Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 22424: AWARD MAIN WASTEWATER PLANT REHAB
City of nrt r[hur Texas INTEROFFICE MEMORANDUM WATER UTILITIES DEPARTMENT-ADMINISTRATION Date: March 7, 2022 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: Proposed Resolution No. 22424—Award Main Wastewater Plant Rehabilitation Introduction: The Main Wastewater Treatment Plant is in need of major rehabilitation and modification. The intent of Proposed Resolution No. 22424 is to seek Council's authorization for the execution of a contract with ALLCO, LLC of Beaumont, Texas for the rehabilitation of the Main Wastewater Treatment Plant in Port Arthur, Texas with a total projected budgetary impact of $73,643,227.00. The lowest and only responsive bid was submitted by ALLCO, LLC with a total of$73,643,227.00. Background: The Main Wastewater Treatment Plant is in need of major rehabilitation and modification. This project will include improvements to the Main Outfall Lift Station, Headworks, Primary Clarifiers and Vaults, Trickling Filters, Multipurpose Lift Station, Final Clarifiers and RAS/WAS Meter Station, Filters, Chlorine Contact Basins and Non-Potable Water System, Dewatering Building, Plant Drain Lift Station, Electrical & Instrumentation and Electrical Buildings, Mechanical Screens & Washer-Compactors, and Grit Removal System. Budget Considerations: This project will be partially funded by $56,237,412.00 from a Texas Water Development Board (TWDB) loan and charged to Account No. 404-40-000-8516-00-00-000, Project No. TW-0003-CON. The balance of$17,405,815.00 will be funded through an ARPA Grant and charged to 169-07-015-8516-00-40-000, Project No. ARP002-GRE-WWT. Recommendation: I recommend City Council approve Proposed Resolution No. 22424 authorizing the execution of a contract with ALLCO, LLC of Beaumont, Texas as described/outlined above. PR No. 22424 3/7/22 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ALLCO, LLC OF BEAUMONT, TEXAS, FOR THE REHABILITATION AND MODIFICATION OF THE MAIN WASTEWATER TREATMENT PLANT WITH A TOTAL PROJECTED BUDGETARY AMOUNT OF $73,643,227.00; $56,237,412.00 FROM ACCOUNT NO. 404-40-000-8516-00-00-000, PROJECT NO. TW-0003-CON AND $17,405,815.00 FROM 169-07-015-8516-00-40-000, PROJECT NO. ARP002-GRE- WWT. WHEREAS, the Main Wastewater Treatment Plant rehabilitation and modification is necessary to enhance the quality of discharge into the waterways and be in compliance with the Texas Commission on Environmental Quality (TCEQ)as per discharge permit limits; and, WHEREAS, the Purchasing Division of the Finance Department advertised for bids in the Port Arthur News on November 17, 2021 and November 24, 2021, with one bid being received on January 12, 2022; and, WHEREAS, the lowest responsive bid was submitted by ALLCO, LLC of Beaumont, Texas (bid tabulation with descriptions of items attached hereto as Attachment"A"); and, WHEREAS, Freese & Nichols, Inc. of Fort Worth, Texas reviewed and recommended the award of the contract to ALLCO, LLC of Beaumont, Texas. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT,the City Manager of the City of Port Arthur is hereby authorized and directed to execute a contract with ALLCO, LLC of Beaumont, Texas in substantially the form as attached hereto as Attachment "B", for the rehabilitation and modification of the Main Wastewater Treatment Plant in Port Arthur, Texas, in the projected budgetary amount of $73,643,227.00; and, PR No. 22424 3/7/22 bw Page 2 of 3 THAT, this project will be partially funded by $56,237,412.00 from a Texas Water Development Board (TWDB) loan and charged to Account No. 404-40-000-8516-00-00-000, Project No. TW-0003-CON; and, THAT, the balance of $17,405,815.00 will be funded through an ARPA Grant and charged to 169-07-015-8516-00-40-000, Project No. ARP002-GRE-WWT; and, THAT, such funds shall be used only to make payments as required under this contract; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED THIS day of , 2022 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers ; NOES: Thurman"Bill" Bartie Mayor ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Tizeno City Secretary City Attorney PR No.22424 3/7/22 bw Page 3 of 3 APPROVED FOR ADMINISTRATION: APPROVED FOR FUNDING: Ronald Burton Kandy Daniel City Manager Interim Director of Finance Calvin Matthews, P.E. Clifton Williams, CPPB Water Utilities Director Purchasing Manager ATTACHMENT A BID TABULATION WITH DESCRIPTIONS OF ITEMS 00 41 13 BID FORM ARTICLE 1–BID RECIPIENT 1.01 Offeror submits this Bid to: City of Port Arthur City Hall 444 4th Street Port Arthur,TX 77640 Attention:City Secretary,City of Port Arthur Bid No.P22-007 Re:Port Arthur Main WWTP Improvements Project ARTICLE 2–OFFEROR'S ACKNOWLEDGMENTS 2.01 Offeror proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Owner on the form included in the Contract Documents and to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment.Offeror agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with all other terms and conditions of the Contract Documents. 2.02 Offeror accepts all of the terms and conditions of Section 00 11 16"Invitation to Bid"and Section 00 21 13"Instructions to Offerors." 2.03 Offeror accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Offeror acknowledges receipt of the following Addenda: ----7- Addendum No. Addendum Date igna — knowiedging Receipt 1 11/04/2021 E 1 j�� 1A 11/04/2021 �— 2 11/18/2021 • v Iir 3 12/01/2021 r' • rip 4 12/16/2021 VAC • 4111111111 =5- 01/05/2022 \�rMr011111111 2.05 Offeror accepts the provisions of the Agreement as to the assignment of the Contract for installing furnished Goods and Special Services. ARTICLE 3–OFFEROR'S REPRESENTATIONS 3.01 Offeror has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 Offeror has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost,progress,and performance of the Work. Bid Form 00 41 13-1 Port Arthur Main WWTP Improvements PTR15234 3.03 Offeror is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 Offeror has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 Offeror has considered the: A. Information known to the Offeror; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 Offeror has considered the items identified in this Article with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means,methods,techniques,sequences,and procedures of construction to be employed by Offeror;and C. Offeror's safety precautions and programs. 3.07 Offeror agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents based on the information and observations referred to in the preceding paragraphs. 3.08 Offeror is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 Offeror has correlated the information known to the Offeror,information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents, and all additional examinations,investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 Offeror has given the Construction Manager written notice of all conflicts,errors, ambiguities,or discrepancies that the Offeror has discovered in the Contract Documents,and the written resolution provided by the Construction Manager is acceptable to the Offeror. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Bid Form 00 41 13-2 Port Arthur Main WWTP improvements PTR15234 3.12 Offeror's submittal of a Bid constitutes an incontrovertible representation that,without exception,all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF OFFER 4.01 Offeror will complete the Work in accordance with the Contract Documents at the unit prices shown in the attached in Section 00 41 16"Bid Form Exhibit A": A. Extended amounts have been computed in accordance with the General Conditions. B. Offeror acknowledges that the estimated quantities are not guaranteed, and final payment for all unit price items will be based on actual quantities provided,measured as provided in the Contract Documents. C. Unit prices will be used to compute the actual Bid price. ARTICLE 5—TIME OF COMPLETION 5.01 Offeror agrees that the Work will be Substantially Complete and will be completed and ready for final payment in accordance with the General Conditions within the number of calendar days indicated in Section 00 41 16"Bid Form Exhibit A." ARTICLE 6—ATTACHMENTS TO THIS BID 6.01 The following documents are attached to and made a condition of this Bid: A. Section 00 4116"Bid Form Exhibit A." B. Section 00 43 13"Bid Bond." C. Section 00 45 01"Nonresident Bidders." D. Section 00 45 02 "Non-Collusion Certification." E. Section 00 45 03 "Conflict of Interest Questionnaire." F. Section 00 45 04"State Sales Tax Requirements." G. Section 00 45 13"Qualifications Statement"—Required Bidder Qualification Statement (SOQ)with Supporting Data. H. Section 00 74 09 TWDB Form WRD-255 "Bidder's Certification Regarding Equal Employment and Non-Segregated Facilities." I. Section 00 74 02 TWDB Form SRF-404"Certification Regarding Debarment,Suspension and Other Responsibility Matters. J. Section 00 74 13"SB 252 Chapter 2252 Certification" K. Section 00 74 14"House Bill 89 Verification" L. Section 00 74 15 "City of Port Arthur Affidavit" ARTICLE 7—VENUE 7.01 Offeror agrees that venue will lie exclusively in Jefferson County,Texas for any legal action. Bid Form 00 41 13-3 Port Arthur Main WWTP Improvements PTR15234 ARTICLE 8-BID DELIVERY 8.01 This Bid is offered by: Offeror: ALLCO LLC ,0%+,4!114!t�rrr, (typed or printed name of organization) ♦` �. : L. .i, Signature: � . (individual's signature) = FI r'\ b Name: T.W. HARRISON g r (typed or printed) i '' ♦♦♦ Title: PRESIDENT (typed or printed Address for giving notices: (mailing) PO Box 3684,Beaumont,TX 77704 (physical) 6720 College, Beaumont,TX 77707 Phone: 409-860-4459 Email: tharrison@allco.com (Attach evidence of authority to sign if Offeror is a corporation,partnership,or a joint venture.) ENO OF SECTION Bid Form 00 41 13 4 Port Arthur Main WWTP Improvements PTR15234 00 41 111 Bid Form Exhibit A Protect: -_,--__ Mart Arthur Main WWtP Improvements ] ;Project No.: , jOwner: 'Qty of Port Arthur,Texts IP1R75234 [Design Professional: Freeseand Nichols,Inc _� 'Offeror: L______ --- -- __ . _.._ Base Bid (Items In Base Ski(excluding Allowances)per Section 01 29 01"Measurement and Basis for Payment"Main Outfall Lin Station:Bid for the coast action and optratltmai completion of the improvements at the misting Main Outfal Lift its Station Inclusive of all items as shown on the MO sheets in the A-01 contract drawings Work shall consist of excavation and badoill, 1 LS • • st ecu nal,architectural,HVAC,piping,valves and appurtenances, ��// t �( pumps,equipment,installation and startup,and all other related VO f�7,7 -017J r a C/, -1?q oo coots required to complete the Improvements lieadworks:Bid for the construction and operational completion of r'lhe proposed Headworks Inductive of all items as shawl on the 14W sheets in the contract dreivingS.Work shaft consist of excavation and Alt bedfl6,structural.pipini,valves and appurtenances,gates, 1 LS q,),2 31,0.35,o D ¢4,2 31,0 ZS 00 equipment,autasampier,installationand startup,and at other• T .related costs required to complete the improvements. Primary Clarifiers and Vaults:(1)Bud for the construction and operational completion of the proposed Primary gasifiers and Primary Sludge Pump kation Industrie of at Items as shown on the os IPC and PS sheets in the contract drawings.(2)Bad for the construc'tlan and operational oompledon of the new vaults for flow A 03 control valves,trldding filter flow meter and filters flow meter 1 t S Inclusive of all items as shown on the PCV,TFtM,and FMV sheets. respetxivdy In the contract drawings.W ors shall consist of 10,5 41,3 s4.O U }0i S ki R,354,00 excavation and backfill,structural,piping,valves and appurtenances, pumps,flowmeter,equipment,installation and startup,and all other 4 . related assts required to complete the improvements_ Tridding Fitters:Bid for the construction and operational completion the proposed splitter boa.Improvements at the far existingi itridding filters,and proposed trldd!rig filter,unction box ktdusive of t" '` K,r-ii 'c,. . A all Items as shown on the Ser,TF,and TIB sheets,respectively M the 1 LScontract drawings.Work shall consist of excavation and beddiif. • 3 1 61 (7 r 00 ` ;structural,piping,valves and appurtenances,equipment,rnadia, r , [• 3,C 6),i'q-Q 1) installation and startup,and ail other related costs required to • complete the improvements. - - I Multipurpose Lift Station:Bid for the construction and operational !completion of the proposed Multipurpose Lift Station induslve of all w� -CS ,items as shown on the MU sheets in the contract drawings.Work 'w j excavation A !shall consist of and structural, valves and 1 ii appurtenw c s,pumps,equipment,Installation and startup,and all �� 4�°$ l•0 ,7,, c160 1 8z1oD 'other related costs required to complete the Improvements. { Final Clarifiers and RASJWAS Meter Station:(1)Rid for the construction and operational completion of the Improvements at the ''three existing final clarifiers,scum pit.final clarifiers effluent Rh 'station,and proposed RAS pump stations inclusive of at Reams as !shown on the FC and FCE sheets,respectively In the contract drawings.(2)Bid for the ronstructlon and operational cormplRton of A-08 1 tS 'proposed return activated sludge(RAS)and waste activated sludge ;(WAS)meter stations Inclusive of all Items as shown on the RWM 'sheets in the contract drawings.Work shall consist of excavation and 5$a! , ,p(3 -vo s,g',Z 1,q3 -k:,.� 1� blood!,structural,piping,valves and appurtenances,pumps, flowmeters,equipment,Installation and startup,and all other related I costs required to complete the Improvements. 1 Bid Form Exhibit A !+ tr,t Protect a-Prefect Name 1111111111111111111111111111111111111111111111111" fAbers:Bid for the constrvetlon and operational completion of the proposed filters ircdusive of all items as shown on the Fit.sheets in A Q7 the contract drawings.Work that consist of excavation and backfill, LS structural,p+png,valves and appurtenances,pumps,equipment. �1 Zs- } installation and startup,and alt other related costs required to 7,236,4 b-],Oo # y.a3b 4 tap In, complete the improvements F Chlorine Canted Basins and Non-Potable Water System:(1)Bid for E ! tie cwutruRfon and operational completion of the improvements at the existing)wicfion box upstream of chlorine contact basins,and j x chlorine contact basins.inclusive of all items as shown on the JBX and Iart sheets,respectively'n the contract drawings.(2)Bid for the A-041 jconrtruction and operational completion of the proposed non- ) 1 LS potable water system inclusive of ail items as•fawn on the NPW : p n O sheets n the contract drawings.Work shalt cons O t of excavation and D I Ai o O r7 S� 4.0{7 baddNrt,structure:,piping,valves and appurtenances,equipment, installation and startup,and at other related costs recto red to 13 Complete the improvements. 1' Dewatering&sliding:Bid for the construction and operational • lcomp'etton of thy improvements at the existing dewatenrg building tndusive of all items as shown on the 0WB sheets,exclusive of :Alternate Hem 0-07.Dewatering equipment to be furnished by the Owner as noted:n the contract docrrients.Contractor shall include A-09 bid cost for Installation of the owner furnished dewatering 1 LS equipment,and construction of improvements to the dewatering • r h t + 14a6 .00 ( G �� y �b.�O by co ;ding.Work shall n:tst of structural.ar dfitecturai,HVAC,piping, c'i 71. 7 1 valves and appurtenances,pumps,equipment,rtstaliation and startup,and all other related costs required to complete the 1J improvements. F- — . Plant Drain lift Station:Bid for the construction and operational } ---- ------._ completion of the improvements at the resting plant drain lift station inclusive of all items as shown on she PLS sheets In the A-10 contract drawings.Work shall consist of excavation and backf il, 1 LS structurn!,piping,valves and appurtenances,pumps,equipment, 541-3. 3/A.O O 59 3,3'7 ,D 0 i (Instadatlon and startup,and all other heisted sted costsrequired to ! • :complete the improvements. .-. t -H Eledrlcd&instrumentation and Electrical Buildings:ISI Bid for tint j (construction and operational completion of Electrical and I instrumentation improvements Inclusive of all items as shown on the u:-,s; E and Pt sheets,respectively.Work shall consist of duct banks,power , and control wiring,instrumentation,site I ghting,generator • improvements,SCADA improvements and all other related costs A.tt required to complete the installation of all electrical arid 1 S , gS�jr000,0'7 a r instrumentation components.(2)Bid for the construction and , 7 00.00 operational completion of tie proposed Electrical Build ng North and: /r O Electrical Bonding South inclusive of ad items as shown on the EBN , • and co sheets,respectively In the contract drawings.Work shall corsist of structural,arddtectural.HVAC,and all other related costs i reculred to comelele rhe Improvements. ) Trench Safety.Bid for the development,design and Implementation of a trench safety system and excavation Plan'or the cortstn,ctron of the protect as required by the Occupational Safety and Health 'Administration and for the assumption of responsibility for said system. Measurement methods used in trench excavation safety A•12 1 IS ,protection by the linear foot of trends deeper than 5 feet and pay at jthe unit price bid and shown in the Proposal. For excavation, t 30,000, 0 30 goo.Q :measure the length of the perimeter of the structure at the footprint tlf 1 of the structure where the outs face of the wall.s less than 15 feet from the excavated soil surface aro'is deeper than 5 feet. Bid Him,of Sri A a)41 fora '.ales:r.:,,,.,e,i vdmii I5torm Water Pollution Prevention Plan:Bid for the development, 1 ;design.implementation,and administration of a storm water I .pollution plan(SWP3)in accordance with TPDES General Penult TXR I Al)- • , 1.. 5 150000.This item also includes installation,maintenance and tenrovat of all storm water controls Identified In SWP3,complete and 90,000- 0 O tfO, 0 b0 .O 0 1In place. . _... -L - - - . - _.. . _ _ ._... -- Moblliratlon/De-Mobifzatlon:61d for the move-In and move-out of jpersormel and equipment aria shall Include aid labor,materials,tools, c! A•14 )equipment,and incidentals required to mobilia,demob.i e,bond, 1 15 tr 7 SS 00 0 ,00 i j$, coo.Oa .arid insure the Work for the Project In accordance with the contract • documents.Maximum of 3%of the total bid price. • k i Ii j IMlscallaoeous Main WWTP and Main Outfall Improvements:Bid for ,the construction and operational completion of the improvements • • land modifications at Me Main Outfall lift Station and Main WWTP 'indusive of ail Items shown in the contract drawings that are not MI5 specifically listed In the above Bid items.The proposed improvements 1 n ll ,shall consist of denting and grubbing,paving and grading,yard ti/g'i df 5012 O V f{// pr pining.development and implementation of a storm water podutinr. 1 t f f 0 9 Ar co.oo prevention plan(SWP3),demogtion,temporary bypass pumping systems and other related architectural,mechanical,structural and ' • Iovi sitework not specificaily captured in the aid items above. . A Total Base Bid Items Amount 1 I- 014(Sum of Extended Amounts for each Base Bid Line Item) $ 'I ter 1O'7 3.a• 'Allowances For Pre-Selected Equlment in Base aid per Sect on 01 23 10'Alternates and Allowances" •7 i [Mechanical Screens&Washer-Compactors:Allowance for Duperat 1 • — I 'to provide ntedunca'screens and washer-compactor equipment per s Ispedrication Section 46 21 17"Medtnially Cleaned Multl-Rake <, tM 8-01 (Catenary Bar Screens"and Section 46 21 73'Screenings Wash ng and Compacting Equipment',respecth•eIy,and Contract Drawings.The ' L 5 775,000.00 '11 Sa 000,00 ;cost for unloading,storing,InstatlatIon and startup,and all overhead land profit shall be included in a1d Item Aa12. j f-- Grit Removal System:Allowance for kyckolnternational to provide a ignt removal system per specification Section 46 23 23"Grit Removal IEqulpment',and grit pumps per specification Section 44 42 56.12 B-02 I Induced Flow(Recessed Impeller)Centrifugal Grit Pumps",and Contract Drawings.The cost for unloading,staring,Installation and 1 L S q_Intr7 t 5O1) Ob 0197, 500,0o Euartuo.and ail overhead and proflt shall be included In Bid item A- IO2 _.. 'Filters.Allowance for Aqua-Aerobic Systems,Inc.to Provide doth media disk filtration system per specification Section 46 61 41 B-03 'Automatic Backwash Disk Filters',and Contract Drawings.The cost (} 1- p for unloading,storing,Iris/elation and startup,all overhead and �(, by�0�' O �f tO Or QOC' 0 profit shall be incknded in Bid Item A-10. —Y r Total Allowance Amount $ a !'bO,S0O.OU • (Sum of Extended Amounts forEach Allowance Line Item)' 11,4 Nate:Allowance and Manufacturer Proposal far pre-selected equipment will be Issued by addendum. Bid Form Exhibit A coat t 6'' Project N-Prolect Name Extra Work In Base 9fd per Semon_01 29 01".Measurement and Basis for Payment' r Add Rlonal S{dewaik:Bid for additional concrete sidewalk not shown - on the Omen's. Concrete sidewalk shall be instaiMd at loc Sims 300 C-01 ''7S,00 ti, 2 , 50c) • designated by the Owner. Additional Concrete Paving:Bid for additional cae%pavITtli not c oa om shown on the Orawirsil•Concrete Paving Mali be installed at SY 600» locations designated by Me Owner. $5,o0 51,000,00 ~ Add tionai FMsdsw Paring:Old for eddlnot vel Bohan wakens ~ ' C-03 shown on lite Omkengc flimbase Pari,sae be Installed et 15Y IMO • destpeated by the Ower. So.0 0 30,o 00.01) Additional Structural Excavation:Old for additlorei'tatefamisd' e C-04 able:D eal cacamtion net shown on the drwings or required by the CY 2000 sped ions and as directed by tteOvner. .0.00 go,O oo.00 Additional Structural saddlit Bid for additional compacted structural C-05 �Sd. wb,e o a backed not shown on the drawrequired by the CY 200 0 spedBwdtuOwner.oand as directed by the Owner. 32.o o 1„9,000,00 Additional bypass Pumping:Bid for additional bypees pumping of - t-0b floras up to 15/AGO not required by Spedtion 02 SG 00 and as 2 dlfoetlt Cl/!,000.00 1 41g,000.ofl • Total Extra Work Amount • t (Sum of Extended Amounts for Each Extra Work Line Item) $ �sr So 0_00 TOTAL BASE BID WIYN ALLOWANCE AND EXTRA WORK(SUM OF A+B+C): Si:$f 70 1.73,04 Alternates to he considered for inclusion in the Contract per Section 01 23 10'Ahemates and Allowances' Aeration eosin Structural improvements:Bid for the construction of 0-01 structural lmprwement1 to awatice basin wag.Sheet AS-S1 In the LS 100,0o0 .00 00, 000 0 contract drivel's. Aeration Rosin blower Building Improvements(w/Mull-Stage Ce itrlfttpl blowers):Bid for the construction and operational completion of the improvements to aeration basin blower building including replacement of the three aeration basin blowers with multi- OM stage ceMrffuga blowers inclusive ail items per spedlioton Section 43 11 17'Veritasly Spilt MultiStage CentrWbat Blowers'.Sheets IL 1 J i s o°' 9 O O.0 D Z-.+i} u C10c Q L ABB-M1,ABS-M2through throuAB&M5,ABS-S1,A113-A.1.,AHS-A2,and 7 t A65-H1 in the contract drawings. f r Aeration Basin Blower Ou3dk,Improvements(w/Air Bearing Turbo Blowers):Bid for the wnatructton and operational coerpdetion of the improvements to aeration basin blower bulldk(inducting 0-03 replacement of the three aeration basin blowers with Memos air- bearing twbo blowers Allowance for the returns air bearing blowers la4-7,6)030 r 0o O.0 0 ; 7UOU v included In Item 0.04 below Sheets Ab$Ai1.ABS-M6 through ABB. f1 • Mb,ABS-S1.ASS-AS,ABB-A2,and ABB-H1 In tin contract drawings 1 (Allowance item]Aeration Basin Blowers-Mr Bearing Turbo Mower,:Alowance for M.uros Blowers to provide new air-bearing turbo blowers inclusive of all items per specification section 43 2117 0-04 'High Speed Direct Drive Turbo Blowers'Contract Drawings,and 1 U Appendix D.The cost for unloading.storage,installation and startup, 4 A I77 5,0 00 0 and all overhead and profit shall be included in Alternate Bid nem 0- �� 5. 03. Chemical feed building:Bid for the construction and operational completion of the Improvements et the existing:hernial feed NOS building inclusive of act items as shown an the CFB sheets.Work shat) consist of structural,architectural.HVAC,piping,pumps,valves and L_s 0 appurtenances,equipment.installation and startup,and all other , 17 Q�•Do 1, i�0, 0 1, 0 D related costs required to complete the improvements J Bid Form Extnert A 06 i1 co-u Project N-Project Mame Aerobic Digesters:Bid for the construction and operational completion of the Improvements at the ousting aerobic digesters and f{ Associated blowers inclusive of all Items as shown on the OG sheets in 1 0-06 the contract drawings.Work shall consist of excavation and backflll, !structural.architectural,HVAC,piping,valves and appurtenances, ! ipups,blowers,equipment,installation and startup,and afi other 1 LS t©4 br S�{f 00 Af p O)or�j 81,O O m !related costs required to complete the Improvements. ii (Dewatering Building-Conveyor Replacement:Bid far the ,construction and operational completion of the replacement of the D-07 .(two(2)existing saew conveyors with new conveyors inclusive of all 'items as shown on Sheets OWB-M9 through OWS-Mu2 in the q contract drawings:and per specification Section 41 12 13.16 ) 1. 5 2161f 23 (,00 1 GI/ 31.00 'Shiftless Screw ew Conveyor'. — —— ,__ 1 __ _ !Administration Building:Bid for the construction and operational completion of the improvements at the existing administration D-011 ((building inclusive of all items as shown on the AD sheets in the 'contract drawings.Work shalt consist of architectural HVAC, I C • plumbing,and all other related costs required to complete the ! I L.`p l O Ir S D I U (, l S .00 :improvements- t! Total Amount for Alternates for Consideration OI (Sum of Extended Amounts for Each Alternate Line Item) ) ) ,_594 Note Allowance and Manufacturer Proposal for preselected equipment will be issued by addendum. TOTAL BASE BID WITH ALLOWANCE,EXTRA WORK,AND ALTERNATES' (SUM al:A+e+C+D):I 5�3 b43:dA1 op Contract Time l Offeror agrees to ream fiucstant ai - r ; M Offeror agrees to reach Final Comp,:- 0'0 iii Offeror AULLLC i�`� CO 1. /��i„ Signature: G �- Printed Name: T.W. HARRISON-- — \--/N /N d i z ' : Title: PRESIDENT % � ''f ..- Date: ��l ` JANUARY 12, 2022 'omit" Bid Form exhibit A fa 41 L6 S Project B•Project Name ATTACHMENT B (ALLCO,LLC CONTRACT) WILL BE PRESENTED AT OR BEFORE THE CITY COUNCIL MEETING