April 28, 2020
Addendum #4
Brooks Road Pump Station Improvements
BL038-20
1. Instructions to Bidders
Delete Article 9 in its entirety.
2. Supplementary Conditions
Delete Paragraph SC-4.06 in its entirety and insert the following:
SC-4.06 Delete Paragraphs 4.06.A, 4.06.B, and 4.06.F in their entirety and insert the following:
A. No reports or drawings related to Hazardous Environmental Conditions at the Site are known to the Owner.
B. Not Used. F. If after receipt of such written notice Contractor does not agree to resume such Work based
on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may issue a Work Change Directive or Change Order as appropriate. The Work Change Directive or Change Order will, with the Contractor’s concurrence for determining that it is safe to return to work, or determining conditions under which work may resume, provide direction for either deleting the portion of the Work that is in the area affected by the condition, or taking other action as directed by the Owner and Engineer. Contractor may be entitled to an adjustment in Contract Price or Contract Times for impacts to the Work in the affected area, if any, if Work is resumed after the site has been cleared. Owner will be entitled to a adjustment in Contract Price or Contract Times if Work is deleted. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 7.
3. Questions
Q1. Regarding Note 2 on drawing C-104, is there anything specific that needs to be coordinated? A1. There is no specific coordination item. The laydown area is limited, and the Contractor needs to
coordinate with GCDWR to make sure the final area does not interfere with normal operations. Q2. Is there any clearing & grubbing required for the construction staging and laydown area? A2. There is minimal clearing and grubbing required.
BL038-20 PAGE 2
Addendum #4
Q3. Section 01 52 13 does not mention a field office for the engineer. Is the contractor required to furnish a
field office for the engineer? A3. There will be no field office required for the engineer. However, engineer may use contractor’s field
office occasionally. Q4. Can you confirm that the peak flow and head conditions listed in Section 33 01 30.74 Part 2.1 A. 1 are
correct? A4. The Peak Flow and Head Conditions listed are correct. Q5. To make this head and flow you will have to have a feeder pump going into a booster pump as a system
and you will have two systems each capable of 2500gpm (4 pumps) to make the 5000gpm. If it were decided to use an electric pump system as primary and a diesel system as lag to make the 5000gpm will it be necessary to have 2 complete diesel systems (2 feeders and 2 boosters)as backup to make the 100% redundant or will one diesel backup system be good enough (one electric and 2 diesel systems total)?
A5. The contractor will need a completely redundant diesel system. If electric pumps are used, the contractor shall establish how to supply power to the pumps. This shall be the contractor’s responsibility. The design condition for bypass pumping will need primary and backup system capable of meeting this condition.
Q6. To further question Q5, if we ran two electric systems would it require 2 diesel systems as backup to
meet the 100% redundancy? A6. Yes. The backup system will require 2 diesel systems. Q7. The main bypassing manhole will be the manhole outside the fence. This manhole is an offset doghouse
that the pipe is just cracked enough to allow water to flow into the main 48” line. It would be best to have this crack opened up so you can get a suction line into the 48” pipe to be able to keep the pipe from being full and give us some storage. Will it be ok to alter this manhole?
A7. The manhole has already been modified as described. If required, the contractor may submit additional proposed manhole modifications for GCDWR’s review and acceptance during construction.
Q8. It was stated to have the necessary hoisting equipment for each pump onsite during the bypass. The
pumps weigh 24,000lbs and will take a crane to move them will we need to supply a crane to be onsite 24/7 during the bypass because there is no room. Will a lift that can remove suction tubes in case of a clog and can lift pipe for replacement if needed suffice?
A8. A lift capable of moving pipes and servicing pumps as needed during bypass would be acceptable. Q9. Section 32 31 13 Part 2.1 A., says “Match style, finish and color of each fence component with that of
other fence components.” Does that mean that the proposed fence needs to match the existing fence or are we to provide the fence specified?
A9. Add Note 7. to C-502 “CONTRACTOR SHALL MATCH EXISTING FENCE HEIGHT OF 8’ FOR ALL INSTALLED FENCING ON SITE.”
Q10. A note and leader on E-103 says, “Saw cut and remove concrete portion of flume. Provide concrete and
match flume contours.” Is there any as-built information available on the flume? A10. Contractor shall return the flume to the pre-existing condition. Q11. Drawing C-104 defines an area on site to be used for bypass pumping. Is there any information available
on temporary suction and discharge points for the bypass pumping operation? A11. Sheet C-101 provides information for the sanitary sewer manholes and the existing 12” DIP bypass line
that are located within the defined by-pass pumping area. Q12. Can you get clarification on how these doors are to be hinged? The drawings appear to show the 5 X 5's
as single leaf and all others as triple leaf doors and the spec is calling out single and double leaf. Also there is no mention of lift assist in the spec but these size doors will require SS gas shocks for lift assist
BL038-20 PAGE 3
Addendum #4
A12. Provide stainless steel Pneumatic Lift Assist for Aluminum Access Hatches. Q13. On sheet S-103, Note #4 indicates a Thern Davit crane, the supplier is asking about the material of
construction, is the unit 316 stainless steel or powder coat finished? (updated model #’s are 5PT10-M1 for powder coat or 5PT10-M3 for 316SS)
A13. Revise Note #4 on sheet S-103 to the following: “4. Provide Thern Commander 1000 Davit Crane with side mount model 5BW10 or engineer approved equal at each service platform. Crane shall be rated for 500 lbs. Provide SST 316 fasteners and base and a powder coat finish for crane.”
Q14. On sheet S-101 for the hatches, Note #2 says to sawcut to remove the hatches, however detail F shown
on Sheet S-301 indicates that we are not to remove rebar in these areas. It appears this detail requires us to “jack-hammer” out the concrete to save the existing rebar, is this the intent versus sawcutting the whole depth around the existing hatches?
A14. Only the reinforcement to be removed is the reinforcing bars in conflict with the new hatch. Q15. The Bypass Pumping specification, section 3.1K, indicates that hoisting equipment for each pump be on-
site during bypassing. We expect these pumps to be heavy, which would require a crane to lift. The bypassing plan requires us to have back-up pumps installed for all pumps which would give us time to mobilize a crane to service the pumps. Will this be acceptable, or are you requiring us to have a crane on site at all time?
A15. See A8. Q16. The current project completion time is only 270/300 calendar days. The specified pump vendor, Flygt,
provided the following list of manufacturing and delivery times of the pumps. If we add at least 8 weeks of submittal and approval time. The pumps don’t arrive until week 31 of a 38 week project. The pump installation, electrical work and start-up/testing/commissioning of the pump station will take at least 3-4 months after this. This project is at a minimum a 12 month duration, if not 14 months. Please consider adding completion time to the project.
• 8-10 weeks to manufacture • 1-2 weeks testing and approval. • 2 weeks for Anti Spark Face on submersible pumps. • 5 weeks Ocean • 4 weeks delay in shipping so far due to Pandemic (worst case so far) • 21-23 weeks to site (worst case) from approved drawings or sooner at this time
A16. Due to current conditions, the contract time is changed from 270 days to 390 days for Substantial completion and 300 days to 420 days for Final completion.
Q17. Are the design points intended to be the test points? A17. Yes, at a minimum the test shall include the specified design points. Q18. The current pumps run on the pump curve at the flows listed in the specification which allows for a
negative tolerance. The specification does not:
If you use the current design flows under this specification then the pumps would have to be able to pump up to 10% more and still meet the non-overloading requirement. The current pumps which are the
BL038-20 PAGE 4
Addendum #4
basis of design would not meet this spec. I propose adding a test spec based on the design points to include HI 1U Guarantee Points of:
Individual HI IU no negative tolerance Guarantee test points: 1. Test to HI 1U Q&H 4484@180, Non Overloading at 385HP to Runout. 2. Test to HI 1U Q&H 6502@154, Non Overloading at 385HP to Runout. 3. Test to HI 1U Q&H 7890@135, Non Overloading at 385HP to Runout.
I also propose adding the series design point since the pumps will have to be designed to withstand the pressure of two of them in series. They may want them to be interchangeable as well. The existing pumps have 250lb flanges for example. For example: If you use the test points you would double the head (but the pumps won’t be tested in series so you could use the design points For the current pumps I would use:
4780 @ 359ft design 6780 @ 305ft design 8190 @ 267ft design
This is based on the pumps that are installed now and I attached a curve. The second curve has duty points that double the head of the HI 1U test points. Using these duty points will allow both the new and existing pumps to meet the specification.
A18. See revised specification Section 43 21 39. Q19. Article 9 of the Instructions to Bidders states “The Engineer does not make any representations as to the
soil conditions to be encountered or as to foundation materials. The Contractor must assume all risk as to the nature and behavior of the soil which may be encountered or of soil or water which underlies the Work or is adjacent thereto, including any difficulties that may be due to quicksand or other unfavorable conditions that may be encountered in the Work, whether apparent upon surface inspection or disclosed only in the process of carrying forward the Work”. Are you denying the Contractor the right to a Different Site Condition under GC 4.03? What is the intent of this Article? General Conditions 4.06.F. implies the Owner may unilaterally direct the Contractor to resume work in an area the Contractor considers unsafe due to the discovery of undisclosed Hazardous Environmental Conditions. Is this the Owner’s intent?
A19. Article 9 of the Instructions to Bidders has been deleted, see #1 above. Indicating a Work Change Directive or Change Order as a vehicle to amend the contract is not intended to imply that the Owner would direct the Contractor to proceed with work in an unsafe manner. The paragraph has been revised to clarify this intent, see #2 above.
Q20. On the bid form Part 1 Item 1.9 it calls for wet well coating. On page 16 of the drawings attachment on
the coatings schedule it calls for wet well 301,302,303, distribution chamber DC 200 and inlet chamber IC 200 to be coated. Can you clear this up please as to what exactly needs to be coated?
A20. Item 2.17 on the bid form has been updated with language and designations found on the plans for clarity. The bid form has been revised as part of this addendum.
Q21. Plan sheet G-001, General note 19 states all disturbed areas shall be sodded unless noted otherwise in
the contract documents. Specification section 32 92 00 provides information for both seeding and sodding. Please clarify whether seeding or sod is required.
A21. Add Note 3 to C-104 “3. CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS TO MATCH THE PRE-EXISTING CONDITIONS OF THE SITE.”
Q22. Are any of the existing pumps, valves, gear, etc. to be salvaged and turned over to the Owner? A22. The Contractor shall salvage and turn the two wet well pumps and their cables. They should be
delivered to DWR Central. The GCDWR staff will unload this equipment. The pumps and the pump cables should not be damaged during transport.
Q23. Section 01 45 23.13 Part 3.3. lists test procedures for concrete structures. Please confirm that the
Contractor does not need to leak test the existing inlet chamber, distribution chamber and wet wells.
BL038-20 PAGE 5
Addendum #4
A23. The contractor does not have to leak test the existing inlet chamber, distribution chamber, and wet
wells. Q24. Section 01 50 00 Part 1.9 list requirements for temporary heating until permanent heating equipment has
been installed. No heating equipment is being installed under this contract. Please confirm whether temporary heating is necessary.
A24. Temporary heating is not required for this project. Q25. Section 01 00 00 Part 3.4 A indicates that the Owner will pay for all water required to execute the work.
Section 01 50 00 Part 1.3 E indicates that the Contractor shall pay for construction water. Please clarify. A25. Remove the existing section 01 50 00 Part 1.3E and replace with the following: “the Owner will not
charge the contractor for all water used to execute the work. However, hydrant meter issued by the County must be used to track the usage volume.
Q26. Can you provide an email address for Mike Clark (Georgia Power)? A26. Revise Note 10 on sheet E-101 to the following: “CONTACT: MIKE CLARK 770-995-4789” Q27. Are there any specific requirements for the Contractor Quality Control Officer listed in 01 45 00 Part 1.4? A27. The only requirement is that the CQC Officer shall have a minimum 15 years of experience in Industrial
Pump Station construction. Q28. Drawing E-101: Specific Note # 5 references a detail # 7 on sheet E-504. The drawing I have only as 6
details. A28. Specific Note #5 shown on Drawing E-101 shall be modified to reference Detail 3 on Sheet E-502. Q29. Drawing E-101: Specific Note # 10 states that the contractor is to pick up the 2 new concrete pads at
Georgia Power’s facility. Will Georgia Power load these pads on the contractor’s truck when they pick them up or does the contractor need to have a way to load them?
A29. Georgia Power to load Pads. The Contractor shall coordinate with Georgia Power for pick-up. Q30. The phone number for Mike Clark on that same drawing and note is incorrect. A30. See A26. Q31. Please clarify scope of arc detection system for SWGR 1&2. Does the entire SWGR 1&2 need to include
light sensors to detect an arc flash event or just the main breaker structure? A31. Contractor shall provide on main and branch breakers. Q32. For FS1 & FS2 is the motorized function for opening and closing the switch or just opening/tripping the
switch? A32. The motorized operation is for opening and closing. Q33. Can FS1 and FS2 be specified as an electrically-operator breaker instead if remote opening and closing
are required? A33. Provide Short Circuit/Arc Flash Study to indicate what can be used with an incident level to be 40
(cal/cm2) or less. Q34. For MB1 through MB4, will a digital power meter be an acceptable substitute for the analog meters
specified on drawings? A34. Digital power meter is acceptable. Q35. Regarding the coatings, I don't see any measurements of the wet wells, inlet chamber or distribution
chamber either. I can somewhat make out the depths but I don't see anything on the lengths and widths. A35. The contractor is responsible to perform quantity takeoffs for coatings of these areas.
BL038-20 PAGE 6
Addendum #4
Q36. Was the electrical re-feed of Brooks Rd a past project out for bid that might have been cancelled and/or
delayed? A36 The electrical re-feed of the pump station was not a previous project for GCDWR. Q37. According to one of the three named generator vendors, the combined lead time for submittals and
delivery (after approval) is currently in the 34-36 week range. The specifications say to allow 30 days for the engineer to approve submittals. We have not heard from the other two generator vendors yet, but at this point, delivery of the generator appears to exceed the 270 day duration for substantial completion. Will you consider extending both substantial and final completion by an appropriate amount?
A37. See A16. Q38. Please advise if the 12-Sequencing Constraints listed in Paragraph 1.6 of Spec Section 01 14 00 are in
chronological order as they should occur during construction. A38. The sequencing constraints listed are not necessarily in chronological order. Q39. Paragraph 1.6.A.4 states the Contractor shall “provide and install 15kv conduit and manhole as indicated
on the drawings.” Please advise where the manhole is located. A39. These are shown in sheet E-101 East and West of new generator. Q40. Drawing E-101 indicates Georgia Power will furnish and install:
a. Conduit and underground 15KV conductors shown as P-103, P-104 & P-105 b. 2 each 15 KV Splice Boxes c. HDPE 15KV conduit near the force main at the end of new generator “G2” d. 2 each pre-cast concrete transformer pads for “T1” & T2” (picked up and set by contractor) e. Transformers “T1” & “T3”
Please confirm the only 15kv conduit and conductors that are furnished and installed by the Contractor is “P-102”. This item cannot be completed until the pump station is being by-passed.
A40. P-102 is correct.
Q41. Is temporary by-pass pumping required for the Brooks Road PS while Georgia Power installs new power service for the Booster Pump Station? Georgia Power’s scope of work is shown on Drawing E-101.
A41. Yes, Bypass pumping of the Brooks Road PS is required as specified in section 33 01 30.74. See also the response to Q42 regarding the operation of the Booster Station.
Q42. Will the Booster Station be taken out of service while Georgia Power performs their work or will the
Owner operate the Booster Station utilizing an existing Generator? A42. The Booster Station will remain in service and the County will operate the Booster Station utilizing the
existing generator on site. Q43. Can the Contractor utilize Transformers T1 and T3 to provide power to temporary by-pass pumps while
the Brooks Road Pump Station is being by-passed? A43. No, the bypass requirements are specified in section 33 01 30.74. Q44. Will the Booster Pump Station be utilized while the Brooks Road Pump Station is being by-passed? A44. The Booster Pump Station will be online during the by-pass pumping of the Brooks Road Pump Station. Q45. Will the Owner require all equipment (Pumps, Valves, Electrical Switchgear, etc.) to be onsite prior to by-
passing the Brooks Road Pump Station? A45. Yes, due to uncertainty of lead times for major equipment, the major equipment will need to be onsite. Q46. Can the contract time for substantial completion be extended to 18-months? It is our understanding the
pumps currently have a lead time of 25-29 weeks after approval (plus 6-weeks for submittal preparation and 2-weeks for Engineer/Owner Review).
A46. See A16.
BL038-20 PAGE 7
Addendum #4
Q47. Will Tetra Tech be the Construction Manager for this project or will the Owner utilize a 3rd party for these
services? A47. Tetra Tech will be the Construction Manager for this project. Q48. Please confirm the Contractor may use the existing Overhead Bridge Crane to transport material during
construction. A48. Yes the Contractor will be allowed to use this equipment. GCDWR will have crane inspected before
contractor starts work and require inspection after they are complete. The contractor will be responsible ensure the crane is returned to the same or better condition we project is complete.
Q49. Will the Owner want to salvage any existing pumps or electrical equipment? If so, please advise where
the material should be delivered and if the Owner will off-load the material. A49. See A22. Q50. Specification Section 01 14 00 requires substantial completion within 270 calendar days. We have been
advised that the pumps and starters will take approximately 29 weeks for delivery after approval. Assuming submittal preparation and approval takes 12 weeks this puts the delivery of the equipment at 10-11 months. We are requesting the construction schedule be extended to 450 days to allow for procurement and delivery of the equipment.
A50. See A16. Q51. Based on the information we are receiving from our pump supplier (see conversation below) we request
the contract time to complete this project 270/300 days to 420/460 days. A51. See A16. Q52. Bid Item 2.1 is a unit price item for bypass pumping. This item has a substantial cost for mobilization
that will only be paid with the first week’s rent. There is no bid item for the mobilization so those costs must be included in bid item 2.1. Do you want to add a bid item for mobilization of the bypass system in case it is used for multiple consecutive weeks?
A52. A bid item is not going to be added. The contractor can provide an item in the proposed schedule of values to be reviewed by the County.
Q53. There are two (2) JWC Environmental Channel Monsters (Model CDD-5020 and each rated at 28.9 MGD)
in operation at the Brooks Road P.S. Please confirm that an identical grinder is to be supplied under Section 46 24 33, Open-Channel Grinder. Also, please change the specified flow per grinder to 28.9 MGD in subsection 2.1.B.1 of the Open-Channel Grinder specification.
A53. Item 2.1.B.1. in Specification Section 46 24 33 has been revised to match the 28.9 MGD flow rate. Q54. In reviewing the major equipment fabrication and delivery, this project will have a large amount of lost
time, prior to having any actual work start on site. Under normal economic condition we are looking at least 6 to 7-months fabrication time on the pumps and gear after approved shop drawing. If you add in the review time for the submittal, you would be at 8 to 9-months which is all we have for duration under the present contract. Under normal condition this project would need another 6 or 7-months duration to complete work once the equipment was on site. Approximately another 210 calendar days need on Substantial Completion. Please provide the appropriate time into the contract.
A54. See A16. Q55. Under Spec Section 01 14 00 1.6 A 4 – states the contractor to provide and install all 15kv conduit and
manhole as indicated on the drawings. Please indicate where this manhole and conduit are located on the drawing.
A55. See A39. Q56. It appears the drawing E-101 that the only 15kv conduit & conductors that are F&I by the Electrical
Subcontractor is P-102. If this is correct, then you cannot complete this work until after the pump station is being temporary by-pass pumped. Please confirm or clarify.
BL038-20 PAGE 8
Addendum #4
A56. See A40. Q57. For Flygt pumps, from release to production to delivery on job site is 25 – 29 weeks. Square D products
are similar – 24 weeks approximately. On top of this you should consider 6 weeks for submittals, the pump submittal can be done right away but the Reduced Voltage Soft Start Cabinets will take longer. In addition to those numbers you should consider delays for review. So for submittals and delivery 31-35 weeks not including review time. Basically production time has doubled in the last 2 months, if things improve the delivery is likely to go down. This is based on what we think conditions might be in the first week of June (Receiving a PO). Please consider an extension to the contract time.
A57. See A16. Q58. In the switchgear specification section 26 23 00 and others, the section details General Electric as an
approved manufacturer. The division of GE (GE Industrial Solutions) that manufactures electrical distribution equipment was sold to ABB in 2018. ABB still manufactures equipment as GE branded, could we please have confirmation that GE branded products by ABB will be acceptable on the project?
A58. ABB is acceptable. Regardless of equipment manufacturer selected by contractor for basis of proposal, all gear, panels, starters, contactors, drives, etc., shall be supported by the manufacturer for a period of not less than 18 years after installation. This shall include availability of replacement parts, software, firmware, breakers, rebuild kits, etc.
Q59. The painting schedule on D-103 shows estimated quantities in SF of items to be painted. Since there are
no unit prices for painting, how will over-runs in quantity be handled? A59. Owner Directed Unit Prices for the specified painting/coating applications have been added to the
Measurement and Payment specification (Section 01 22 15) and the Bid Form. See attached revised Bid Form.
Q60. Regarding the painting schedule on D-103, in which bid item should ID 3, 7, 8 and 9 be carried? A60. Contractor to carry these costs in bid item #6 Installing New Pumps. Q61. The drawings do not show any exposed outdoor piping, so can the contractor assume that all of the
existing exposed piping to be painted (2,600 SF) is inside the pump station? A61. Exposed piping also includes DIP vents, transducer stubs, or DIP blind flanges above the wet well. Q62. My question has to do with the conduit specification section 26 05 33.In Para. 2.1 (Products) they list
Aluminum Rigid Conduit (ARC) and PVC Coated Aluminum conduit as types used. In Para. 3.1 (Execution) they only list (A)- Outdoor Locations for conduit types to use. There doesn’t seem to be a listing for the type of conduit you would use for exposed indoor areas. IE: The electrical room. It seems very expensive to use PVC Coated Aluminum for the electrical room. Perhaps it is there but I can’t find it.
A62. Electrical room is to be threaded aluminum conduit. Q63. Paragraph 2.2-A.2 of Spec Section 33 34 16 states that 3-New Plug Valves shall be installed on the
discharge side of Pumps 302B, 303B, and 305B. Drawing D-104 shows 1-New Plug Valve on the discharge side of Pump 303B and it also shows the Plug Valves on the discharge side of Pumps P301B and P302B are existing and will remain. Please ask the Engineer to clarify the number of New Plug Valves required on the discharge side Pumps 301B, 302B, and 303B.
A63. There is 1 new 24” plug valve on the discharge side of pump P303B and 2 new chainwheel operators for the existing 24” plug valves on the discharge side of pumps 301B and 302B. See revised specification Section 33 34 16.
Q64. Please clarify Valve Size and Tag Numbers referenced in Paragraph 2.2-A.2 of Specification Section 33 34
16. Is Pump 305B applicable for this project? A64. See revised specification Section 33 34 16. Q65. Please clarify which Plug Valve(s) are required to have Class 250 Extra Heavy Flanges as noted in
Paragraph 2.2-A.2.c of Spec Section 33 34 16.
BL038-20 PAGE 9
Addendum #4
A65. The proposed plug valve EPV-303B is required to have Class 250 Extra Heavy Flanges. Q66. Please advise if all Flanges on the Discharge Side of Pumps 301B, 302B, and 303B are to be Class 250
Extra Heavy Flanges (including pipe, fittings, and check valves) A66. All Flanges on the Discharge Side of Pumps 301B, 302B, and 303B are to be Class 250 Extra Heavy
Flanges (including pipe, fittings, and check valves). Attachments:
Section 01 22 15
Section 33 34 16
Section 43 21 39
Section 46 24 33
Revised Bid Form
Sincerely,
Dana Garland Dana Garland, CPPB
Purchasing Associate III
Please read the following regarding the bid due date on May 5, 2020 at 2:50 PM:
The County’s mail room has reduced their hours in response to COVID-19. Any mail received after 12:00 P.M. may not be processed until the following business day.
Any bidders mailing in their bids must ensure that it arrives prior to 12:00 P.M. on May 4, 2020, or it may not be delivered to Purchasing’s Office in time for the 2:50 P.M., May 5, 2020 deadline and will not be accepted. It is the responsibility of the bidder to ensure bids are delivered on time. It is recommended that all bids be mailed in rather than be hand delivered.
The Department of Financial Services lobby/front desk area is currently closed. At this time on bid opening days, the door will be open for a brief time prior to the 2:50 P.M. deadline to allow hand-delivered bids. Deputies will measure the temperature of each person who enters the building using a no-touch infrared thermometer. If the temperature measures 100.4 degrees Fahrenheit or above, the person will not be permitted to enter the building. Any bidders that choose to hand deliver bids and wish to attend the opening will be required to stand six (6) feet away from other attendees to remain in compliance with CDC recommendations. The number of people permitted to be in the room will be limited to space available and shall not exceed ten (10) people.
As always, responses will be posted that afternoon or the following business day on the County’s website, www.gwinnettcounty.com.
Gwinnett County Department of Water Resources Measurement and Payment
Brooks Road Pump Station Improvements 01 22 15-1
SECTION 01 22 15
MEASUREMENT AND PAYMENT
PART 1 GENERAL
SUMMARY
A. Section Includes
Paragraph Title
1.2 Descriptions
1.3 Nonpayment for Rejected or Unused Products
1.4 Partial Payment for Stored Materials and Equipment
1.5 Bid Items
B. Scope
The Bid lists each item of the Project for which payment will be made. No payment
will be made for any items other than those listed in the Bid.
Required items of work and incidentals necessary for the satisfactory completion of the
work which are not specifically listed in the Bid, and which are not specified in this
Section to be measured or to be included in one of the items listed in the Bid, shall be
considered as incidental to the work. All costs thereof, including Contractor's overhead
costs and profit, shall be considered as included in the lump sum or unit prices bid for
the various Bid items. The Contractor shall prepare the Bid accordingly.
Work includes furnishing all plant, labor, equipment, tools and materials, which are not
furnished by the Owner and performing all operations required to complete the Work
satisfactorily, in place, as specified and as indicated on the Drawings.
DESCRIPTIONS
A. Measurement of an item of work will be by the unit indicated in the Bid.
B. Final payment quantities shall be determined from the record drawings. The record
drawing lengths, dimensions, quantities, etc. shall be determined by a survey after the
completion of all required work. Said survey shall conform to Section 01 71 23.16. The
precision of final payment quantities shall match the precision shown for that item in the
Bid.
C. Payment will include all necessary and incidental related work not specified to be
included in any other item of work listed in the Bid.
D. Unless otherwise stated in individual sections of the Specifications or in the Bid, no
separate payment will be made for any item of work, materials, parts, equipment,
supplies or related items required to perform and complete the work. The costs for all
such items required shall be included in the price bid for item of which it is a part.
E. Payment will be made by extending unit prices multiplied by quantities provided and
then summing the extended prices to reflect actual work. Such price and payment shall
constitute full compensation to the Contractor for furnishing all plant, labor, equipment,
tools and materials not furnished by the Owner and for performing all operations required
to provide to the Owner the entire Project, complete in place, as specified and as
indicated on the Drawings.
Measurement and Payment Gwinnett County Department of Water Resources
Brooks Road Pump Station Improvements 01 22 15-2
NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS
A. Payment will not be made for the following:
Loading, hauling, and disposing of rejected material.
Quantities of material wasted or disposed of in manner not called for under Contract
Documents.
Rejected loads of material, including material rejected after it has been placed by
reason of failure of Contractor to conform to provisions of Contract Documents.
Material not unloaded from transporting vehicle.
Material and equipment not properly stored.
Defective Work not accepted by Owner.
Material remaining on hand after completion of Work.
PARTIAL PAYMENT OF STORED MATERIALS AND EQUIPMENT
A. Partial Payment: No partial payments will be made for materials and equipment
delivered or stored unless Shop Drawings or preliminary operation and maintenance
manuals are acceptable to Engineer.
B. Final Payment: Will be made only for products incorporated in Work; remaining
products, for which partial payments have been made, shall revert to Contractor unless
otherwise agreed, and partial payments made for those items will be deducted from final
payment.
BID ITEMS
A. Bid Prices included on the Bid Form shall be full compensation for all materials, labor,
equipment, tools, construction equipment and machinery, heat, utilities, transportation,
taxes, overhead, markup, incidentals and services necessary for the execution and
completion of the Work in the Contract Documents to be performed under this Contract.
For the Work described, the allowance and unit price, actual used and installed quantities
of each bid item shall be measured in the field and certified by the Engineer and/or
Owner upon completion of construction in the manner set forth for each item in this and
other sections of the Specifications. Payment for all items listed on the Bid Form will
constitute full compensation for all Work shown and specified to be performed.
B. The following Items 1.1 through 1.18 comprise the Base Bid Total as listed on the Bid
Form.
Item No. 1.1 – Mobilization/Demobilization (5% Maximum)
Description: Preconstruction costs of preparatory work and operations and removal
of equipment and surplus materials from the project site. Includes premiums for
bonds and insurance, preconstruction photos, mobilizing and demobilizing
equipment and materials to and from the project site, as-built records,
Unit of Measurement: Lump Sum where total amount bid shall be no greater than
five (5) percent of the sum of all other bid items of all schedules.
Payment: Per Section 01 71 13, Mobilization.
Gwinnett County Department of Water Resources Measurement and Payment
Brooks Road Pump Station Improvements 01 22 15-3
Item No. 1.2 – Site Improvements
Description: Cost for site improvements as indicated in the drawings and
specifications. Includes asphalt repaving, curb and gutter restoration, site drainage
improvements, erosion & control measures, and permanent seeding.
Unit of Measurement: Lump Sum
Item No. 1.3 – Civil/Mechanical Demolition
Description: Cost for demolition, removal, and proper disposal of all items shown
in the civil/mechanical sheets. Includes four (4) existing submersible wastewater
pumps (2 wet well and 2 dry pit) and associated piping, valves, and supports;
existing pump pedestals, existing hatches, and old chemical storage system
currently not in use.
Unit of Measurement: Lump Sum.
Item No. 1.4 – Bypass Pumping
Description: Cost for providing bypass pumping of the Brooks Road station.
Includes pumps, piping, appurtenances, 24hr monitoring, and all other items
needed to bypass and monitor the bypass system during the bypass duration as
outlined in Specification 33 01 30.74.
Unit of Measurement: Lump Sum.
Item No. 1.5 – Furnishing New Pumps
Description: Cost for supply of six (6) new submersible wastewater pumps and
appurtenances as specified in Section 43 21 39.
Unit of Measurement: Lump Sum.
Item No. 1.6 – Installing New Pumps
Description: Cost for installation of six (6) new submersible wastewater pumps and
appurtenances. Includes three (3) wet well pumps and three (3) dry pit with
associated piping, valves, and supports. Cost to include start-up & testing as
specified.
Unit of Measurement: Lump Sum.
Item No. 1.7 – Furnishing New Channel Grinder
Description: Cost for supply of one (1) new channel grinder and appurtenances as
specified in Section 46 24 33.
Unit of Measurement: Lump Sum.
Item No. 1.8 – Installing New Channel Grinder
Description: Cost for installation of one (1) new channel grinder and
appurtenances. Cost to include start-up & testing as specified.
Unit of Measurement: Lump Sum.
Item No. 1.9 – Access Hatches
Description: Cost for supply and replacement of access hatches over the wet well
and dry well. Includes three (3) Type A hatches, six (6) Type B hatches, six (6)
Type C hatches, and six (6) Type D hatches as shown in the structural drawings.
Unit of Measurement: per each hatch, type.
Item No. 1.10 – Roof Extension Over Monorail Hoist
Description: Cost for supply and installation of roof over the monorail hoist area,
including coating of monorail.
Measurement and Payment Gwinnett County Department of Water Resources
Brooks Road Pump Station Improvements 01 22 15-4
Unit of Measurement: Lump Sum.
Item No. 1.11 – Pumps Service Platforms
Description: Cost for supply of material and installation of three (3) new pump
service platforms in the dry well. Includes platform structural system, ladders,
railings, and davit hoists.
Unit of Measurement: Lump Sum.
Item No. 1.12 – New Emergency Generator
Description: Cost for supply and installation of a new emergency generator.
Includes emergency generator, secondary containment area, and associated access
platforms and grading.
Unit of Measurement: Lump Sum.
Item No. 1.13 – Electrical Demolition
Description: Cost for demolition and removal of all items shown in the electrical
sheets. Includes existing MCCs, switchgears, transformers, control panels,
grounding system, and conduits.
Unit of Measurement: Lump Sum.
Item No. 1.14 – Electrical improvements
Description: Cost for supply and installation of all items covered in the electrical
sheets and specifications. Includes new MCCs, switchgears, transformers, control
panels, grounding system, and conduits.
Unit of Measurement: Lump Sum.
Item No. 1.15 – Instrumentation & Control improvements
Description: Cost for supply and installation of all items covered in the
Instrumentation & Controls sheets and specifications. Includes supply of new
control panel, modifications to the existing control panels, system integration,
required PLC & HMI programming, and instruments replacement.
Unit of Measurement: Lump Sum.
Item No. 1.16 – Service Power - Georgia Power Cost
Description: Cost for Utility Company to relocate the existing service power.
Includes Installation of new service power lines, two (2) 2500 kVA transformers,
connecting switchgear to two new transformers and existing transformer at Booster
Pump Station, and removal of decommissioned existing overhead lines and poles.
Unit of Measurement: Lump Sum.
Item No. 1.17 – Service Power - Contractor Administration Cost
Description: Cost for Contractor administration, support and coordination, with
Georgia Power for relocation of service power at the pump station site.
Unit of Measurement: Lump Sum.
C. The following Items 2.1 through 2.13 comprise the Owner Directed Unit Price Items as
listed on the Bid Form.
Unit Price Item No. 2.1 – Additional Bypass Pumping
Description: Cost for providing additional bypass pumping of the Brooks Road
station as directed by the Owner/Engineer. Includes pumps, piping, appurtenances,
Gwinnett County Department of Water Resources Measurement and Payment
Brooks Road Pump Station Improvements 01 22 15-5
24hr monitoring, and all other items needed to bypass and monitor the bypass
system during the bypass duration as outlined in Specification 33 01 30.74.
Unit of Measurement: Cost per week of bypass pumping.
Unit Price Item No. 2.2 – Non-Structural Concrete Repair
Description: Cost for non-structural concrete repairs including repair of wet well
concrete surface prior to recoating as directed by the Owner/Engineer.
Unit of Measurement: per Square feet of surface repaired.
Unit Price Item No. 2.3 – Pressure Injection, Concrete Cracks
Description: Cost for concrete cracks repair via pressure injection as directed by the
owner.
Unit of Measurement: Per Linear Feet of crack injected.
Unit Price Item No. 2.4 – Earthwork
Description: Cost for excavation, compaction, and removal of excess soil as
directed by the owner.
Unit of Measurement: Per Cubic Yard of earth moved.
Unit Price Item No. 2.5 – Flowable Fill
Description: Procurement and installation of flowable fill, where used as backfill or
other purposes as approved by the Owner. Work includes flowable fill material,
equipment, installation, and all required testing.
Unit of Measurement: per Cubic Yard installed.
Unit Price Item No. 2.6 – Cast-in-Place Concrete
Description: Cost for installation of a concrete wall footing and a retaining wall
less than 10ft high. Includes concrete, reinforcing, and forming needed for
complete installation.
Unit of Measurement: per Cubic Yard installed.
Unit Price Item No. 2.7 – Asphalt Pavement Milling and Repaving
Description: Cost for providing additional asphalt pavement milling and repaving
as directed by the Owner/Engineer.
Unit of Measurement: per Tons removal & installation.
Unit Price Item No. 2.8 – 3/4” Conduit and Wire Controls
Description: Cost for providing additional 3/4” conduit and wire for controls as
directed by the Owner/Engineer.
Unit of Measurement: Per Linear Feet of wire installed.
Unit Price Item No. 2.9 – 3/4” Conduit and 3#12 Wire
Description: Cost for providing additional 3/4” conduit and 3#12 wire as directed
by the Owner/Engineer.
Unit of Measurement: Per Linear Feet of wire installed.
Unit Price Item No. 2.10 – 3” RGS Conduit Exposed
Description: Cost for providing additional 3” RGS exposed conduit as directed by
the Owner/Engineer.
Unit of Measurement: Per Linear Feet of conduit installed.
Unit Price Item No. 2.11 – 4” RGS Conduit Exposed
Measurement and Payment Gwinnett County Department of Water Resources
Brooks Road Pump Station Improvements 01 22 15-6
Description: Cost for providing additional 4” RGS exposed conduit as directed by
the Owner/Engineer.
Unit of Measurement: Per Linear Feet of conduit installed.
Unit Price Item No. 2.12 – Emergency Lights Installed
Description: Cost for providing and installing additional emergency lights as
directed by the Owner/Engineer.
Unit of Measurement: Per Each light installed.
Unit Price Item No. 2.13 – Replace #16AWG 300 volt control wire
Description: Cost for providing and replacing additional Replace #16AWG 300
volt control wire as directed by the Owner/Engineer.
Unit of Measurement: Per Linear Feet of wire installed.
Unit Price Item No. 2.14 – Painting/coating exposed piping and steel surfaces
Description: Cost for providing and applying of paints/coatings to all existing and
proposed piping, valves and appurtenances, and steel surfaces as outlined in the
specifications and directed by the Owner/Engineer.
Unit of Measurement: Per Square Feet of paint/coating applied.
Unit Price Item No. 2.15 – Painting/coating of dry well concrete flooring
Description: Cost for providing and applying of paints/coatings to all concrete
flooring located in the dry well as outlined in the specifications and directed by the
Owner/Engineer.
Unit of Measurement: Per Square Feet of paint/coating applied.
Unit Price Item No. 2.16 – Painting/coating of electrical room concrete flooring
Description: Cost for providing and applying of paints/coatings to all concrete
flooring located in the electrical room as outlined in the specifications and directed
by the Owner/Engineer.
Unit of Measurement: Per Square Feet of paint/coating applied.
Unit Price Item No. 2.17 – Painting/coating of concrete surfaces in the wet wells,
distribution chamber, and inlet chamber
Description: Cost for providing and applying of paints/coatings to all concrete
surfaces located in the wet wells (WW-301, WW-302, WW-303), distribution
chamber (DC-200), and inlet chamber (IC-200) as outlined in the specifications
and directed by the Owner/Engineer.
Unit of Measurement: Per Square Feet of paint/coating applied.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
END OF SECTION
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-1
SECTION 33 34 16
SANITARY UTILITY SEWERAGE VALVES
PART 1 GENERAL
SUMMARY
A. Section Includes
Paragraph Title
1.2 Submittals
1.3 Quality Assurance
1.4 Delivery, Storage, and Handling
1.5 Warranty
2.1 General
2.2 Plug Valves
2.3 Ball Valves
2.4 Swing Check Valves
2.5 Sewage Air Release Valves
2.6 Extension Stems
2.7 Floor Stands
2.8 Valve Boxes
2.9 Manual Valve Operators
2.10 Electric Valve Actuators
2.11 Painting
2.12 Shop Testing
3.1 Installation
3.2 Shop and Field Testing
3.3 Valve Schedule
B. Scope
The work covered by this section includes furnishing all labor, materials, and
equipment required to install, test, and place into satisfactory operation all sewerage
valves and valve appurtenances as shown on the Drawings and/or specified herein.
SUBMITTALS
A. Action Submittals/Informational Submittals
Product Data
Product data sheets for each make and model. Indicate valve type number,
applicable tag number, and facility name/number or service where used.
Complete catalog information, descriptive literature, specifications, and
identification of materials of construction.
For each power actuator provided, manufacturer’s standard data sheet, with
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-2
application specific features and options clearly identified.
Sizing calculations for open-close/throttling and modulating valves.
Shop Drawings
Power and control wiring diagrams, including terminals and numbers.
Certificates
Manufacturer’s certificate of compliance.
Test and Evaluation Reports
Shop testing reports.
B. Closeout Submittals
Operation and Maintenance Data
Complete operation and maintenance manuals in accordance with Section 01 78 23
– Operating and Maintenance Data.
Warranty Documentation
Copy of manufacturer’s warranty on company letter specifically indicating
Owner’s warranty coverage.
QUALITY ASSURANCE
A. Qualifications
Manufacturers
Valves and equipment furnished under this section shall be the product of firms
regularly engaged in the design and manufacture of such equipment for a minimum
of five (5) years.
Installers/Applicators/Erectors
Have installation, calibration and testing of valves and equipment furnished under
this section performed by qualified, skilled technicians who are regularly engaged
in such activities involving systems of similar complexity, and who possess all
licenses and certificates required to perform such work.
B. Certifications
Furnish a written certification to the Engineer that all valves comply with all applicable
requirements of the governing AWWA standards specified herein.
DELIVERY, STORAGE, AND HANDLING
A. Delivery and Acceptance Requirements
Complete drain valves prior to delivery.
Protect ends of flanged and mechanical joint valves with full size wooden baffles
securely bolted to the valve ends. Make the baffle size at least equal to the outside
diameter of the flange.
B. Storage and Handling Requirements
Secure valves sized 24-inch and larger to wooden skids to facilitate handling and
storage.
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-3
WARRANTY
A. Manufacturer Warranty
Provide a warranty against defective or deficient equipment, workmanship and
materials for a period of five (5) years under normal use, operation and service.
Provide the warranty in printed form and apply to all similar units.
PART 2 PRODUCTS
GENERAL
A. Note that all valves, especially in the smaller sizes, are not necessarily shown completely
on the drawings, which are more or less schematic. However, Furnish and install all valves
indicated or required for proper operation of the equipment or services requiring such
valves.
B. Coordinate the location and position of valve operators. Clearly show the operator position
for each valve in the shop drawings.
C. Cast the word “OPEN”, an arrow indicating the direction to open, and flow direction
arrows on each valve body.
PLUG VALVES
A. General
Provide plug valves of the non-lubricated, resilient-seated, eccentric valve design,
conforming to the latest revision of ANSI/AWWA C517-05. Only use new materials.
Compose plug valve body and cover of cast iron in conformance with either ASTM
A126, Class B or ASTM A48, Grade 40. Provide mechanical joint ends conforming to
ANSI/AWWA C111/A21.11 on all buried valves, and Class 125 flat face flanged ends,
at a minimum, conforming to ANSI B16.1 or ANSI/AWWA C110/A21.10 on all
exposed valves measuring 4 inches in diameter and larger.
Minimum Valve Body Pressure Rating:
Valves measuring 3 inches to 12 inches in diameter: 175 psig.
Valves measuring 14 inches and greater in diameter: 150 psig.
For specific installation locations where the Total Dynamic Head (TDH) plus the
surge pressure exceeds the minimum pressure ratings above, provide Class 250 flat
face flanged ends and a 400 psi (for 3-inch to 12-inch valves) or 300 psi (for 14-
inch and larger valves) valve body. This shall include the following eccentric plug
valves:
EPV-303B, 24”, P-303B Discharge Plug Valve
For plug valves with 175 psi bodies and class 125 flat face flanges provide valve with
the following face to face dimensions.
Nominal Valve
Diameter (inches)
Lay Length
(inches)
3 8.0
4 9.0
6 10.5
8 11.5
10 13.0
12 14.0
B. Provide a solid one-piece casting plug composed of cast iron covered with a resilient
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-4
elastomer; two-piece plugs or plugs with internal cavities are NOT acceptable. Cover the
plug face with either EPDM or Neoprene; plug facings composed of natural rubber, Viton,
or Nitrile are NOT acceptable. Compose seats of either 95 percent nickel alloy or Type
316 stainless steel; seats composed of thermosetting epoxy or fusion bonded nylon are
NOT acceptable. Screwed-in seats are NOT acceptable.
C. Provide plug valves with a minimum % port area of 67% using the nominal pipe diameter
as the basis of measurement. Port area is the minimum cross-sectional area within the
valve perpendicular to the flow, expressed in square inches. Provide valves with a port
area exceeding the following minimum requirements:
Nominal Valve
Diameter (inches)
Minimum Port Area
(inches2)
3 5.75
4 11.00
6 24.50
8 42.50
10 64.50
12 89.50
14 118.50
16 158.50
18 193.50
20 238.50
24 309.50
30 494.50
36 712.50
D. Provide permanently lubricated, sleeve-type, sintered, oil-impregnated radial shaft bearings
composed of either Type 316 stainless steel in accordance with ASTM A743, Grade CF-
8M, or oil impregnated bronze in accordance with ASTM B127. Non-metallic radial thrust
bearings are NOT acceptable. Compose thrust bearing/washers of Type 316 stainless steel,
Teflon, Nylon 11, or Nylatron. Provide either the U-cup type or multiple V-ring type shaft
seals composed of either EPDM or Neoprene. Provide shaft seals that are self-adjusting
and repackable without removing the bonnet or actuator from the valve or removing the
valve from the line. Plug valve and connecting pipe shall have the capability to be pigged
without the use of special equipment.
E. Install plug valves and operators according to the manufacturer’s recommendations for
conveying fluids with high solids concentrations. For horizontal installations, install plug
valves so that the plug face is pointing upwards when the valve is open and so that the plug
face is facing the pump when the valve is closed. For vertical installations, install plug
valves so the plug face is pointing to the side when the valve is open and so that the plug
face is pointing upwards when the valve is closed. For plug valves installed in vaults or
below grade, install all plug valves horizontally with right angle operators pointing up to
allow operation from grade.
F. Provide manual lever operators on above-ground valves 6 inches in diameter and smaller,
unless otherwise specified or noted on the Drawings. Provide manual hand wheel operated,
through totally enclosed worm gear actuators on above ground valves 8-inches in diameter
and larger, unless otherwise specified or shown on the Drawings. Equip manual operators
for plug valves mounted above 6 feet from the operating floor with worm gear actuators,
chain wheel, and operating chain. Provide all buried valves with totally enclosed worm
gear actuators, 2-inch square AWWA operating nuts, and valve boxes. Provide all valves
with mechanical travel stops for the open and closed positions, which provide 90 degree
rotation from fully open to fully shut. Design gear actuators to produce the required
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-5
operating torque with a maximum rim pull of 80 pounds on a hand wheel/chain wheel and
with a maximum input of 150 foot-pounds on 2-inch operating nuts. Design actuator
components between the input and the open and closed position stops to withstand, without
damage, a rim pull of 200 pounds for hand wheels/chain wheels and an input torque of 300
foot-pounds for 2-inch operating nuts.
G. Directly cast or provide valves with corrosion-resistant nameplate stating, at a minimum,
the valve serial number, manufacturer, size, maximum shutoff pressure, and design
pressure rating. Clearly indicate the seat end on the valve exterior relative to half of the
body containing the plug/seat interface.
H. Submit certified Shop Drawings showing the principal dimensions, construction, and
materials used for all parts of the valve and actuator; clearly indicate the minimum
dimensions encountered within the valve port when the plug valve is fully open. Certify
that the plug valve(s) furnished are capable of operating in continuous duty service under
the pressure and flow conditions at each installation location. Prior to valve shipment,
provide written affidavit to the Engineer and Owner attesting the plug valve(s) furnished
comply with the requirements of the Contract Documents, comply with the applicable
portions of ANSI/AWWA C517-05, and match what is shown on the Shop Drawings.
Hydrostatically test each valve and test for bubble tightness at the factory after the operator
has been mounted and adjusted. Provided written certification of test conformance to
Engineer and Owner prior to valve shipment.
I. Shop paint all internal and external ferrous components and surfaces of the valves, with the
exception of stainless steel and finished or bearing surfaces, with two (2) coats (10 mils
minimum dry film thickness) of the manufacturer’s premium epoxy for corrosion
resistance. Repair damaged surfaces in accordance with the manufacturer’s
recommendations.
J. Manufactures
DeZurik.
Val-Matic.
Henry Pratt.
Approved equal.
BALL VALVES
A. Small Ball Valves (3” and Smaller)
General
Unless otherwise specified, provide quarter-turn type small ball valves with full
pipe size opening through the valve. Provide valves suitable for a differential
working pressure in either direction of not less than 400 PSI.
Manufacturers
Apollo 70-100 Series.
Approved equal.
Construction
Unless otherwise specified or required, small ball valves shall have brass body,
self-aligning Type 316 stainless steel ball, blow-out proof Type 316 stainless steel
stem, reinforced Teflon seats and seals, plastic-coated Type 304 stainless steel
handle, and threaded ends per ANSI B2.1.
B. Large Ball Valves (4” and Larger)
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-6
General
Provide metal to metal seated ball valves with flanged ends, drilled to the
applicable ANSI B16.1 standard Class 125/150, as required. Valve shall have a
clear unobstructed waterway, which will result in no significant head loss, when
the valve is in the full open position.
The valve shall be drop tight and meet or exceed the AWWA C-507-99 inspection
and testing standard. The valve shall be single seated, as required and rated at 150
psi.
Manufactures
Henry Pratt Company.
APCO Willamette.
Approved equal.
Elements
Body
Construct body of ductile iron ASTM A536 GR 65-45-12 having an inlet and
outlet flanged waterway equal to the required valve size. Use flat-faced
flanges machined parallel to each other to within .005 inch. Provide valve
body with both a drain and vent hole drilled and tapped.
Bearings: Bronze, installed in each half of the valve body accurately located in
the center of the housing to receive the trunnion bearings on the ball and place
the ball in the central position.
Bearing Load: Maximum of 2000 lb/sq. inch at 250 psi differential pressure.
Body Seat: Monel, electronically fused to the base metal, then accurately
machined to form the seating seal, or other C507-99 approved materials. The
body seat shall not protrude into the waterway.
Ball
Provide a ductile iron ASTM A536 GR 65-45-12 ball with integrally cast
trunnions which will be bronze-bushed. One trunnion holds the operating shaft
which passes through a packing seal area and connects to the actuator. To
prevent leakage around the shaft, the chevron packing is installed to form a
seal.
Ball Seat: Type 300 series stainless steel. Pressure assisted design. Fully
adjustable and replaceable in the field without removing the valve from the
line. Use an offset on the body and ball so that the seats will only be in contact
at the actual point of closing. Connect the seat to the ball by means of a
stainless steel mounting ring that is securely attached and pinned into position
after the correct setting has been attained. Do not use seats threaded directly
on to the ball.
The ball seat shall be located at the top, when the valve is in the open position.
Actuator
Provide valve actuators conforming to the operating requirements of AWWA
Standard C507-99. Design actuators to hold the valve in any intermediate
position between full open and fully closed without creeping or fluttering.
Where indicated, provide electric valve actuators meeting the requirements of
this specification.
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-7
Materials
Ball and Body Trunnion Bearings: Bronze of dissimilar hardness as per AWWA
C507-99 standard to prevent galling or binding. Self-lubricating teflon reinforced
are also acceptable.
Shafts: ASTM A564 Type 630, H1150 (17-4PH) stainless steel.
Valve Testing: Subject all ball valves to hydrostatic, shop leakage and
performance tests as specified in AWWA Standard C507-99. Maximum seat
leakage allowance of 1fl. oz. per diameter inch per hour as per AWWA C507-99 at
the operating pressures indicated in the Valve Schedule.
Internal Valve Painting: Shop paint all internal ductile iron surfaces, except
finished or bearing surfaces, with two coats of asphalt varnish conforming to
Federal Specification TT-C-494, and AWWA C550.
External Valve Painting: Shop paint all exterior steel or cast or ductile iron
surfaces of each valve, except finished or bearing surfaces, with one or more coats
of Alkyd primer. For buried service valves, two coats of asphalt varnish per
Federal Specification TT-C-494.
Service
Provide ball valves suitable for low pressure service while maintaining AWWA
leakage limits. Available seating pressure may range as shown in the Valve
Schedule at the end of this section depending on the operating status of the
associated pump station and the valve must remain leak tight. On initial pump
start-up and shut down, the valve may experience pressures up to the high
pressures indicated in the schedule prior to opening and closing and shall maintain
AWWA leakage standards.
Certification
Conduct factory testing to certify the valve meets the AWWA leakage standards at
the design operating pressures listed in the Valve Schedule. Video tape the testing
with a copy provided to the Engineer and Owner. Prior to the valve being shipped
to the project site, provide a signed certification from the manufacturer stating the
valve meets the AWWA leakage requirements.
SWING CHECK VALVES
A. Provide bottom mounted buffer, swing check valves in sanitary piping that are tight seating,
cushioned in operation, suitable for operation in either horizontal or vertical piping, and
conform to AWWA C508.
B. Provide flush and drain holes in the body.
C. Provide a bronze seat that is locked in place with stainless steel lock screws. Make the seat
field replaceable without the use of special tools.
D. Provide a one-piece stainless steel shaft that extends through both sides of the body with a
lever and weight mounted on each side.
E. Provide a ductile iron disc, utilizing a double clevis connected to a ductile iron disc arm.
Provide a replaceable Buna-N disc seat for water tight shut-off. Suspend the disc arm
assembly from the stainless steel shaft.
F. Provide an oil controlled bottom mounted buffer to permit free open and positive non-slam
control closure of the disc. The oil hydraulic buffer shall make contact with the disc during
the last 10% of closure to instantly control the valve disc until shut-off in a manner to
prevent slam and water hammer. Provide external adjustment on the buffer so the last 10%
of closure can be controlled to suit operating conditions.
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-8
G. Materials of Construction
Body/Cover: ASTM A126, Grade B, cast iron or ASTM A536, ductile iron.
Disc arm/Disc: ASTM A536, ductile iron.
Seat: ASTM B148 aluminum bronze.
Shaft: ASTM A582, T303 stainless steel.
Disc Seat: Buna-N.
Buffer Cylinder: Steel, per NFPA Standards.
Buffer Rod: ASTM A582, T303 stainless steel.
H. Manufacturers
DeZurik (APCO).
GA Industries.
Crispin.
Approved equal.
SEWAGE AIR RELEASE VALVES
A. Manufacturers
Vent-O-Mat Series RGX.
Vent-Tech.
A.R.I.
Approved equal.
B. Materials
Provide Air Release and Vacuum Relief Valves consisting of a compact tubular all
stainless steel fabricated body, hollow direct acting float, and solid large orifice float in
H.D.P.E.- stainless steel nozzle and woven dirt inhibitor screen, nitrile rubber seals and
natural rubber seat.
Include an integral anti-surge orifice mechanism, which operates automatically to limit
surge pressure rise or shock induced by closure to less than 2 times the valve rated
working pressure. Provide an intake orifice area equal to the nominal size of the valve
(i.e., a 6” valve shall have a 6” intake orifice).
Provide large orifice sealing with the flat face of the control float seating against a
nitrile rubber “O” ring housed in a dovetail groove circumferentially surrounding the
orifice. Control discharge of pressurized air by the seating and unseating of a small
orifice nozzle on a natural rubber seal affixed into the control float. Prevent damage to
the rubber seal using a flat seating land surrounding the orifice.
The valve construction shall be proportioned with regard to material strength
characteristics, so that deformation, leaking or damage of any kind does not occur by
submission to twice the designed working pressure. Provide flanged ends conforming
ANSI Class 250 or ANSI Class 300 Standards for the valve inlet connection. Fasten
flanged ends with ASTM A193, Grade B8M, 316 stainless steel, heavy hex bolts and
ASTM A194, Grade 8M, 316 stainless steel, heavy hex nuts inserted for alignment to
the specified size of, nuts, washers, and gaskets.
C. Operation
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-9
Prior to the ingress of liquid into the valve chamber, as when the pipeline is being
filled, and when sewage/effluent approach velocities are relative to a transient pressure
rise, on valve closure, of < 2-times valve rated pressure, vent air through the large
orifice.
At higher sewage/effluent velocities, which have a potential to induce transient
pressure rises greater than 2-times valve rated pressure on valve closure the
automatically discharge air/gas through the anti-shock orifice and reduce
sewage/effluent approach velocity, so that on closure a maximum transient pressure
rise of less than 2-times valve rated pressure is realized.
Valves shall not exhibit leaks or weeping of liquid past the large orifice seal at
operating pressures of 7.3 psi to twice (2) the rated working pressure.
When the valve is closed, discharge accumulated air/gas through the small orifice at
any pressures within a specified design range, 7.3 psi to 250 psi. No leakage is allowed
in the absence of air.
Valves shall react immediately to pipeline drainage or liquid column separation by the
full opening of the large orifice so as to allow unobstructed air intake at the lowest
possible negative internal pipeline pressure.
EXTENSION STEMS
A. Provide solid steel extension stems not smaller than the stem of the valve. Connect
extension stems to the valve by a flexible socket coupling. All couplings shall be pinned,
keyed, or socket type.
B. Extend extension stems for buried service valves to within 6” of the top of the valve box or
floor box. Provide spacers which will center the stem in the valve box. Provide a standard
2” nut on the top of the extension stem.
C. Provide stem guides that are bronze-bushed, cast iron construction adjustable in two
directions. Install stem guides so the unsupported length of the extension stem does not
exceed 10 feet or an L/r of 200.
FLOOR STANDS
A. Provide heavy-pattern type floorstands constructed of cast iron or steel with a height of
approximately 36 inches. Provide an integral bottom flange suitable for bolting to a
concrete floor.
B. Furnish floorstands for manually operated non-rising stem valves with a slot-type position
indicator in the floorstand body. Provide a removable stem cover with slot type position
indicator for floorstands for rising stem valves. Stem covers shall consist of a galvanized,
slotted steel pipe attached to the top of the floorstand with a pointer riding up and down in
the slot. Mark the open and closed points on the pipe cover.
C. Provide a bronze operating nut supported by tapered, grease-lubricated roller or ball
bearings on floorstands for rising stem valves. Provide positive mechanical seals on the
operating nut where it passes through the floorstand housing to retain lubricant and exclude
dirt. Provide a lubricating fitting for lubricating bearings.
D. Provide handwheels with a minimum diameter of 14 inches and shall be designed to seat or
unseat the valve at the maximum differential with not greater than a 40-pound tangential
pull on the handwheel rim. Cast an arrow and the word "OPEN" on the handwheel in
raised letters.
E. Provide a conspicuous, permanently attached nameplate showing the valve manufacturer's
name, valve size, model designation, serial number, and any other pertinent information on
the floorstand. Fabricate the nameplate of corrosion resisting metal with raised or stamped
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-10
lettering and contrasting background.
F. Set floorstands vertical and plumb with the valve operating stem for free operation without
binding or distortion. Shim and grout floorstand in place as required for proper installation.
G. Following manufacture, interior and exterior, non-machined, nonbearing ferrous floorstand
surfaces shall be blast-cleaned and painted at the factory with 1 coat of zinc chromate
primer conforming to Federal Specification TT-P-645 and 1 coat of compatible alkyd
enamel. Protect interior surfaces of floorstands for the life of the unit with a minimum of 3
coats of an approved paint.
VALVE BOXES
A. Provide all buried valves with 3-piece, cast iron, extension sleeve type valve boxes suitable
for the depth of cover as shown on the Drawings.
B. Material Characteristics
Minimum Diameter: 5 inches.
Minimum Wall Thickness: 3/16” at any point.
C. Cast thereon an appropriate name designating the service for which the valve is intended on
the cover (“W” for water, “S” for sanitary).
D. When installed within a roadway, provide deep locking type covers.
E. Heavily coat all parts of valve boxes, bases, and covers with a suitable bituminous finish.
F. Set valves and valve boxes plumb. Place each valve box directly over the valve it serves
with the top of the box flush with the finished grade.
MANUAL VALVE OPERATORS
A. Unless otherwise shown or specified, furnish plug valves with manual operators as follows:
Plug valves 8” and smaller that are installed above grade and less than 7 feet above the
working surface: Lever operator.
Plug valves greater than 8” that are installed above grade and less than 7 feet above the
working surface: Rotary operator with handwheel.
Plug valves located more than 7 feet above the working surface: Rotary operator with
chainwheel.
Plug valves 8” and smaller that are installed for buried service: 2” operating nut,
extension stem, and valve box.
Plug valves greater than 8” that are installed for buried service: Rotary operator with
extension stem, 2” operating nut, and valve box.
B. Operating Nuts for Buried Valves: Standard 2” square nuts conforming to AWWA C500.
Furnish extension stems, valve boxes, and stem guides where shown, specified, or required
for proper operation.
C. Hand Lever Operators: Heavy-duty cast iron bracket, cast iron latching lever, and self-
lubricating bushings, capable of securing the valve in any position. Install lever operators
so that the lever is parallel with the axis of the pipe in which the valve is installed when the
valve is fully open.
D. Rotary Manual Operators for Aboveground Service: Worm gear or traveling nut type with
a heavy-duty, weatherproof cast iron or steel housing with gasketed, removable cover.
Equip with a mechanical dial or slot type position indicator and suitable hand wheel.
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-11
Provide totally enclosed and sealed manual operators to prevent the entrance of rain, dirt,
and corrosive atmospheres. Provide traveling nut operators with a grease lubricated alloy
steel screw stem, brass nut, and self-lubricating bronze bushings. Provide worm gear
operators with hardened, grease-lubricated alloy steel worms and bronze worm gears.
Provide bronze or stainless steel exterior bolts and fasteners for corrosion resistance. The
valve shall open with counterclockwise rotation of the handwheel.
E. Rotary Manual Operators for Buried Service: Conform with the paragraph above except,
provide totally enclosed and completely sealed operator to prevent the entrance of water
and dirt. Coat buried operators with a bituminous coating. Capable of withstanding 300
foot-pounds of torque on the operating nut or hand wheel. Provide a corrosion resistant,
dial type valve position indicator at the operating nut on the extension stem of the buried
operators to provide a remote indication of valve position.
F. Chain Wheel Operators: Heavy cast iron construction equipped with chain guide and
looped, flexible, operating chain. Provide galvanized or cadmium plated chain that extends
to with 48-inches of the floor.
G. Provide manual rotary and lever operators capable of seating or unseating the valve disc
under the most adverse conditions in the particular application with no more than an 80-
pound pull on the handwheel or lever. Provide valve operators capable of holding the valve
in any position between fully open and fully closed without creeping or fluttering. Provide
operators with adjustable, mechanical, stop-limiting devices to prevent over-travel of the
valve disc in the open and closed positions. Comply with all applicable requirements of
AWWA C504.
H. Coordinate the location of valve operators. Clearly show operator locations for each valve
on the shop drawings.
PAINTING
A. Shop paint all internal cast or ductile iron surfaces, except finished or bearing surfaces,
with two coats of asphalt varnish conforming to Federal Specification TT-C-494.
B. Shop paint all exterior steel or cast or ductile iron surfaces of each valve, except finished or
bearing surfaces, in accordance with Section 09 91 00 – Painting.
C. Field prime and paint all exposed valves in accordance with the requirements of Section 09
91 00 – Painting.
SHOP TESTING
A. Subject all ball valves to hydrostatic, shop leakage and performance tests as specified in
AWWA Standard C507.
B. Subject plug valves and all other valves to hydrostatic, shop leakage and performance tests
at two times the rated pressure of the valve. During the hydrostatic test, there shall be no
leakage through the metal, the end joints, or the shaft stem seal, nor shall any part be
permanently deformed. Leakage shall not exceed that permitted by ANSI B16.104, Class
IV, for metal-seated valves and Class VI for resiliently seated valves.
PART 3 EXECUTION
INSTALLATION
A. Install all valves and appurtenances in strict conformance with the drawings and
manufacturer’s instructions.
B. Install valves in such a way that operators and packing are easily accessible. Install valves
with field replaceable seats with sufficient clearance to permit removal of valve bonnet and
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-12
stem without removing valve from the line.
SHOP AND FIELD TESTING
A. Provide certified factory testing for all components of the valve and operator system. Shop
test valves and operators in accordance with the requirements in the latest revision of
AWWA C500, including performance tests, leakage test, hydrostatic tests, and proof-of-
design tests. Submit certified copies of the reports covering the test for acceptance by the
Engineer.
B. Provide shop testing for the operators consisting of a complete functional check of each
unit. Correct any deficiencies found in shop testing prior to shipment. Submit written
certification that shop tests for the electrical system and all controls were successfully
conducted and that these components provide the functions specified and required for
proper operation of the valve operator system.
C. Conduct field tests to check and adjust system components, and to test and adjust operation
of the overall system. Conduct preliminary field tests prior to start-up with final field tests
conducted during start-up. Have the factory service representative assist during all field
testing and prepare a written report describing test methods, and changes made during the
testing, and summarizing test results. Have the service representative certify proper
operation of the valve operator system upon successful completion of the final acceptance
field testing.
D. Following installation, test all valves under the anticipated operating conditions.
Demonstrate the ability of the valves to operate properly without leakage, binding, sticking,
fluttering, or excessive operating torque to the satisfaction of the Engineer. Adjust and/or
replace any valve as necessary to assure satisfactory operation.
E. Conduct preliminary and final field tests at a time approved by the Engineer and Owner.
The Engineer and/or Owner shall witness all field testing.
F. Pay all costs in connection with field testing of equipment such as energy, light, lubricants,
water, instruments, labor, equipment, temporary facilities for test purposes, etc. The
Contractor shall be fully responsible for the proper operation of equipment during tests and
instruction periods and shall neither have nor make any claim for damage which may occur
to equipment prior to the time when the Owner formally takes over the operation thereof.
G. Conduct preliminary field tests prior to start-up and shall include a functional check of the
entire valve operator system and all system components. Demonstrate that the valve
operator system performs according to specifications and that all equipment, valves,
controls, alarms, interlocks, etc., function properly during the preliminary field tests. The
preliminary field test report must be approved by the Engineer prior to conducting final
field acceptance tests. Based on results of preliminary field tests, make any adjustments
required to settings, etc., to achieve the required valve closing time and operation specified
or otherwise directed by the Engineer.
H. Conduct final field acceptance tests simultaneously with the start-up and field testing of the
pumps, air compressors, process air blowers, etc. Conduct field tests for the full range of
operating modes and conditions specified and as directed by the Engineer. Test each of the
valves at minimum, maximum, and normal head/flow conditions, and under all specified
conditions of opening and closing. Check performance of pneumatic valves and
compressed air system under normal operating conditions and during simulated power
failures.
I. Include optimization of opening and closing times of the valves during field testing.
Provide the means for accurate measurement of pipeline pressures as directed by the
Engineer. Adjust valve opening and closing times based on process requirements to
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-13
optimize operation of the valves. Final valve opening and closing times as determined by
field tests shall be approved by the Engineer prior to final acceptance of the system.
VALVE SCHEDULE
A. See Construction plan set sheet G-003 for project valve schedule.
END OF SECTION
Gwinnett County Department of Water Resources Sanitary Utility Sewerage Valves
Brooks Road Pump Station Improvements 33 34 16-14
THIS PAGE INTENTIONALLY LEFT BLANK
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-1
SECTION 43 21 39
SUBMERSIBLE PUMPS
PART 1 GENERAL
SUMMARY
A. Section Includes
Paragraph Title
1.2 Administrative Requirements
1.3 Submittals
1.4 Quality Assurance
1.5 Delivery, Storage, and Handling
1.6 Field Conditions
1.7 Warranty
2.1 Equipment
2.2 Electrical and Control Requirements
2.3 Accessories
2.4 Source Quality Control
3.1 Installation
3.2 Field Quality Control
3.3 Adjusting
B. Scope
Furnish, install, test, and place in satisfactory operation heavy-duty, electric,
submersible, non-clog, centrifugal pumps at the locations shown on the Drawings in
compliance with the Specifications.
ADMINISTRATIVE REQUIREMENTS
A. Coordination
The Contract Documents are intended to describe a pump installation for the specified
purpose, complete and ready to be placed into service at the levels of performance
indicated in the Drawings and outlined herein. By offering this service to the Owner,
Contractor affirms that they are fully knowledgeable regarding the required methods
and materials, and are capable of performing such installation. The omission of
specific details and / or steps from the Drawings or Specifications, required to perform
this installation shall not relieve the Contractor of their sole responsibility for this end
result, nor shall such omissions be grounds for requests for additional compensation.
Coordinate with other manufacturers and suppliers to provide all details and
appurtenances necessary to properly install, adjust, and place in satisfactory operation a
complete working unit.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-2
SUBMITTALS
A. Action Submittals/Informational Submittals
Shop Drawings
Submit the following items with the Shop Drawings in accordance with, or in
addition to, the requirements specified in Section 01 33 23 – Shop Drawings,
Product Data, and Samples and Section 01 60 00 – General Equipment
Stipulations:
Pump performance curves at rated speed and reduced speed (if reduced speeds
are specified).
Indicate flow, head, efficiency, brake horsepower, NPSHr, and minimum
submergence.
Include limits (minimum and maximum flows) for stable operation without
cavitation, overheating, recirculation, or excessive vibration.
General cutaway sections, materials, dimension of shaft projections, shaft and
keyway dimensions, shaft diameter, dimension between bearings, general
dimensions of pump, suction head bolt orientation, and anchor bolt locations
and forces.
Dimensioned installation drawings.
Detailed description of construction, including a parts list with materials of
construction and metallurgy with ASTM designations.
Details of shaft sealing system.
AISI grades of stainless steel for casing and impeller wear rings.
Details of guide rail system, including pump manufacturer’s recommended
locations for intermediate and upper guide rail supports and mounting
requirements.
Functional description of internal and external instrumentation and controls,
including a list of parameters monitored, controlled, or alarmed.
Control panel elevation drawings showing fabrication and placement of
operator interface devices and associated elements.
Motor performance chart showing curves for torque, current, power factor,
input/output power, and efficiency and data on starting and no-load
characteristics.
Product data sheets for power and control cables, including length of cables.
Manufacturer Reports
Submit a certified report prepared by the manufacturer’s technical representative
certifying satisfactory installation, operation, and in-service placement of pumps.
B. Closeout Submittals
Operation and Maintenance Data
Submit Operating and Maintenance Manuals in accordance with Section 01 78 23 –
Operating and Maintenance Data.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-3
Warranty Documentation
Include the manufacturer’s warranty in the compiled warranty submittal of all
manufacturers’ warranties in accordance with Section 01 78 33 – Warranties and
Bonds.
C. Maintenance Material Submittals
Spare Parts
Include manufacturer’s information for the spare parts specified herein with the
Shop Drawing submittal.
Tools
Include manufacturer’s information for the special tools and supplies specified
herein with the Shop Drawing submittal.
QUALITY ASSURANCE
A. Qualifications
Manufacturers
Furnish all pumps from a single manufacturer.
DELIVERY, STORAGE, AND HANDLING
A. Delivery and Acceptance Requirements
Ship components containing bearings with lubricant on all bearings.
Deliver all components to site in manufacturer’s shipping crates or boxes.
Deliver to site undamaged.
B. Storage and Handling Requirements
Store above ground, covered, and on platforms, skids, or other supports.
Protect from corrosion and mechanical damage.
Protect electrical components from condensation.
Ship power and control cables with securely-attached caps on cable ends to prevent
moisture wicking into cable during storage.
Store with lubricant on all bearings.
Handle all components in such a manner to prevent damage during unloading and
installation.
Follow manufacturer’s instructions regarding lifting and setting.
FIELD CONDITIONS
A. Ambient Conditions
Equipment Installation Location: A wet well (Stage 1 pumps) and a below-grade vault
that is subject to flooding (Stage 2 pumps).
Atmospheric condensing conditions are common throughout the year.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-4
PART 2 PRODUCTS
EQUIPMENT
A. Manufacturers
Manufacturer List
Flygt by Xylem, Inc.
Approved Equal.
Substitution Limitations
The naming of a manufacturer in this Section is not an indication that the
manufacturer’s standard equipment is acceptable in lieu of the specified component
features. Naming is only an indication that the manufacturer may have the
capability of engineering and supplying a system as specified.
B. Performance/Design Criteria
Pump Schedule:
Number of Units 6
Designation/Tag Numbers P-301A, P-301B,
P-302A, P-302B,
P-303A, P-303B
Minimum Suction Diameter (inches) 14
Minimum Discharge Diameter (inches) 12
Liquid Pumped Municipal Raw Sewage
Temperature of Liquid Pumped Ambient
Suction Condition Flooded
Drive Type Constant Speed
Maximum Size of Solids
(Spherical Diameter) (inches) 3
Minimum Stable Continuous Flow
(gallons/minute) 3,750
Design Condition #1 #2 #3
Pump Capacity (gallons/minute) 4,900 7,000 8,400
Total Dynamic Head (TDH) (feet) 180 154 135
Best Efficiency Point (percent) 80.4
NPSHr (feet) 22
Operators
Operate each pump using the pump HAND-OFF-AUTO (H-O-A) selector switch
at the local control panel.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-5
Controls
Pump H-O-A Selector Switch in HAND Position: Pump continuously operates
unless automatically stopped by the machine protection devices (high temperature,
seal failure, etc.).
Pump H-O-A Selector Switch in OFF Position: Pump does not operate.
Pump H-O-A Selector Switch in AUTO Position: Pump is controlled
automatically by the Main Control Panel (MCP) as described in Division 40 –
Process Integration.
C. Materials
General
Provide the most efficient pump available at the desired design point as
recommended by the manufacturer.
Capable of handling raw, unscreened sewage and wastewater and fully-guaranteed
for this use.
Suitable for continuous or intermittent operation.
Bottom suction, centerline discharge construction.
Stage 1 pumps shall be supplied with a foot-mounted discharge connection elbow
and integral sliding rail removal system as designed by the pump manufacturer to
match the pumps being furnished for wet well installation.
Stage 2 pumps shall be supplied with a support frame and suction elbow as
designed by the pump manufacturer to match the pumps being furnished for dry pit
installation. Suction elbow shall include an integral cleanout port (hand hole) to
allow the removal of any foreign material blocking or impeding pump
performance.
Protect all non-stainless steel metal surfaces coming in contact with the pumped
media, including the impeller and the interior of the casing, with a factory-applied
spray coating of pump manufacturer’s recommended modified acrylic primer and
finish that is guaranteed to protect the pump from the pumped media.
Volute Casing
Close-grained cast iron conforming to ASTM A48, Class 30, 35, or 40.
Lifting Cover and Stator Housing: Same materials of construction as volute
casing.
Furnish ductile iron volute casing if recommended by pump manufacturer for
specified pressure rating.
A smooth surface devoid of blowholes, pits, burrs, and other casting irregularities.
Single-piece, non-concentric design.
Smooth fluid passages large enough at all points to pass any size solids which can
pass through the impeller.
Provide a cleanout port (hand hole) to allow the removal of any foreign material
blocking or impeding pump performance.
O-Rings
Machine all pump/motor unit mating surfaces where watertight sealing is required.
After machining, fit mating surfaces with round O-rings composed of Viton.
Fit O-rings so joint sealing is accomplished by metal-to-metal contact between
machined surfaces, resulting in controlled compression of the rubber O-rings in
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-6
two planes and O-ring contact on four sides without the requirement of a specific
bolt torque limit.
Not Acceptable nor Equal O-Ring Types include but are not limited to:
Rectangular cross-sectioned rubber or paper gaskets.
Gaskets that require specific torque limits to achieve compression.
Joint seals that require secondary sealing compounds, elliptical O-rings, grease,
or other devices.
Impeller
Abrasion resistant cast iron conforming to ASTM A532 IIIA.
Dynamically-balanced, single-vaned (smaller pumps) or multiple-vaned (larger
pumps), enclosed or semi-open, non-clog design.
Long throughlets without acute turns.
Capable of handling solids, fibrous materials, heavy sludge, and other matter found
in normal wastewater applications.
Capable of passing the maximum diameter of spherical solid previously
specified at a minimum.
Mechanically secured/keyed to the motor shaft and retained per manufacturer’s
recommendations utilizing machined stainless steel components.
Not Acceptable: Adhesive or friction-type fits.
Casing and Impeller Wear Ring System
Provide efficient sealing between the volute and suction inlet of the impeller.
Fit each pump with a stainless steel, Buna-N-coated steel or brass ring insert that is
drive-fitted to the volute inlet.
Fit each pump with a stainless steel impeller wear ring that is heat-shrink fitted
onto the suction inlet of the impeller.
Pump/Motor Shaft
AISI Type 329 or 400 Series stainless steel.
Solid and continuous
Pump Shaft: Extension of the motor shaft.
Not Acceptable: Using couplings to join the pump shaft and motor shaft.
Capable of safely transmitting the maximum torque developed by the drive unit.
Designed to provide a rigid support for the impeller and prevent excessive
vibration.
Suitably heat-treated, turned, ground, and polished over its entire length.
Shaft Seals
Provide each pump with a tandem mechanical shaft seal system consisting of two
totally independent seal assemblies.
Provide seals in an oil lubricant reservoir that hydrodynamically lubricates the
lapped seal faces at a constant rate during operation.
Design lubricant chamber to prevent overfilling and to provide lubricant
expansion capacity.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-7
Provide drain and inspection plugs, with positive anti-leak seals, that are
easily accessible from the outside of the pump.
Seal Lubricant: FDA-approved and non-toxic.
Not Acceptable: Relying upon the pumped media to lubricate the seal
system
Lower (Primary) Seal Unit
Located between the pump and the lubricant chamber.
Contains one stationary ring and one positively-driven, rotating, industrial
duty, corrosion-resistant ring.
Stationary Seal Ring: Tungsten carbide.
Rotating Seal Ring: Tungsten carbide or silicon carbide.
Capable of resisting the pump shutoff head.
Independent of the impeller hub.
Upper (Secondary) Seal Unit
Located between the lubricant chamber and the motor housing.
Contains one stationary ring and one positively-driven, rotating, industrial
duty, corrosion-resistant ring.
Stationary Seal Ring: Ceramic or carbon.
Rotating Seal Ring: Carbon or Ni-resist.
Provide each seal interface with its own spring system to hold it in contact.
Capable of operating in either a clockwise or counterclockwise direction of rotation
without damage or loss of seal.
Capable of running dry without damage.
If Both Seals Fail: Provide a port to immediately direct any fluid that enters the
stator housing to the float switch installed in the seal leakage chamber.
Not Acceptable: Intruding fluid coming into contact with the lower bearings.
Not Acceptable nor Equal Seal Types
Shaft seals without positively-driven rotating members.
Conventional double mechanical seals containing either a common single or
double spring acting between the upper and lower seal faces.
Cartridge-type systems.
Systems requiring a pressure differential to offset pressure and effect sealing.
Seals requiring either maintenance or adjustment.
Seals requiring an external source of cooling or lubrication water.
Bearings
A minimum of two (2) heavy-duty, sealed bearings on which pump shaft rotates.
Permanently-lubricated using high temperature grease.
Designed to carry all radial and axial thrust loads.
A minimum ABMA L10 life of 100,000 hours at all points along the usable portion
of the pump curve at maximum pump speed.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-8
Motor Cooling Jacket
If specified herein or if recommended by manufacturer, provide each pump with an
integral, self-supplying cooling system that surrounds/encircles the stator housing
and is adequately designed to cool the motor without an external cooling source.
Cast iron
Circulate the cooling liquid, a portion of the pumpage, as needed through the
cooling system using the impeller back vanes.
Pass cooling liquid through a classifying labyrinth prior to entering the cooling
jacket.
Provide two cooling liquid supply pipes, one discharging low and one discharging
high within the jacket, to direct the cooling liquid to the jacket.
Provide an air evacuation tube to facilitate air removal from within the jacket.
Shield any piping internal to the cooling system from the cooling media flow to
allow for unobstructed circular flow within the jacket about the stator housing.
Provide two cooling liquid return ports.
Cooling System Internals: Non-clog by virtue of their dimensions.
Provide drilled and threaded provisions for external cooling and seal flushing or air
relief.
Equip cooling jacket with two flanged, gasketed, and bolted inspection ports,
minimum 4-inch diameter, located 180 degrees apart.
Capable of providing for continuous submerged or completely non-submerged
pump operation in liquid or in air having a temperature of up to 40 degrees Celsius
(104 degrees Fahrenheit) in accordance with NEMA standards. Restrictions
limiting the liquid or ambient temperatures to levels less than 40 degrees Celsius
(104 degrees Fahrenheit) are not acceptable.
Slide Rail Mounting System
Furnish and install a slide rail mounting system for the Stage 1 pumps in
compliance with the Specifications and as shown on the Drawings.
Meets or exceeds UL requirements for operation in a NEC Class I, Division 1,
Group D hazardous location.
Not Acceptable: Rail systems that require either personnel to enter the wet
well or piping disconnection to remove the pump from the wet well for
inspection or service.
Designed to allow for easy removal and reinstallation of pump for inspection or
service without needing to remove bolts, nuts, or other fasteners.
Provide each pump with a foot-mounted discharge connection elbow permanently
installed in the wet well along with the discharge piping.
Cast iron conforming to ASTM A48, Class 30 or 35.
Construct discharge connection elbow with a 125-pound ANSI standard flat-
faced flange in accordance with ANSI B16.1 or ANSI B16.5 dimensions.
Designed to automatically and firmly connect to pump when pump is lowered
into place in a simple downward motion.
Designed to tightly press against and bear the entire weight of the
pump/motor unit to provide positive sealing under all conditions.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-9
Seal pump to discharge connection using a machined metal-to-metal
watertight contact.
Provide lower guide rail supports as integral parts of the discharge connection
elbow.
Intermediate and Upper Guide Rail Supports
AISI Type 316 stainless steel.
Located as recommended by the pump manufacturer.
Provide a sliding guide bracket as an integral part of the pump unit.
Design the entire sliding rail system to safely withstand all stresses imposed
thereon by vibration, torque, shock, and all possible direct and eccentric loads.
Not Acceptable: Sliding rail systems, including the discharge elbows, that
allow any portion of the pump/motor unit to directly bear on the wet well floor
or on a wet well floor-mounted stand.
Guide Rails
A minimum of two parallel guide rails that extend from the top of the pump
station to the wet well-mounted discharge connection.
Standard weight Type 316 stainless steel pipe at a minimum.
Adequately and conservatively sized by the pump manufacturer for their
intended use.
Capable of guiding the entire weight of the pump furnished.
Not Acceptable: Guide rails that support any portion of the pump weight.
All Metal-to-Metal Interfaces where Movement Might Occur: Non-sparking.
Anchoring and Lifting Components
Provide all anchor bolts, lifting bolts, eye lugs, lifting cable, etc. necessary for
complete installation and maintenance of each pump.
Type 316 stainless steel.
Adequately design components for their intended use(s).
Pump Nameplate
In addition to the requirements of Section 01 60 00 – General Equipment
Stipulations, include capacity (gallons/minute), rated TDH, speed, and efficiency at
the rated design point.
Hardware
All Exposed Nuts, Bolts, Washers, and Other Fastening Devices: AISI Type 316
stainless steel.
D. Finishes
Primer Materials
Clean and apply manufacturer’s recommended primer material to steel and cast
iron surfaces of pump in factory that is compatible with the finish material
specified in Section 09 91 00 – Painting for submerged wastewater service.
Shop Finishing Methods
Perform shop finishing methods on steel and cast iron surfaces of pump in
accordance with Section 09 91 00 – Painting for submerged wastewater service.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-10
Finish Materials
Prepare and apply finish material to steel and cast iron surfaces of pump in field in
accordance with Section 09 91 00 – Painting for submerged wastewater service.
Field touch-up any damaged paint or coatings with compatible paint/coating
system in accordance with Section 09 91 00 – Painting.
ELECTRICAL AND CONTROL REQUIREMENTS
A. Provide all electrical components, wiring, and control devices necessary for a complete,
functional system in accordance with the appropriate Sections of Division 26 – Electrical
and Division 40 – Process Integration.
B. All Manufacturer-Furnished Electrical Appurtenances: Rated for installation in a NEC
Class I, Division 1, Group D hazardous location where such classified areas are indicated
on the Drawings or specified herein.
C. Power and Control Cables
Provided by the pump manufacturer in the required length based on their review of the
Electrical Drawings.
Provide cables with enough slack to be able to route and secure them out of the
way of any equipment in the wet well.
Located between the pump and the local disconnect switch, junction box, or control
panel terminal block as shown on the Drawings.
Provide silver-plated copper cable suitable for submersible pump applications.
Provide oil-resistant chloroprene rubber jacket around outside of cable.
Size according to NEC and ICEA standards.
Mine Safety and Health Administration-approved.
Not Allowable: Splicing cables unless specifically indicated on the Drawings.
Provide stainless steel strain relief connectors for all cables.
Wires for Thermal Switches and Moisture Sensor.
Option #1: Part of a composite motor cable.
Option #2: Separate from motor cable.
Provide adequate wire length to reach the control panel without splicing.
D. Cable Entry Water Seal
Designed to ensure a watertight and submersible seal without specific torque
requirements.
Provide either Type 1 or Type 2 cable entry water seal as follows:
Type 1
A single cylindrical elastomer grommet, flanked by stainless steel washers all
having a close tolerance fit against the cable outside diameter and the entry
inside diameter and compressed by the entry body containing a strain relief
function separate from the function of sealing the cable.
Designed to bear against a shoulder in the pump top.
Use a stator lead sealing gland or terminal board to separate the cable entry
junction chamber and the motor.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-11
Use an elastomer compression O-ring to seal the motor from the junction
chamber containing the terminal board.
Connect the cable conductors to the stator leads using threaded, compressed-
type binding posts permanently affixed to the terminal board, resulting in a
leak-proof connection.
Equip each pump with a separate terminal board that totally isolates the
incoming power supply from the pump motor.
Type 2
A rubber grommet followed by epoxy.
For all power and control lead wires, provide a double seal where the wires
enter the top of the motor in such a manner to prevent cable-wicking from
occurring.
Accomplish the cable-to-motor connection in the field without soldering.
Remove a small section of insulation from each conductor to establish a
window area of bare wire.
Wire: Untwisted and surrounded by epoxy potting material.
Provide a cable strain relief mechanism as an integral part of the sealing
system.
Capable of withstanding an external pressure test of 1,200 psi and a cable
assembly pull test as required by UL.
Terminate power and control leads on a sealed terminal board.
Provide O-rings to seal the terminal board and its bronze lugs.
E. Electrical Requirements
Motors
Rating 460V, 3 phase, 60 Hz
Maximum Horsepower (hp) 385
Maximum Speed (revolutions/minute) 1,190
Insulation Class F
Explosion Proof Yes
Inverter Duty No
Service Factor 1.15
Resistance Temperature Detectors Yes
Cooling Jacket Yes
F. Motor
Provide each pump with a motor in conformance with the most recent versions of
applicable NEMA, IEEE, and ANSI standards for submersible service.
NEMA Design B.
Squirrel-cage induction-type.
Housed in an air-filled, watertight enclosure specifically designed for submersible
pump applications.
Housing: Close-grained cast iron conforming to ASTM A48, Class 30, 35, or 40.
Provided with moisture-resistant stator winding and stator leads.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-12
Guaranteed for continuous operation without damage while non-submerged and
pumping media of up to 40 degrees Celsius (104 degrees Fahrenheit) with an even 80
degrees Celsius (176 degrees Fahrenheit) temperature rise.
Capable of continuous submergence without loss of watertight integrity to a depth of
65 feet.
Motors Greater than 25 hp: Capable of sustaining a minimum of fifteen (15) starts per
hour without overheating.
Rotor Bars and Short Circuit Rings: Cast aluminum.
Provided with pre-lubricated radial and thrust bearings which are designed to carry the
entire load which may be imposed upon the motor under all operating conditions.
Manufactured by pump manufacturer.
Provide adequate motor horsepower so that the pump is non-overloading throughout
the entire pump performance curve from shut-off through run-out.
Motor Stator-Embedded Temperature Switches
Equip each motor with three (3) normally-closed thermal switches in series, one
per phase, that are embedded in the stator end coils to monitor the temperature of
each phase winding.
Upon High Temperature: Switches open, activate an alarm, and stop the motor.
Use switches in conjunction with and supplemental to external motor overload
protection.
Connect switches to control panel.
Seal off junction chamber from stator housing for connection of power and control
cables.
Not Acceptable: Using wire nuts or crimping-type connectors.
Not Acceptable: Using bolts, pins, or other fastening devices that require penetration
of the stator housing.
G. Motor Protection Devices
Provide moisture detector probes in the oil seal chamber as required to validate
warranty. Provide manufacturer’s moisture detection relay compatible with the probes.
Install relay in location shown on the Drawings.
ACCESSORIES
A. Cable Grips
Provide cable grips for the submersible power and control cables for the pump motor.
Stainless steel wire braid sleeves with attachment loops or tails that connect to the cable
holders on the underside of the access hatch frame.
Hubbell Wiring Device-Kellems or approved equal.
B. Level Control System
Provide level control system in accordance with the requirements of Division 40 –
Process Integration.
If installed in a Classified Area: Intrinsically safe and suitable for use in a NEC Class
I, Division 1 or 2 hazardous location, as applicable.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-13
C. Spare Parts
Furnish the following spare parts for each series of pumps in accordance with Section
01 60 00 – General Equipment Stipulations.
One (1) casing wear ring (if applicable).
One (1) impeller wear ring (if applicable).
One (1) set of bearings.
One (1) complete mechanical seal assembly (upper and lower).
Two (2) complete sets of gaskets and O-ring seals.
Properly pack in containers suitable for long-term storage.
Attach labels that clearly designate the contents and the piece(s) of equipment for
which they are intended.
Store all materials in a location as directed by the Owner.
Provide spare parts of the same type and quality as the original components in the
furnished pump package(s).
D. Special Tools and Supplies
Furnish all special tools necessary to operate, disassemble, service, repair, and adjust
the pump.
Furnish a one-year supply of all lubricating oils and greases as recommended by the
manufacturer.
SOURCE QUALITY CONTROL
A. Tests and Inspections
Perform shop testing in accordance with Section 01 60 00 – General Equipment
Stipulations, all applicable methods and standards of the American National Standard
for Centrifugal Pump Tests by the Hydraulic Institute, and the following additional
requirements:
Perform shop testing and inspection with Engineer or Owner present as witness.
Cost for the Engineer or Owner to witness the test will be covered by the Owner.
Submit testing procedure to Engineer/Owner for review and approval before
scheduling shop test.
Provide Engineer/Owner with a minimum of two weeks advance notice of the
scheduled test date.
Perform a natural frequency test.
Check impeller, motor rating, and electrical connections.
Conduct a motor and cable insulation test for moisture content or defective
insulation.
Prior to submergence, run pump dry to establish correct rotation and mechanical
integrity.
Run pump for 30 minutes submerged a minimum of six feet under water.
After the 30-minute submergence test, perform the insulation test again.
After the second insulation test, perform a certification test as follows:
Perform on each of the actual assembled pumps to be furnished.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-14
Test pumps in the manufacturer’s facility in accordance with the latest test
code of the Hydraulic Institute Pump Test Acceptance Grade 1U to determine
head vs. capacity and power draw required.
Test Range: Shut-off to a minimum of 20 percent beyond the specified design
performance capacity
Tolerances: As specified by the Hydraulic Institute Standards Pump Test
Acceptance Grade 1U.
Generate a pump curve that shows actual flow, head, brake hp, and hydraulic
efficiency for each pump furnished.
Submit pump curves, each certified by a registered Professional Engineer, to
the Owner.
PART 3 EXECUTION
INSTALLATION
A. Special Techniques
Install the pump and accessories in accordance with the approved Shop Drawings and
the manufacturer’s printed instructions and recommendations.
Install guide rails plumb and parallel.
Prior to being cast into concrete, coat aluminum frames of access hatches in contact
with concrete with bituminous paint.
Install cable grips on the submersible cables and attach them to a stainless steel eyebolt
installed in the vertical face of the concrete under the access hatch. Loop the
submersible cable from the grips, under the roof, and up through the conduit to the
local control panel.
FIELD QUALITY CONTROL
A. Field Tests and Inspections
Perform field testing in accordance with Section 01 60 00 – General Equipment
Stipulations and the following additional requirements:
Removal and Reinstallation Test
Perform the removal and reinstallation test three (3) times for each pump
provided.
Completely remove the pump from the discharge elbow and through the access
hatch above.
Ensure adequate clearance and alignment of access hatch.
Ensure adequate installation and alignment of slide rail mounting system.
Reinstall the pump through the access hatch and onto the discharge elbow.
Ensure proper seating of the pump on the discharge elbow.
Final Acceptance Test
Demonstrate pumps are properly installed and are in proper alignment.
Gwinnett County Department of Water Resources Submersible Pumps
Brooks Road Pump Station Improvements 43 21 39-15
Demonstrate the pumps operate without overheating or overloading of any
parts and without objectionable vibration.
Vibration: Within the limits of the Hydraulic Institute Standards or the
pump manufacturer’s limits, if more stringent.
Demonstrate the pumps meet the specified Design Conditions.
Check each pump at maximum speed for a minimum of four (4) points on
the pump curve for capacity, TDH, and amperage.
Not Acceptable: Exceeding the rated current on the motor nameplate
at any point.
Motors Rated Less than 5 hp: Only test pump for overcurrent when
overheating or other malfunction is evident during general testing.
Furnish all labor, materials, and test apparatus necessary for conducting the field
tests at no additional cost to the Owner.
B. Manufacturer Services
Furnish the field services of a qualified, trained, and competent manufacturer’s
technical representative who has knowledge of the proper installation, operation, and
maintenance of the pumps in accordance with Section 01 43 33 – Manufacturer’s
Services. Include the following site visits for each series of pumps:
Service Number of Trips Number of Days/Trip
Installation and Testing 2 1
Startup and Training 1 2
Services After Startup 1 1
Manufacturer’s Technical Representative’s Minimum Responsibilities
Inspect the completed installation of each pump for conformance with
manufacturer’s recommended installation requirements. At a minimum, include
the following:
Check seal chamber oil level and lubrication of seals.
Check proper rotation.
Check power supply voltage.
Megger for insulation breaks or moisture.
Measure motor no-load current.
Manually trip sensors and check complete cycle of control operation.
Supervise field test of each pump.
Supervise initial startup and operation of each pump.
Instruct Owner’s personnel in proper operation and maintenance of pump.
Prepare and certify field inspection report.
ADJUSTING
A. After installation, align and adjust the pump and accessories as required for proper
operation and proper alignment.
END OF SECTION
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-1
SECTION 46 24 33
OPEN-CHANNEL GRINDERS
PART 1 GENERAL
SUMMARY
A. Section Includes
Paragraph Title
1.2 Administrative Requirements
1.3 Submittals
1.4 Quality Assurance
1.5 Delivery, Storage, and Handling
1.6 Field Conditions
1.7 Warranty
2.1 Equipment
2.2 Electrical and Control Requirements
2.3 Accessories
2.4 Source Quality Control
3.1 Installation
3.2 Field Quality Control
3.3 Adjusting
B. Scope
Furnish, install, test, and place in satisfactory operation open-channel grinders capable
of grinding plastics, rags, scum, screenings, and other matter commonly found in raw
wastewater in compliance with the Specifications and as shown on the Drawings.
Furnish open-channel grinders with all necessary accessories.
ADMINISTRATIVE REQUIREMENTS
A. Coordination
The Contract Documents are intended to describe a grinder installation for the specified
purpose, complete and ready to be placed into service at the levels of performance
indicated in the Drawings and outlined herein. By offering this service to the Owner,
Contractor affirms that they are fully knowledgeable regarding the required methods
and materials, and are capable of performing such installation. The omission of
specific details and / or steps from the Drawings or Specifications, required to perform
this installation shall not relieve the Contractor of their sole responsibility for this end
result, nor shall such omissions be grounds for requests for additional compensation.
Coordinate and provide all details, accessories, special tools, spare parts, mountings,
anchor bolts, and other appurtenances as specified and as required to properly install,
adjust, test, and place in satisfactory operation a complete and operating grinder.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-2
SUBMITTALS
A. Action Submittals/Informational Submittals
Shop Drawings
Submit the following items with the Shop Drawings in accordance with, or in
addition to, the requirements specified in Section 01 33 23 – Shop Drawings,
product Data, and Samples and Section 01 60 00 – General Equipment
Stipulations:
Dimensioned installation drawings
Detailed description of construction, including a parts list with materials of
construction and metallurgy with ASTM designations
Functional description of internal and external instrumentation and controls,
including a list of parameters monitored, controlled, or alarmed
Control panel elevation drawings showing fabrication and placement of
operator interface devices and associated elements
A motor performance chart showing curves for torque, current, power factor,
input/output power, and efficiency and data on starting and no-load
characteristics
Manufacturer Reports
Submit a certified report prepared by the manufacturer’s technical representative
certifying satisfactory installation, operation, and in-service placement of grinders.
B. Closeout Submittals
Operation and Maintenance Data
Submit Operating and Maintenance Manuals in accordance with Section 01 78 23 –
Operating and Maintenance Data.
Warranty Documentation
Include the grinder manufacturer’s warranty in the compiled warranty submittal of
all manufacturers’ warranties in accordance with Section 01 78 33 – Warranties
and Bonds.
C. Maintenance Material Submittals
Spare Parts
Include manufacturer’s information for the spare parts specified herein with the
Shop Drawing submittal.
Tools
Include manufacturer’s information for the special tools and supplies specified
herein with the Shop Drawing submittal.
QUALITY ASSURANCE
A. Qualifications
Manufacturers
Furnish all grinders from a single manufacturer.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-3
DELIVERY, STORAGE, AND HANDLING
A. Delivery and Acceptance Requirements
Ship components containing bearings with lubricant on all bearings.
Deliver all components to site in manufacturer’s shipping crates or boxes.
Deliver to site undamaged.
B. Storage and Handling Requirements
Store above ground, covered, and on platforms, skids, or other supports.
Protect from corrosion and mechanical damage.
Protect electrical components from condensation.
Ship power and control cables with securely-attached caps on cable ends to prevent
moisture wicking into cable during storage.
Store with lubricant on all bearings.
Handle all components in such a manner to prevent damage during unloading and
installation.
Follow manufacturer’s instructions regarding lifting and setting.
FIELD CONDITIONS
A. Ambient Conditions
Equipment Installation Location: A below-grade vault that is subject to flooding.
Atmospheric condensing conditions are common throughout the year.
PART 2 PRODUCTS
EQUIPMENT
A. Manufacturers
Manufacturer List
Channel Monster by JWC Environmental
Approved equal
Substitution Limitations
The naming of a manufacturer in this Section is not an indication that the
manufacturer’s standard equipment is acceptable in lieu of the specified component
features. Naming is only an indication that the manufacturer may have the
capability of engineering and supplying a system as specified.
B. Performance/Design Criteria
Grinder Schedule:
Number of Units 1
Designation/Tag Numbers CG-201
Design Flow Rate per Grinder
(million gallons/day) 28.9
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-4
Top of Channel Slab Elevation (feet) 830.00*
Bottom of Channel Elevation (feet) 796.00*
Channel Depth (feet) 32.67*
Channel Width (feet) 8.00’*
Channel Length (feet)Grinder Wall Opening
Invert Elevation (feet)
802.00*
Grinder Wall Opening Width (feet) 2.50’*
Grinder Wall Opening Height (feet) 4.00’*
* Field-verify the criteria listed herein.
C. Operation
Operators
Operate each grinder using the grinder HAND-OFF-AUTO (H-O-A) selector
switch at each local control panel and the E-stop button located by the grinder.
Controls
Grinder H-O-A Selector Switch and Screen Drum H-O-A Selector Switches (if
Applicable) All in HAND Position: Grinder and screen drums continuously
operates unless manually stopped by the E-stop button or automatically stopped by
the machine protection devices (equipment jammed, high temperature, etc.)
Grinder H-O-A Selector Switch in OFF Position: Grinder does not operate
A Screen Drum H-O-A Selector Switch (if Applicable) in OFF Position:
Respective screen drum does not operate
E-Stop Button is Actuated
Removes the control voltage from the motor starter coils and stops grinder and
screen drums.
Grinder and screen drums cannot be restarted (automatically or manually) until
the E-stop button is reset.
Grinder H-O-A Selector Switch in AUTO Position: Grinder starts when one of the
following events occurs:
High wastewater level is detected by the level control system mounted
upstream of each grinder
When the high level contact closes, the timed cleaning cycle is overridden
and the grinder continuously runs until the high level contact reopens.
When high level contact reopens, grinder control reverts back to a time-
based automatic operation.
Provide an adjustable time delay to prevent excessive toggling between
modes.
The time period from the last cleaning cycle has expired. Use two different
settings for the timed cleaning function as follows:
Time Setting #1: Duration of cleaning cycle (how long the grinder runs
when the frequency timer is actuated)
Time Setting #2: Duration between cleaning cycles
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-5
Use the pump station control system to adjust the duration of either time
setting.
A Screen Drum H-O-A Selector Switch (if Applicable) in AUTO Position:
Respective screen drum starts and stops as controlled by the grinder operation
Operation Sequences
Jam Sensing
Control system monitors the current in one phase of each motor to detect for a
high current condition, which indicates a motor is jammed.
If phase current reaches an adjustable set point (factory set at
approximately 80 percent of locked rotor), motor stops.
When jam is sensed in either the grinder motor or a screen drum motor, control
system automatically stops the motor momentarily and then restarts it in the
opposite direction of rotation to attempt to clear the obstruction.
Grinder Motor
If Jam is Cleared: Control system returns grinder to normal operation.
If Jam Still Exists: Control system attempts two (2) additional grinder
reversals (3 times total) within 10 seconds before stopping the grinder
motor and activating the Grinder JAM indicating light and relay.
When a grinder jam condition occurs, both screen drum motors stop until
the grinder jam cycle is completed.
If, at any time during the grinder jam condition, the grinder runs for more
than 60 seconds without experiencing a high current condition, the reversal
counter resets.
Screen Drum Motors (if Applicable)
If Jam is Cleared: Control system returns screen drums to normal
operation
If Jam Still Exists: Control system attempts one (1) additional screen drum
reversal (2 times total) within 30 seconds before stopping the jammed
screen drum motor and activating the Grinder JAM indicating light and
relay
When a screen drum jam condition occurs, grinder motor and non-jammed
screen drum motor continue to operate.
Immersible Motor High Temperature
Disables the grinder motor and screen drum motors to prevent thermal damage
to the motor
Activates the appropriate high temperature light and common trouble alarm
After temperature switch resets, grinder and screen drums automatically
resumes operation in the current mode (HAND or AUTO).
Immersible Motor Seal Failure
Grinder and screen drums continue to run in the current mode of operation
(HAND or AUTO).
Activates the appropriate seal failure light and common trouble alarm.
Power Failure
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-6
When Grinder and Screen Drums are Running: Operation resumes when
power is restored
When Grinder and Screen Drums are in a Fail Condition: Fail indicator
reactivates when power is restored
Provide logic to maintain all alarm and fail condition indication and contact
outputs, including the common FAIL contact output, until the Owner manually
presses the RESET pushbutton at a local control panel to reset the alarm and fail
conditions for that grinder.
D. Materials
General
Capable of handling raw, unscreened sewage and wastewater and fully-guaranteed
for this use.
Mount grinders vertically across the full width of the channel and perpendicular to
the direction of flow to grind the solids contained in the raw wastewater stream.
Capable of grinding solids to a uniform fineness while allowing particles to be
retained in the influent stream and maintaining minimum headloss.
Modular construction with a frame mounted to the channel
Design frame to separately receive the screen and grinder assembly.
Installation Location Classifications
Below Top of Channel: NEC Class I, Division 1, Group D hazardous location
Above Top of Channel: NEC Class I, Division 2, Group D hazardous location
Capable of passing the specified peak flow with the wet well at the specified
maximum wastewater level without overtopping
Designed to reduce solids normally found in raw sewage flows to a uniform size by
the use of rotating screen drums that capture solids and transports them to the
vertical central cutter stack.
Cleaned of solids by the rotation of the screen drums and the intermeshing of
the grinder stack along the screen with minimal clearance between them
Driven Shaft: Operates at approximately 2/3 the speed of the drive shaft
Suitable for continuous use
Capable of processing wet or dry materials
Constructed of compatible, durable materials that resist pitting and corrosion
All Structural Steel: Minimum thickness of 1/4-inch and coated as specified herein
Design grinder for drop-in installation on the channel frame
Frame
Channel Frame
Designed for simple bolt-in installation
Fabricated from Type 316 stainless steel
Not Acceptable: Bolting the grinder to the frame
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-7
Grinder End Housings
Cast from ductile iron conforming to ASTM A536
Equipped with a cast-in-place flow deflector designed to protect the bushings
while guiding particles directly into the cutting area
Side Rails
Cast from ductile iron conforming to ASTM A536
Inside Profile: Concave with an adjustable ultra high molecular weight plastic
extension strip to minimize clearance at the front of the screen drums
Maximum Clearance: 1/16-inch from the major diameter of the screen
drums
Top and Bottom Frames
Top Frame: Fabricated from ductile iron conforming to ASTM A536
Bottom Frame: Fabricated from hot-rolled steel plates conforming to ASTM
A36
Screening Drums
Type: Coil drum for high flow rates and low head loss
Orientation: Vertical
Clear Opening: 1/2-inch
Fabricated from 1/2-inch diameter Type 304 stainless steel rods
Drum Support Skeleton
Type 304 stainless steel
Include hubs for mounting of drum stub shafts
Vertical Members: Provide support for the coil
Center Support Ring(s): Provide additional support to the center of the drums
Drum Stub Shafts
Type 304 stainless steel
Minimum Tensile Strength: 95,000 psi
Minimum Shaft Diameter: 1-7/8 inch
Grinder Assembly
Mount grinder between two heavy-duty rotary tables which are centrally supported
on oversized bearings.
Support rotary tables using ball bearings with severe-duty mechanical seals.
Shafts
Hexagonal AISI 4140 heat-treated alloy steel
Minimum Tensile Strength: 149,000 psi
Use a two-piece coupling to directly-couple the high-speed shaft of the grinder and
motor with each other.
Shaft Gears
Use two heavy-duty spur gears to drive the two counter-rotating shafts.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-8
Rockwell “C” Hardness: 28 to 32
Cutters and Spacers
AR500 abrasion-resistant alloy steel
Surface ground for uniformity
Through-hardened to a Rockwell “C” hardness of 50 to 52
Inside Configuration: Hexagonal so as to fit the shafts with a maximum total
clearance of 0.015-inch across the flats to assure positive drive and increasing
and compression strength of the spacers.
Cutters
Designed with bi-directional leading cutting edges on each tooth so as to
cut equally well in either direction without removing the cutter from the
grinder.
Maximum Tooth Height: 1/2 inch above the root diameter.
Minimum Tooth Force Exerted: 450 pounds per hp continuously and
1,095 pounds per hp at momentary load peaks at the tooth tip.
Root Diameter Overlap: Between 1/16 inch and 1/4 inch to maintain the
best possible cutting efficiency while incurring the least amount of
frictional losses.
Provide a cutter stack compression adjustment screw accessed through the top
frame of the unit.
Bearings and Seals
Housed in replaceable wear sleeves that support and align the bearings and
seals.
Protect the bearings using a combination of a labyrinth path seal device and
end face mechanical seals.
Bearings
Use to bear the radial and axial loads of the grinder shafts.
Oversized, ball-type, deep-groove, double-seal, Conrad-type.
A minimum L10 rating life of 150,000 hours per ABMA 9.
Seals
Face Materials: Tungsten carbide to tungsten carbide, at a minimum.
Mechanical Seals: Rated at 90 psi continuous duty by the seal
manufacturer.
Not Acceptable: Seals requiring an external flush or any type of
lubrication.
Positively lock each seal element to its corresponding rotating or static cartridge
element.
O-Rings: Buna-N
Intermediate Shaft Support
Provide an intermediate shaft support in the center of the cutter stack for all
grinders.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-9
Grinders with 40-inch or 50-inch Cutter Stacks: Two intermediate shaft
supports
Grinders with 60-inch Cutter Stacks: Three intermediate shaft supports
Provide additional support for heavier than normal influent grinder demand loads
and protection for the seal assemblies.
Made from a cast Type 303 stainless steel collar.
Provide with two bushings that act as bearings to allow free rotation of the shafts.
Speed Reducer
Grease-filled, planetary-type with a 500 percent shock load capacity.
Directly couple the input shaft of the reducer to the motors using a three-piece
coupling.
Directly couple the output shaft of the reducer to the grinder shaft or the screen
drum shafts using a two-piece coupling.
Designed for continuous service.
Load Classification: “Heavy Shock”
Gears: AGMA Class I with a minimum Rockwell “C” hardness of 60.
Case and Motor Mount: Cast iron.
Use anti-friction bearings throughout.
Seal shafts with shielded, spring-loaded, lip-type seals.
Motor Mount: Rabbeted, doweled, or sleeved so that automatic alignment is
maintained when bolted to the gearbox.
Lubrication: Splash-type with oil maintained in the housing.
Hardware
All Anchor Bolts, Washers, Clips, Clamps, and Fasteners: AISI Type 316 stainless
steel.
E. Finishes
Primer Materials
Clean and factory apply manufacturer’s recommended primer material to steel and
cast iron surfaces of grinder. Use materials specifically approved for wastewater
service and methods of application that comply with Section 09 91 00 – Painting
for submerged wastewater service.
Shop Finishing Methods
Perform shop finishing methods on steel and cast iron surfaces of grinder in
accordance with Section 09 91 00 – Painting for submerged wastewater service.
Finish Materials
Prepare and apply finish material to steel and cast iron surfaces of grinder in field
in accordance with Section 09 91 00 – Painting for submerged wastewater service.
Field touch-up any damaged paint or coatings with compatible paint/coating
system in accordance with Section 09 91 00 – Painting.
ELECTRICAL AND CONTROL REQUIREMENTS
A. Provide all electrical components, wiring, and control devices necessary for a complete,
functional system.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-10
B. All Manufacturer-Furnished Electrical Appurtenances: Rated for installation in a NEC
Class I, Division 1, Group D hazardous location where such classified areas are indicated
on the Drawings or specified herein.
C. All Manufacturer-Furnished Conduit, Couplings, Fittings, and Fasteners: PVC-coated rigid
galvanized steel and liquid-tight, PVC-coated flexible metal conduit.
D. Electrical Requirements
Motors
Rating 460V, 3 phase, 60 Hz
Maximum Horsepower (hp) 1
Grinder Drive 10
Screen Drum Drive (each) 1
Maximum Speed (revolutions/minute) 1,800
Enclosure NEMA 4X
Service Factor 1.15
Space Heater No
Control Panels
NEMA Rating 4X
Materials of Construction Type 304 Stainless Steel
E. Power and Control Cables
Provided by the grinder manufacturer in the required length based on their review of the
Electrical Drawings.
Located between the grinder and the local disconnect switch, junction box, or control
panel as shown on the Drawings.
Provide special cable suitable for submersible service.
Provide Hypalon jacket around cable.
Size according to NEC and ICEA standards.
Provide stainless steel strain relief connectors for all cables.
Not Allowable: Splicing cables unless specifically indicated on the Drawings.
F. Motor
Provide each grinder with a motor in conformance with the most recent versions of
applicable NEMA, IEEE, and ANSI standards for submersible service.
NEMA Design B
Squirrel-cage induction-type.
Housed in an immersible enclosure.
Guaranteed for continuous operation without damage while non-submerged and
grinding under load.
Motors Greater than 25 hp: Capable of sustaining a minimum of fifteen (15) starts per
hour without overheating.
Nationally-known manufacturer.
Motor and Intermediate Castings: Cast iron conforming to ASTM A48, Class 25 at a
minimum.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-11
Machine all mating surfaces where watertight sealing is required. After machining, fit
mating surfaces with round O-rings.
Seals
Provide each grinder with a tandem mechanical seal system.
Provide seals in an oil-filled chamber.
Lower Seal
Contains one stationary seal face and one positively-driven, rotating, lapped
seal face, both composed of tungsten carbide.
Upper Seal
Contains one stationary ring and one positively-driven, rotating ring.
Stationary Seal Ring: Tungsten carbide.
Rotating Seal Ring: Carbon or tungsten carbide.
Provide each seal interface with its own spring system to hold it in contact.
Bearings
Upper Bearings: Single row ball bearings.
Lower Bearings: Double row, angular contact ball bearings.
Permanently-lubricated.
A minimum L10 rating life of 100,000 hours per ABMA 9.
Motor Stator-Embedded Temperature Switches
Equip each motor with three (3) normally-closed thermal switches in series, one
per phase, that are embedded in the stator end coils to monitor the temperature of
each phase winding.
Upon High Temperature: Switches open, activate an alarm, and stop the motor.
Use switches in conjunction with and supplemental to external motor overload
protection.
Connect switches to control panels.
Seal off junction chamber from stator housing for connection of power and control
cables.
Not Acceptable: Using wire nuts or crimping-type connectors.
G. Motor Protection Devices
Provide moisture detector probes in the oil seal chamber as required to validate
warranty. Provide manufacturer’s moisture detection relay compatible with the probes.
Install relay in location shown on the Drawings.
H. Increase, as required, the minimum motor horsepower specified if recommended by the
grinder manufacturer to achieve the specified capacity. Contractor is responsible for all
costs associated with electrical changes for the increased horsepower.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-12
ACCESSORIES
A. Control Panels
Provide an individual grinder manufacturer’s local control panel for each grinder
furnished.
Powered from a single 460 Volts AC, 3-phase source.
All Components: NEMA-rated and UL-listed or recognized.
Not Acceptable: IEC-rated devices.
Enclosure
Provide an enclosure for each local control panel in accordance with Section 40 95
16 – Instrument and Control Panels.
Minimum Metal Thickness: 14 gauge.
Provide a rubber-gasketed, hinged outer door with continuous stainless steel
hinge and stainless steel, butterfly twist-type latches.
Dead-front construction with an interior swing-out panel.
Provide a stainless steel or copper-free aluminum back panel with provisions to
mount control devices and a terminal strip for field connections.
Fit each control panel with a pad lockable latch kit.
Provide each local control panel with all required controls, auxiliary contacts, relays,
panels, transformers, motor starters, overload alarms, and other ancillary equipment,
including but not limited to, the following:
A single fused or circuit breaker-type, NEMA 4X, lockable main power disconnect
switch that de-energizes the control panel
Operable from outside each control panel or mounted in a separate NEMA 4X,
Type 316 stainless steel enclosure.
Mechanically-interlocked with enclosure door so that the main power must be
OFF before door can be opened.
Motor Starters
Full-voltage, combination-type, reversing, magnetic.
Minimum NEMA Size 1.
Equipped with overload relays, control power transformers, reset pushbuttons,
and circuit breaker through-the-panel operators for each motor.
Designed to be heaterless.
Provides phase loss protection, short circuit self-protection, and thermal
memory.
Self-powered solid-state overload.
Programmable Logic Controller
Provide a Programmable Logic Controller for each local control panel in
accordance with Section 40 94 43 – Programmable Logic Controller.
Provide the following data from the Programmable Logic Controller to the
pump station control system:
Grinder ON
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-13
Operating Mode (Timed or Level)
Common failure alarm contact
Provide the following discrete inputs to each local control panel:
E-stop Button
High Channel Level
Grinder Motor HIGH TEMPERATURE
Grinder Motor Seal FAIL
An integral, fused transformer providing 120 Volts AC control power
Sized for the anticipated loads from devices/controls.
Heater and thermostat for condensation protection.
A 24 Volts DC Programmable Logic Controller interposing relay.
Provide wiring inside panel in accordance with Division 26 – Electrical and
Division 40 – Process Integration.
Include the following controls and indicators mounted on the interior swing-out panel in
each local control panel:
One (1) H-O-A selector switch for the grinder, with control in AUTO mode by the
pump station control system, and one (1) Control Power ON/OFF selector switch.
Heavy-duty, oil-tight.
Rated for 600 Volts AC, 10 amps continuous.
Individual Pilot Lights
Push-to-test LED-type.
Alarm Indicating Lights
Grinder JAM
Grinder Motor HIGH TEMPERATURE
Grinder Motor MOISTURE
Status Indicating Lights
Power ON
Grinder RUN
Pilot Light Colors: In accordance with Section 40 95 16 – Instrument and
Control Panels.
Elapsed Time Meter
Six-digit, non-resettable, electromechanical, units in hours.
RESET Pushbutton
Heavy-duty, oil-tight.
Rated for 600 Volts AC, 10 amps continuous.
Manufacturer List for Selector Switches, Pilot Lights, and RESET Pushbutton.
Class 9001, Type K by Square D by Schneider Electric.
Equivalent by Alternative Manufacturer.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-14
Provide a legend plate above each of the previously-listed interior panel-mounted
controls in accordance with 40 95 16 – Instrument and Control Panels.
B. E-Stop Button Station
Maintained-contact, push-pull, mushroom head button.
Mount in a NEMA 4X, Type 316 stainless steel enclosure adjacent to each grinder.
C. Cable Grips
Provide cable grips for the submersible power and control cables for the grinder motor.
Stainless steel wire braid sleeves with attachment loops or tails that connect to the cable
holders on the underside of the access hatch frame.
Hubbell Wiring Device-Kellems or approved equal.
D. Level Control System
Provide float switches or submersible pressure transducers as shown on the Drawings in
accordance with Division 40 – Process Integration.
If installed in a Classified Area: Intrinsically safe and suitable for use in a NEC Class I,
Division 1 or 2 hazardous location, as applicable.
E. Spare Parts
Furnish the following spare parts for each series of grinders in accordance with Section
01 60 00 – General Equipment Stipulations:
One (1) complete set of cutters
One (1) complete gasket set
Two (2) bearing/seal assemblies
One (1) motor starter with overload block
Five (5) spare fuses for each type and rating provided
Five (5) spare lamps for each type provided
Five (5) spare relays and relay sockets for each type provided.
Properly pack in containers suitable for long-term storage.
Attach labels that clearly designate the contents and the piece(s) of equipment for which
they are intended.
Store all materials in a location as directed by the Owner.
Provide spare parts of the same type and quality as the original components in the
furnished grinder package(s).
F. Special Tools and Supplies
Furnish all special tools necessary to disassemble, service, repair, and adjust the
grinder.
Furnish a one-year supply of all lubricating oils and greases as recommended by the
manufacturer.
SOURCE QUALITY CONTROL
A. Tests and Inspections
Perform shop testing in accordance with Section 01 60 00 – General Equipment
Stipulations and the following additional requirements.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-15
PART 3 EXECUTION
INSTALLATION
A. Special Techniques
Install the grinder and accessories in accordance with the approved Shop Drawings and
the manufacturer’s printed instructions and recommendations.
Install the channel frames using stainless steel fasteners.
Grout the floor of the channel so it slopes up to the grinder frame at a 6:1 slope
(H:V).
Install guide rails plumb and parallel.
Prior to being cast into concrete, coat aluminum frames of access hatches in contact
with concrete with bituminous paint.
Install cable grips on the submersible cables and attach them to a stainless steel eyebolt
installed in the vertical face of the concrete under the access hatch. Loop the
submersible cable from the grips, under the roof, and up through the conduit to each
local control panel.
FIELD QUALITY CONTROL
A. Field Tests and Inspections
Perform field testing in accordance with Section 01 60 00 – General Equipment
Stipulations and the following additional requirements:
Test each grinder in the presence of the Owner and the manufacturer’s
representative to demonstrate that the grinder is capable of:
Continuously grinding materials likely to be encountered in service without
vibration, jamming, or overheating.
Satisfactorily performing its specified function.
Being easily removed and reinstalled within the channel.
Grinding Test
Grind materials typically contained in the wastewater stream (disposable
diapers, wood, etc.).
Examine fineness of grind and uniformity of resultant particle size.
Demonstrate control system’s performance and repeatability by intentionally
jamming the grinder to test the reversal function and alarm system.
Removal and Reinstallation Test
Completely remove the grinder from the channel and through the access hatch
above.
Ensure adequate clearance and alignment of access hatch.
Ensure adequate installation and alignment of grinder frame.
Reinstall the grinder through the access hatch and into the channel.
Ensure proper seating of the grinder in the channel.
Furnish all labor, materials, and test apparatus necessary for conducting the field
tests at no additional cost to the Owner.
Gwinnett County Department of Water Resources Open-Channel Grinders
Brooks Road Pump Station Improvements 46 24 33-16
B. Manufacturer Services
Furnish the field services of a qualified, trained, and competent manufacturer’s
technical representative who has knowledge of the proper installation, operation, and
maintenance of the grinders in accordance with Section 01 43 33 – Manufacturer’s
Services. Include the following site visits for each series of grinders:
Service Number of Trips Number of Days/Trip
Installation and Testing 1 1
Startup and Training 1 1
Services After Startup 1 1
Manufacturer’s Technical Representative’s Minimum Responsibilities
Inspect the completed installation of each grinder for conformance with
manufacturer’s recommended installation requirements.
Check seal chamber oil level and lubrication of seals.
Check proper rotation.
Check power supply voltage.
Megger for insulation breaks or moisture.
Measure motor no-load current.
Manually trip sensors and check complete cycle of control operation.
Supervise field test of each grinder.
Supervise initial startup and operation of each grinder.
Instruct Owner’s personnel in proper operation and maintenance of grinder.
Prepare and certify field inspection report.
ADJUSTING
A. After installation, align, balance, and adjust the grinder and accessories as required for
proper operation and proper alignment.
END OF SECTION
BL038-20
REVISED BID FORM
16
(This Bid Form is part of the Bid Documents) : BID NUMBER: BL038-20 BID DATE: May 5, 2020
SUBMITTAL DATE:
BY: (Bidder)
PROJECT DESCRIPTION: Brooks Road Pump Station Improvements THIS BID IS SUBMITTED TO: Gwinnett County, Georgia (hereinafter called Owner) acting
through its Board of County Commissioners 1. Undersigned Bidder offers and agrees to enter into Agreement with Owner, in
accordance with the instructions, requirements and forms included in Bid Document Package (including the NOTICE OF BID, Instructions to Bidders Package and Pre-Qualification Package [where applicable]), and to complete all Work for the Bid Price and within required calendar days, all in accordance with the Bid Document Package.
2. Bidder accepts terms and conditions contained in Bid Document Package including
without limitation those dealing with Owner's time for accepting Bid and disposition of Bid Security.
3. In submitting this Bid, Bidder makes representations required by Instructions to Bidders
and further warrants and represents:
a. Bidder has examined Bid Document Package, including NOTICE OF BID and Instructions to Bidders, and following addenda:
No. Dated No. Dated
No. Dated No. Dated
No. Dated No. Dated
No. Dated No. Dated
b. Bidder has examined site and locality where the Work is to be performed and
legal requirements (federal, state, and local laws, ordinances, rules, and regulations) and conditions affecting Work cost, difficulty, progress, or performance and has made independent investigations as Bidder deems necessary.
c. Bidder has carefully studied reports and drawings indicating subsurface
conditions and drawings depicting physical conditions as identified in General Conditions and accepts determination concerning technical data contained in reports and drawings on which Bidder is entitled to rely.
BL038-20
REVISED BID FORM
17
d. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) examinations, investigations, explorations, tests, and studies (in addition to or to supplement those referred to in "c." above) pertaining to subsurface or physical conditions at site or otherwise affecting cost, progress, performance, or furnishing Work as Bidder considers necessary for performing or furnishing Work at Contract Price, within Contract Time, and in accordance with terms and conditions contained in Bid Document Package, including specifically provisions stated in General Conditions and no additional examinations, investigations, explorations, tests, reports, or similar information or data are or will be required by Bidder.
e. Bidder has reviewed and checked Plans and data shown or indicated on Bid
Document Package with respect to existing underground facilities at or contiguous to site and assumes responsibility for accurately locating underground facilities. No additional examinations, investigations, explorations, tests, reports, or similar information or data concerning underground facilities are or will be required by Bidder in order to perform and furnish Work at Contract Price, within Contract Time, and in accordance with terms and conditions contained in Bid Document Package, including specifically provisions stated in General Conditions.
f. Bidder has correlated results from observations, examinations, investigations,
explorations, tests, reports, and studies with terms and conditions contained in Bid Document Package.
g. Bidder has given Owner written notice concerning conflicts, errors, or
discrepancies discovered in Bid Document Package and written resolution by Owner is acceptable to Bidder.
h. This Bid is genuine and not made in interest of or for any undisclosed person,
firm, or corporation and is not submitted in conformity with any agreement or rules produced by any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit false or sham Bid; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner.
i. Bidder should submit a projected Monthly Cash Flow projection with the bid. The
monthly projections should add up to the Bid Amount on the Bid Form.
BL038-20
REVISED BID FORM
18
4. Bidder submits the following lump sum/unit prices for the Brooks Road Pump Station Improvements identified in Bid Form as part of this Bid. Bidder submits the following lump sum/unit prices for the Brooks Road Pump Station Improvements identified in Bid Form as part of this Bid. Work included within each Bid Item is described in Section 01 22 15, Measurement and Payment. The bid schedule breakdown is provided to facilitate bid evaluations. The Bidder shall ensure that the Base Bid Lump Sum Items Total covers all work to be performed for this project as indicated in the Contract Documents.
BID SCHEDULE
Part 1 – Base Bid Lump Sum Items
Bid Item No.
Description Bid Price (Lump Sum)
1.1 Mobilization/Demobilization (5% Maximum) $
1.2 Site Improvements $
1.3 Civil/Mechanical Demolition $
1.4 Bypass Pumping $
1.5 Furnishing New Pumps $
1.6 Installing New Pumps $
1.7 Furnishing New Channel Grinder $
1.8 Installing New Channel Grinder $
1.9 Access Hatches $
1.10 Roof Extension Over Monorail Hoist $
1.11 Pumps Service Platforms $
1.12 New Emergency Generator $
1.13 Electrical Demolition $
1.14 Electrical Improvements $
1.15 Instrumentation & Control Improvements $
1.16 Service Power – Georgia Power Cost1 $0.00
1.17 Service Power – Contractor Administration Cost $
Part 1 – Base Bid Lump Sum Items Total (Items 1.1 to 1.17): $
Note: 1. The Bid Price for Bid Item No.1.17, Service Power – Georgia Power Cost, is $0.00
BL038-20
REVISED BID FORM
19
Part 2 – Owner Directed Unit Price Items
Bid Item
No. Quantity Unit Description Minimum
Unit Price
Contractor Unit
Price
Total Bid Price
2.1 4 WEEKS
Additional Bypass
Pumping
$31,750.00/W
EEK $ /WEEK $
2.2 10,000 SQ FT Non-Structural
Concrete Repair $20.00/SQ FT $ /SQ FT $
2.3 100 LF Pressure Injection,
Concrete Cracks $50.00/LF $ /LF $
2.4 80 CU YD Earthwork $60.00/CU
YD $ /CU YD $
2.5 40 CU YD Flowable Fill $200.00/CU
YD $ /CU YD $
2.6 20 CU YD Cast-in-Place Concrete $400.00/CU
YD $ /CU YD $
2.7 60 TONS Asphalt Pavement
Milling and Repaving $250.00/TON $ /TON $
2.8 500 LF 3/4” Conduit and Wire
Controls $10.50/ LF $ /LF $
2.9 250 LF 3/4” Conduit and 3#12
Wire $13.00/ LF $ /LF $
2.10 200 LF 3” RGS Conduit
Exposed $10.00/ LF $ /LF $
2.11 400 LF 4” RGS Conduit
Exposed $25.00/ LF $ /LF $
2.12 10 EA Emergency Lights
Installed $350.00/ EA $ /EA $
BL038-20
REVISED BID FORM
20
Bid Item
No. Quantity Unit Description Minimum
Unit Price
Contractor Unit
Price
Total Bid Price
2.13 5000 LF Replace #16AWG 300
volt control wire $1.50/ LF $ /LF $
2.14 2600 SF
Painting/coating
exposed piping and
steel surfaces
$10.00/SF $ /SF $
2.15 3300 SF Painting/coating of dry
well concrete flooring $4.00/SF $ /SF $
2.16 2800 SF
Painting/coating of
electrical room
concrete flooring
$4.00/SF $ /SF $
2.17 29000 SF
Painting/coating of
concrete surfaces in
the wet wells, (WW-
301, WW-302, WW-
303) distribution
chamber (DC-200),
and inlet chamber (IC-
200)
$25.00/SF $ /SF $
Part 2 – Unit Price Items Total (Items 2.1 to 2.17): $
TOTAL BID (Part 1 + Part 2): $
5. Major Equipment Items - All major equipment items included in the lump sum bid item shall be bid according to the following:
a. The Bidder must include in the lump sum cost the named Manufacturer/Supplier from the project specifications. If an acceptable deduct is provided for substitute equipment and the equipment is accepted by the OWNER, the amount of deduct shall be accounted for by a change order after award of the contract by the OWNER.
b. Should a Bidder fail to indicate which manufacturer or supplier his Base Bid is based on, or circles more than one listed manufacturer/supplier per item, the Bidder shall provide the first listed (“A”) manufacturer/supplier for his Bid for the amount included in the Total Base Bid at no increase in the Contract amount.
c. The Bidder may indicate a Substitute Manufacturer/Supplier by writing in the substitute and writing in the amount of deduct for the Substitute Manufacturer/Supplier. Should a write-in substitute be disallowed by the ENGINEER as “not equal” or “not desired,” then the Bidder shall supply the circled Manufacturer/Supplier. If no substitute is indicated, the Bidder must supply the circled item.
d. A substitute Manufacturer/Supplier will be deemed approved equal provided the proposed substitute is explicitly demonstrated by the Bidder to be equivalent to or better than the product named and described in the Specifications in form, function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project design requirements will be made by the ENGINEER.
BL038-20
REVISED BID FORM
21
e. Changes by the Bidder to items listed in the Major Equipment Schedule will NOT be considered after receipt of Bids.
f. Design of this project is based upon the Manufacturer/Supplier's equipment noted as the (A) item in the Schedule. Should a Bidder propose furnishing another named or substitute Manufacturer/Supplier, he shall comply with the following:
i. In addition to the deduct (if any) offered, the Bidder SHALL REIMBURSE THE ENGINEER THROUGH THE OWNER FOR ANY ASSOCIATED REDESIGN AND/OR CONSTRUCTION DRAWINGS BY ANY DIMENSIONAL, MECHANICAL, ELECTRICAL, INSTRUMENTATION, STRUCTURAL, AND ARCHITECTURAL CHANGES AND/OR REQUIREMENTS FOR THE SUBSTITUTE’S USE. The Bidder, therefore, shall include in his/her bid for such substitute Manufacturer/Supplier all additional CONSTRUCTION cost (civil, mechanical, architectural, structural, electrical, instrumentation and engineering redesign cost) associated with that substitute equipment, material, or supplier. The bid for such substitute Manufacturer/Supplier shall also include the cost of any paid licenses necessary for the use of the equipment if required by the manufacturer.
ii. Reimbursement for engineering costs shall be based on the ENGINEER’S labor cost shall be as listed in the Supplementary Conditions.
g. In order that the OWNER may determine if the proposed NAMED (B, C, etc.) Manufacturer/Supplier be equal to the named (A) Manufacturer/Supplier, the information below must be submitted if requested by the OWNER for each NAMED Manufacturer/Supplier entered WITHIN 7 DAYS OF OWNER’S REQUEST. This request will only be made after receipt of Bid Form. This submittal requirement does not apply to an unnamed substitute Manufacturer/Supplier, the requirements for which are outlined later:
i. Dimensional and weight information on components and assemblies.
ii. Catalog information and cuts.
iii. List of requested exceptions to the Contract Documents.
iv. Any additional information requested by the ENGINEER.
h. In order that the ENGINEER may determine if the proposed, unnamed substitute write-in item shall be allowed, the information below shall be SUBMITTED WITH THIS BID FORM. This submittal is NOT required for a named substitute Manufacturer/Supplier listed as (B), (C), etc.
i. A list of any and all deviations from the technical requirements of the Contract Documents.
ii. Dimensional and weight information on components and assemblies.
iii. Catalog information and cuts.
iv. Manufacturer's specifications, including materials description and paint systems.
v. Performance data and pump curves, as applicable.
vi. Horsepower and electrical characteristics of all motors supplied.
BL038-20
REVISED BID FORM
22
vii. Outside utility requirements for each component, such as water, power, air, etc.
viii. Functional description of any package Instrumentation and control systems supplied.
ix. List of parameters monitored, controlled, or alarmed.
x. Addresses and phone numbers of nearest service center and listing of the manufacturers or manufacturers representatives' services available at this location.
xi. Addresses and phone numbers for the nearest parts warehouse capable of providing full parts replacement and/or repair service.
xii. A list of the three most recent installations where similar equipment by the manufacturer or manufacturers' representative is currently in service; include contact name, telephone number, mailing address, and the names of the ENGINEER, OWNER, and installation contractor; if three installations do not exist, the list shall include all that do exist, if any.
xiii. Description of structural, electrical, mechanical, and all other changes or modifications necessary to adapt the equipment or system to the arrangement shown and/or functions described on the drawings and in the Technical Specifications.
xiv. Any additional information requested by the ENGINEER.
xv. Additional space requirements and/or accessories.
xvi. An estimation of time of delivery.
BL038-20
REVISED BID FORM
23
Major Equipment Schedule
Section Number
Description Manufacturer/Supplier Amount of Deduct for
Substitute Manufacturer/Supplier
26 12 19 Three-Phase Transformers
A. Cooper Power Systems
B. ABB Substitute________________
$___________________
26 22 16 Low-Voltage Transformers
A. General Electric
B. Square D
C. Siemens Substitute________________
$___________________
26 29 13 Soft-Start Motor Controllers
A. Rockwell
B. Benshaw
C. Schneider Substitute________________
$___________________
26 32 13 Diesel Engine Generator Sets
A. Cummins-Onan
B. Kohler
C. Caterpillar Substitute________________
$___________________
33 34 16 Plug Valves A. DeZurik
B. Val-Matic
C. Henry Pratt Substitute________________
$___________________
33 34 16 Swing Check Valves A. DeZurik (APCO) B. GA Industries C. Crispin Substitute_______________
$___________________
BL038-20
REVISED BID FORM
24
33 34 16 Air Release Valves A. Vent-O-Mat Series RGX
B. Vent-Tech
C. A.R.I. Substitute_______________
$___________________
40 94 43 Programmable Logic Controller
A. Allen-Bradley
ControlLogix Substitute ________________
$___________________
43 21 39 Submersible Pumps A. Flygt by Xylem, Inc. Substitute ________________
$___________________
46 24 33 Open Channel Grinders
A. Channel Monster by JWC Environmental
Substitute ________________
$___________________
Top Related