Wednesday, October 30, 2013

Section 01155 MEASUREMENT AND PAYMENT

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