Bid Details for Patterson (WQCF) Phase 3A Wastewater Treatment Expansion

Project
Patterson (WQCF) Phase 3A Wastewater Treatment Expansion
Owner
City of Patterson
Bid Time
02/12/2025 2:00 pm
Description

The WORK of this Contract comprises modifying and improving the existing Patterson Wastewater
Quality Control Facility for Phase 3A of the Facility Expansion. Duration 720 calendar days
BID ITEM 0.1 – Mobilization and Demobilization including not limited to:
1. Includes preparatory work and operations, including but not limited to, those necessary for
the movement of personnel, equipment, supplies and incidentals to the project site; for the
establishment of all offices, buildings and other facilities necessary for work on the project;
for the marshaling of equipment; and for all other work and operations which must be
performed or costs incurred prior to beginning work on the various contract items on the
project site, including obtaining the bonds, insurance policies, permits required by the
Contract Documents for this Project, and final site clean-up. Payment under this item shall
not exceed 85% of the bid amount upon completion of the mobilization process with the
remainder to be paid at completion of demobilization for the project.
2. Construction surveying and staking.
BID ITEM 0.2 – Stormwater Pollution Prevention Plan including not limited to:
1. Work under this item includes preparing, permitting, and implementing the Water Pollution
Control Plan (WCPC) in accordance with specifications and applicable regulatory
requirements.
BID ITEM 0.3 – Sheeting, Shoring, and Bracing including not limited to:
1. Work under this item includes designing, furnishing, installing, and maintaining shoring and
bracing as required per Sections 6705 and 6707 of the California Labor Code as applicable
to performance of the Work.
BID ITEM 0.4 – Pre-Negotiated Headworks Equipment:
1. Procurement and temporary safe storage of pre-selected 2mm center flow band screens,
washer compactors, analyzers and associated mechanical, electrical, controls, plumbing and
ancillary equipment per the vendor submittal.
BID ITEM 0.5 – Pre-Negotiated MBR Equipment:
1. Procurement and temporary safe storage of pre-selected MBR Blowers, hollow fiber MBR
Cassettes, partial siphon rotary lobe positive displacement pumps, turbidimeters, sample
pumps, citric acid pump system, sodium hypochlorite pump system, air ejectors, air

suppliers, air compressors, analyzers and associated mechanical, electrical, controls,
plumbing and ancillary equipment per the vendor submittal.
BID ITEM 0.6 – Pre-Negotiated Dewatering Equipment:
1. Procurement and temporary safe storage of pre-selected screw press, flocculation tank,
sludge feed pump, polymer system, conveyor system, analyzers and associated mechanical,
electrical, controls, plumbing and ancillary equipment per the vendor submittal
BID ITEM 1 – Field Improvements not limited to:
1. The Work shall include general, civil, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents
2. Installation of new solar power feed connection per the contract documents.
3. Installation of new fire hydrant connection per the contract documents.
4. Supply and install miscellaneous field wet and dry utilities per the contract documents.
5. Demolition of the existing office trailer, MCC-A building, MCC-B building, MCC-C
building, brush aerators, abandoned headworks and abandoned pump station and other
ancillary demolition per the contract documents.
BID ITEM 2 – Influent Pump Station Improvements not limited to:
1. The work shall include general, civil, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
2. Supply and install two new valves: manual isolation valve and automated valve to control
flow to South Plant, and new pipe spool between existing South and North headers per the
contract documents. Supply and install electrical addition for new automated valve per
contract documents.
3. Supply and install general electrical modifications to existing Motor Control Center (MCC-
1A).
4. The Master PLC, SCADA System, and interconnection hardware, programming, and
integrations shall be provided by the OWNER’s INTEGRATION CONSULTANT.
Coordination, startup, oversight, and commissioning of systems shall be the responsibility of
the CONTRACTOR.
BID ITEM 3 – Headworks Improvements not limited to:
1. The work shall include general, mechanical, structural, electrical, instrumentation and control
work shown in the contract documents.
2. Supply and install modifications of upstream piping and flow-metering systems per the
contract documents.
3. Supply and install new ultra-fine screen systems and electric/ manual weir gates per contract
documents and manufacturer recommendations.
4. Supply and install stop plate within center channel of headworks per the contract documents.
5. Supply and install downstream 18” dual piping connections between headworks and North
Anoxic Tank per the contract documents.
6. Supply and install downstream 18” dual piping connections between headworks and South
Splitter box per the contract documents.
7. Work under this item includes preparing and furnishing Operations and Maintenance
Manuals for all furnished equipment(s) and/or systems as described in the Specifications,
instructing and training the City’s personnel as described in the Specifications, and
preparation and submittal of training materials.
BID ITEM 4 – North Infrastructure Improvements not limited to:
1. North Oxidation Ditch Improvements:
a. The work shall include general, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
b. Broom clean existing ditch basin and surface repair including epoxy grouting and
caulking up to 500 SF of wall or floor area.

c. Supply and install new 24” MBR connection pipe from oxidation ditch per contract
documents.
d. Supply and install new Scum trough, overflow, perimeter wall, and central wall
extension per contract documents.
e. Supply and install new anoxic mixers, guide rails, and catwalks/stairs/rails per contract
documents.
f. Supply and install new submerged fixed aeration grid diffusers per contract documents.
g. Supply and install aeration air piping and valving per contract documents.
2. North Anoxic Tank Improvements:
a. The work shall include general, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
b. Supply and install the new WAS Pumps and discharge header, valves, flowmeter and
air release per the contract documents.
c. Supply and install supplemental 18” pipeline connecting new scum overflow and WAS
pump Station per the contract documents.
d. Supply and install new overflow concrete structure with 18” overflow piping per the
contract documents.
3. North Clarifiers & Repurposed Recycled Water Pump Station Improvements:
a. The work shall include general, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
b. Modify existing north RAS pump station and supply and install new high pressure RW
pumps per the contract documents. Paint all existing RAS pump station piping purple
and mark “Recycled Water” per contact documents.
c. Demolish all pumps, concrete, equipment, and conflicting piping in the North effluent
pump station. Repurpose station for open top overflow structure per the contract
documents.
d. Supply and install piping to connect existing W2 lines around plant per the contract
documents for use in process, hydrant, and future offsite connection per the contract
documents.
e. Supply and install new isolation knife gate on north suction piping of existing RAS
pump station per the contract documents.
f. Demolish all connective WAS piping and was flow meter. Blind flange at flow meter
connection per the contract documents.
g. Supply and install custom fabricated steel overflow, new manhole and 18” connection
between new manhole and existing overflow structure per the contract documents.
h. Supply and install concrete pad, piping, bladder tanks, valves and connections for
bladder farm per the contract documents.
BID ITEM 5 – MBR Super-Structure Improvements not limited to:
1. The work shall include general, mechanical, structural, electrical, instrumentation and control
work shown in the contract documents.
2. Provided dewatering (if necessary), excavation, and grading for construction of the new
MBR treatment structures.
3. Supply and install new MBR Treatment Concrete Super-Structure (Treatment Structure) per
the contract documents.
4. Supply and install new blower CMU building, chemical storage area and electrical room per
the contract documents.
5. Supply and install new MBR Feed/RAS Pump Station, Permeate Partial Syphon Pumps,
chemical storage, valving, instrumentation, chemical injection, and other related systems
complete with handrail, grating, and electrical components per the contract documents.
6. Supply and install new MBR equipment package including air scour blowers and chemical
cleaning systems per the contract documents and manufacturer recommendations.

7. Supply and install new aeration blower equipment package per the contract documents and
manufacturer recommendations.
8. Supply and install ancillary related mechanical, electrical, and controls and instrumentation
equipment and all associated process instrumentation and controls per the contract
documents.
9. Supply and install new systems interconnection yard piping, yard utilities, and network
equipment including cabling per the contract documents.
10. Supply and install of new blower and electrical building with associated HVAC and features
per the contract documents.
11. Supply and install new electrical equipment including new North Motor Control Center,
VFDs, transformers, distribution panel boards, and other equipment per the contract
documents.
12. Supply and install new chemical tanks, feed skids and piping per contract documents and
manufacturer recommendations.
13. Supply and install new compressed air system and piping feeding to the MBR and other
process areas within the facility per the contract documents.
BID ITEM 6 – South Infrastructure Improvements not limited to:
1. South Flow Splitter Box:
a. The work shall include general, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
b. Supply and install 24” connective pipe to South splitter box and dual 18” discharge
lines from headworks.
c. Supply and install temporary highline from the South Oxidation Ditch to seed North
Plant per sequencing.
2. South Effluent Pump Station:
a. The work shall include general, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
b. Supply and install fifth pump and pump system assembly, new manifold piping and
flowmeter, and power and control wiring for all systems including vendor and field
equipment and instruments to existing LSCP-1.
c. The Master PLC, SCADA System, and interconnection hardware, programming, and
integrations shall be provided by the OWNER’s INTEGRATION CONSULTANT.
Coordination, startup, oversight, and commissioning of systems shall be the
responsibility of the CONTRACTOR.
3. Sludge Feed Pump:
a. The work shall include general, mechanical, structural, electrical, instrumentation and
control work shown in the contract documents.
b. Demolition of existing Eastern most sludge feed pump and conflicting pipeline per the
contract documents.
c. Supply and install new sludge feed pump, valves, piping and fitting per the contract
documents.
BID ITEM 7 – South Dewatering/ Drying Improvements not limited to:
1. The work shall include general, mechanical, structural, electrical, instrumentation and control
work shown in the contract documents.
2. Provide grading within existing percolation pond for cake storage and spreading grounds per
the contract documents.
3. Provided dewatering (if necessary), excavation, and grading for construction of the new
dewatering structure.
4. Supply and install pressate drain line, catch basins, v-ditches and general drainage piping per
the contract documents.
5. Modify existing 6” WAS connection for discharge towards new dewatering equipment per

the contract documents.
6. Supply and install discharge header piping, valves, fittings and other equipment for proposed
and future connection for the sludge feed line.
7. Supply and install screw press, flocculation tank, polymer system, conveyor systems and
associated mechanical, electrical, controls, plumbing and ancillary equipment per the
contract documents.
BID ITEM 8 – Startup, Commissioning, and Stress Testing including not limited to:
1. Testing, commissioning and startup of all new equipment, and all improved and modified
process areas within the facility per and Section 01 3216 – Sequence of Construction.
2. The Master PLC, SCADA System, and interconnection hardware, programming, and
integrations shall be provided by the OWNER’s INTEGRATION CONSULTANT.
Coordination, startup, oversight, and commissioning of systems shall be the responsibility of
the CONTRACTOR.
BID ITEM 9 – O&M Manuals and Training including not limited to:
1. Work under this item includes preparing and furnishing Operations and Maintenance
Manuals for all furnished equipment(s) and/or systems as described in the Specifications,
instructing and training the City’s personnel as described in the Specifications, and
preparation and submittal of training materials.
BID ITEM 10 – Record Drawings including not limited to:
1. Work under this item includes maintenance and submittal of Contractor’s Record Drawings
in accordance with Section 01 7839 – Project Record Documents.
BID ITEM 11 – Overhead GCs, Taxes, Bonding, Insurance
BID ITEM 12 – All Other Items Not Included in Bid Items 1-11:
1. The Contractor’s work includes all installation services and “Balance of System” as indicated
in the contract documents, including piping, electrical, control and required ancillary systems
improvements.
B. The WORK includes obtaining any permits related or required by the Contract.

Location
4901 Popular Avenue Patterson, CA 95363
Amount
$17.1M
Bid Walk

Per addendum #1

A mandatory pre-bid meeting and project site tour will be held on December 11, 2024 at 11:00 am at the City Water Quality Control Facility 14901 Popular Avenue Patterson, CA 95363. Contractors shall personally examine the project site prior to bidding.

A second non-mandatory pre-bid meeting and project site tour will be held on January 8, 2025 at 11:00 am at the City Water Quality Control Facility 14901 Popular Avenue Patterson, CA 95363. Contractors shall personally examine the project site prior to bidding

Requirements
Contract time shall be 720 calendar days
Availability
A full set of Bidding Documents is available online for examination at http://valleybx.com