, variable frequency drives,
lubrication systems, control panels, sensors and monitoring
equipment, sludge density meters, centrate and discharge chutes,
spare parts, tools, all other accessories and appurtenances,
training and on-site services, as specified in either Section
11365A, Dewatering Centrifuges – Alternative A, or Section 11365B,
Dewatering Centrifuges
– Alternative B,
delivered to the site, and shall include all labor, materials, and
equipment necessary for:
a. Delivery to and
suitably stored, secured, and protected at the Project site. b.
Shop drawing approval.
c. Approved factory
testing. d. Training.
e. Operation and
maintenance information.
2. Payment of 80
percent of the total cost of the centrifuges and related
components specified in Bid Item No. 6 on the Schedule of Prices
shall be made upon successful delivery of the centrifuges and
related components to the site.
3. Payment of the
remaining 20 percent of the total cost of the centrifuges and
related components specified in Bid Item No. 6 on the Schedule of
Prices shall be made upon successful completion of Acceptance
Testing and issuance of Notice of Substantial Completion.
4. Payment for
unloading and storage prior to installation of the centrifuges,
motors, variable frequency drives, lubrication systems,
control panels, sensors and monitoring equipment, sludge
density meters, centrate and discharge chutes, spare parts, tools,
all other accessories and appurtenances, training and on-site
services, as required by the Contract Documents and as specified in
either Section 11365A, Dewatering Centrifuges – Alternative A, or
Section 11365B, Dewatering Centrifuges
– Alternative B,
shall be included in Bid Item No. 3 for the Sludge Dewatering and
Odor Control at Plant
No. 1.
1.11
DEWATERING
CENTRIFUGE SPARE ROTATING ASSEMBLY – BID ITEM NO. 6a
A. Measurement:
1. All Work required
for furnishing the one spare rotating assembly for the
dewatering centrifuge systems, including rotating assembly, storage
supports, and all other accessories and appurtenances as required by
the Contract Documents and as specified in either Section
11365A, Dewatering Centrifuges – Alternative A, or Section
11365B, Dewatering Centrifuges – Alternative B, and as listed as
Bid Item No. 6a on the Schedule of Prices shall be measured as a
lump sum.
2. All Work required
for installation of the dewatering centrifuge spare rotating
assembly systems, including the rotating assembly, storage supports,
and all other accessories and appurtenances as required by the
Contract Documents and as specified in either Section 11365A,
Dewatering Centrifuges – Alternative A, or Section 11365B,
Dewatering Centrifuges – Alternative B, shall be included in Bid
Item No. 3 for the Sludge Dewatering and Odor Control at Plant No.
1.
B. Payment:
1. Payment for the
spare rotating assembly as required by the Contract Documents shall
be based on delivery of the rotating assembly, storage supports, and
all other accessories and appurtenances as specified in either
Section 11365A, Dewatering Centrifuges – Alternative A, or Section
11365B, Dewatering Centrifuges – Alternative B, delivered to the
site, and shall include all labor, materials, and equipment
necessary for:
a. Delivery to and
suitably stored, secured, and protected at the project site. b.
Shop drawing approval.
c. Approved factory
testing. d. Training.
e. Operation and
maintenance information.
2. Payment of 80
percent of the total cost of the rotating assembly, storage
supports and related components specified in Bid Item No. 6a on the
Schedule of Prices shall be made upon successful delivery of the
rotating assembly and related components to the site.
3. Payment of the
remaining 20 percent of the total cost of the rotating assembly,
storage supports and related components specified in Bid Item
No. 6a on the Schedule of Prices shall be made upon successful
completion of Acceptance Testing and issuance of Notice of
Substantial Completion.
4. Payment for
unloading and storage prior to installation and installation of the
rotating assembly, storage supports and all other accessories and
appurtenances, as required by the Contract Documents and as
specified in either Section 11365A, Dewatering Centrifuges –
Alternative A, or Section 11365B, Dewatering Centrifuges
– Alternative B,
shall be included in Bid Item No. 3 for the Sludge Dewatering and
Odor Control at Plant
No. 1.
C. Dewatering
Centrifuge Operations and Maintenance Assistance SERVICES
AGREEMENT (O&MASA) – BID ITEM NO. 6B
D. Measurement:
1. All Work required
for furnishing O&MASA for the dewatering centrifuge systems,
including parts and materials, as required by the Contract Documents
and as specified in either Section 11365A, Dewatering
Centrifuges – Alternative A, or Section 11365B, Dewatering
Centrifuges – Alternative B, and as listed as Bid Item No. 6b on
the Schedule of Prices shall be measured as a lump sum.
E. Payment:
1. Payment for O&MASA
as required in the Contract Documents shall be in equal monthly
payments according to the Project milestones.
1.12
SLUDGE
CAKE PUMPING SYSTEM – BID ITEM NO. 7
A. Measurement:
1. All Work required
for furnishing the sludge cake pumping systems from 1) Thickening
and Dewatering Facility to Cake Silos and 2) from Cake Silos to
truck loadout, including cake pumps, motors, inlet chutes, slide
gates, load cell weighing systems, slip injection rings and pumps,
cake piping and fittings, flexible connections, ball valves and
actuators, pipe supports, , sensors and monitoring equipment, spare
parts, tools, all other accessories and appurtenances, training and
on-site services as required by the Contract Documents and as
specified in Section 11250, Sludge Cake Pumping System, and Section
113210, Pumps General, and as listed as Bid Item No.
7 on the Schedule of
Prices shall be measured as a lump sum.
2. All Work required
for installation of the sludge cake pumping systems from 1)
Thickening and Dewatering Facility to Cake Silos and 2) from Cake
Silos to truck loadout, including cake pumps, motors, inlet chutes,
slide gates, load cell weighing systems, slip injection rings and
pumps, cake piping and fittings, flexible connections, ball valves
and actuators, pipe supports, sensors and monitoring equipment,
spare parts, tools, all other accessories and appurtenances, as
required by the Contract Documents and as specified in shall be
included in Bid Item No. 3 for the Sludge Dewatering and Odor
Control at Plant No. 1.
B. Payment:
1. Payment for the
sludge cake pumping systems as required by the Contract Documents
shall be based on delivery of the cake pumps, motors, inlet chutes,
slide gates, load cell weighing systems, slip injection rings and
pumps, cake piping and fittings, flexible connections, ball valves
and actuators, pipe supports, sensors and monitoring equipment,
spare parts, tools, all other accessories and appurtenances,
training and on-site services, as specified in Section 11250, Sludge
Cake Pumping System, and Section 113210, Pumps General, delivered to
the site, and shall include all labor, materials, and equipment
necessary for:
a. Delivery to and
suitably stored, secured, and protected at the Project site. b.
Shop drawing approval.
c. Approved factory
testing. d. Training.
e. Operation and
maintenance information.
2. Payment of 80
percent of the total cost of the sludge cake pumping systems and
related components specified in Bid Item No. 7 on the Schedule of
Prices shall be made upon successful delivery of the centrifuges and
related components to the site.
3. Payment of the
remaining 20 percent of the total cost of the sludge cake pumping
systems and related components specified in Bid Item No. 7 on the
Schedule of Prices shall be made upon successful completion of
Acceptance Testing and issuance of Notice of Substantial Completion.
4. Payment for
unloading and storage prior to installation of the cake pumps,
motors, inlet chutes, slide gates, load cell weighing systems, slip
injection rings and pumps, cake piping and fittings, flexible
connections, ball valves and actuators, pipe supports, control
panels, sensors and monitoring equipment, spare parts, tools, all
other accessories and appurtenances, training and on-site services,
as required by the Contract Documents and as specified in Section
11250, Sludge Cake Pumping System, and Section 113210, Pumps
General, shall be included in Bid Item No. 3 for the Sludge
Dewatering and Odor Control at Plant No. 1.
1.13
COMMISSIONING
– BID ITEM NO. 8
A. Measurement:
1. All Work required
by the Contract Documents for Phase 1 and 2 of Section
01810, Commissioning and
as specified as Bid Item 8 on the Schedule of Prices shall
be measured as a lump
sum.
B. Payment:
2. Payment for
commissioning (Phase 1 and Phase 2) as required in the Contract
Documents shall be in
equal monthly payments according to the Project milestones.
1.14
DEMOBILIZATION
– BID ITEM NO. 9
A. Measurement:
1. Demobilization as
required by the Contract Documents and as specified as Bid
Item No. 9 on the
Schedule of Prices shall be measured as a lump sum.
2. Demobilization as
required by the Contract Documents shall consist of final cleanup
work and operations, including, but not limited to, those necessary
for:
a. Removal of
personnel, equipment, supplies and incidentals from the Project
site.
b. Removal of all
field offices, buildings and other facilities necessary for the
Work
from the Project site.
c. Final cleanup of
the Project site. B. Payment:
1. Payment for
demobilization as required by the Contract Documents shall be at the
amount established in Bid Item No. 9 on the Schedule of Prices.
2. Payment for
demobilization shall be at the percentage lump sum of completed Work
for Bid Item No. 9 on the Schedule of Prices and shall include all
labor, materials and equipment for the demobilization work.
PART 2 - PRODUCTS (NOT
USED) PART 3 - EXECUTION (NOT USED)
No comments:
Post a Comment